Loading...
HomeMy WebLinkAboutCAG-24-105 - Bid Manual Volume 1 CAG-24-105 00A Cover Page (Revised) Page 1 of 2 Award Date: Awarded to: CONTRACT DOCUMENTS for the SANITARY SEWER REPLACEMENT PROJECT PHASE 1 WWP-27-04078 SUMMER 2024 Jesse Newman, Project Manager 1 (425) 757-7778 jnewman@rentonwa.gov City of Renton 1055 South Grady Way, 5th Floor Renton WA 98057 CAG-24-105 Printed on Recycled Paper CONTRACT DOCUMENTS for the SANITARY SEWER REPLACEMENT PROJECT PHASE 1 WWP-27-04078 SUMMER 2024 Engineer’s P.E. stamp BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS 00b Table of Contents Page 1 of 1 TABLE OF CONTENTS SANITARY SEWER REPLACEMENT PROJECT PHASE 1 CAG-24-105 WWP-27-04078 Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ❖ Submit after Notice of Award (at the latest) Volume 1 Policy and General Project Information 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 Submittal Forms 7. *Proposal and Combined Affidavit & Cert. 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. *Subcontractors 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 Reference Information and Special Provisions 18. Washington State Prevailing Minimum Hourly Wage Rates Reference 19. Insurance Guidelines for the City of Renton, with Template Insurance Certificate 20. Traffic Control Information 21. Project Special Provisions Volume 2 22. Construction Plans (reduced 11x17) Appendix A. King County ROW Permit for NW 7th st and a Portion of Taylor Ave NW City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 1 CAG-24-105 ______________________________________________________________________________ POLICY AND GENERAL PROJECT INFORMATION 03 Scope of Work Page 1 of 1 SCOPE OF WORK SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 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: • Furnish and install approximately 740 - linear feet of 8-inch sewer main, including 8-inch cleanout(s). • Furnish and install approximately 10 - linear feet of 12-inch sewer main. • Furnish and install one Type 1 48-in Diameter manhole. • Trench excavation, including removal and abandonment of existing utilities, disposal of excavated material, shoring, removal of existing unsuitable material, and dewatering. • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, and sidewalks. • Installing and maintaining adequate TESC measures and restoring all disturbed areas. • Temporary traffic control measures following the contract documents and applicable City of Renton and MUTCD standards. • CCTV inspection of sewer mains. • Bypass pumping. The estimated project cost is between $680,000 and $780,000. A total of 100 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 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. PUBLIC WORKS DEPARTMENT SEWER REPLACEMENT PROJECT PHASE 1 VICINITY MAP NOT TO SCALE SCALE: VICINITY MAP SITE 1 SITE 2 SITE 3 SITE 6 05 Instructions to Bidders Page 1 of 4 INSTRUCTIONS TO BIDDERS SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 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 or delivered bids (FedEx, UPS, USPS, etc.) will be accepted. The bids will be publicly opened and read via Zoom video conference 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 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 the bidder has any questions regarding the project, the bidder may: Submit questions via email to jnewman@rentonwa.gov. The bidder shall include “Bid Question – SSRP Ph 1” 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 “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. 05 Instructions to Bidders Page 2 of 4 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 the successful bidder fail, or refuse to do so, the check or bid bond shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the city may request further information on particular points. 10. The bidder shall, upon request, furnish information to the city as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in 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. Prior to the start of construction, the contractor shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment 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. 05 Instructions to Bidders Page 3 of 4 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issues of the prevailing wage rates are included within these specifications under section titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2024 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the city, the Bidder may make such subsurface explorations and investigations as they see fit. 05 Instructions to Bidders Page 4 of 4 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. 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 guarantee at least 5 percent of the total amount of the bid, including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted Minority Business/Woman Business Enterprise Subcontractors List (if required)? ❑ Have you submitted the Subcontractors List (if required)? ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified Receipt of Addenda, if any? ❑ Have you submitted Department of Labor and Industries Certificate of Registration Form? 06 Call for Bids Page 1 of 2 CITY OF RENTON CALL FOR BIDS SANITARY SEWER REPLACEMENT PROJECT PHASE 1 CAG-24-105 WWP-27-04078 Sealed bids will be received until 1 pm, Thursday, 7/11/2024 at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, USPS, FedEx, or UPS delivered bids will be accepted. Please include the bidder’s name, address, and the name of the project on the envelope. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 2 pm, Thursday, 07/11/2024 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via videoconference by: • Clicking this link to join the Zoom meeting: https://us02web.zoom.us/j/83403258507?pwd=NKaXZMTYgBZb9FRSinINGRkcApqeOZ.1 • Using the Zoom app: Meeting ID:834 0325 8507; Password: 757597 • Via telephone by dialing: 1-253-215-8782, followed by 83403258507#,,,,*757597# • Zoom is free to use and is available at https://zoom.us/. 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: • Furnish and install approximately 740 - linear feet of 8-inch sewer main, including 8-inch cleanout(s). • Furnish and install approximately 10 - linear feet of 12-inch sewer main. • Furnish and install one Type 1 48-in Diameter manhole. • Trench excavation, including removal and abandonment of existing utilities, disposal of excavated material, shoring, removal of existing unsuitable material, and dewatering. • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, and sidewalks. • Installing and maintaining adequate TESC measures and restoring all disturbed areas. • Temporary traffic control measures following the contract documents and applicable City of Renton and MUTCD standards. • CCTV inspection of sewer mains. • Bypass pumping. The estimated project cost is between $680,000 and $780,000. 06 Call for Bids Page 2 of 2 A total of 100 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 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/or all bids and to waive any and/or all informalities. Bid documents will be available 6/12/2024. Plans, specifications, addenda, and the plan holders list for this project are available online 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”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builders Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. Women and Minority Business Enterprises (WMBE) are encouraged to bid. The city's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Questions about the project shall be addressed to Jesse Newman, Public Works Department, at 1- 425-757-7778 or jnewman@rentonwa.gov. Jason A. Seth, CMC, City Clerk Published or expected publish date: Daily Journal of Commerce 6/12/2024 Daily Journal of Commerce 6/19/2024 Daily Journal of Commerce 6/26/2024 Daily Journal of Commerce 7/03/2024 City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 1 CAG-24-105 ______________________________________________________________________________ SUBMITTAL FORMS Proposal & Combined Affidavit & Certificate Form SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the schedule of prices. The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND 07 Combined Prop and Triple Form 4078 MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Signature of Authorized Representative of Bidder*: _______________________________________ Printed Name: ____________________________ Title: _______________________________________ Address: __________________________________________________________________________________ Contact Name (please print): ________________________________________________________________ Phone: ____________________________________ Email: _______________________________________ *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If business is a CORPORATION, please complete this section: Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): 07 Combined Prop and Triple Form 4078 Proposal & Affidavit/Certificate - Page 3 of 4 INDIVIDUAL FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ___________ before me personally appeared ____________________ to me known to be the individual(s) described in and who executed the foregoing instrument, and acknowledged under oath that ________________ (he/she/they) signed and sealed the same as ______________________ (his, her, their) free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ CORPORATION FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ______________ before me personally appeared __________________ to me known to be the __________________ (President, Secretary, Treasurer) of the corporation that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that _________ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ 07 Combined Prop and Triple Form 4078 Proposal & Affidavit/Certificate - Page 4 of 4 PARTNERSHIP FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ______________ before me personally appeared __________________ to me known to be a General Partner of the partnership known as ________________________ that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said partnership, for the uses and purposes therein mentioned, and on oath stated that _________ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ LIMITED LIABILITY COMPANY (LLC) FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ____________________, 20___, before me personally appeared _________________________ to me known to be a Managing Member of the Limited Liability Company known as _______________________________ and that he/she/they executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on oath stated that _________ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ 08 Proposal Bid Bond Form Approved by City Attorney Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ____________________of [address] _______________________________________________________as Principal, and [Surety] ____________________________________________________________________________________ a corporation duly organized under the laws of the State of , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project, to wit: SANITARY SEWER REPLACEMENT PROJECT PHASE I, WWP-27-04078 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this _________________________________ day of __________________________ , ________. ________________________________ ________________________________ [Principal] [Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] _____________________________ By:_____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ ________________________________ ________________________________ [Telephone Number] 09 DOLI Certificate of Registration Page 1 of 1 CERTIFICATE OF REGISTRATION DEPARTMENT OF LABOR & INDUSTRIES SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 Name on Registration: ___________________________________________________________ Registration Number: ___________________________________________________________ Expiration Date: ____________________________________________________________ Note: A copy of the certificate will be requested as part of contract execution when project is awarded. CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 1 CAG-24-105 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM APPROX.UNIT PRICE TOTAL AMOUNT NO.QUANTITY Dollars Cents Dollars Cents 1 1 LS _______________ Per LS _________________ 2 1 LS _______________ Per LS _________________ 3 1 LS _______________ Per LS _________________ 4 4 EA _______________ Per EA _________________ 5 1 ALLOW _______________ Per ALLOW _________________ 6 1 LS _______________ Per LS _________________ 7 1 LS _______________ Per LS _________________ 8 25 CY _______________ Per CY _________________ 9 1330 CY _______________ Per CY _________________ 10 150 TON _______________ Per TON _________________ 11 133 TON _______________ Per TON _________________ 12 116 TON _______________ Per TON _________________ 13 1 EA _______________ Per EA _________________ Select Import Backfill ITEM WITH UNIT PRICED BID Mobilization & Demobilization Trench Safety Systems Construction Surveying, Staking, and As-Built Drawings Resetting Existing Monument Minor Changes Temporary Traffic Control Erosion Control and Water Pollution Prevention Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. Crushed Surfacing Top Course 2-inch Grind and Overlay Full Depth Hot Mix Asphalt CL. 1/2 in. PG 58 H-22 Furnish and Install Manhole 48 in Diam Type 1 $55,000 CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 1 CAG-24-105 SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM APPROX.UNIT PRICE TOTAL AMOUNT NO.QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. 14 1 EA _______________ Per EA _________________ 15 740 LF _______________ Per LF _________________ 16 10 LF _______________ Per LF _________________ 17 750 LF _______________ Per LF _________________ 18 20 LF _______________ Per LF _________________ 19 20 SY _______________ Per SY _________________ 20 1 LS _______________ Per LS _________________ Note: Sales tax rate for 2024 will be 10.3%Subtotal 10.3% Sales Tax Total Furnish and Install PVC Sanitary Sewer Pipe 12 in. Diam CCTV Inspection Remove and Replace Cement Concrete Curb and Gutter Remove and Replace Cement Concrete Sidewalk Site Restoration Abandon Existing Sanitary Manhole Furnish and Install PVC Sanitary Sewer Pipe 8 in. Diam 11 Acknowledge Receipt of Addenda Page 1 of 1 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SANITARY SEWER REPLACEMENT PROJECT PHASE 1 CAG-24-105 WWP-27-04078 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ SIGNED:_________________________________________________ TITLE:_________________________________________________ NAME OF COMPANY:_________________________________________________ ADDRESS:_________________________________________________ CITY/ STATE/ ZIP:_________________________________________________ TELEPHONE:_________________________________________________ 12 Cert of Compliance with Wage Paymet Status 02-12-19 Page 1 of 1 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES This form must be submitted with the Bid Proposal SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment iss ued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 13 Subcontractor List Page 1 of 2 SUBCONTRACTOR LIST SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 In accordance with RCW 39.30-060: For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for the following work: • All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of the bid. • All structural steel installation and rebar installation subcontractors shall be submitted as part of the bid. If the work does not apply to this contract, check the box “Not Applicable”. If the work will be self-performed by the bidder, check the box “Self-Performed”. If the subcontractor’s names are not submitted with the bid OR if two or more subcontractors are named to perform the same work, the bid shall be considered nonresponsive and, therefore, void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, electrical (including automatic controls) work, structural steel installation, and rebar installation (If no subcontractors will be required, still submit the form indicating “not applicable” for each discipline) : The following list of subcontracts is due with the bid. Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor’s License No. Category of Work Plumbing (per RCW 18.106) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor’s License No. 13 Subcontractor List Page 2 of 2 Category of Work Electrical (per RCW 19.28) Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor’s License No. Category of Work Structural Steel and Rebar Installation Not Applicable ☐ Subcontractors Name Self-Performed ☐ Address Phone No. Contractor’s License No. “I certify (or declare) under penalty of perjury under the laws of the State of Washington that the information provided by bidder in the subcontractor listing form is true and correct to the best of my knowledge and belief” Signature: __________________________________________ Printed Name: _______________________________________ Date: ______________________________________________ Sanitary Sewer Replacement Project Phase 1 Page 1 of 2 Contract Bond to the CITY of Renton WWP-27-04078 03/08/2022 F clb CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of________________________________________________ US Dollars ($________________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-24-105 providing for construction of the Sanitary Sewer Replacement Project Phase 1; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. • The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. • This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. Sanitary Sewer Replacement Project Phase 1 Page 2 of 2 Contract Bond to the CITY of Renton WWP-27-04078 03/08/2022 F clb FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: • Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; • Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; • Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; • Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: 15 Fair Practices Policy Affidavit of Compliance Page 1 of 1 FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE CITY OF RENTON SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document (s) with the contract. ____________________________________________________ hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran’s status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state, and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative’s Name Print Agent/Representative’s Title Agent/Representative’s Signature Date Signed AGREEMENT CONTRACT NO. CAG-24-105 THIS AGREEMENT, made and entered into this _________ day of __________, _________ by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter Contractor name], 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 2020 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 Sanitary Sewer Replacement Project Phase I, WWP-27-04078, 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 $____________________________, 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. 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. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. Sanitary Sewer Replacement Project Phase I CAG—24-105 [Enter Date] Contract Template Updated 12/29/2017 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR: CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION: [Enter state of incorporation] CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: [Address Line 1] City of Renton [Address Line 2] 1055 South Grady Way [City, State and Zip] Renton, WA 98057 [Enter Phone Number] 1 (425) 757-7778 [Enter Fax Number or Email Address] jnewman@rentonwa.gov Attention: 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 fi rm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. 17 Retainage Selection Page 1 of 1 RETAINAGE SELECTION SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the city (non-interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the city. Other retainage fund options: __ 1. Deposited by the city in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the city and are not allowed to be withdrawn without the city’s written authorization, or __ 2. The city, at it’s option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED:_________________________________________________ PRINT NAME:_________________________________________________ COMPANY:_________________________________________________ DATE:_________________________________________________ City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 1 CAG-24-105 ______________________________________________________________________________ REFERENCE INFORMATION AND SPECIAL PROVISIONS 18 State Prevailing Wages Reference 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 July 11, 2024. 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. 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: Revised 6/8/23 •$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. •Proof of Workers’ Compensation 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, Workers’ Compensation, nor Cyber Insurance. •The Certificate Holder should read: •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. Direct any questions, comments, or concerns to: Krista Kolaz, Risk Management 425-430-7669 kkolaz@rentonwa.gov City of Renton ATTN: [your City contact’s name & department] 1055 South Grady Way Renton, WA 98057 20 Traffic Control Information Page 1 of 1 TRAFFIC CONTROL SANITARY SEWER REPLACEMENT PROJECT PHASE I CAG-24-105 WWP-27-04078 The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan and obtain city 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 at: https://rentonwa.gov/cms/one.aspx?portalId=7922741&pageId=9340500 Typical details for lane closures are attached in Volume 2 of the Bidset, Contract Plans, sheets 19 through 22. 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. Renton Sewer Replacement Project Phase 1 Table of Contents - i WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) RENTON SEWER REPLACEMENT PROJECT PHASE 1 – SPECIAL PROVISIONS TTablee off Contentss DIVISION 1 General Requirements........................................................................................................... 1 1-01 Definitions And Terms ..................................................................................................................... 1 1-01.1 General........................................................................................................................................... 1 1-01.3 Definitions...................................................................................................................................... 1 1-02 Bid Procedures And Conditions........................................................................................................ 3 1-02.1 Prequalification of Bidders............................................................................................................. 3 1-02.2 Plans and Specifications................................................................................................................. 3 1-02.5 Proposal Forms .............................................................................................................................. 4 1-02.6 Preparation of Proposal................................................................................................................. 4 1-02.7 Bid Deposit..................................................................................................................................... 5 1-02.9 Delivery of Proposal....................................................................................................................... 5 1-02.12 Public Opening of Proposals ........................................................................................................ 5 1-02.14 Disqualification of Bidders........................................................................................................... 6 1-02.15 Pre Award Information ................................................................................................................ 6 1-03 Award And Execution Of Contract ................................................................................................... 7 1-03.2 Award of Contract.......................................................................................................................... 7 1-03.3 Execution of Contract..................................................................................................................... 7 1-03.4 Contract Bond................................................................................................................................ 8 1-03.7 Judicial Review............................................................................................................................... 8 1-04 Scope Of Work................................................................................................................................. 8 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda..... 8 Digitally signed by Austin M. Wong Contact Info: Carollo Engineers, Inc. Date: 2024.06.06 10:29:07-07'00' Renton Sewer Replacement Project Phase 1 Table of Contents - ii WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-05 Control Of Work ............................................................................................................................ 10 1-05.4(1) Contractor Supplied Surveying ................................................................................................ 11 1-05.4(2) Contractor Provided As-Built Information ............................................................................... 11 1-05.7 Removal of Defective and/or Unauthorized Work ....................................................................... 12 1-05.10 Guarantees ................................................................................................................................. 13 1-05.11 Final Inspection .......................................................................................................................... 13 1-05.11(1) Substantial Completion Date ................................................................................................. 13 1-05.11(2) Final Inspection and Physical Completion Date ..................................................................... 14 1-05.11(3) Operational Testing ............................................................................................................... 14 1-05.12 Final Acceptance ........................................................................................................................ 15 1-05.13 Superintendents, Labor and Equipment of Contractor .............................................................. 15 1-05.14 Cooperation with Other Contractors ......................................................................................... 15 1-05.16 Water and Power ....................................................................................................................... 15 1-05.17 Oral Agreements ........................................................................................................................ 15 1-05.18 Contractor's Daily Diary ............................................................................................................. 15 1-06 Control Of Material ....................................................................................................................... 17 1-06.1 Approval of Materials Prior to Use .............................................................................................. 17 1-06.2(1) Samples and Tests for Acceptance ........................................................................................... 17 1-06.2(2) Statistical Evaluation of Materials for Acceptance .................................................................. 17 1-06.6 Recycled Materials ....................................................................................................................... 17 1-07 Legal Relations And Responsibilities To The Public ......................................................................... 17 1-07.1 Laws to be Observed .................................................................................................................... 17 1-07.2 State Sales Tax ......................................................................................................................... 18 1-07.2(1) General .................................................................................................................................... 18 1-07.2(2) State Sales Tax – Rule 171 ....................................................................................................... 18 1-07.2(2) State Sales Tax – Rule 170 ....................................................................................................... 19 1-07.2(4) Services .................................................................................................................................... 19 1-07.4 Sanitation ..................................................................................................................................... 19 1-07.4(2) Health Hazards ........................................................................................................................ 19 1-07.6 Permits and Licenses .................................................................................................................... 20 1-07.9 Wages ............................................................................................................................................. 21 1-07.9(5) Required Documents ............................................................................................................... 21 1-07.11 Requirements for Non-Discrimination .......................................................................................... 21 Renton Sewer Replacement Project Phase 1 Table of Contents - iii WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-07.11(11) City of Renton Affidavit of Compliance ................................................................................ 21 1-07.12 Federal Agency Inspection ......................................................................................................... 21 1-07.13 Contractor’s Responsibility for Work ............................................................................................ 21 1-07.13(1) General .................................................................................................................................. 21 1-07.15 Temporary Water Pollution Prevention ........................................................................................ 21 1-07.16 Protection and Restoration of Property ........................................................................................ 23 1-07.16(1) Private/Public Property ......................................................................................................... 23 1-07.17 Utilities and Similar Facilities ........................................................................................................ 25 1-07.17(3) Site Specific Potholing ............................................................................................................ 26 1-07.17(4) Interruption of Services ......................................................................................................... 26 1-07.17(5) Resolution of Utility Conflicts ................................................................................................ 27 1-07.18 Public Liability and Property Damage Insurance .......................................................................... 27 1-07.18(1) General .................................................................................................................................. 27 1-07.18(2) Coverages .............................................................................................................................. 28 1-07.18(3) Limits ..................................................................................................................................... 29 1-07.18(4) Evidence of Insurance: ........................................................................................................... 30 1-07.22 Use of Explosives ........................................................................................................................... 30 1-07.23 Public Convenience and Safety ..................................................................................................... 30 1-07.23(1) Construction Under Traffic .................................................................................................... 30 1-07.23(2) Construction and Maintenance of Detours ........................................................................... 32 1-07.24 Rights-of-Way ............................................................................................................................ 32 1-07.28 Confined Space Entry ................................................................................................................. 33 1-08 Prosecution And Progress .............................................................................................................. 33 1-08.0 Preliminary Matters ..................................................................................................................... 33 1-08.0(1) Preconstruction Conference..................................................................................................... 33 1-08.0(2) Hours of Work .......................................................................................................................... 35 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees .................................. 35 1-08.1 Subcontracting ............................................................................................................................. 36 1-08.2 Assignment .................................................................................................................................. 36 1-08.3 Progress Schedule ........................................................................................................................ 36 1-08.4 Notice to Proceed and Prosecution of the Work .......................................................................... 37 1-08.5 Time For Completion .................................................................................................................... 37 1-08.6 Suspension of Work ...................................................................................................................... 39 Renton Sewer Replacement Project Phase 1 Table of Contents - iv WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-08.7 Maintenance During Suspension ................................................................................................. 40 1-08.9 Liquidated Damages .................................................................................................................... 40 1-08.11 Contractor's Plant and Equipment ............................................................................................. 40 1-08.12 Attention to Work ...................................................................................................................... 40 1-09 Measurement And Payment .......................................................................................................... 40 1-09.1 Measurement of Quantities ......................................................................................................... 40 1-09.3 Scope of Payment ......................................................................................................................... 42 1-09.6 Force Account ............................................................................................................................... 42 1-09.7 Mobilization ................................................................................................................................. 42 1-09.9 Payments ..................................................................................................................................... 43 1-09.9(1) Retainage ................................................................................................................................. 43 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts ................................ 44 1-09.9(3) Final Payment .......................................................................................................................... 45 1-09.11 Disputes and Claims ................................................................................................................... 46 1-09.11(2) Claims .................................................................................................................................... 46 1-09.11(3) Time Limitations and Jurisdiction .......................................................................................... 46 1-09.13 Claims and Resolutions .............................................................................................................. 46 1-09.13(3) Claims $250,000 or Less ........................................................................................................ 46 1-09.13(3)A Administration of Arbitration .............................................................................................. 46 1-09.13(3)B Procedures to Pursue Arbitration ........................................................................................ 46 1-09.14 Payment Schedule ...................................................................................................................... 47 1-09.14(1) Scope ..................................................................................................................................... 47 1-09.14(2) Bid Items ................................................................................................................................ 47 1-09.14(2)A Mobilization & Demobilization (Bid Item 1) ........................................................................ 47 1-09.14(2)B Trench Safety Systems (Bid Item 2) ..................................................................................... 48 1-09.14(2)C Construction Surveying, Staking, and As-Built Drawings (Bid Item 3)................................. 48 1-09.14(2)D Resetting Existing Monument (Bid Item 4) ......................................................................... 49 1-09.14(2)E Minor Changes (Bid Item 5) ................................................................................................. 50 1-09.14(2)F Temporary Traffic Control (Bid Item 6) ................................................................................ 50 1-09.14(2)G Erosion Control and Water Pollution Prevention (Bid Item 7) ............................................ 50 1-09.14(2)H Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul (Bid Item 8).. 51 1-09.14(2)I Select Imported Backfill (Bid Item 9) .................................................................................... 51 1-09.14(2)J Crushed Surfacing Top Course (Bid Item 10) ........................................................................ 52 Renton Sewer Replacement Project Phase 1 Table of Contents - v WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-09.14(2)K 2-inch Grind and Overlay (Bid Items 11) ............................................................................. 52 1-09.14(2)L Hot Mix Asphalt CL. 1/2 in. PG 58 H-22 (Bid Item 12) ......................................................... 53 1-09.14(2)M Furnish and Install Manhole 48 in Diam Type 1 (Bid Item 13) ........................................... 53 1-09.14(2)N Abandon Existing Sanitary Manhole (Bid Item 14) ............................................................. 54 1-09.14(2)O Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam. (Bid Item 15)............................... 54 1-09.14(2)P Furnish and Install PVC Sanitary Sewer Pipe 12 In. Diam. (Bid Item 16) ............................. 55 1-09.14(2)Q CCTV Inspection (Bid Item 17) ............................................................................................. 56 1-09.14(2)R Remove and Replace Cement Concrete Curb and Gutter (Bid Item 18) .............................. 56 1-09.14(2)S Remove and Replace Cement Concrete Sidewalk (Bid Item 19) .......................................... 56 1-09.14(2)T Site Restoration (Bid Item 20) .............................................................................................. 57 1-10 Temporary Traffic Control .............................................................................................................. 58 1-10.1 General ......................................................................................................................................... 58 1-10.2(1)B Traffic Control Supervisor ...................................................................................................... 59 1-10.2(2) Traffic Control Plans ................................................................................................................ 60 1-10.2(4) King County Metro Transit Requirements ................................................................................ 60 1-10.3 Traffic Control Labor, Procedure, and Devices ............................................................................. 60 1-10.3(3) Traffic Control Devices ............................................................................................................. 61 1-10.3(3)A Construction Signs ................................................................................................................. 61 1-10.4 Measurement ............................................................................................................................... 61 1-11 Renton Surveying Standards .......................................................................................................... 61 1-11.1(1) Responsibility for Surveys ........................................................................................................ 61 1-11.1(2) Survey Datum and Precision .................................................................................................... 61 1-11.1(3) Subdivision Information ........................................................................................................... 62 1-11.1(4) Field Notes ............................................................................................................................... 62 1-11.1(5) Corners and Monuments ......................................................................................................... 62 1-11.1(6) Control or Base Line Survey ..................................................................................................... 63 1-11.1(7) Precision Levels ........................................................................................................................ 63 1-11.1(8) Radial and Station -- Offset Topography ................................................................................. 63 1-11.1(9) Radial Topography ................................................................................................................... 64 1-11.1(10) Station--Offset Topography ................................................................................................... 64 1-11.1(11) As-Built Survey ....................................................................................................................... 64 1-11.1(12) Monument Setting and Referencing ...................................................................................... 64 1-11.2 Materials ...................................................................................................................................... 65 Renton Sewer Replacement Project Phase 1 Table of Contents - vi WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-11.2(1) Property/Lot Corners ............................................................................................................... 65 1-11.2(2) Monuments ............................................................................................................................. 65 1-11.2(3) Monument Case and Cover ..................................................................................................... 65 DIVISION 2 Earthwork ........................................................................................................................... 66 2-01 Clearing, Grubbing, And Roadside Cleanup ................................................................................... 66 2-01.1 Description ................................................................................................................................... 66 2-01.2 Disposal of Usable Material and Debris ....................................................................................... 66 2-02 Removal Of Structure And Obstructions ........................................................................................ 66 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ............................................................ 66 2-03 Roadway Excavation And Embankment ........................................................................................ 66 2-03.3 Construction Requirements .......................................................................................................... 66 2-04 Haul .............................................................................................................................................. 67 2-04.5 Payment ....................................................................................................................................... 67 2-06 Subgrade Preparation ................................................................................................................... 68 2-06.2 Subgrade to be Incidental ............................................................................................................ 68 2-09 Structure Excavation ..................................................................................................................... 68 2-09.1 Description ................................................................................................................................... 68 2-09.3(1)D Disposal of Excavated Material ............................................................................................. 68 2-09.3(3)D Shoring and Cofferdams ........................................................................................................ 68 DIVISION 5 Surface Treatments and Pavements .................................................................................... 70 5-04 Hot Mix Asphalt (January 31, 2023 APWA GSP) ............................................................................. 70 5-04.3(3) A Mixing Plant ......................................................................................................................... 73 5-04.3(3)B Hauling Equipment ................................................................................................................ 74 5-04.3(3)C Pavers .................................................................................................................................... 75 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle ......................................................... 75 5-04.3(3)E Rollers .................................................................................................................................... 76 5-04.3(4) Preparation of Existing Paved Surfaces ...................................................................................... 76 5-04.3(4)A Crack Sealing ......................................................................................................................... 77 5-04.3(4)A1 General ................................................................................................................................ 77 5-04.3(4)A2 Crack Sealing Areas Prior to Paving .................................................................................... 78 5-04.3(4)A3 Crack Sealing Areas Not to be Paved .................................................................................. 78 5-04.3(4)B Vacant ................................................................................................................................... 78 5-04.3(4)C Pavement Repair ................................................................................................................... 78 Renton Sewer Replacement Project Phase 1 Table of Contents - vii WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(5) Producing/Stockpiling Aggregates and RAP .............................................................................. 79 5-04.3(5)A Vacant ................................................................................................................................... 79 5-04.3(6) Mixing ......................................................................................................................................... 79 5-04.3(7) Spreading and Finishing ............................................................................................................. 80 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA .............................................................. 80 5-04.3(9) HMA Mixture Acceptance .......................................................................................................... 80 5-04.3(9)A Vacant ...................................................................................................................................... 82 5-04.3(9)B Vacant ....................................................................................................................................... 82 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ..................................................................... 82 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ......................................................... 82 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling ....................................................................... 82 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ..................................................... 83 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ................................................................. 83 5-04.3(9)C5 Vacant .................................................................................................................................. 83 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments ...................................................... 83 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests ........................................................................ 84 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation ....................................................................... 84 5-04.3(10) HMA Compaction Acceptance .................................................................................................. 84 5-04.3(10)A HMA Compaction – General Compaction Requirements ...................................................... 85 5-04.3(10)B HMA Compaction – Cyclic Density ...................................................................................... 86 5-04.3(10)D HMA Nonstatistical Compaction ......................................................................................... 86 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots ......................................................... 86 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing .................................. 86 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments ...................................................... 86 5-04.3(11) Reject Work .............................................................................................................................. 87 5-04.3(11)A Reject Work General............................................................................................................ 87 5-04.3(11)B Rejection by Contractor ....................................................................................................... 87 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) ........................................................... 87 5-04.3(11)D Rejection - A Partial Sublot .................................................................................................. 87 5-04.3(11)E Rejection - An Entire Sublot ................................................................................................. 88 5-04.3(11)F Rejection - A Lot in Progress ................................................................................................ 88 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) ............................................................. 88 5-04.3(12) Joints ......................................................................................................................................... 88 Renton Sewer Replacement Project Phase 1 Table of Contents - viii WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(12)A HMA Joints .......................................................................................................................... 88 5-04.3(12)A1 Transverse Joints ............................................................................................................... 88 5-04.3(12)A2 Longitudinal Joints ............................................................................................................ 88 5-04.3(12)B Bridge Paving Joint Seals ..................................................................................................... 89 5-04.3(12)B1 HMA Sawcut and Seal ....................................................................................................... 89 5-04.3(12)B2 Paved Panel Joint Seal ....................................................................................................... 89 5-04.3(13) Surface Smoothness ................................................................................................................. 89 5-04.3(14) Planing (Milling) Bituminous Pavement ................................................................................... 90 5-04.3(14)A Pre-Planing Metal Detection Check ..................................................................................... 91 5-04.3(14)B Paving and Planing Under Traffic .......................................................................................... 91 5-04.3(14)B1 General .............................................................................................................................. 91 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan ................................................................ 92 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing .................................................................................... 93 5-04.3(15) Sealing Pavement Surfaces ...................................................................................................... 94 5-04.3(16) HMA Road Approaches ............................................................................................................ 94 5-04.3(17) Construction Joint Sealing ........................................................................................................ 95 5-04.3(18) Incidental Uses for HMA ........................................................................................................... 95 5-04.3(19) Edge of Pavement Alignment ................................................................................................... 95 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade ................................................ 95 5-04.3(21) Temporary Pavement Marking ................................................................................................ 95 5-05 Cement Concrete Pavement .......................................................................................................... 96 5-05.1 Description ................................................................................................................................... 96 5-05.2 Materials ...................................................................................................................................... 96 5-05.3 Construction Requirements .......................................................................................................... 96 5-05.3(8) Joints ........................................................................................................................................ 97 5-05.3(8)D Isolation Joints ...................................................................................................................... 97 5-05.3(8)E Sealing Through Joints ........................................................................................................... 98 5-06 Permanent Pavement Patching And Overlay ................................................................................. 98 5-07 Temporary Restoration In Pavement Area ................................................................................... 100 5-07.1 Description ................................................................................................................................. 100 5-07.2 Materials .................................................................................................................................... 100 5-07.3 Construction Requirements ........................................................................................................ 100 Renton Sewer Replacement Project Phase 1 Table of Contents - ix WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits ............ 101 7-05 Manholes, Inlets, And Catch Basins ............................................................................................. 101 7-05.2 Materials .................................................................................................................................... 101 7-05.3 Construction Requirements ........................................................................................................ 101 7-05.3(1) Adjusting Manholes and Catch Basins to Grade ................................................................... 101 7-05.3(4) Drop Manhole Connection ..................................................................................................... 102 7-05.3(5) Manhole Coatings ................................................................................................................. 102 7-06 Construction Dewatering ............................................................................................................. 103 7-06.1 Description ................................................................................................................................. 103 7-06.1(1) Design Requirements ............................................................................................................. 103 7-06.1(2) Scope ..................................................................................................................................... 103 7-08 General Pipe Installation Requirements ....................................................................................... 104 7-08.3 Construction Requirements ........................................................................................................ 104 7-08.3(1)A Trenches .............................................................................................................................. 104 7-08.3(1)C Bedding the Pipe.................................................................................................................. 105 7-08.3(1)D Pipe Foundation .................................................................................................................. 105 7-08.3(2)A Survey Line and Grade......................................................................................................... 106 7-08.3(2)B Pipe Laying – General .......................................................................................................... 106 7-08.3(2)E Rubber Gasketed Joints ....................................................................................................... 107 7-08.3(2)H Sewer Line Connections....................................................................................................... 107 7-08.3(3)A Backfilling Pipe Trenches ..................................................................................................... 107 7-17 Sanitary Sewers ........................................................................................................................... 108 7-17.2 Materials .................................................................................................................................... 108 7-17.3 Construction Requirements ........................................................................................................ 108 7-17.3(1)A Temporary Sewer Bypass Systems ....................................................................................... 109 7-17.3(2)H Television Inspection ........................................................................................................... 110 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes ................................................................................ 110 7-18 Side Sewers ................................................................................................................................. 111 7-18.3(2) Fittings ................................................................................................................................... 111 7-18.3(3) Testing ................................................................................................................................... 111 7-18.3(5) End Pipe Marker .................................................................................................................... 111 7-19 Sewer Cleanouts .......................................................................................................................... 111 7-19.3 Construction Requirements ........................................................................................................ 111 Renton Sewer Replacement Project Phase 1 Table of Contents - x WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 7-19.4 Measurement ............................................................................................................................. 111 DIVISION 8 Miscellaneous Construction .............................................................................................. 112 8-02 Roadside Restoration .................................................................................................................. 112 8-02.3(4)A Topsoil Type A ...................................................................................................................... 112 8-02.3(16) Lawn Installation ................................................................................................................. 112 8-02.3(16)A Lawn Installation ............................................................................................................... 112 8-02.3(16)A1 Qualifications of Workmen ............................................................................................. 112 8-02.3(16)A2 Submittals ....................................................................................................................... 112 8-02.3(16)A2a Certification of Material ................................................................................................ 112 8-02.3(16)A2b Manufacturer’s Certificates of Conformance ................................................................ 112 8-02.3(16)A2c Schedule for Installation ................................................................................................ 112 8-02.3(16)A3 Product Handling ............................................................................................................ 113 8-02.3(16)A4 Site Information .............................................................................................................. 113 8-02.3(16)A5 Sod ................................................................................................................................... 113 8-02.3(16)A5a Other Materials ............................................................................................................. 113 8-02.3(16)A6 Execution ......................................................................................................................... 113 8-02.3(16)A6a Installation Preparation ................................................................................................ 113 8-02.3(16)A6b Sod Installation ............................................................................................................. 114 8-02.3(16)B Lawn Establishment .......................................................................................................... 114 8-02.3(16)B Lawn Establishment and Final Acceptance ....................................................................... 114 8-02.3(16)B1 Establishment Period ....................................................................................................... 114 8-02.3(16)B2 Guarantee ....................................................................................................................... 114 8-02.3(16)B3 Final Acceptance .............................................................................................................. 115 8-05 Pre- And Post- Construction Photographs And Video Inspection .................................................. 115 8-05.1 Materials .................................................................................................................................... 115 8-05.2 Construction Requirements ........................................................................................................ 115 8-09 Raised Pavement Markers ........................................................................................................... 116 8-09.5 Payment ..................................................................................................................................... 116 8-13 Monument Cases ......................................................................................................................... 116 8-13.1 Description ................................................................................................................................. 116 8-13.3 Construction Requirements ........................................................................................................ 116 8-13.4 Measurement ............................................................................................................................. 116 8-13.5 Payment ..................................................................................................................................... 116 Renton Sewer Replacement Project Phase 1 Table of Contents - xi WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 8-14 Cement Concrete Sidewalks ......................................................................................................... 116 8-14.3 Construction Requirements ........................................................................................................ 116 8-14.3(4) Curing .................................................................................................................................... 117 8-22 Pavement Marking ...................................................................................................................... 117 8-22.1 Description ................................................................................................................................. 117 8-22.3(5) Installation Instructions ......................................................................................................... 118 8-22.3(6) Removing Pavement Markings ................................................................................................ 118 8-23 Temporary Pavement Markings .................................................................................................. 118 8-23.5 Payment ..................................................................................................................................... 118 DIVISION 9 Materials .......................................................................................................................... 119 9-03 Aggregates .................................................................................................................................. 119 9-03.8 Aggregates for Hot Mix Asphalt ................................................................................................ 119 9-03.8(7) HMA Tolerances and Adjustments ......................................................................................... 119 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) ........................... 119 9-05 Drainage Structures And Culverts ............................................................................................... 120 9-05.12 Polyvinyl Chloride (PVC) Pipe ................................................................................................... 120 9-05.20(3) Fittings and Gaskets ............................................................................................................ 120 9-05.20(4) Installation ........................................................................................................................... 120 9-05.50 Manholes .................................................................................................................................. 120 9-05.52 Dense Foam ............................................................................................................................... 121 9-08 Paints And Related Materials ...................................................................................................... 121 9-08.9 Manhole Coating System Products ............................................................................................ 121 9-08.9(1) Coating Systems Specification ............................................................................................... 121 9-23 Concrete Curing Materials And Admixtures ................................................................................. 121 9-23.9 Fly Ash (RC) ................................................................................................................................ 121 ATTACHMENT A Construction Information Center Bus Stop/Route Impact Request Form .................... 122 Renton Sewer Replacement Project Phase 1 Special Provisions - xii WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Special Provisions The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2024 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”) The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSP) 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. 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 Plans, City of Renton Public Works Department, Current Edition •Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. Renton Sewer Replacement Project Phase 1 Special Provisions - 1 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 1 General Requirements 1-01 Definitions And Terms 1-01.1 General Section 1-01.1 is supplemented with the following: (******) Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. 1-01.3 Definitions Section 1-01.3 is revised and supplemented with the following: (******) Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an Act of God. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Revise “change orders, and subsurface boring logs (if any).” in the final paragraph to “change orders, Geotechnical Engineering Report, and other technical documents included in the bid package.” Contract Documents See definition for “Contract”. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest 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, Renton Sewer Replacement Project Phase 1 Special Provisions - 2 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. 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. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Contracting Agency for the construction engineering of a specific public works project. Inspector The Contracting Agency ’s authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency’s acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Contracting Agency shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as “Contract Bond” defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Plans" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Renton Sewer Replacement Project Phase 1 Special Provisions - 3 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Points Wherever reference is made to the Engineer’s points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. Provide Means “furnish and install” as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as “Working Drawings” defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Standard Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 Bid Procedures And Conditions 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: (******) Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 4 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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”) and contract provisions 4 Furnished automatically upon award Large Plans (22” x 34”) 4 Furnished only upon request 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with the following: (******) 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 paragraph, and replace it with the following: (******) 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). Renton Sewer Replacement Project Phase 1 Special Provisions - 5 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) A bid by a partnership shall be executed in the partnership name and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section: (******) Vendors should, in the bid proposal, clearly identify any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.56.210, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: (******) Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 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 form included in the Contract Provision. 1-02.9 Delivery of Proposal Replace first paragraph with: (******) Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Call for Bids, or as otherwise stated in the Bid Documents. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to potential bidders will be by addenda. 1-02.13 Irregular Proposals Revise item 1 to read: (******) 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; Renton Sewer Replacement Project Phase 1 Special Provisions - 6 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women’s Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders Delete this section in its entirety and replace with the following: (******) 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: (******) Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 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 time required for the various phases of Work; Renton Sewer Replacement Project Phase 1 Special Provisions - 7 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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 and/or county where the Work is located; 7. A copy of State of Washington Contractor’s Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 Award And Execution Of Contract 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: (******) All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented with the following: (******) Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both, the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. Renton Sewer Replacement Project Phase 1 Special Provisions - 8 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-03.4 Contract Bond Revise the first paragraph to read: (******) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 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 must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: (******) The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency’s headquarters are located. 1-04 Scope Of Work 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Contracting Agency’s Standard Plans (if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Renton Sewer Replacement Project Phase 1 Special Provisions - 9 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented as follows: (******) Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for “Minor Change” in the Proposal to become a part of the total bid by the Contractor. 1-04.6 Variation in Estimated Quantities Section 1-04.6 is supplemented as follows: The quantities for the following bid items have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications: • Reset Existing Monument • Unsuitable Foundation Excavation Including Haul • Gravel Backfill (Bank Run Gravel) • Crushed Surfacing Top Course • 2-inch Grind and Overlay • Full Depth HMA CL. 1/2 in. PG 58 H-22 • Manhole 48 in Diam Type 1 • Adjust Catch Basin • PVC Sanitary Sewer Pipe 6 In. Diam. • PVC Sanitary Sewer Pipe 8 In. Diam. • PVC Sanitary Sewer Pipe 12 In. Diam. • CCTV Inspection • Cement Conc. Traffic Curb and Gutter • Cement Concrete Sidewalk • Site Restoration 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented with the following: (******) Prior to progress payments, the Contractor is encouraged to provide to the Engineer an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented with the following: (******) All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. Renton Sewer Replacement Project Phase 1 Special Provisions - 10 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-04.12 Contractor-Discovered Discrepancies Section 1-04.12 is a new section: (******) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission with respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions with respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-05 Control Of Work 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (******) If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in this section and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these Renton Sewer Replacement Project Phase 1 Special Provisions - 11 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) field notes shall be provided to the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(1) Contractor Supplied Surveying Section 1-05.4(1) is a new section: (******) When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for providing As-Built Information for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built Information for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built Information and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built Information and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and provide As-Built Information shall be included in the lump sum price for "Construction Surveying, Staking, and As-Built Information." 1-05.4(2) Contractor Provided As-Built Information Section 1-05.4(2) is a new section: (******) It shall be the contractor’s responsibility to record the location prior to backfilling of the trenches, by centerline station and offset, or northings and eastings using Renton’s datum in section 1-11.1(2) Survey Datum and Precision, and depth below existing grade, of all existing utilities uncovered or crossed during their Work as covered under this project. It shall be the Contractor’s responsibility to have their Surveyor locate each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. Renton Sewer Replacement Project Phase 1 Special Provisions - 12 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City electronic files , both AutoCad and pdf files of the project drawings, containing the surveyor’s as-built information and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities. This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Built Information", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented with the following: (******) Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Contracting Agency, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Contracting Agency 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. In that case, the Contracting Agency may store removed material. 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. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Contracting Agency may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Contracting Agency may bid at any such sale. The Contractor shall be liable to the Contracting Agency for the amount of any deficiency from any funds otherwise due the Contractor. 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, the Property Owner and the Property Owner’s property. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 13 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-05.10 Guarantees Section 1-05.10 is supplemented with the following: (******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or Unauthorized Work.” The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) 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 Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor’s request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring with 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 14 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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 Section 1-05.11(2) is a new section: (******) When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule 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 1-08.5. 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 all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: (******) Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. Renton Sewer Replacement Project Phase 1 Special Provisions - 15 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: (******) The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Work . 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the last paragraph to read: (******) Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented with the following: (******) The Contractor shall afford the Contracting Agency and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor’s Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area may include, but are not limited to: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. CenturyLink 4. City of Renton (water, wastewater, surface water, transportation) 5. Comcast 6. Private contractors employed by adjacent property owners 1-05.16 Water and Power Section 1-05.16 is a new Section: (******) The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a separate pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets, or in a commonly-accepted electronic format. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. Renton Sewer Replacement Project Phase 1 Special Provisions - 16 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Contracting Agency, or any third party in any manner. 5. Listing of any materials received and stored on or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Contracting Agency or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book, if necessary, to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Contracting Agency that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Contracting Agency’s representative on the job site will also complete a Daily Construction Report. Renton Sewer Replacement Project Phase 1 Special Provisions - 17 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-06 Control Of Material 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented with the following: (******) The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented with the following: (******) The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.2(2) is supplemented by with the following: (******) Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-06.6 Recycled Materials The first paragraph of Section 1-06.6 is deleted and replaced with the following: (******) The Contractor shall make an effort to utilize recycled materials in the construction of the project, however, the use of recycled materials is not a requirement of the Contract. Recycled aggregates shall not be installed as pipe zone bedding but may be allowed in the backfill zone if approved by the Engineer. 1-07 Legal Relations And Responsibilities To The Public 1-07.1 Laws to be Observed Section 1-07.1 is supplemented with the following: (******) In response to COVID, and the prospect of additional public health emergencies of a similar nature, the Contractor shall prepare a project specific comprehensive exposure control, mitigation, and recovery plan (ECMP) in conformance with Section 1-07.4 and the Washington State Governor’s Job Site Requirements, as they may be updated or amended from time to time, as well as any statutes that may be enacted related to job site protocols during a public health emergency. The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. Renton Sewer Replacement Project Phase 1 Special Provisions - 18 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures, in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: (******) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). 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(2) 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 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 19 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-07.2(2) State Sales Tax – Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) 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). 1-07.4 Sanitation 1-07.4(2) Health Hazards Section 1-07.4(2) is supplemented with the following: (******) All contractors have a general obligation to keep a safe and healthy worksite in accordance with state and federal law and must comply with worksite-specific safety practices, including but not limited to COVID-19 mitigation protocols and best-practices as outlined by relevant Gubernatorial Proclamation and/or in accordance with the Washington State Department of Labor & Industries General Requirements and Prevention Ideas for Workplaces and the Washington State Department of Health Workplace and Employer Resources & Recommendation https://www.doh.wa.gov/Coronavirus/workplace. Work on site shall not commence until the Contractor has met its obligations under relevant Gubernatorial Proclamation and Washington State Department of Labor & Industries General Requirements. Exposure Control, Mitigation, and Recovery Plan (ECMRP) The Contractor shall prepare a project specific Exposure Control, Mitigation, and Recovery Plan (ECMRP). The ECMRP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The Contractor shall update and resubmit the ECMRP as the work progresses and new activities appear on the look-ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the ECMRP. Work on any activity shall cease if conditions prevent full compliance with the ECMRP. Renton Sewer Replacement Project Phase 1 Special Provisions - 20 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The ECMRP shall address the health and safety of all people associated with the project including Contracting Agency workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall address all elements of the Washington State Governor’s Job Site Requirements. Exposure Control, Mitigation, and Recovery Plan (ECMRP) Inspection The Contractor shall grant full access to the Contracting Agency for ECMRP Inspections. The Contracting Agency will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the ECMRP plan. If the Contracting Agency becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately. The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. If a suspension is necessary, the Contractor shall satisfy the Contracting Agency that the noncompliance incident has been corrected before the suspension will end. Any loss of production associated with implementation of the plan, or as precipitated by the Governor’s Job Site Requirements, shall be included and accounted for when developing the Bid package. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (******) The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Contracting Agency. The Contractor is required to indemnify the Contracting Agency from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Contracting Agency is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Contracting Agency thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deducted from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor’s own cost. Renton Sewer Replacement Project Phase 1 Special Provisions - 21 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: (******) The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project’s funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is a new section: (******) Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented with the following: (******) During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution Prevention Delete this section in its entirety and replace with the following: (******) The Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final SWPPP. The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington Renton Sewer Replacement Project Phase 1 Special Provisions - 22 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. The Contractor shall also prepare a final SWPPP. The city may elect to supply the contractor a draft SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; Renton Sewer Replacement Project Phase 1 Special Provisions - 23 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPPP to the Engineer for review as specified for the original plan. The Contracting Agency will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented with the following: (******) The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of Renton Sewer Replacement Project Phase 1 Special Provisions - 24 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas, and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. Renton Sewer Replacement Project Phase 1 Special Provisions - 25 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (******) Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Contracting Agency and the Engineer by owners of such underground facilities or others, and the Contracting Agency and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Contracting Agency and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work or may be performed in conjunction with the Contract Work. 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. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Adjustments and Conflicts Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may Renton Sewer Replacement Project Phase 1 Special Provisions - 26 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) be completed before the Contractor begins Work or may be performed in conjunction with the Contract Work. 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. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. The Contractor shall include in the Base Bid all necessary communication and meetings with the utility companies, and all necessary advance notification to utility companies to keep the project on schedule and avoid delays. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(3) Site Specific Potholing Section 1-07.17(3) is a new section: (******) Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs associated with ‘waiting’ if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(4) Interruption of Services Section 1-07.17(4) is a new section: (******) Whenever, in the course of the construction operation, it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again Renton Sewer Replacement Project Phase 1 Special Provisions - 27 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Contracting Agency. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. In the event on an unplanned interruption of service, the Contractor shall be responsible for notifying the utility owner and customer immediately. The Contractor shall be solely responsible for repairing any broken utilities and/or services in a timely manner. 1-07.17(5) Resolution of Utility Conflicts Section 1-07.17(5) is a new section: (******) In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 Delete this section in its entirety and replace with the following: (******) 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48.05. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required, the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. Renton Sewer Replacement Project Phase 1 Special Provisions - 28 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional Renton Sewer Replacement Project Phase 1 Special Provisions - 29 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured’s with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business day’s 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. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Renton Sewer Replacement Project Phase 1 Special Provisions - 30 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Umbrella Liability (Required only if needed to reach minimum CGL or auto liability coverage limits. Each Occurrence Limit General Aggregate Limit Products/Completed Operations Aggregate Professional Liability (If required) Each Occurrence/ Incident/Claim Aggregate Pollution Liability (If required) to apply on a per project basis Per Loss Aggregate The City may require the Contractor to keep professional liability coverage in effect for up to two years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor’s expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented with the following: (******) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: (******) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, Renton Sewer Replacement Project Phase 1 Special Provisions - 31 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Accessibility to existing or temporary pedestrian push buttons shall not be impaired. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency’s expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency’s expense, except those damaged due to the Contractor’s operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency’s expense when approved by the Engineer, except when flow is impaired due to the Contractor’s operations. 6. At the request of the Contracting Agency, the contractor shall remove steel plates and temporarily backfill and patch utility trenches to allow the Contracting Agency to utilize equipment for snow and ice removal through the project area. This request shall be considered a change of conditions and eligible for reimbursement of costs. Section 1-07.23(1) is supplemented with the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Renton Sewer Replacement Project Phase 1 Special Provisions - 32 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners’ access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: (******) Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highways, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: (******) Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor’s attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hour’s notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, Renton Sewer Replacement Project Phase 1 Special Provisions - 33 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is a new section: (******) The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City’s Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City, including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each confined space to be entered. Never leave the confined space open and unattended. The contractor’s or consultant’s point of contact with the City in regard to confined space entry will be the City’s assigned construction inspector. 1-08 Prosecution And Progress 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: (******) 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: (******) The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. Renton Sewer Replacement Project Phase 1 Special Provisions - 34 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) After the Contract has been executed, but 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 Contractor shall prepare and submit at the preconstruction meeting: 1. Contractor's plan of operation and progress schedule (3+ copies) 2. Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 3. List of materials fabricated or manufactured off the project 4. Material sources on the project 5. Names of principal suppliers 6. Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates) 7. Weighted wage rates for all employee classifications anticipated to be used on Project 8. Cost percentage breakdown for lump sum bid item(s) 9. Shop Drawings (bring preliminary list) 10. Traffic Control Plans (3+ copies) 11. Trucking Routes 12. Temporary Water Pollution/Erosion Control Plan 13. Shoring Plans (per section 1-09.14(2)B), if applicable In addition, the Contractor shall be prepared to address: • Bonds and insurance • Project meetings – schedule and responsibilities • Provision for inspection for materials from outside sources • Responsibility for locating utilities • Responsibility for damage • Time schedule for relocations, if by other than the Contractor • Compliance with Contract Documents • Acceptance and approval of Work • Labor compliance, payrolls, and certifications • Safety regulations for the Contractors’ and the Contracting Agency's employees and representatives • Suspension of Work, time extensions • Change order procedures • Progress estimates, procedures for payment • Special requirements of funding agencies • Construction engineering, advance notice of special Work • Any interpretation of the Contract Documents requested by the Contractor • Any conflicts or omissions in Contract Documents • Any other problems or questions concerning the Work Renton Sewer Replacement Project Phase 1 Special Provisions - 35 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) • Processing and administration of public complaints • Easements and rights-of-entry • Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: (******) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. The Contractor shall submit a Night Work and Noise Mitigation Plan for approval to work between the hours of 10:00 p.m. and 7:00 a.m. detailing the extent and need for night work, the equipment which will be used, including noise levels, and measures for reducing the impact of noise. Approval to work during these hours is subject to the Engineer’s discretion and may be revoked at any time the Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work nights, Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******) Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to work overtime hours. The Contractor, by these Specifications, does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. Renton Sewer Replacement Project Phase 1 Special Provisions - 36 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-08.1 Subcontracting Revise the second paragraph to read: (******) The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented with the following: (******) Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Contracting Agency for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Contracting Agency. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is deleted and replaced with the following: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Contracting Agency. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Delete this section in its entirety and replace with the following: (******) The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain the following information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. Renton Sewer Replacement Project Phase 1 Special Provisions - 37 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Contracting Agency ’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Contracting Agency, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Contracting Agency of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Contracting Agency of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 Delete this section in its entirety and replace with the following: (******) Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Contracting Agency. The Contractor shall not commence 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. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: (******) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall begin on the Renton Sewer Replacement Project Phase 1 Special Provisions - 38 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Notice To Proceed date, or the date identified in the Notice to Proceed as “the first working day”, and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: • New Year’s Day • Martin Luther King Day • Memorial Day • June 19th (Juneteenth) • Independence Day • Labor Day • Veteran’s Day • Thanksgiving Day • the day after Thanksgiving • Christmas Day Note for holidays that land on a Saturday or Sunday: The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday, Wednesday, or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. The 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 39 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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 Engineer prior to establishing a completion date: a. Certified Payrolls per Section 1-07.9(5) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the contractor and all Subcontractors g. Property owner releases per Section 1-07.24 h. 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), as required by the Contract Provisions. Section 1-08.5 is supplemented as follows: (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented with the following: (******) Contracting Agency may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Contracting Agency to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Contracting Agency. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. Renton Sewer Replacement Project Phase 1 Special Provisions - 40 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-08.7 Maintenance During Suspension Revise the second paragraph to read: (******) At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented with the following: (******) In addition, the Contractor shall compensate the Contracting Agency for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Contracting Agency as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Contracting Agency is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Contracting Agency shall be entitled to recover its costs, including reasonable attorney’s fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: (******) The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Contracting Agency shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Contracting Agency of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Contracting Agency nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Contracting Agency. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Contracting Agency will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 Measurement And Payment 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented with the following: (******) Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each Renton Sewer Replacement Project Phase 1 Special Provisions - 41 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Driver’s name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for the Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number. 2. Truck tare weight (stamped at source). 3. Gross truckload weight in tons (stamped at source). 4. Net load weight (stamped at source). 5. Driver's name, date, and time of delivery. 6. Location for delivery by street and stationing on each street. 7. Place for the Engineer to acknowledge receipt. 8. Pay item number. 9. Contract number and/or name. Renton Sewer Replacement Project Phase 1 Special Provisions - 42 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-09.3 Scope of Payment Section 1-09.3 is supplemented with the following: (******) The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material “furnished,” but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented with the following: (******) 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 the 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. 1-09.7 Mobilization Section 1-09.7 is supplemented with the following: (******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Contracting Agency. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): “Mobilization & Demobilization,” Lump Sum. Renton Sewer Replacement Project Phase 1 Special Provisions - 43 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-09.9 Payments Delete the fourth paragraph and replace it with the following: (******) Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 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 – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented with the following: (******) Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including “red line” as-built drawings showing work installed by the contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented with the following: (******) The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Contracting Agency has no unsatisfied claims against the Contractor. In the event claims are filed, the Contracting Agency shall withhold, until such claims are Renton Sewer Replacement Project Phase 1 Special Provisions - 44 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Contracting Agency shall withhold such amount as is required to satisfy any claims by the Contracting Agency against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Contracting Agency a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Contracting Agency against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Contracting Agency all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: (******) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer’s review of the Contractor’s approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor’s approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.4. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.7). d. Failure of the Contractor to furnish a Manufacturer’s Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. Renton Sewer Replacement Project Phase 1 Special Provisions - 45 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar day period: 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(3) is a new section: (******) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 and for contracts that are Renton Sewer Replacement Project Phase 1 Special Provisions - 46 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised with the following: (******) Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised with the following: (******) …such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less 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 nonbonding 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 Administration of Arbitration 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 are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented with the following: (******) The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. Renton Sewer Replacement Project Phase 1 Special Provisions - 47 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the Contracting Agency and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in 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 include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work described in these Special Provisions and shown on the Plans. B. The Contracting Agency shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: (******) This section describes the bid items. Measurement and Payment, where described in a bid item, shall supersede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. 1-09.14(2)A Mobilization & Demobilization (Bid Item 1) Measurement for “Mobilization & Demobilization” will 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, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion as stated in Section 1-09.7 The Contractor shall prepare a Work Plan that shall include the following: A. Mobilization Plan showing the proposed location for storage of all equipment and materials. 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 48 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. B. Temporary Erosion and Sediment Control Plan for all stages of the project C. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. Schematic WSDOT Work Zone Typical Traffic Control Plans are provided in the drawings. Site specific traffic control plans must be provided by the Contactor per Standard Specification Section 1-10. D. Trench Excavation Safety Systems plan/provisions. E. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. F. Pedestrian Handling Plan. The Work Plan shall be submitted to the City for review and approval within 20 days of the contract award. Payment for “Mobilization & Demobilization” will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2024 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, Contaminated Soil and Groundwater Handling and Management Plan, safety plan, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent (10%) of the total amount of Bid for the schedule. 1-09.14(2)B Trench Safety Systems (Bid Item 2) Section 1-09.14(2)B is a new section: (******) Measurement for “Trench Safety Systems” will be per the lump sum bid price based on a percentage defined as the amount of storm/sewer/water pipelines installed divided by the total length of sewer/storm/water pipe shown to be installed in conformance with the Contract Documents and Section 2-09. Payment for “Trench Safety Systems” will be made at the measured percentage amount 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 also includes, but is 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 (Bid Item 3) Section 1-09.14(2)C is a new section: (******) Measurement for “Construction Surveying, Staking and As-Built Drawings” information will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying, staking and as-built information. Renton Sewer Replacement Project Phase 1 Special Provisions - 49 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Survey will be per Section 1-05.4 and Section 1-11. The as-built survey will be per 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 will 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 acceptance of the as-constructed information by the Engineer. 1-09.14(2)D Resetting Existing Monument (Bid Item 4) Section 1-09.14(2)D is a new section: (******) Measurement for Resetting Existing Monument shall be per each survey monument replaced, including each witness monument placed (if needed). If no survey monuments will be removed and replaced under this bid item, final payment for this item will be $0 (zero). This bid item shall also be used for new survey monument where required on the plans. Payment for Resetting Existing Monument shall be full compensation for all labor, materials, equipment, travel, surveying, documentation, permits, and replacement of each survey monument as shown on the plans required to complete this item of work in conformance with the Contract Documents. Up to 50 percent of the unit bid price for each monument will be paid after each existing monument is surveyed, and the City receives a copy of the Application to Remove a Monument submitted to the Washington State Department of Natural Resources. The remaining 50 percent of the unit bid price for each monument will be paid after each new monument is placed or replaced, a copy of the Completion Report and a new Monument Card is submitted to the City, and the City review and acceptance of the new/replaced monument and Monument Card. Resetting Existing Monument shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying Standards in Special Provisions Section 1-11. The surveyor shall comply with WAC 332-120 Survey Monuments – Removal or Destruction. Contractor shall contact Amanda Free (City of Renton) at 425-430-7369 prior to performing work. The work includes, but is not limited to: a. Locating and surveying all existing monuments and providing the City with a copy of the survey results. b. Providing the City with a copy of Application to Remove a Monument submitted to the State DNR for each monument. c. Resetting the monuments in the original positions or setting witness monuments if needed. All new monuments, discs, materials, and the work needed to set them are included. d. Providing the City with a copy of the Completion Report submitted to the State DNR for each monument. Renton Sewer Replacement Project Phase 1 Special Provisions - 50 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) e. Submitting a City Monument Card to the City showing the new monument and monument ties. Existing monument ties will be used whenever possible. New ties shall be set where needed. New monuments and monument cards are subject to City review and approval. Any corrections or resurveying needed shall be incidental. f. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing monument. 1-09.14(2)E Minor Changes (Bid Item 5) Section 1-09.14(2)E is a new section: (******) For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for Minor Change 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 Engineer. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item final payment for this item will be $0 (zero). 1-09.14(2)F Temporary Traffic Control (Bid Item 6) Section 1-09.14(2)F is a new section: (******) Measurement for “Temporary Traffic Control” will be will per the lump sum bid price and shall be based on the percentage of total Work complete, at the time of measurement in conformance with the Contract Documents. Payment for “Temporary Traffic Control” will be made at the measured percentage amount for the pay period times the lump sum bid amount. Payment will be complete compensation for preparing and submitting a site specific 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. Payment shall include but not be limited to providing for public convenience and safety, flaggers, traffic control supervisor, construction signs, detours, barricades, sequential arrow boards, a minimum of two Portable Changeable Message Signs, traffic control devices, truck-mounted attenuator, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City’s Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as-built plans. All adjustments to the Traffic Control Plan are considered incidental, and no additional payment will be made for adjustments. 1-09.14(2)G Erosion Control and Water Pollution Prevention (Bid Item 7) Section 1-09.14(2)G is a new section: (******) Measurement for “Erosion Control and Water Pollution Prevention” will be based on the lump sum bid price in conformance with the Contract Documents. Renton Sewer Replacement Project Phase 1 Special Provisions - 51 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Temporary Erosion Control measures include inlet protection (catch basin inserts), cleaning catch basins, filter fabric fencing, construction entrance, straw mulch, plastic sheeting, etc. at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall provide a Storm Water Pollution Prevention Plan, and develop a “red lined” Temporary Erosion and Sediment Control plan to submit to the City for review and approval. The plan shall be based on the City of Renton Surface Water Design Manual, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. The lump sum price for “Stormwater Pollution Prevention and TESC Plan and Implementation” 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 described in Section 1-07.15 and and implement the temporary erosion and sediment control BMP’s including but not limited to installation, monitoring, and maintenance of sediment ponds, straw wattles, filter fabric fencing, pumping of construction water, coffer dams, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor’s use of Baker Tanks, as needed during construction and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Work shall include coordination, permitting, fees, and treatment required by King County as required in 1-07.15 if discharging to the sanitary sewer. 1-09.14(2)H Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul (Bid Item 8) Section 1-09.14(2)H is a new section: (******) Measurement for “Removal and Replacement of Unsuitable Foundation Material” shall be measured in tons based on the placed weight of material installed. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for “Removal and Replacement of Unsuitable Foundation Material” will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the removal and replacement of unsuitable material requested by the City. 1-09.14(2)I Select Imported Backfill (Bid Item 9) Section 1-09.14(2)I is a new section: (******) Measurement for “Select Imported Backfill” shall be by ton 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 52 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. Limits of select imported backfill shall be shown on the Plans and described in Sections 9-03.9(3), 9-03.14(1), and 9-03.19. Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install gravel backfill (bank run gravel), 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. 1-09.14(2)J Crushed Surfacing Top Course (Bid Item 10) Section 1-09.14(2)J is a new section: (******) Measurement for “Crushed Surfacing Top Course” shall be by ton based per Section 4-04. Limits of crushed surface top course shall be shown on the plans and described in Section 4-04. Payment for “Crushed Surfacing Top Course” will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, haul, etc., required to complete this item of Work in conformance with the Contract Documents and Section 4-04. 1-09.14(2)K 2-inch Grind and Overlay (Bid Items 11) Section 1-09.14(2)K is a new section: (******) Measurement for 2-inch Grind and Overlay 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 2-inch Grind and Overlay 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. •Removal and replacement of all pavement markings including but not limited to painting and striping. •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. Renton Sewer Replacement Project Phase 1 Special Provisions - 53 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) • Temporary pavement markings. • Cleanup. • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. 2-inch Grind and Overlay is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 2-inch grind shall be performed as defined by Section 5-04.3(14) Planing Bituminous Pavement. Overly shall be HMA CL 1/2 in. PG 58 H-22 per Section 5-04. 1-09.14(2)L Hot Mix Asphalt CL. 1/2 in. PG 58 H-22 (Bid Item 12) Section 1-09.14(2)L is a new section: (******) Measurement for “HMA CL. 1/2 in. PG 58 H-22” shall be tons based on hot mix asphalt needed per Section 5-04. Limits of hot mix asphalt shall be shown on the plans. Payment for “HMA CL. 1/2 in. PG 58 H-22” will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, haul, installation, etc., required to complete this item of Work in conformance with the Contract Documents and Section 5-04. The following will be included in this bid item: • Removal and replacement of all pavement markings including but not limited to painting and striping. • Sawcutting • Removal and disposal of existing pavement • Placing and compacting hot mix asphalt materials for pavement repair • Sealing all cold joins • Tack coat • Joint seal • Asphalt sidewalk • Transitions • Hauling • Sweeping • Adjustment of utilities to grade • Furnishing and preparing subgrade • Cleanup of the Project Site • All other incidentals necessary for a successful complete paving and restoring the roadway grade to the existing elevations. 1-09.14(2)M Furnish and Install Manhole 48 in Diam Type 1 (Bid Item 13) Section 1-09.14(2)M is a new section: (******) Measurement for “Furnish and Install 48-Inch Diam. Standard Sanitary Sewer Manhole” will be per each for each type manhole installed in conformance with the Contract Documents. Renton Sewer Replacement Project Phase 1 Special Provisions - 54 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Payment for “Furnish and Install 48-Inch Diam. Standard Sanitary Sewer Manhole” will be made at the amount bid per each, which payment will be complete compensation for all labor, materials, equipment required to complete the work specified in the Contract Documents, 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, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary. • Saw cutting up to 12-inches in depth, trench excavation, and dewatering (if needed), • Bypass sewer pumping (if needed), • Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing pipes and structures in the excavation, • Furnishing, install precast or poured-in-place concrete base, concrete manhole sections, gaskets, Kor-N-Seal boots (or approved equal), ladder and rungs, appurtenances, connections, channeling, reconnection to existing sewer pipes including pipe and couplings, coating system (sealer), manhole frame and lid, • Furnishing and installing material to adjustment of frames to grade including HMA, • Furnishing foundation and bedding materials, placing and compacting foundation and bedding, • Placing and compacting backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and Placing Temporary Pavement Patching. Follow the requirements per Section 7-05. 1-09.14(2)N Abandon Existing Sanitary Manhole (Bid Item 14) Section 1-09.14(2)N is a new section: (******) Measurement for “Abandon Existing Sanitary Manhole” will be per each in conformance with the Contact Documents. Payment for “Abandon Existing Sanitary Sewer Manhole” will be made at the amount bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, pavement removal, excavation, dewatering, locating all existing utilities and potholing in advance for horizontal and vertical location, removal and disposal of waste material including existing pipes and structure in excavation, removal of manhole cover, frame, adjustment rings and cones, drilling drainage holes in bottom of manholes, plugging all incoming and outgoing pipes with concrete plugs, furnishing and installing compacted sand, gravel borrow, or CDF within manholes, stockpile and placement of subsequent backfill ( native) materials, compaction, water, grading, cleaning, pavement restoration, etc. required to complete all abandonment work in conformance with the Contract Documents. Select imported backfill materials are included in Bid Item 9. Hot mix asphalt is included in Bid Item 10. 1-09.14(2)O Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam. (Bid Item 15) Section 1-09.14(2)O is a new section: (******) Measurement for “Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam.” will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for “Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam.” will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment required to Renton Sewer Replacement Project Phase 1 Special Provisions - 55 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) complete the work specified in the Contract Documents, 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, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary. • Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed), • Bypass sewer pumping (if needed), • Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing pipes and structures in the excavation, • Furnishing, installing, laying and joining sewer pipes (including joining new pipes to existing pipes), fittings and couplings of the size and type shown, and all incidentals, • Ethafoam pads (when needed), • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, • Placing and compacting native material trench backfill (if approved by engineer), • Air-Testing (if required) • Replacing, protecting and/or maintaining existing utilities, • Furnishing and Placing Temporary Pavement Patching (if needed). • Reconnecting side sewer stub. Includes all materials, equipment and labor to install, lay, and join sewer pipes. Includes all fittings and couplings necessary to reconnect to existing side sewer stub and properly abandon and plug existing sewer main and connection. Review section Section 7-17 for Sewer technical specifications. • Furnishing and installing 8-inch cleanouts. 1-09.14(2)P Furnish and Install PVC Sanitary Sewer Pipe 12 In. Diam. (Bid Item 16) Section 1-09.14(2)P is a new section: (******) Measurement for “Furnish and Install PVC Sanitary Sewer Pipe 12 In. Diam” will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for “Furnish and Install 12-Inch Diameter PVC Sewer Pipe, Repair ” will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment required to complete the work specified in the Contract Documents, 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, including potholing in advance for existing side sewers and television inspection of existing sanitary sewer to determine location of side sewer branches if necessary. • Saw cutting up to 12-inches in depth, trench excavation, and dewatering (if needed), • Bypass sewer pumping (if needed), • Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing pipes and structures in the excavation, • Furnishing, installing, laying and joining sewer pipes (including joining new pipes to existing pipes), fittings and couplings of the size and type shown, and all incidentals, • Ethafoam pads (when needed), • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, Renton Sewer Replacement Project Phase 1 Special Provisions - 56 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) • Placing and compacting native material trench backfill (if approved by engineer), • Air-Testing (if required) • Replacing, protecting and/or maintaining existing utilities, • Furnishing and Placing Temporary Pavement Patching (if needed), • Reconnection to existing sewer lines with Repair Couplings. 1-09.14(2)Q CCTV Inspection (Bid Item 17) Section 1-09.14(2)Q is a new section: (******) Measurement for “CCTV inspection” will be per linear foot of sanitary sewer pipe inspected in conformance with section 7-17.3(2)H and the Contract Documents. Payment for “CCTV Inspection” will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment required to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Bypass sewer pumping (if needed), • CCTV inspection of all new open-cut installed sanitary sewers, • Delivery of the CCTV inspections entirely in a PACP compatible format database on an External HDD or USB flash drive to the Engineer. Costs for additional Television Inspection required to verify corrections or replacement of pipe, or done solely for the Contractor's convenience, shall be at the Contractor's sole expense. 1-09.14(2)R Remove and Replace Cement Concrete Curb and Gutter (Bid Item 18) Section 1-09.14(2)R is a new section: (******) Measurement for “Remove and Replace Cement Concrete Curb and Gutter” shall be linear feet based on traffic curb and gutter needed per Section 8-04. Limits of cement concrete curb and gutter shall be shown on the plans. Payment for “Remove and Replace Cement Concrete Curb and Gutter ” will be made at the amount bid per linear foot, which payment will be complete compensation for all, labor, materials, equipment, excavation, haul, installation, compaction, removal and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents and Section 8-04. Metro Bus Stop curb painting shall be paid in this bid item. 1-09.14(2)S Remove and Replace Cement Concrete Sidewalk (Bid Item 19) Section 1-09.14(2)S is a new section: (******) Measurement for “Remove and Replace Cement Concrete Sidewalk” shall be square yard based on cement concrete sidewalk needed per Section 8-14. Limits of cement concrete sidewalks shall be shown on the plans. Measurement for “Remove and Replace Concrete Sidewalk” shall be based on square yard of concrete sidewalk, to match existing, restored to a saw-line line cut in conformance with the contract documents. Renton Sewer Replacement Project Phase 1 Special Provisions - 57 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Payment for “Remove and Replace Concrete Sidewalk” shall be full compensation for all labor, equipment, materials, tools and incidentals to remove and replace cement concrete sidewalk in conformance with the contract documents and plans, and shall include but not be limited to the following: • Sawcutting, removal and disposal of existing sidewalk and existing pavement, • Removal and disposal of surplus, unsuitable and/or waste materials, • Temporary hot mix asphalt patching, • Furnishing and installing formwork, • Furnishing and placing joint filler, • Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk surface, • Adjustment of utilities to grade with in the sidewalk, • Removal and reinstallation of existing signs affected by work related to this bid item, including replacement of wooden signposts with metal signposts per Standard Plan 129, • Removal and reinstallation of existing Metro bus stop sign, • Cleanup. Gravel walkways and gravel parking areas, if existing, shall be restored under site restoration. Payment for “Remove and Replace Cement Concrete Sidewalk” will be made at the amount bid per square yard, which payment will be complete compensation for all, labor, materials, equipment, excavation, haul, installation, compaction, removal and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents and Section 8-14. Crushed surface top course shall be paid for by Bid Item 10. Coordination, installation, and all cost associated with construction of metro bus sign foundations shall be included in this bid item. 1-09.14(2)T Site Restoration (Bid Item 20) Section 1-09.14(2)T is a new section: (******) Measurement for "Site Restoration” will be based on the percentage of total Work complete, by dollar value, at the time of measurement. Prior to beginning the surface restoration, the Contractor shall submit a schedule of values for all restoration work to be reviewed and approved by the Engineer. Measurement and payment of this bid item shall be based on the approved schedule of values. Payment for “Site Restoration” will be made at the amount bid per lump sum, which payment will be complete compensation for all labor, equipment, and materials needed for landscaping restoration. Asphalt restoration shall be included in section 1-09.14(2)L above and no additional pavement for restored asphalt shall be made under Surface Restoration. Landscape restoration shall include hauling and disposing unsuitable, surplus and/or waste materials, replacing and restoring any landscaping, rockeries, walls, tree removal and replacement, trees, bark, and other improvements disturbed by construction activities, as directed by the Engineer, and site cleanup of all areas disturbed by contractor’s activities to match the conditions as closely as existed prior to contractor’s beginning work or as directed by the Engineer. Renton Sewer Replacement Project Phase 1 Special Provisions - 58 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-10 Temporary Traffic Control 1-10.1 General 1-10.1(2) Description Delete the first paragraph and replace with: (******) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1(2) is supplemented with the following: (******) When the bid proposal includes an item for “Traffic Control,” the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signage, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a site specific traffic control plan for the project and designating the person responsible for traffic control at the Work site. Schematic WSDOT Work Zone Traffic Control Plans are provided in the drawings and are intended to provide guidance only. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic outside of working hours as specified in Section 1-08.0(2), subject to the limitations and allowances specified in Section 1-10.3(4) and the conditions of the traffic control permit, or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item “Traffic Control” appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated by a prudent Contractor for the maintenance and Renton Sewer Replacement Project Phase 1 Special Provisions - 59 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item “Traffic Control” to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Contracting Agency. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor’s allowable contract time and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are deleted in their entirety and replaced with the following: (******) A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 or (425) 814-3868 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Renton Sewer Replacement Project Phase 1 Special Provisions - 60 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented with the following: (******) 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. TCP’s shall be prepared by a certified Traffic Control Supervisor (TCS), certified Traffic Control Design Specialist or licensed Professional Traffic Operations Engineer, using traffic control software (or other software modified to clearly show all aspects of the traffic control zone). The certified party shall stamp or affix their name, current certification number, expiration date and contact information on the plans. Traffic control plans shall include pedestrian traffic control for sidewalk closures and incorporate the constraints and requirements described elsewhere in these Special Provisions. All pedestrian routes shall be maintained to meet ADA standards to the maximum extent feasible. Detour routes shall provide access around construction and shall also include direction back into the downtown core to maintain local access to all businesses. 1-10.2(4) King County Metro Transit Requirements Section 1-10.2(2) is a new section: (******) The Contractor shall abide to the following King County (KC) Metro Transit construction coordination: c. The KC Metro Transit Construction Coordinator will be invited to all pre-construction meetings. The Construction Coordinator: A. Loren Cook – South Construction Coordinator, 206-477-1140, construction.coord@kingcounty.gov d. In the event of lane restrictions or lane shifts, 11-foot lanes must be provided for buses. e. The Contractor is required to provide a minimum of 5 business days notice to close/relocate a bus stop. The contractor to provide T-39 No Parks with permits for a temporary stop location. f. The Contractor is required to provide a minimum of 10 business days notice for road closures and lane restrictions. The Contractor is required to fill out and return the Construction Information Center Bus Stop/Route Impact Request Form and Approved TPCs per the above notification guidelines. The CIC Request form is Attachment A of these special provisions. 1-10.3 Traffic Control Labor, Procedure, and Devices Section 1-10.3 is supplemented with the following: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers during hours of darkness. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. The Contractor shall conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by Renton Sewer Replacement Project Phase 1 Special Provisions - 61 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than Contractor can prosecute vigorously and Contractor shall not open up sections of the work and leave them in an unfinished condition. See Section 1-07.23(1) for additional driveway closure requirements. The Contractor shall provide traffic cones, barricades, and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of the Specifications. 1-10.3(3) Traffic Control Devices 1-10.3(3)A Construction Signs Section 1-10.3(3)A paragraph 3 is supplemented with the following: (******) The Contractor shall fabricate, install, and maintain project signs for “Businesses Open During Construction” (minimum one sign per direction of traffic) and “Business Access” to alert and guide the public to businesses in the project area (minimum one sign per affected business). No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is deleted in its entirety and replaced with: (******) No specific unit of measurement will apply to the lump sum item of “Traffic Control”. No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-11 Renton Surveying Standards The following is a new section with new subsections: (******) 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. Renton Sewer Replacement Project Phase 1 Special Provisions - 62 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-110. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages, and/or in an electronic field book/data collector format in an unedited, original field-produced state capable of being printed. In all cases, original field notes must be dated with the day the field work was performed and include a sketch and with a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Renton Sewer Replacement Project Phase 1 Special Provisions - 63 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Monument: Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18-inch by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. Renton Sewer Replacement Project Phase 1 Special Provisions - 64 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non-corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Renton Sewer Replacement Project Phase 1 Special Provisions - 65 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2-inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plan H031. Renton Sewer Replacement Project Phase 1 Special Provisions - 66 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 2 Earthwork 2-01 Clearing, Grubbing, And Roadside Cleanup 2-01.1 Description Section 2-01.1 is supplemented with the following: (******) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor’s operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor’s expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented with the following: (******) The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site, Section 2-01.2(2). 2-02 Removal Of Structure And Obstructions 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is revised and supplemented with the following: (******) Item “1” is deleted and replaced with the following: Haul broken-up pieces to some off-project site. The section is supplemented with the following: In locations where pavement, sidewalk or driveway has been removed and that must remain open to traffic prior to final restoration, a temporary asphalt patch shall be installed. Temporary asphalt patches shall be in accordance with Section 5-06. 2-03 Roadway Excavation And Embankment (******) 2-03.3 Construction Requirements Section 2-03.3 is supplemented with the following: (******) Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Renton Sewer Replacement Project Phase 1 Special Provisions - 67 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications, shall be used. 2-04 Haul 2-04.5 Payment Delete Section 2-04.5 and replace with the following: (******) All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. Renton Sewer Replacement Project Phase 1 Special Provisions - 68 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 2-06 Subgrade Preparation 2-06.2 Subgrade to be Incidental Section 2-06.2 is a new section: (******) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. Protection of subgrade from excessive moisture and/or disturbance once prepared and approved by the Engineer shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. Failure to protect subgrade that results in over- excavation and material replacement directed by the Engineer shall be paid for by the Contractor and no additional compensation shall be made. 2-09 Structure Excavation 2-09.1 Description Section 2-09.1 is supplemented by adding the following: (******) This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: (******) The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.3(3)D Shoring and Cofferdams Section 2-09.3(3)D is supplemented by adding the following: (******) Provide adequate shoring safety systems meeting the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW for all excavations. Sloping of excavation sides may be used instead of shoring, sheeting, or bracing to the extent that such sloping is practical. Sloping of the excavation sides will not be permitted where the slopes extend past the right-of-way or easement boundary, where the sloping infringes on other work or existing facilities, or where sloping excessively impacts the surrounding areas, as determined by the Engineer. A sheet pile system, if constructed, shall be installed using a variable electric moment hammer or similar method to limit vibration induced settlement. Settlement shall be monitored in accordance with the Renton Sewer Replacement Project Phase 1 Special Provisions - 69 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Contract Documents. The Contractor shall submit Shoring Plans, prior to beginning work, showing proposed methods and construction details for all construction excavations 4 feet or more in depth in accordance with Sections 1-05.3. The plan shall be specific to the project, show the type and location of Structural Shoring and Non- Structural Shoring, and address both construction of and removal of all shoring required. If proposed pipelines beneath SPU pipelines are to be installed by open trench methods, the Shoring Plan shall include specific provisions to prevent the loss of existing pea gravel bedding and backfill adjacent to the SPU pipelines. The Shoring Plan shall include Plans and calculations prepared by (or under the direction of) a professional engineer licensed under Title 18 RCW, State of Washington, and shall carry the professional engineer’s signature and seal. For trench boxes and hydraulic shoring systems, manufacturers certified plans may be submitted in accordance with Section 2-09.3(4). When work is complete, the Contractor shall remove structural shoring to at least 4 feet below final grade. Renton Sewer Replacement Project Phase 1 Special Provisions - 70 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 5 Surface Treatments and Pavements 5-04 Hot Mix Asphalt (January 31, 2023 APWA GSP) Delete this Section in its entirety and replace it with the following: (******) 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement (RAP) 9-03.8(3)B, 9-03.21 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21 Mineral Filler 9-03.8(5) Recycled Material 9-03.21 The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT Qualified Products List (QPL). The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. Renton Sewer Replacement Project Phase 1 Special Provisions - 71 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1) A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the Contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the Contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMECs) 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: • Be designed for ***$$1$$*** million equivalent single axle loads (ESALs). Renton Sewer Replacement Project Phase 1 Special Provisions - 72 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Mix Design. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (for commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of ESALs appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Renton Sewer Replacement Project Phase 1 Special Provisions - 73 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 74 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 75 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 76 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 77 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one-part water to one-part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing When the Proposal includes a pay item for crack sealing, seal cracks in accordance with Section 5-03. 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 78 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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 1/4 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 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 1/4 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 Section 5-04.3(4)B is deleted in its entirety. 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 79 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant Section 5-04.3(5)A is deleted in its entirety. 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 80 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 81 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate 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 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ, 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 82 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(9)A Vacant Section 5-04.3(9)A is deleted in its entirety. 5-04.3(9)B Vacant Section 5-04.3(9)B is deleted in its entirety. 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 83 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a CPF using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 84 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a CPF of not less than 0.75 when evaluated in accordance with Section 1- 06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 85 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core”, the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core”, the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved Renton Sewer Replacement Project Phase 1 Special Provisions - 86 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. 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 Renton Sewer Replacement Project Phase 1 Special Provisions - 87 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. 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). Renton Sewer Replacement Project Phase 1 Special Provisions - 88 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 89 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(12)B Bridge Paving Joint Seals Bridge Paving Joint Seals shall be in accordance with Section 5-03. 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. Construct 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 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 90 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving and Pre-Planing Briefing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer, and a pre-planning meeting must be held prior to the start of any planning. See Section 5-04.3(14)B2 for information on planing submittals. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. Renton Sewer Replacement Project Phase 1 Special Provisions - 91 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. Renton Sewer Replacement Project Phase 1 Special Provisions - 92 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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: 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 93 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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. 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. Renton Sewer Replacement Project Phase 1 Special Provisions - 94 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 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 Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5-04. Renton Sewer Replacement Project Phase 1 Special Provisions - 95 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “HMA CL. ½” PG 64-22”. 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. For example, a thickened edge may be required for some streets and/or street segment(s). Incidental uses for HMA shall be measured and paid under the “HMA CL. 1/2” PG 64-22” bid item for the overlay related HMA and “HMA for Pavement Repair CL 1/2” PG 64-22” bid item for full depth spot repair related HMA. 5-04.3(19) Edge of Pavement Alignment Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet tolerance for the edge of pavement. The Contractor may establish a reference line as a guide at their discretion or as directed by the Engineer. This work is considered incidental to the bid item “HMA CL. 1/2” PG 64-22”. 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade The following section only applies to existing utility covers and monument cases covered by HMA. The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating and marking these features and then adjusting them final grade. The Contractor shall locate all utility covers and monument cases covered by HMA immediately after paving operations are complete for a street and/or street segment. Each location shall be marked with paint and identify the type of buried feature. The Contractor shall completely expose all water valve boxes and gas valves for access within five (5) calendar days after final rolling of the final lift of HMA. The Contractor shall adjust the following features to final grade per the requirements listed below. Manholes – Refer to Renton Standard Plan 106 included in Appendix C. Water Valve Boxes – Refer to Renton Standard Plan 330.1 in Appendix C. Gas Valves – Same as Water Valve Boxes. Monument Cases – Refer to Renton Standard Plan 113 in Appendix C. J-boxes, Electrical Vaults, Communications Vaults – These features shall not to be covered with HMA. 5-04.3(21) Temporary Pavement Marking Add New Section 5-04.3(17): (******) The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. For this contract, all temporary pavement marking is considered short duration. Renton Sewer Replacement Project Phase 1 Special Provisions - 96 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-05 Cement Concrete Pavement 5-05.1 Description Section 5-05.1 is supplemented with the following: (******) This work shall also consist of constructing scored cement concrete pavement for roadway (including roadway ramps) and scored colored cement concrete crosswalk pavement with architectural scoring and finishes for the raised intersections, in conformity with the lines, grades, thicknesses, and typical cross sections shown on the Plans. 5-05.2 Materials Section 5-05.2 is supplemented with the following: (******) Curing compound and sealer for pavement (including roadway ramps) installation shall be water based, non-flammable, low gloss, non-yellowing, non-clouding and wear resistant. Compound and sealer shall protect against water damage, oil, and common stains, formulated for exterior use. Cement Concrete Pavement for raised roadway intersections and roadway ramps shall be Type II Gray Portland Cement with saw-cut scored in a 4 feet x 4 feet pattern per Plans, with medium broom finish as shown per Plans and per the City of Renton Downtown Streetscape Design Standards and Guidelines. All cement concrete pavement used for constructing the driveway entrances shall be high early Portland cement concrete Class 4000 with 1-day cure and meets the requirements of Section 5-05.3(17). Scored Colored Cement Conc. Crosswalk Pavement Color additives shall contain pure concentrated mineral pigments, containing no fillers, adulterants, or admixtures, specially processed for mixing into concrete and complying with ASTM C979. Calcium chloride shall not be permitted in the mix. Type II Gray Portland Cement with integral color additive. Coloring concrete shall be uniform, color, “Flagstone Brown” No. 641, by Davis Colors, with a medium broom finish as shown per plans. Scored Colored Cement Conc. Crosswalk Pavement shall be cured and sealed with a curing compound and sealer to be approved by color additive manufacturer, for use with colored concrete, and shall comply with ASTM C309. Colored Cement Concrete shall be cured per manufacturer’s recommendation. 5-05.3 Construction Requirements Section 5-05.3 is supplemented with the following: (******) Scored Colored Cement Conc. Crosswalk Pavement shall receive a medium broom finish perpendicular to the thermoplastic striping and saw-cut scored in a 2 feet x 2 feet pattern per Plans. Submittal The Contractor shall submit for approval to the Engineer a Placing and Jointing Plan at least three (3) working days prior to the commencement of any pavement construction. Transverse and longitudinal joints shall be contraction or through joints (including construction joints). Joints shall be constructed in Renton Sewer Replacement Project Phase 1 Special Provisions - 97 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) accordance with the details shown in the Contract Plans. The faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement. Sample for integral concrete color selection: Contractor shall submit color additive from manufacturer’s sample chip set and indicate color additive numbers and required color pigment dosage rates, for approval by Engineer. Mock-Up The Contractor shall provide a 4 feet x 4 feet area test panel of the integral concrete color, texture, and finish: Scored Colored Cement Conc. Crosswalk Pavement with medium broom finish, to demonstrate methods of obtaining consistent visual appearance, including materials, workmanship, finishes, and curing method to be used throughout the Project. No additional concrete shall be placed prior to the test panel being approved by the Engineer. The approved sample shall be the standard for acceptance of the rest of the work installed and shall be protected from damage until final acceptance and approval. Completed work not meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the City. 5-05.3(8) Joints Section 5-05.3(8) is supplemented with the following: (******) When new pavement abuts an existing pavement, the locations of the joints in the new pavement shall match with the joints in the existing pavement unless otherwise shown on the plans. 5-05.3(8)D Isolation Joints Section 5-05.3(8)D is supplemented with the following: (******) The joint alignment shall be at right angles to the pavement structure centerline unless otherwise specified in the Contract. Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and conform to Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown on the Standard Plans in these Specifications. The joint material and backer rod shall be held accurately in place during the placing and finishing of the concrete by a bulkhead, a holder, metal cap or other approved method. The joint shall be perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging of the joint material. A wood filler strip or metal cap shall be placed on the top of the backer rod and pre-molded joint filler to form the groove, and shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled together at the ends to preserve continuity. Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth. Renton Sewer Replacement Project Phase 1 Special Provisions - 98 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 5-05.3(8)E Sealing Through Joints This is a new Section: (******) After the pavement is cured and before carrying any traffic, the space left by the removal of the wood filler strip, the metal cap, above the top of the backer rod and expansion joint filler strip, or construction joint shall be thoroughly cleaned of all loose material. The groove shall be completely free of any projecting concrete from the sides and the groove shall be continuous across the slab to each edge. It shall then be filled level with the pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants. The joint sealant material shall be heated and placed in accordance with the manufacturer’s instructions. Burned material will be rejected. The through joint groove shall be dry at the time of pouring the sealing compound. 5-06 Permanent Pavement Patching And Overlay Section 5-06 is new Section: (******) All final pavement cuts shall be made by sawcut. Sawcuts shall be a minimum of one foot (1’) outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (1’) beyond the actual outside edges of the trench and shall be replaced with two inches (2”) of Class B asphalt, per City of Renton Standards. Lane-width or a full street-width overlay will be determined by the Engineer based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant modification overlay requirements by the Engineer. 1. Trenches (Road Crossings): a. The minimum width of a transverse patch (road crossing) shall be six and one-half feet (6.5’). See City of Renton Standard Plan 110. b. Any affected lane will be ground down two inches (2”) and paved for the entire width of the lane. c. Patch shall be a minimum of one foot (1’) beyond the excavation and patch length shall be a minimum of an entire traveled lane. d. Patch depth shall match the existing thickness or at minimum 8-inches where the existing pavement section is composed partially or wholly of concrete and shall be 8” where the existing pavement section is not composed of any concrete. e. If the outside of the trenching is within three feet (3’) of any adjacent lane line, the entire adjacent traveled lane affected will be repaved f. An area including the trench and one foot (1’) on each side of the trench but not less than six and one half feet (6.5’) total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2”). A two-inch (2”) overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel with the Street: a. The minimum width of a longitudinal patch shall be four and one-half feet (4.5’). See City of Renton Standard Plan Drawing 110.1. Renton Sewer Replacement Project Phase 1 Special Provisions - 99 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) b. Patch depth shall match the existing thickness or at minimum 8-inches where the existing pavement section is composed partially or wholly of concrete and shall be 8” where the existing pavement section is not composed of any concrete. c. If the trenching is within a single traveled lane, an entire lane-width overlay will be required. d. If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. e. If the trenching is greater than, or equal to 30% of lane per block (660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. f. The entire traveled lane width for the length of the trench and an additional ten feet (10’) at each end of the trench will be ground down to a depth of two inches (2”). A two-inch (2”) overlay of Class B will be applied per City standards. 3. Potholes, Wells, and Other Small Patches. Potholes, abandoned wells, and other small patches shall meet the same requirements as trenching and pavement restoration. Patch shall extend a minimum of one foot (1’) beyond the excavation on all sides. All affected lanes will be ground down to a depth of two inches (2”) and paved not less than six-and-one- half feet (6.5’) wide for the entire width of the lane. Patches greater than five feet (5’) in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes, wells, and other small patches shall be repaired per Renton Standard Plan 110. Restoration requirements utilizing vactor equipment will be determined by the engineer. The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2”) of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly, or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen (15) working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving Renton Sewer Replacement Project Phase 1 Special Provisions - 100 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15) working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. 5-07 Temporary Restoration In Pavement Area Section 5-06 is new Section with subsections: (******) 5-07.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to use by vehicular or pedestrian traffic. These areas include paving over excavated roadway and utility trenches, to provide paved access to private properties, and ramps for pedestrian access. Temporary pavement shall be placed around trench plates or other devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-07.2 Materials Hot mix asphalt patching shall be used for all temporary trench patching within the traveled way. Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix asphalt shall be EZ Street or approved equal. All temporary paving shall be placed with a minimum thickness of 2 inches. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-07.3 Construction Requirements The Contractor shall maintain temporary asphalt patches during the work to the satisfaction of the governing road agency and the Engineer, until said patch is replaced with permanent hot mix patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary paving shall be approved by the Engineer before placement. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced shall also be approved by the Engineer before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The permanent hot mix asphalt patch shall be placed and sealed as specified in Section 5-04. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. Renton Sewer Replacement Project Phase 1 Special Provisions - 101 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7-05 Manholes, Inlets, And Catch Basins 7-05.2 Materials Section 7-05.2 is supplemented by adding the following: (******) Where pre-approved City or WSDOT details do not exist, Shop Drawings and Calculations shall be submitted in accordance with Section 9-05.50(2). 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: (******) All manholes shall be in accordance with City of Renton Standard Plans. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with the following: (******) Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per Standard Plan 106 prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6-inches above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The Renton Sewer Replacement Project Phase 1 Special Provisions - 102 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. Monument cast iron frame and cover: monument castings shall be adjusted to grade in the same manner as for manholes. 0equal to “Kor-n-Seal” boots or GPK sanded adapters. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. Connections to existing sanitary sewer pipes shall be made with a ductile iron sleeve-style coupling, ROMAC or approved equal, conforming to ASTM C219 and sized specifically for the pipe size and materials being connected. A "connection to existing" item will be allowed at any connection of a new line to an existing structure. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. 7-05.3(4) Drop Manhole Connection Section 7-05.3(4) is replaced with: (******) Drop manhole connections shall be constructed in accordance with the Plans. All pipes and fittings shall be similar size and material as incoming mainline. Drop bowl and hood shall be Reliner Drop Bowl, or approved equal, constructed of marine grade fiberglass and mounted directly to the manhole wall. The bowl shall be designed by the manufacturer and sized such that full pipe flow from the incoming pipe can pass through a drop pipe of equal or greater size without overtopping the bowl. The hood shall be installed with nuts and bolts such that it may be easily removed if required. Pipe supports, nuts, bolts, and other appurtenances required to install the drop bowl, drop pipe, and flexible coupling shall be Grade 316 stainless steel. 7-05.3(5) Manhole Coatings Section 7-05.3(5) is an added new section: (******) All interior surfaces of new precast concrete sanitary sewer manholes shall be shop coated in accordance with 9-08.9. Coating shall be applied in accordance with manufacturer’s recommendations in a controlled environment before arriving on site. Field application of interior coating will not be accepted. Except as approved by the Engineer. Renton Sewer Replacement Project Phase 1 Special Provisions - 103 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 7-06 Construction Dewatering Section 7-06 is a new section: (******) 7-06.1 Description This section specifies the definition, responsibilities, and execution for control of water. Control of water shall consist of the design, furnishing, installation, operation, maintenance, monitoring, and removal of a dewatering system or systems to achieve proper completion of all work performed under this Contract. Work covered in this section includes temporary dewatering provisions including all labor, materials, tools, equipment and performing all incidentals necessary to dewater the excavations, structures, and other work areas during construction. Dewatering includes removal and proper discharge of all water, including, but not limited to, groundwater, surface water, and precipitation. 7-06.1(1) Design Requirements 7-06.1(2) Scope Before the commencement of any dewatering, the Contractor shall obtain acceptance by the Engineer for the design, materials, method, installation, and operation and maintenance details of the dewatering system(s) and monitoring system the Contractor plans to install. Acceptance by the Engineer of the design, materials, method, installation, and operation and maintenance details submitted by the Contractor shall not in any way relieve the Contractor from responsibility for errors therein or from the entire responsibility for complete and adequate design, materials, installation, operation, maintenance and performance of the system in controlling the water level in the excavated areas and for control of the hydrostatic pressures to the depths herein specified. The Contractor shall bear sole responsibility for proper design, installation, operation, maintenance, and any failure of any component of the dewatering system for the duration of this Contract. Before the commencement of any dewatering, the Contractor shall obtain the necessary State and County permit(s) to discharge dewatering water. The Department of Ecology has issued a Construction Stormwater General Permit and an Administrative Order which contains additional requirements to the City. The City will transfer the permit coverage to the contractor awarded the contract. The contractor shall coordinate, prepare and submit additional written reports and/or documents, and apply any required permit transfer application(s) with Ecology within 10 calendar days of Notice to Proceed. The Contractor shall provide, operate, maintain, and decommission the dewatering systems that consist of trench sumps, deep wells, and/or wellpoints and a monitoring system. The Contractor shall control ground water so as to prevent softening of the bottom of excavations, or formation of “quick” conditions or “boils” during excavation. The Contractor shall design, install, maintain, and operate the dewatering system so as to prevent removal of the natural soils. The Contractor shall provide backup systems for all ordinary emergencies, including power outage and flooding, and shall have available at all times competent workers for the continuous and successful operation of the dewatering system. The Contractor shall not disable or shut-down the dewatering system between shifts, on holidays, or weekends, or during work stoppages, without written permission from the Engineer. The Contractor shall be responsible for maintaining all electric power service connections to the dewatering system components and for the cost of electric power used in the operation of the dewatering system. Renton Sewer Replacement Project Phase 1 Special Provisions - 104 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The Contractor shall control surface runoff so as to prevent entry or collection of water in excavations or in other isolated areas of the site. The Contractor shall employ sumps to pump any pocketed or undrained water not otherwise collected or removed. However, the Contractor shall not rely solely upon open and cased sumps for dewatering. The Contractor shall use sumps only where static groundwater levels are less than 2 feet above subgrade or in areas where the potentiometric surface has been previously lowered to within 2 feet of subgrade using wellpoints or pumped wells. The Contractor shall design the dewatering system using accepted and professional methods of design and engineering consistent with sound modern practice. The Contractor shall have or shall employ the services of a subcontractor who has experience in the field of dewatering system design, installation, operation, and maintenance. After initiating dewatering operations, the Contractor shall operate, maintain, and monitor the dewatering system or systems for the duration of the contract until specifically authorized in writing by the engineer to cease operation, maintenance, or monitoring. Well construction and abandonment shall be in accordance with WAC 173-160. The Contractor shall install, operate, and maintain a water treatment system to provide for settling of suspended solids or other requisite water quality treatment in the discharge from any sumping, dewatering well or wellpoint system. The Contractor shall dewater and dispose of the water in a manner that will not cause injury to public or private property, or to cause a nuisance or a menace to the public (i.e. there shall be no overflow of sewer or storm drain systems). The Contractor shall not allow the water discharged from the dewatering system wells, wellpoints or supplemental water control systems (i.e. sumps) to degrade the water quality of the receiving waters. The Contractor shall comply with the site-specific storm water discharge permit requirements. The Contractor shall pay any fines incurred as a result of discharges that exceed maximum levels specified in the site-specific storm water discharge permit. 7-08 General Pipe Installation Requirements 7-08.3 Construction Requirements 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented with the following: (******) Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. Existing soils conditions are variable, and areas of soil instability may exist. The Contractor is responsible for protecting and maintaining the trench wall. Wall collapses and cave-ins will not be paid extra as a change order item. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be Renton Sewer Replacement Project Phase 1 Special Provisions - 105 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan . Excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. Wet Weather Earthwork The Contractor shall perform all wet weather earthwork in small sections to minimize exposure to wet conditions. All excavations or removal of unsuitable soils shall be immediately followed by placement and compaction of replacement fill to depth as required. Limit type of construction equipment to prevent soil disturbance. The Contractor shall slope and seal with a smooth drum vibratory roller the ground surface within the construction area to prevent ponding and promote rapid runoff of water. All soils shall be compacted to avoid absorption of water. Soils which become too wet for compaction shall be removed and replaced at no additional cost to the Owner. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented with the following: (******) 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. Pipe bedding material shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the pipe bedding materials under the pipe haunches shall 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. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other items. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: (******) 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 conform to the requirements of Section 9-03.17 of the Standard Specifications. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Contractor shall notify the Engineer immediately. The Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the Renton Sewer Replacement Project Phase 1 Special Provisions - 106 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by the square yard under the bid item “Construction Geotextile for Separation”. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: (******) Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying – General Section 7-08.3(2)B is supplemented with the following: (******) Pipe shall be laid up-grade beginning at the downstream point of connection unless specifically requested by the Contractor in writing and approved by the Engineer. Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2-inch or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. Renton Sewer Replacement Project Phase 1 Special Provisions - 107 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented with the following: (******) Care shall be taken by the Contractor to avoid over-inserting the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented with the following: (******) All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be as follows: A. Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). B. Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). C. PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal).. D. Ductile Iron Main Core-drilled with Romac Saddle (or approved equal). E. Lined Sewer Main Connection to sewer mains that have been lined (CIPP, Etc.); cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). F. HDPE Core-Drilled with Romac Saddle. “Inserta-Tee” may be used on sewer mains 12” diameter or larger. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(3)A Backfilling Pipe Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) (******) Import Trench Backfill shall meet the requirements of Crushed Surfacing in accordance with WSDOT Standard Specification 9-03.9(3), Gravel Borrow in accordance with WSDOT Standard Specification 9-03.14(1), or Bank Run Gravel for Trench Backfill in accordance with WSDOT Standard Specification 9-03.19. The existing soils shall not be reused as trench backfill unless otherwise required and/or approved by the Engineer. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content or less as necessary to achieve the specified compaction. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall Renton Sewer Replacement Project Phase 1 Special Provisions - 108 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. Moreover, attention must be paid to ensuring good compaction around manholes. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at no cost to the City. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. 7-17 Sanitary Sewers 7-17.2 Materials Section 7-17.2 is deleted in its entirety and replaced with the following: (******) Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer’s technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1). Ductile Iron Sewer Pipe Section 9-05.13. C900 Sewer Pipe (AWWA) Section 9-30.1(5)A All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented with the following: (******) When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Renton Sewer Replacement Project Phase 1 Special Provisions - 109 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Contractor's responsibility to maintain this screen or trap during construction of the new sewer and then remove it once the new system is placed into service. The Contractor shall remove any construction debris that enters the existing downstream system as a result of his work at his expense. When the first manhole is set, its outlet shall be plugged until acceptance of the new construction by the Engineer. 7-17.3(1)A Temporary Sewer Bypass Systems It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on-site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private or public property or create a nuisance or public menace. The bypass-pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the pipe full capacity in each subject line removed from service. The Engineer may allow a flow less than full pipe capacity if the Contractor can demonstrate a lower flow is anticipated and sufficient accommodations are made for sudden increases in flow. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he is responsible to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping and a security plan for continued operation and protection of the bypass system. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. Where there exist a situation where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care facilities, restaurants, etc., bypass pumping Renton Sewer Replacement Project Phase 1 Special Provisions - 110 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) of the side sewer to the downstream sanitary sewer system shall be required. The contractor shall verify whether a property is able to be interrupted prior to bypassing operations. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented with the following: (******) CCTV Inspection 1. All newly-installed and newly-rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). 3. All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re-CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no “pausing” of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. 10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has 1/4-inch markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than 1/2-inch of ponding to be considered acceptable. 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes Section 7-17.3(2)I is a new section: (******) Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by filling with grout, both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. Renton Sewer Replacement Project Phase 1 Special Provisions - 111 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) The grout mix design and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22 for Grout Mix requirements). 7-18 Side Sewers 7-18.3(2) Fittings Section 7-18.3 is deleted in its entirety and replaced with the following: (******) Fittings and connections to new and existing sewers shall be per the City of Renton’s Standard Plans. 7-18.3(3) Testing Section 7-18.3(3) is deleted in its entirety and replaced with the following: (******) All side sewers constructed in conjunction with a new sewer main shall, for purposes of testing as specified in Section 7-17, have the side sewer cleanout at the right-of-way (as shown in the respective City of Renton Standard Plans) installed prior to testing. Caps shall be installed and sufficiently restrained on the end of each side sewer and its respective surface cleanout to withstand the internal pressure created for testing in conjunction with the sewer main. Where a sewer main and its respective side sewer are constructed to replace and existing, in-operation sewer system, pressure testing will not be required. 7-18.3(5) End Pipe Marker Section 7-18.3(5) is deleted in its entirety and replaced with the following: (******) The location of side sewers at the property line shall be indicated by the presents of a surface cleanout installed per the associated City of Renton Standard Plan. 7-19 Sewer Cleanouts 7-19.3 Construction Requirements Section 7-19.3 is deleted in its entirety and replaced with the following: (******) Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s). 7-19.4 Measurement Section 7-19.4 is deleted in its entirety and replaced with the following: (******) Sewer cleanouts that are installed on sewer main lines will be measured per each. Sewer cleanouts that are installed on side sewers shall be considered incidental to the side sewer pipe. Renton Sewer Replacement Project Phase 1 Special Provisions - 112 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 8 Miscellaneous Construction 8-02 Roadside Restoration 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: (******) The contractor shall provide a material submittal for topsoil prior to use. 8-02.3(16) Lawn Installation Section 8-02.3(16) is revised and supplemented as follows: (******) 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been deleted and superseded with the following: (******) 8-02.3(16)A1 Qualifications of Workmen Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2 Submittals 8-02.3(16)A2a Certification of Material 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in advance by the City. 3. Supply Grower’s written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A2b Manufacturer’s Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. Renton Sewer Replacement Project Phase 1 Special Provisions - 113 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 8-02.3(16)A3 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. 8-02.3(16)A4 Site Information If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)A5 Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as shown in the Special Provisions. 8-02.3(16)A5a Other Materials All other materials not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Engineer. 8-02.3(16)A6 Execution Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy, immediately notify the Engineer for specific instructions. 8-02.3(16)A6a Installation Preparation 1. Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and removing rocks and debris over 1” in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. Notify the Inspector of any subgrade conditions deleterious to plant growth. 2. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas. 3. Thoroughly rototill topsoil to a minimum depth of 6 inches. 4. Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire surface to conform to site grading. Grade edges to 1” below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector. 5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. Renton Sewer Replacement Project Phase 1 Special Provisions - 114 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 8-02.3(16)A6b Sod Installation 1. Moisten sod bed and roll lightly for compaction. 2. Lay sod strips per supplier’s instructions. Tightly butt joints, trim edges to conform to smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion. 3. Remove any bumps, undulations, or low-high spots with a light rolling. 4. Water daily for a minimum of two weeks to prevent dehydration. 5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent trampling. 6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(16)B Lawn Establishment Section 8-02.3(16)B has been deleted and superseded with the following: (******) 8-02.3(16)B Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than the second mowing. The Contractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. 8-02.3(16)B1 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. Renton Sewer Replacement Project Phase 1 Special Provisions - 115 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 8-02.3(16)B3 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8-05 Pre- And Post- Construction Photographs And Video Inspection Section 8-05 is a new section: (******) 8-05.1 Materials The photographs shall be in digital .pdf format, labeled by project station. The Contractor shall provide one CD or DVD to the Engineer with the entire catalog of pre-construction and post-construction photographs. The Contractor shall provide videos of both the entire pre-construction and post-construction video inspection on DVD to the City. 8-05.2 Construction Requirements Before commencing any construction work, the Contractor shall provide photographs of pre-existing conditions of the area that will be disturbed during construction operations to the Engineer. These photos will help document the condition of existing conditions and landscaping and help determine the level of restoration required. Photographs shall be obtained as follows: • In easements, streams, steep slopes, landscaped areas and other off of right-of-way locations: 10- foot intervals. • In the paved right-of-way, paved driveways and parking lots 10-foot intervals. • Near buildings, document the exterior condition including any signs of distress such as cracks, spalling, settlement, flooding, leaking, etc. • Interior walls, columns, and beams of buildings less than 20-ft from the edge of the excavation, including any signs of distress such as cracks, spalling, settlement, flooding, leaking, etc. Coordinate access with the City and Property Owner. • Additional locations as necessary to fully document site conditions and to satisfy permitting requirements. • Any other location as directed by the Engineer. Following construction, the Contractor shall take photographs of post-construction conditions in the same manner. Prior to commencing any construction work, the Contractor shall walk the property with the Engineer taking continuous video of pre-existing conditions. Following construction, the Contractor shall provide post-construction video inspection of the same locations surveyed prior to construction. Renton Sewer Replacement Project Phase 1 Special Provisions - 116 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 8-09 Raised Pavement Markers 8-09.5 Payment Section 8-09.5 has been revised with the following: (******) Payment will be included under Bid Item 13 “HMA CL. 1/2-inch PG 58 H-22” 8-13 Monument Cases 8-13.1 Description Section 8-13.1 is revised and supplemented with the following: (******) This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented with the following: (******) The monument will be furnished and set by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented with the following: (******) All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented with the following: (******) "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 Cement Concrete Sidewalks 8-14.3 Construction Requirements Section 8-14.3 is supplemented by adding the following: (******) The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Renton Sewer Replacement Project Phase 1 Special Provisions - 117 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) Items to be discussed in this meeting shall include, at a minimum, the following: 3. Slopes shown on the Plans. 4. Inspection 5. Traffic control 6. Pedestrian control, access routes and delineation 7. Accommodating utilities 8. Form work 9. Installation of detectable warning surfaces (If applicable) 8-14.3(4) Curing Section 8-14.3(4) is replaced with: (******) The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-22 Pavement Marking 8-22.1 Description The following item in Section 8-22.1 is revised with the following: (******) Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line (Replacement) 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. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line (Replacement) Renton Sewer Replacement Project Phase 1 Special Provisions - 118 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised with the following: (******) 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, traffic 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. 8-23 Temporary Pavement Markings 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under "Traffic Control," if that item is included as a bid item. Renton Sewer Replacement Project Phase 1 Special Provisions - 119 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) DIVISION 9 Materials 9-03 Aggregates 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1”, 3/4”, 1/2”, and 3/8” sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point’s section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) Section 9-03.22 is a new section: (******) The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities” shall be approved by the Engineer prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in Section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in Section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. Minimum Strength: 100 psi Renton Sewer Replacement Project Phase 1 Special Provisions - 120 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 9-05 Drainage Structures And Culverts 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: (******) Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide one electronic copy of the pipe manufacturer’s technical literature including tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance or the respective pipe. Materials shall meet the requirements of the following sections: PVC sewer pipe – Section 9-05.12(1) PVC (C900/C905) sewer pipe – Section 9-30.1(5)A All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 9-05.20(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.20(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-05.50 Manholes Section 9-05.50(2) is supplemented with the following: (******) Pre-approved details meeting the requirements of the City or WSDOT may be used for this project without submitting calculations indicating compliance with the design criteria. The Contractor shall provide shop drawings detailing the product and specifying the pre-approved detail(s) to be used and their locations along with supporting documentation. In instances where pre-approved details are not available, calculations shall be submitted together with the Shop Drawings. Calculations shall show all dimensions, location and type of lifting inserts, details of reinforcement, connection embeds, joints, covers, or hatches, ladders and grating in accordance with the Contract requirements. Calculations shall clearly list the design criteria used by the manufacturer and indicate the loads imposed on the structure, including magnitude, direction, and location. Calculations shall be stamped by a registered Structural Engineer in the State of Washington. Manholes deeper than 25 feet shall be designed using the following minimum design criteria: • Soil Unit Weight: 130 pcf • At-rest Earth Pressures Coefficient (Ko): 0.50 • At-rest Lateral Earth Pressure Above Groundwater Table: 65 pcf • At-rest Lateral Earth Pressure Below Groundwater Table: 65 pcf • Design Depth of Groundwater Below Grade: 6 feet • Lateral Uniform Pressure (Non-yielding Structures): 125 pcf Renton Sewer Replacement Project Phase 1 Special Provisions - 121 WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) 9-05.52 Dense Foam Section 9-05.52 is a New Section as follows: (******) Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent. 9-08 Paints And Related Materials 9-08.9 Manhole Coating System Products Section 9-08.9 is a new section and subsections: (******) 9-08.9(1) Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field: The drying time between coats shall not exceed 24 hours in any case System Thickness: 3.0-4.0 mils dry film Coatings: Primer: One coat of Wasser MC-Shieldcoat 100 high solids urethane (1.5-2.0 DFT) Finish: One coat of Wasser MC-Shieldcoat 100 (1.5-2.0 DFT) Color: White 9-23 Concrete Curing Materials And Admixtures 9-23.9 Fly Ash (RC) Section 9-23.9 is revised with the following: (******) Fly ash shall not be used around water lines. Renton Sewer Replacement Project Phase 1 Special Provisions – Attachment A WWP-27-4078 June 2024 pw://Carollo/Documents/WA/Renton/201192-100000/04 Design/04 Specs/Carollo/Phase 1/Renton Sewer Replacement Project Phase 1_Special Provisions(FS-100_June2024) ATTACHMENT A Construction Information Center Bus Stop/Route Impact Request Form King County / Metro Transit / Service Impacts / Construction Information Center (CIC) 1500 Sixth Ave S. Seattle, WA 98134-1308 * Mail Stop SVQ-TR-010 * E-mail: Construction.Coord@kingcounty.gov * Phone: 206-477-1140 https://kingcounty.gov/en/dept/metro/about/contractor-resources/transit-system-impacts CONSTRUCTION INFORMATION CENTER Bus Stop/Route Impact Request MINIMUM 5 FULL BUSINESS DAYS NOTIFICATION TO CLOSE/MOVE BUS STOP MINIMUM 10 FULL BUSINESS DAYS TO REROUTE BUS FOR ROAD CLOSURES REQUIRED INFORMATION: Company Name: Office Phone: Does your project have a City/County Coordinator If “YES” continue below Submitter Name: Mobile Phone: Submitter Email Address: Fax (optional): Coordinator Name: Coordinator Phone: Date(s) of Work Start Time End Time Start Date End Date Is your work dependent on weather or other work? Check one: If yes, please indicate contingent dates for work. 1st Contingent Dates for work: Start Date End Date 2nd Contingent Dates for work: Start Date End Date Location of Work (No addresses: identify affected street – include nearest cross streets or intersecting street) & OR Street Use Permit No Primary Contact Person (On-site presence required) Mobile Phone 24/7 Alternate Contact Person (On-site presence required) Mobile Phone 24/7 Description of work Nature of work/ Extended work area description Will bus stop(s) be closed or relocated due to this work? Check one: If “YES” provide bus stop number(s), location(s) and direction of affected bus stops (i.e., “n/b 4 Av/Pike St”) Will work require a road or lane closure w/ traffic detour or shift(s)? Check one: If “YES” provide a brief description of the Traffic Control Plan (TCP). Have you submitted a Traffic Control Plan to the city/county for approval? Check one: If yes, please attach an APPROVED copy of the TCP to Construction.Coord@kingcounty.gov Request Determination >>> FOR KC METRO USE ONLY! <<< Request Approved If “NO” then explanation for denial: ☐ Reroutes required for the following route/runs: Request rescinded by Metro or Cancelled by Submitter: Date: Explanation: CIC Area: CIC Coordinator Date Received Date of Final Action City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 1 CAG-24-105 ______________________________________________________________________________ APPENDICES City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 1 CAG-24-105 ______________________________________________________________________________ A. APPENDIX A – KING COUNTY ROW PERMIT FOR NW 7TH ST AND A PORTION OF TAYLOR AVE NW Utility Right of Way Construction Permit - Sewer Facilities Management Division Real Estate Services King County Administration Building 500 Fourth Avenue Room 830 Seattle, WA 98104 Permits 206-477-9350, FAX 206-296-0196 RES.PERMITS@Kingcounty.gov Job Starts/Close-outs 206-477-2611 KCUIU@Kingcounty.gov Job No. Franchise No.Kroll Page No./Thomas Guide Date Section TWP.Range ROWA24-0761 WWP-27-04078 318/656 05/02/2024 Permit No.Environmental Assessment Required Not Required Date Received: 05/02/202 Existing Assessment Replacement Categorically Exempt X Applicant Phone No.CITY OF RENTON, JESSE NEWMAN (425)430-7211 Address Bond Amount1055 S GRADY WAY, RENTON WA 98057 Field Contact Name Phone No. Location & Job Description: 8918 S 122ND ST, 98178 Replacing existing sewer main half street grind and overlay. Site 6 in the attached plans is located within the intersection of Taylor Ave S and NW 7th St. King County owns ROW north of the southern ROW line on NW 7th St. Renton owns south of the southern ROW line on NW 7th St. See Attached Sheet for Special Conditions THIS PERMIT IS FOR KING COUNTY RIGHT OF WAY ONLY. GIVE DISTANCE BY STREET OR ROAD WITH AN ON, FROM AND TO DESCRIPTION. ALL WATER MAIN EXTENSIONS MUST HAVE APPROVAL FROM THE FIRE MARSHAL. ALL UNDERGROUND UTILITY LINES MUST HAVE A MINIMUM 36" COVER, ALL WORK TO BE DONE SUBJECT TO THE APPROVAL OF THE KING COUNTY ROAD ENGINEER. ALL WORK SHALL BE PERFORMED IN CONFORMANCE WITH KING COUNTY ROAD STANDARDS. The undersigned agrees to comply with provisions, conditions and requirements contained in the “Standards of Good Practice for County Road Departments" published by County Road Administration Board. All work to be done in conformity with conditions and requirements of the King County Code 6.27, 13.24 and 14.44, and the petitioner agrees to prosecute with all diligence and speed with due regard for the rights, interests and convenience of the public. If at the end of 6 months after issuance of permit the grantee shall not have in operation said utilities, then the rights herein conferred shall cease and terminate, unless specific written provisions are made for a renewal or extension. The undersigned, its successors and assigns, agrees if granted the above permit, to comply with the provisions, conditions, requirements, regulations and recommendations herein contained and as may apply to any utility franchise granted the applicant and under whose provisions same is issued. It will respect and protect all property contracts, persons and rights that might be affected by it. INDEMNITY AND HOLD HARMLESS: The Permittee agrees to indemnify and hold harmless King County as provided herein to the maximum extent possible under law. Accordingly, the Permittee agrees for itself, its successors, and assigns, to defend, indemnify, and hold harmless King County, its appointed and elected officials and employees from and against liability for all claims, demands, suits, and judgments, including cost of defense thereof, for injury to persons, death, or property damage which is caused by, arises out of, or is incidental to Permittee’s exercise of rights and privileges granted by this permit. The Permittee’s obligations under this permit shall include: (a) Indemnification for such claims whether or not they arise from the sole negligence of either the County or the Permittee, the concurrent negligence of both parties, or the negligence of one or more third parties; (b) The duty to promptly accept tender of defense and provide defense to the County at the Permittee‘s own expense; (c) Indemnification of claims made by the Permittee’s own employees or agents; and (d) Waiver of the Permittee's immunity under the industrial insurance provisions of Title 51 RCW, which waiver has been mutually negotiated by the parties. In the event it is necessary for the County to incur attorney's fees, legal expenses, or other costs to enforce the provisions of this section, all such fees, expenses, and costs shall be recoverable from the Permittee. In the event it is determined that RCW 4.24.115 applies to this permit, the Permittee agrees to defend, hold harmless, and indemnify King County to the maximum extent permitted thereunder. Signature On FileSignature of Applicant Application Received Permit Issued 05/02/2024 05/06/2024 Entered 05/02/2024 200.00Permit Fee $ By:Abigail Siefer Date Permit Clerk Printed On: 5/6/2024AAF-RES-0010 Page 1 of 3 This application is granted subject to the requirements and conditions thereof as listed below and on back of page. 1. A King County inspector will be assigned to the project for inspection of road restoration. Cost of inspection applicable to the project will be reimbursed to the County monthly by applicant. Permittee is required to notify King County Department of Transportation at 206-477-2611 between 24 and 72 hours before starting work. Failure to give notice will result in the assessment of a one hour inspection time charge againt the permittee. This assessment is in addition to any other remedy available under law or equity which the County may wish to pursue and shall not be construed as an election of remedies by the County. 2. All hard surfaced roads to be jacked or bored. Exceptions will be on a case-by-case basis with the express permission of the King County Department of Transportation. 3 One-way traffic at all times. Signs and traffic control will be in accordance with the manual on uniform traffic control devices for streets and highways. 4. Asphalt to be neat-line cut by either saw cutting or jackhammering a continuous line 1 foot back from trench. Restoration as a minimum shall include 6.5" of crushed surfacing material and HMA the same thickness as the existing asphalt pavement or a minimum of 2 inches, whichever is greater. 5. It is the responsibility of the grantee to notify all utility districts and private property owners when such property is liable to injury or damage through the performance of the above work. Call 1-800-424-5555 48 hours in advance for underground utility location. This instruction does not relieve the grantee from required notification of County inspectors as specified in paragraph 1, above. Approved by Julie Ockerman, Real Estate Services Section Manager Approval on File EngineerManager Directions Regarding Permits Note: Right of way shall mean any Street, Avenue, Alley, Road or Lane Public Place shall mean any Bridge, Trestle, or Wharf. Applicants for permits to occupy County property with utilities, or holders of granted franchise rights, who are planning construction work upon, along, over, under or across any County right of way or public place must file an application with the King County Real Estate Services Section, King County Administration Building, 500 Fourth Avenue, Room 830, Seattle, WA 98104-2337. The application shall be accompanied by drawings (in triplicate) drawn to working scale, commonly 50 to 100 feet per inch. It shall describe the nature of the work, and show the location of same on a map, giving names, or numbers, and width of roads and streets. It must also show location of work with reference to platted subdivisions, and section, township and range, and must show the location of work relative to existing utility facilities which may be affected. Review of the application must conform to the County Environmental Policy Act (King County Code 20.44). Applicants shall specify the type of construction in detail by submitting plans which show the class of material and equipment to be used. All such material and equipment shall be of the highest quality. The manner of excavation, filling, construction, installation, erection of temporary structures, traffic turn outs, road obstruction and barricades, shall conform with County standards and shall be approved by the County Engineer in advance of work. Signs and barricades and traffic control in the vicinity of any work shall conform with provisions of "Part VI Manual of Uniform Traffic Control Devices for Streets and Highways." Before the work is accepted for the County by the County Engineer, all of the direct costs and expenses involved in administering said permit must be paid to the County by the applicant. These include labor charges for examination , inspection and supervision of work in progress by field personnel. Any deviation from the proposed plan, resulting in what is commonly known as the “As Built" location must be approved in advance by the County Engineer . Change notice must show “As Built" position relative to grade line and centerline of right of way and any other installations in the right of way. Permit - Terms and Conditions 1. The grantee, its successors and assigns, is given and granted the right and authority to enter upon the right of way or public place for the purpose of performing the work described in this permit and approved by the County Engineer or the Engineer's agent. 2. Before any work commences the site must be inspected by a County Representative and approved by the County Engineer with respect to: a.location b.type of construction c.materials and equipment to be installed d.manner of erection or construction e.Mode of operation of the installed facility f.Manner of maintenance of installed facility g.Method of safeguarding public traffic both during working hours and during non -working hours while the project is under construction. 3. After the installation, operation, maintenance, or removal of a utility or facility the grantee shall restore all rights of way and public places to the condition which is equivalent in all respects to the condition they were in before starting work. All work to meet the approval of the County Road Engineer. 4. In the event that any damage of any kind is caused by the grantee in the course of performing work authorized by this permit, the grantee will repair said damage at its sole cost and expense. Repair work shall begin without delay and continue without interruption until completed. If damage is extensive, the time allowed for repair will be prescribed by the County Engineer or the Engineer's agent. 5. The County Engineer, or their representatives may at any time, do, order, or have done any and all work considered necessary to restore to a safe condition any area left by the grantee in a condition dangerous to life or property and upon demand the grantee shall pay to the County all costs of such work , materials, etc. 6. When the County deems it advisable to change the alignment or grade of any right of way or public place or structure by widening, grading, regrading, paving, improving, altering or repairing same, the grantee upon written notice by the County Engineer or the Engineer’s representatives will at its own sole cost and expense, raise, lower, move, change or reconstruct such installations to conform with the plans of work contemplated or ordered by the County Engineer according to a time schedule contained in the written notice. 7. Penalties up to One Thousand ($1,000) dollars per day may be imposed by the County Engineer, if the grantee delays relocation of facilities beyond the time limits prescribed by the County Engineer. The County Engineer reserves the right to order its own agents or representatives to accomplish the desired change, and all costs of relocation or removal shall be borne by the grantee. 8. All such changes, reconstruction or relocation by the grantee shall be done in such manner as will cause the least interference with any of the County’s work . The grantee shall have seventy-two (72) hours written notice by the County Engineer or the Engineer 's representatives of any blasting contiguous to the grantee's permit rights in order that it may protect its interests. 9. This grant or privilege shall not be deemed or construed to be an exclusive franchise. It does not prohibit the County from granting other permits or franchise rights of like nature to other public or private utilities, nor shall it prevent the County from using any of its roads, streets, public places for any and all public use, or affect its jurisdiction over all or any part of them. 10. All the provisions, conditions, requirements and regulations herein contained shall be binding upon the successors and assigns of the grantee and all privileges of the grantee shall be given to such successors and assigns as if they were specifically mentioned. 11. The County Road Engineer or Real Estate Services, Section Manager may unilaterally revoke, annul, or terminate, revise or amend this permit without cause and for any reason including, but not limited to: (a) Grantee's failure to comply with any provision, requirement, or regulation herein set forth; (b) Grantee's willful neglect of, or failure to heed or comply with, notices given it; Printed On: 5/6/2024AAF-RES-0010 Page 2 of 3 (c) Grantee's facilities are not installed, operated, or maintained in conformity with conditions herein set forth; (d) Grantee's failure to conform to any applicable law or regulation as currently exists or may hereafter be enacted, adopted or amended. 12. Grantee by accepting this permit agrees to obtain information from all utility departments regarding location and current status of their installations before starting work. Private property owners adjoining, or in proximity to the right of way shall be notified when such property is exposed to the possibility of injury or damage through performance of this project. The grantee shall make all advance arrangements necessary to protect such property and /or utility from injury or damage. 13. The issuance of this permit to the grantee does not in any way relieve the grantee of any other applicable law in performing the work subject to this permit. 14. In all hiring or employment made possible resulting from the granting of this permit, there shall be no discrimination against any employee or applicant for employment because of sex, sexual orientation, age, race, color, ancestry, religion, national origin, marital status or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to but not to be limited to the following : employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from the granting of this permit on the ground of sex, sexual orientation, race, color, ancestry, religion, national origin, age (except minimum age and retirement provisions ), marital status, parental status, or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of this permit and shall be grounds for cancellation, termination or suspension in whole or in part of the permit by the County and may result in ineligibility for further County permits. The permittee shall make the best efforts to make opportunities for employment and /or contracting services available to women and minority persons. The permittee recognizes that the County has a policy of promoting affirmative action, equal opportunity and has resources available to assist permittee in these efforts. 15. This permit and any underlying franchise does not authorize the cutting of trees with a trunk diameter greater than four (4) inches unless such authorization is specifically granted in writing by King County. 16. lf the permittee fails to perform its obligations herein, vacate the premises, remove its facilities, restore the property as required, or comply with any condition or applicable regulation or law, the County shall have, at their option, the right to pursue any remedy or remedies available at law or equity including, but not limited to, the right to proceed under the provisions of Title 59 of the Revised Code of Washington. Special Conditions: Pre-Construction Conference - A pre-construction conference shall be required. Contact KCDOT Utility Inspections, (206) 477-2611 Noise Ordinance - In compliance with the King County noise ordinance, construction activity will be limited to between the hours of ________ through ________ on Saturdays & Holidays & no work on Sundays. Shoulder Overlay - Full width shoulder overlay shall be required. Printed On: 5/6/2024AAF-RES-0010 Page 3 of 3