No preview available
HomeMy WebLinkAboutVol 1 - Contract Docs Award Date: CONTRACT NUMBER Awarded to: CAG-25-090 Award Amount:______________________ City of Renton SANITARY SEWER REPLACEMENT PROJECT PHASE 2 Project No. WWP-27-04273 SUMMER 2025 Volume 1 of 2 City of Renton Public Works Department Utility Systems Division 1055 South Grady Way Renton WA 98057 City Project Manager: Jesse Newman 425-430-7211 jnewman@rentonwa.gov Volume 1- City of Renton Forms, Contract Documents, Conditions of the Contract, and Specifications Volume 2 – Construction Plans Page left intentionally blank CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS FOR THE SANITARY SEWER REPLACEMENT PROJECT PHASE 2 WWP-27-04273 SUMMER 2025 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS VOLUME 1 OF 2 CITY OF RENTON 1055 South Grady Way Renton, WA 98057 Page left intentionally blank City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 2 CAG-25-090 ______________________________________________________________________________ REFERENCE INFORMATION 00b Table of Contents Page 1 of 1 TABLE OF CONTENTS SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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 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. Traffic Control Information 20. Project Special Provisions Appendix A. Site Photos B. Example SPU Crossing Plan C. Comcast Utility Maps Volume 2 21. Construction Plans CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; 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, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of Attest: Summary of Fair Practices Policy\ Denis Law, Mayor Bonne I. Walton, City Clerk 03 Scope of Work - 03-21-2025 Page 1 of 1 SCOPE OF WORK SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25 - 090 WWP-27-04273 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 1,400 - linear feet of 8-inch sewer main. • Furnish and install 27-side sewer stubs • Furnish and install new side sewers on private properties by either open trench or trenchless methodologies, including all necessary restoration work. • Furnish and install 33 new ductile iron tees onto existing concrete main on private property. • Furnish and install 8 48-in diameter manholes, depths varying. • Trench excavation, including removal of existing unsuitable material, removal and abandonment of existing utilities, disposal of excavated material, shoring, and dewatering. • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, sidewalks and driveways. • ROW Surface and other restoration • Furnish and install approximately 65 LF ductile iron Class 52 8-inch diameter restrained joint water pipe and restrained joint fittings with polywrap. • Furnish and install a 12-inch x 8-inch tapping tee and valve assembly • 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. Pre and post Installation Inspection • Bypass pumping. The estimated project cost is $2,700,000 – $3,100,000. A total of 150 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 A pre-bid walk through will be held at the date and time specified in the call for bid. Attendees will meet at Site 4, NE 6th st and Tacoma Ave NE. It is highly encouraged for contractors to attend. 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. SEWER REPLACEMENT PROJECT PHASE 2 AREA MAP NOT TO SCALE SCALE: SITE 7 SITE 4 SITE 5 SITE 4 NE 6TH ST SITE 5 NE 6TH ST SITE 7 NE 8TH PL AND MONROE AVE NE PROJECT LOCATION NE 6TH PL NE 6TH CT NE 6TH ST NE 6 T H S T SH E L T O N A V E PROJECT LOCATION TA C O M A A V E N E MO N R O E A V E N E NE 6TH PL NE 6TH PL NE 6TH ST NE 6TH STOL Y M P I A A V E N E PROJECT LOCATION NE 7 T H P L OLYMPIA AVE NENE W P O R T AV E N E NE 9TH ST LY N W O O D A V E N E NE 1 0 T H S T NE 8TH PL NE 8TH ST NE 7TH CT MO N R O E A V E N E UN I O N A V E N E NE 6TH ST 05 Instructions to Bidders 03-28-2025 Page 1 of 5 INSTRUCTIONS TO BIDDERS SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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. Written addenda to clarify questions that arise may then be issued. If a bidder has any questions via email to Jnewman@rentonwa.gov. The bidder shall include “Bid Question - Sewer Replacement Project Phase 2” in the subject line. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. 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. A pre-bid walk through will be held at the date and time specified in the call for bid . Attendees will meet at Site 4, NE 6th st and Tacoma Ave NE. It is highly encouraged for contractors to attend. 5. 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. 6. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 05 Instructions to Bidders 03-28-2025 Page 2 of 5 7. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 8. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the city to do so. 9. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 10. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the city may request further information on particular points. 11. The bidder shall, upon request, furnish information to the city as to his financial and practical ability to satisfactorily perform the work. 12. Payment for this work will be made by check or direct deposit. 13. 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”. 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 15. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 17. 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. 05 Instructions to Bidders 03-28-2025 Page 3 of 5 18. 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. 19. Payment of Prevailing Wages and Apprentice Utilization Requirements In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the Contractor and any laborers, workmen, mechanics or subconsultants. The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. This Contract includes an Apprentice Utilization Requirement. Fifteen percent (15%) or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted. Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. 20. 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. 21. 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." 05 Instructions to Bidders 03-28-2025 Page 4 of 5 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 ex isting subsurface condition as needed to submit their bid. Upon approval of the city, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the city. 05 Instructions to Bidders 03-28-2025 Page 5 of 5 BIDDER’S CHECKLIST ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Sales Tax for this project is bid at 10.3%. ❑ Have you submitted the Subcontractors List (if required)? ❑ Have you reviewed the Prevailing Wage and Apprenticeship Utilization Requirements? ❑ Have you confirmed that you, and any subcontractors, are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency? ❑ Have you submitted Minority Business/Woman Business Enterprise Subcontractors List (if required)? ❑ Have you submitted the Proposal and Combined Affidavit & Certificate Form? ❑ Have you submitted Department of Labor and Industries Certificate of Registration Form? ❑ Have you certified Receipt of Addenda, if any have been issued? 06 Call for Bid -04-08-2025 - js edits Page 1 of 2 CALL FOR BIDS SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 Sealed bids will be received until 2 PM, Thursday, 05/08/2025 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 3 PM, Thursday, 05/08/2025 (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://us06web.zoom.us/j/86306805631?pwd=cDmUTWeT54f5Hkxdj1coEThPozDuhy.1 • Using the Zoom app: Meeting ID: 863 0680 5631; Password: 196317; • Via telephone by dialing: +12532158782,,86306805631#,,,,*196317# • 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 1,400 - linear feet of 8-inch sewer main. • Furnish and install 27-side sewer stubs • Furnish and install new side sewers on private properties by either open trench or trenchless methodologies, including all necessary restoration work. • Furnish and install 33 new ductile iron tees onto existing concrete main on private property. • Furnish and install 8 48-in diameter manholes, depths varying. • Trench excavation, including removal of existing unsuitable material, removal and abandonment of existing utilities, disposal of excavated material, shoring, and dewatering. • Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete curbs, gutters, sidewalks and driveways. • ROW Surface and other restoration • Furnish and install approximately 65 LF ductile iron Class 52 8-inch diameter restrained joint water pipe and restrained joint fittings with polywrap. • Furnish and install a 12-inch x 8-inch tapping tee and valve assembly • 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. Pre and post Installation Inspection • Bypass pumping. 06 Call for Bid -04-08-2025 - js edits Page 2 of 2 The estimated project cost is $2,700,000 – $3,100,000. A total of 150 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 A Pre-bid Walkthrough will be held on April 24, 2025 at 1 pm. Attendees will meet at Site 4, NE 6th st and Tacoma Ave NE. It is highly encouraged for contractors to attend. 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 4/16/2025. 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: Daily Journal of Commerce 4/16/2025 Daily Journal of Commerce 4/23/2025 Daily Journal of Commerce 4/30/2025 City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 2 CAG-25-090 ______________________________________________________________________________ SUBMITTAL FORMS : SUBMITTED WITH BID Proposal & Affidavit/Certificate Page 1 of 4 PROPOSAL & COMBINED AFFIDAVIT AND CERTIFICATE FORM CITY OF RENTON SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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 hereb y 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 additio n, 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 Proposal & Affidavit/Certificate Page 2 of 4 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 statemen ts 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): 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: ________________ 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 - 03-21-2025 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 2, WWP-27-04273 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 03-21-2025 Page 1 of 1 CERTIFICATE OF REGISTRATION DEPARTMENT OF LABOR & INDUSTRIES SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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 2 CAG-25-090 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 A1 1 LS _______________ Per LS ________________ A2 1 LS _______________ Per LS ________________ A3 1 LS _______________ Per LS ________________ A4 1 Calc _______________ Per Calc ________________ A5 1 Calc _______________ Per Calc ________________ SCHEDULE A SUBTOTAL SCHEDULE A SALES TAX (10.3%) SCHEDULE A TOTAL ITEM WITH UNIT PRICED BID Mobilization & Demobilization Construction Surveying, Staking, and As-Built Drawings Temporary Traffic Control Schedule A Apprentice Utilization Penalty Apprentice Utilization Incentive *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. $2,000*$2,000* $0**$0** *An incentive of $2,000 will be assessed with the Final Payment for Contractors who meet the Apprentice Utilization Requirement without a reduction by Good Faith Effort. See section 1-07.9(3) of the Special Provisions for additional details. **When the Contractor fails to meet the Apprenticeship goal of 15%, a penalty will be assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the Contracting Agency. See section 1-07.9(3) of the Special Provisions for additional details. CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 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. B1 1 LS _________________ Per LS ________________ B2 1 LS _________________ Per LS ________________ B3 1 LS _________________ Per LS ________________ B4 2 EA _________________ Per EA ________________ B5 2660 CY _________________ Per CY ________________ B6 200 CY _________________ Per CY ________________ B7 100 TON _________________ Per TON ________________ B8 1400 LF _________________ Per LF ________________ B9 2 EA _________________ Per EA ________________ B10 1400 LF _________________ Per LF ________________ B11 27 EA _________________ Per EA ________________ B12a 1 LS _________________ Per LS ________________ B12b 1 LS _________________ Per LS ________________ B12c 1 LS _________________ Per LS ________________ B12d 1 LS _________________ Per LS ________________ B12e 1 LS _________________ Per LS ________________ Site Clearing and Grubbing Trench Safety Systems Site Specific Utility Potholing Select Import Trench Backfill Crushed Surfacing Top Course Temporary Sedimentation and Erosion Control Schedule B Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul Furnish and Install 6-inch PVC Sewer Stub CCTV Inspection Connect New Sewer to Existing Sewer Manhole Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam. Work On Private Property - 3910 NE 6TH ST - SIte 4 Work On Private Property - 3916 NE 6TH ST - Site 4 Work On Private Property - 3922 NE 6TH ST - Site 4 Work On Private Property - 3923 NE 6TH ST - Site 4 Work On Private Property - 603 TACOMA AVE NE - Site 4 CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 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. B12f 1 LS _________________ Per LS ________________ B12g 1 LS _________________ Per LS ________________ B12h 1 LS _________________ Per LS ________________ B12i 1 LS _________________ Per LS ________________ B12j 1 LS _________________ Per LS ________________ B12k 1 LS _________________ Per LS ________________ B12l 1 LS _________________ Per LS ________________ B12m 1 LS _________________ Per LS ________________ B12n 1 LS _________________ Per LS ________________ B12o 1 LS _________________ Per LS ________________ B12p 1 LS _________________ Per LS ________________ B12q 1 LS _________________ Per LS ________________ B12r 1 LS _________________ Per LS ________________ B12s 1 LS _________________ Per LS ________________ B12t 1 LS _________________ Per LS ________________ B12u 1 LS _________________ Per LS ________________ B12v 1 LS _________________ Per LS ________________ Work On Private Property - 609 TACOME AVE NE - Site 4 Work On Private Property - 613 TACOMA AVE NE - Site 4 Work On Private Property - 617 TACOMA AVE NE - Site 4 Work On Private Property - 614 SHELTON AVE NE - Site 4 Work On Private Property - 618 SHELTON AVE ME - Site 4 Work On Private Property - 3304 NE 6TH ST - Site 5 Work On Private Property - 3310 NE 6TH ST - Site 5 Work On Private Property - 3316 NE 6TH ST - Site 5 Work On Private Property - 3322 NE 6TH ST - Site 5 Work On Private Property - 3328 NE 6TH ST - Site 5 Work On Private Property - 3334 NE 6TH ST - Site 5 Work On Private Property - 3404 NE 6TH ST - Site 5 Work On Private Property - 3410 NE 6TH ST - Site 5 Work On Private Property - 1025 MONROE AVE NE - Site 7 Work On Private Property - 1019 MONROE AVE NE - Site 7 Work On Private Property - 1013 MONROE AVE NE - Site 7 Work On Private Property - 1009 MONROE AVE NE - Site 7 CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 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. B12w 1 LS _________________ Per LS ________________ B12x 1 LS _________________ Per LS ________________ B12y 1 LS _________________ Per LS ________________ B12z 1 LS _________________ Per LS ________________ B12aa 1 LS _________________ Per LS ________________ B12ab 1 LS _________________ Per LS ________________ B12ac 1 LS _________________ Per LS ________________ B12ad 1 LS _________________ Per LS ________________ B12ae 1 LS _________________ Per LS ________________ B12af 1 LS _________________ Per LS ________________ B12ag 1 LS _________________ Per LS ________________ B12ah 1 LS _________________ Per LS ________________ B12ai 1 LS _________________ Per LS ________________ B12aj 1 LS _________________ Per LS ________________ B12ak 1 LS _________________ Per LS ________________ B12al 1 LS _________________ Per LS ________________ B13 33 EA _________________ Per EA ________________ Work On Private Property - 717 MONROE AVE NE - Site 7 Work On Private Property - 1005 MONROE AVE NE - Site 7 Work On Private Property - 921 MONROE AVE NE - Site 7 Work On Private Property - 915 MONROE AVE NE - Site 7 Work On Private Property - 909 MONROE AVE NE - Site 7 Work On Private Property - 903 MONROE AVE NE - Site 7 Work On Private Property - 871 MONROE AVE NE - Site 7 Work On Private Property - 867 MONROE AVE NE - Site 7 Work On Private Property - 863 MONROE AVE NE - Site 7 Work On Private Property - 859 MONROE AVE NE - Site 7 Work On Private Property - 855 MONROE AVE NE - Site 7 Work On Private Property - 851 MONROE AVE NE - Site 7 Work On Private Property - 823 MONROE AVE NE - Site 7 Work On Private Property - 817 MONROE AVE NE - Site 7 Work On Private Property - 809 MONROE AVE NE - Site 7 Work On Private Property - 701 & 705 MONROE AVE NE - Site 7 Furnish and Install 6 x 6 – in. Ductile Iron Tee on Existing Sewer Main CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 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. B14 2 EA _________________ Per EA _________________ B15 3 EA _________________ Per EA _________________ B16 3 EA _________________ Per EA _________________ B17 310 TON _________________ Per TON ________________ B18 305 TON _________________ Per TON _________________ B19 1 EA _________________ Per EA _________________ B20 20 LF _________________ Per LF _________________ B21 55 SY _________________ Per SY _________________ B22 1 LS _________________ Per LS _________________ B23 1 LS _________________ Per LS _________________ B24 1 ALLOW _________________ Per ALLOW _________________ SCHEDULE B SUBTOTAL SCHEDULE B SALES TAX (10.3%) SCHEDULE B TOTAL Furnish and Install Shallow Manhole 48 in Diam (Less than 5-ft Depth) Furnish and Install Manhole 48 in Diam. (5-ft to 10-ft Depth) Replace Survey Monument Remove and Replace Cement Concrete Sidewalk and Driveway Furnish and Install Manhole 48 in Diam. (10-20 ft Depth) 2-inch Grind and Overlay Hot Mix Asphalt (HMA) CL. 1/2 in. PG 58 H-22 ROW Site Restoration Sewer Crossing Under 36" SPU Transmission Main Remove and Replace Cement Concrete Traffic Curb and Gutter Minor Changes W10.(3% SCHEDULE B TOTAL $100,000.00 $100,000.00 CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 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 *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. ITEM WITH UNIT PRICED BID C1 1 LS _________________ Per LS ________________ C2 28 CY _________________ Per CY ________________ C3 3 CY _________________ Per CY ________________ C4 6 TON _________________ Per TON ________________ C5 18 TON _________________ Per TON ________________ C6 16 TON _________________ Per TON ________________ C7 10 LF _________________ Per LF ________________ C8 1 ALLOW _________________ Per ALLOW ________________ C9 65 LF _________________ Per LF ________________ C10 1 EA _________________ Per EA ________________ C11 1 EA _________________ Per EA ________________ SCHEDULE C SUBTOTAL SCHEDULE C SALES TAX (10.3%) SCHEDULE C TOTAL TOTAL ALL SCHEDULES A+B+C Trench Safety Systems Select Import Trench Backfill Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul 2-inch Grind and Overlay Hot Mix Asphalt (HMA) CL. 1/2 in. PG 58 H-22 Remove and Replace Cement Concrete Curb and Gutter Minor Changes Furnish and Install Ductile Iron Class 52 8 -Inch Diameter Restrained-Joint Water Pipe and Restrained-Joint Fittings with Polywrap Furnish and Install 12-Inch x 8-inch Tapping Tee and Valve Assembly 1-Inch Water Service Connection Schedule C Crushed Surfacing Top Course $7,000.00 $7,000.00 11 Acknowledge Receipt of Addenda Page 1 of 1 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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:_________________________________________________ Template updated 2-12-19 This form must be submitted with the Bid Proposal . Certification of Compliance with Wage Payment Statutes 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 issued 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. Revised 3/31/2021 clb SUBCONTRACTOR LIST Sanitary Sewer Replacement Project Phase 2 CAG-25-090 WWP-27-04278 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 elec trical subcontractors) shall be submitted as part of the bid. • All structural steel installation and rebar installation sub contractors shall be submitted as part of the bid. If the work does not apply to this contract, check the box “Not Applciable”. If the work will be self performed by the bidder, check the box “Self Performed”. If the subcontractors 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. Page 2 Revised 3/31/2021 clb 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: ______________________________________________ City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 2 CAG-25-090 ______________________________________________________________________________ SUBMITTAL FORMS : SUBMITTED AFTER NOTICE OF AWARD Sanitary Sewer Replacement Phase 2 Project Page 1 of 2 Contract Bond to the CITY of Renton WWP-27-04273 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-25-090 providing for construction of the Sanitary Sewer Replacement Project Phase 2; 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. Sanitary Sewer Replacement Phase 2 Project Page 2 of 2 Contract Bond to the CITY of Renton WWP-27-04273 03/08/2022 F clb • This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. FURTHERMORE, this Contract Bond shall be satisfied and released only upon the condition s 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 Page 1 of 1 FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE CITY OF RENTON SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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. 25-090 THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] 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 2024 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, S pecial 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 2, WWP-27-04273, 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 2 CAG-25-090 [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 Denis Law, 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] 425-430-7211 [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 - 03-21-2025 Page 1 of 1 RETAINAGE SELECTION SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04278 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 2 CAG-25-090 ______________________________________________________________________________ INFORMATION AND SPECIAL PROVISIONS 18 State Prevailing Wages Reference 04-01-2025 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 May 8, 2025. 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. 21 Traffic Control Information Page 1 of 1 TRAFFIC CONTROL SANITARY SEWER REPLACEMENT PROJECT PHASE 2 CAG-25-090 WWP-27-04273 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. 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 1-9 for additional requirements. CITY OF RENTON RENTON, WASHINGTON SPECIAL PROVISIONS FOR THE SANITARY SEWER REPLACEMENT PROJECT PHASE 2 WWP-27-04273 SUMMER 2025 Engineer’s P.E. stamp CITY OF RENTON 1055 South Grady Way Renton, WA 98057 Digitally signed by Austin M. Wong Contact Info: Carollo Engineers, Inc. Date: 2025.04.14 16:01:36-07'00' Page left intentionally blank Renton Sewer Replacement Project Phase 2 Table of Contents - i WWP-27-4273 April 2025 RENTON SEWER REPLACEMENT PROJECT PHASE 2 – SPECIAL PROVISIONS Table of Contents INTRODUCTION TO THE SPECIAL PROVISIONS ix DIVISION 1 GENERAL REQUIREMENTS 1 1-01.3 Definitions 1 1-02 BID PROCEDURES AND CONDITIONS 4 1-02.1 Prequalification of Bidders 4 1-02.1 Qualifications of Bidder 4 1-02.2  Plans and Specifications 4 1-02.5 Proposal Forms 5 1-02.6 Preparation of Proposal 5 1-02.7 Bid Deposit 6 1-02.9 Delivery of Proposal 6 1-02.10 Withdrawing, Revising, or Supplementing Proposal 6 1-02.12 Public Opening of Proposals 7 1-02.13 Irregular Proposals 7 1-02.15 Pre Award Information 8 1-03 AWARD AND EXECUTION OF CONTRACT 9 1-03.1 Consideration of Bids 9 1-03.2 Award of Contract 9 1-03.3 Execution of Contract 9 1-03.4 Contract Bond 10 1-03.7 Judicial Review 11 1-04 SCOPE OF WORK 12 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda 12 1-04.4(1) Minor Changes 12 1-04.8 Progress Estimates and Payments 12 1-04.11 Final Cleanup 12 1-04.12 Contractor-Discovered Discrepancies 13 1-05 CONTROL OF WORK 14 1-05.4 Conformity With and Deviation from Plans and Stakes 14 1-05.7 Removal of Defective and/or Unauthorized Work 16 Renton Sewer Replacement Project Phase 2 Table of Contents - ii WWP-27-4273 April 2025 1-05.10 Guarantees 17 1-05.11 Final Inspection 18 1-05.11 Final Inspections and Operational Testing 18 1-05.12 Final Acceptance 19 1-05.13 Superintendents, Labor, and Equipment of Contractor 20 1-05.14 Cooperation with Other Contractors 20 1-05.15 Method of Serving Notices 20 1-05.16 Water and Power 20 1-05.17 Oral Agreements 21 1-05.18 Contractor's Daily Diary 21 1-06 CONTROL OF MATERIAL 23 1-06.1(4) Fabrication Inspection Expense 23 1-06.2(1) Samples and Tests for Acceptance 23 1-06.2(2) Statistical Evaluation of Materials for Acceptance 23 1-06.2(2)B Financial Incentive 23 1-06.6 Recycled Materials 23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 24 1-07.1 Laws to be Observed 24 1-07.2 State Sales Tax 24 1-07.6 Permits and Licenses 26 1-07.9 Wages 26 1-07.11 Requirements for Non-Discrimination 30 1-07.12 Federal Agency Inspection 31 1-07.15(2) Temporary Water Pollution/Erosion Control 31 1-07.16 Protection and Restoration of Property 33 1-07.17 Utilities and Similar Facilities 35 1-07.18 Public Liability and Property Damage Insurance 41 1-07.18 Insurance 41 1-07.22 Use of Explosives 45 1-07.23 Public Convenience and Safety 45 1-07.24 Rights-of-Way 46 1-08 PROSECUTION AND PROGRESS 48 1-08.0 Preliminary Matters 48 Renton Sewer Replacement Project Phase 2 Table of Contents - iii WWP-27-4273 April 2025 1-08.1 Subcontracting 50 1-08.3 Progress Schedule 50 1-08.4 Notice to Proceed and Prosecution of the Work 52 1-08.5 Time for Completion 52 1-08.9 Liquidated Damages 54 1-08.11 Contractor's Plant and Equipment 55 1-08.12 Attention to Work 55 1-09 MEASUREMENT AND PAYMENT 56 1-09.1 Measurement of Quantities 56 1-09.3 Scope of Payment 57 1-09.6 Force Account 58 1-09.7 Mobilization 58 1-09.9 Payments 58 1-09.11 Disputes and Claims 62 1-09.13 Claims and Resolutions 63 1-09.14 Payment Schedule 64 1-10 TEMPORARY TRAFFIC CONTROL 89 1-10.1 General 89 1-10.2(1)B Traffic Control Supervisor 90 1-10.2(2) Traffic Control Plans 91 1-10.3 Traffic Control Labor, Procedures, and Devices 91 1-10.3 Traffic Control Labor, Procedure, and Devices 93 1-10.4 Measurement 94 1-10.5 Payment 94 1-11 RENTON SURVEYING STANDARDS 95 1-11.1(1) Responsibility for Surveys 95 1-11.1(2) Survey Datum and Precision 95 1-11.1(3) Subdivision Information 95 1-11.1(4) Field Notes 96 1-11.1(5) Corners and Monuments 96 1-11.1(6) Control or Base Line Survey 96 1-11.1(7) Precision Levels 97 1-11.1(8) Radial and Station -- Offset Topography 97 Renton Sewer Replacement Project Phase 2 Table of Contents - iv WWP-27-4273 April 2025 1-11.1(9) Radial Topography 97 1-11.1(10) Station--Offset Topography 97 1-11.1(11) As-Built Survey 97 1-11.1(12) Monument Setting and Referencing 98 1-11.2 Materials 98 DIVISION 2 EARTHWORK 100 2-01 Clearing, Grubbing, And Roadside Cleanup 100 2-01.1 Description 100 2-01.2 Disposal of Usable Material and Debris 100 2-02 Removal Of Structure And Obstructions 100 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 100 2-03 Roadway Excavation And Embankment 100 2-03.3 Construction Requirements 100 2-04 Haul 103 2-04.5 Payment 103 2-06 Subgrade Preparation 104 2-06.2 Subgrade to be Incidental 104 2-09 Structure Excavation 105 2-09.1 Description 105 2-09.3(1)D Disposal of Excavated Material 105 2-09.3(3)D Shoring and Cofferdams 105 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 106 5-04 Hot Mix Asphalt 106 5-04.1 Description 106 5-04.2 Materials 106 5-04.3 Construction Requirements 108 5-05 Cement Concrete Pavement 132 5-05.2 Materials 132 5-05.3 Construction Requirements 132 5-06 Permanent Pavement Patching And Overlay 135 5-07 Temporary Restoration In Pavement Area 137 5-07.1 Description 137 5-07.2 Materials 137 Renton Sewer Replacement Project Phase 2 Table of Contents - v WWP-27-4273 April 2025 5-07.3 Construction Requirements 137 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 138 7-05 Manholes, Inlets, and Catch Basins 138 7-05.2 Materials 138 7-05.3 Construction Requirements 138 7-06 Construction Dewatering 141 7-06.1 Description 141 7-08 General Pipe Installation Requirements 143 7-08.3 Construction Requirements 143 7-09 Water Mains 148 7-09.1(1)A Trench Widths 148 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) 148 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement 148 7-09.3(19)A Connections to Existing Mains 148 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block 151 7-09.3(23) Hydrostatic Pressure Test 151 7-09.3(24) Disinfection of Water Mains 153 7-09.3(24)A Flushing and "Poly-pigging” 153 7-09.3(24)D Dry Calcium Hypochlorite 154 7-09.3(24)K Retention Period 154 7-09.3(24)N Final Flushing and Testing 154 7-09.3(26) Abandonment of Existing Water Pipe 155 7-12 Valves for Water Mains 156 7-12.3(1) Installation of Valve Marker Post 156 7-12.3(2) Adjust Existing Valve Box to Grade 156 7-14 Hydrants 157 7-14.3(1) Setting Hydrants 157 7-14.3(3) Resetting Existing Hydrants 157 7-14.3(7) Remove and Salvage Hydrant 158 7-14.3(8) Abandoned Valves 158 7-15 Service Connections 159 7-15.3 Construction Requirements 159 Renton Sewer Replacement Project Phase 2 Table of Contents - vi WWP-27-4273 April 2025 7-17 Sanitary Sewers 160 7-17.2 Materials 160 7-17.3 Construction Requirements 160 7-18 Side Sewers 163 7-18.3(2) Fittings 163 7-18.3(3) Testing 163 7-18.3(5) End Pipe Marker 163 7-18.3(6) Side Sewer Construction Requirements 163 7-19 Sewer Cleanouts 164 7-19.3 Construction Requirements 164 7-19.4 Measurement 164 7‐20 Horizontal Directional Drilling 165 7‐20.1 Description 165 7‐20.2 Materials 165 7‐20.3 Construction Requirements 165 DIVISION 8 MISCELLANEOUS CONSTRUCTION 177 8-02 Roadside Restoration 177 8-02.3(4)A Topsoil Type A 177 8-02.3(16) Lawn Installation 177 8-05 Pre- And Post- Construction Photographs And Video Inspection 181 8-05.1 Materials 181 8-05.2 Construction Requirements 181 8-09 Raised Pavement Markers 182 8-09.5 Payment 182 8-13 Monument Cases 182 8-13.1 Description 182 8-13.3 Construction Requirements 182 8-13.4 Measurement 182 8-13.5 Payment 182 8-14 Cement Concrete Sidewalks 182 8-14.3 Construction Requirements 182 8-22 Pavement Marking 183 8-22.1 Description 183 Renton Sewer Replacement Project Phase 2 Table of Contents - vii WWP-27-4273 April 2025 8-22.3(5) Installation Instructions 184 8-22.3(6) Removing Pavement Markings 184 8-23 Temporary Pavement Markings 185 8-23.5 Payment 185 DIVISION 9 MATERIALS 186 9-03 Aggregates 186 9-03.8 Aggregates for Hot Mix Asphalt 186 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) 186 9-05 Drainage Structures And Culverts 188 9-05.12 Polyvinyl Chloride (PVC) Pipe 188 9-05.20(3) Fittings and Gaskets 188 9-05.20(4) Installation 188 9-05.50 Manholes 188 9-05.52 Dense Foam 189 9-08 Paints And Related Materials 190 9-08.9 Manhole Coating System Products 190 9-14.2 Topsoil 190 9-23 Concrete Curing Materials and Admixtures 193 9-23.9 Fly Ash (RC) 193 9-30 Water Distribution Materials 194 9-30.1 Pipe 194 9-30.2 Fittings 194 9-30.3 Valves 197 9-30.3(1) Gate Valves (3 to 16 inches) 197 9-30.3(4) Valve Boxes 198 9-30.3(5) Valve Marker Posts 198 9-30.3(6) Valve Stem Extensions 198 9-30.3(9) Blow-Off Assembly 198 9-30.6 Water Service Connections (2 inches and Smaller) 198 9-30.6(3) Service Pipes 199 9-30.6(4) Service Fittings 199 9-30.6(5) Meter Setters 199 9-30.6(7) Meter Boxes 199 Renton Sewer Replacement Project Phase 2 Special Provisions - viii WWP-27-4273 April 2025 INTRODUCTION TO THE SPECIAL PROVISIONS (January 4, 2024 APWA GSP, Option A) 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 these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply.the GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2013 Renton GSP) Project specific special provisions are labeled as such: (June 1, 2013 SRP PH. 2 ) 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 Manual M21-01, 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 2 Special Provisions - 1 WWP-27-4273 April 2025 DIVISION 1 GENERAL REQUIREMENTS 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, Renton Sewer Replacement Project Phase 2 Special Provisions - 2 WWP-27-4273 April 2025 “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Renton Sewer Replacement Project Phase 2 Special Provisions - 3 WWP-27-4273 April 2025 Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Renton Sewer Replacement Project Phase 2 Special Provisions - 4 WWP-27-4273 April 2025 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2  Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 4 Furnished automatically upon award. Contract Provisions 4 Furnished automatically upon award. Large plans (22" x 34") 1 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. General (Mar 21, 2025, Renton GSP) The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is revised to read: Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 4 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Section 1-02.4(1) is supplemented with the following: Renton Sewer Replacement Project Phase 2 Special Provisions - 5 WWP-27-4273 April 2025 Questions received in less than 4 days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal January 4, 2024 APWA GSP 1-02.6, Option B) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligibl e for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any DBE requirements are to be satisfied through such an agreement. Renton Sewer Replacement Project Phase 2 Special Provisions - 6 WWP-27-4273 April 2025 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 DBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (Mar 21, 2025, Renton GSP) Revise the first paragraph to read: 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. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and Renton Sewer Replacement Project Phase 2 Special Provisions - 7 WWP-27-4273 April 2025 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (Mar 21, 2025, Renton GSP) 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. Only those contractors found on the BXWA “Self Registered Bidders List” will be notified. The addenda will be posted on BXWA. 1-02.13 Irregular Proposals (September 3, 2024 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; c. A price per unit cannot be determined from the Bid Proposal; d. The Proposal form is not properly executed; e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6; f. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in accordance with Section 1-07.11; Renton Sewer Replacement Project Phase 2 Special Provisions - 8 WWP-27-4273 April 2025 i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if applicable as required by Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; or k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; e. Receipt of Addenda is not acknowledged; f. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or g. If Proposal form entries are not made in ink. 1-02.15 Pre Award Information (December 30, 2022 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. Renton Sewer Replacement Project Phase 2 Special Provisions - 9 WWP-27-4273 April 2025 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. (Mar 21, 2025, Renton GSP) 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 (Mar 21, 2025, Renton GSP) 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 (July 8, 2024 APWA GSP Option A) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Renton Sewer Replacement Project Phase 2 Special Provisions - 10 WWP-27-4273 April 2025 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; Renton Sewer Replacement Project Phase 2 Special Provisions - 11 WWP-27-4273 April 2025 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, pow er of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (December 30, 2022 APWA GSP) Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. Renton Sewer Replacement Project Phase 2 Special Provisions - 12 WWP-27-4273 April 2025 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda (Mar 21, 2025, Renton GSP) Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Change Orders after the contract is executed 2. Addenda 3. Proposal Form 4. Renton Project Special Provisions 5. Renton General Special Provisions 6. Contract Plans 7. City of Renton Standard Plans and Details 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.4(1) Minor Changes (May 30, 2019 APWA GSP) Delete the first paragraph and replace it with the following: Payments or credits for changes amounting to $25,000 or less may be made under the Bid item “Minor Change”. At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor Change” work will be within the scope of the Contract Work and will not change Contract Time. 1-04.8 Progress Estimates and Payments (Mar 21, 2025, Renton GSP) Section 1-04.8 is supplemented as follows: 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 (Mar 21, 2025, Renton GSP) Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer ’s discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in Renton Sewer Replacement Project Phase 2 Special Provisions - 13 WWP-27-4273 April 2025 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. 1-04.12 Contractor-Discovered Discrepancies (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 14 WWP-27-4273 April 2025 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes (Mar 21, 2025, Renton GSP) 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 provid e 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 15 WWP-27-4273 April 2025 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 (Mar 21, 2025, Renton GSP) 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." Renton Sewer Replacement Project Phase 2 Special Provisions - 16 WWP-27-4273 April 2025 1-05.4(2) Contractor Provided As-Built Information (Mar 21, 2025, Renton GSP) 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. 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 the Contractor 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 (Mar 21, 2025, Renton GSP) 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 17 WWP-27-4273 April 2025 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. 1-05.10 Guarantees (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 18 WWP-27-4273 April 2025 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 (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective Renton Sewer Replacement Project Phase 2 Special Provisions - 19 WWP-27-4273 April 2025 measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of 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 perio d, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 20 WWP-27-4273 April 2025 1-05.13 Superintendents, Labor, and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (Mar 21, 2025, Renton GSP) 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 1-05.15 Method of Serving Notices (January 4, 2024 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be served and directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to b e furnished under the Contract, must be written in paper format, hand delivered or sent via certified mail delivery service with return receipt requested to the Engineer's office. Electronic copies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 21 WWP-27-4273 April 2025 1-05.17 Oral Agreements (Mar 21, 2025, Renton GSP) 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 (Mar 21, 2025, Renton GSP) 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. 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 eas ily 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 22 WWP-27-4273 April 2025 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 2 Special Provisions - 23 WWP-27-4273 April 2025 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 AWPA GSP) Delete this section in its entirety. 1-06.2(1) Samples and Tests for Acceptance (Mar 21, 2025, Renton GSP) 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 (Mar 21, 2025, Renton GSP) 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. 1-06.2(2)B Financial Incentive (January 4, 2024 AWPA GSP) Replace the first sentence of this Section with the following: The maximum Composite Pay Factor shall be 1.00. 1-06.6 Recycled Materials (Mar 21, 2025, Renton GSP) The first paragraph of Section 1-06.6 is deleted and replaced with the following: The Contractor shall try to utilize recycled materials in the project's construction; however, using recycled materials is not a requirement of the Contract. Recycled aggregates shall not be installed as pipe zone bedding for all Renton Utilities or as backfill for Water Utilities. If the engineer approves, recycled aggregates may be allowed in the sewer pipe backfill zone. Renton Sewer Replacement Project Phase 2 Special Provisions - 24 WWP-27-4273 April 2025 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Section 1-07.1 is supplemented as follows: 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 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA - funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Renton Sewer Replacement Project Phase 2 Special Provisions - 25 WWP-27-4273 April 2025 Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). Renton Sewer Replacement Project Phase 2 Special Provisions - 26 WWP-27-4273 April 2025 1-07.6 Permits and Licenses (Mar 21, 2025, Renton GSP) 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. 1-07.9 Wages 1-07.9(3) Apprentices (Mar 21, 2025, Renton GSP) Supplement this section with the following: Apprentice Utilization Renton Sewer Replacement Project Phase 2 Special Provisions - 27 WWP-27-4273 April 2025 This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted . Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system. Definitions For the purposes of this specification the following definitions apply: 1. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 2. Apprentice Utilization is the apprentice labor hours, on the project, expressed as a percentage of project Labor Hours based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. 3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor hours required by the Contract. 4. Good Faith Effort(s) (GFE) describes the Contractor’s efforts to meet the Apprentice Utilization Requirement including but not limited to the specific steps as described elsewhere in this specification. 5. Labor Hours are the total hours performed by all workers receiving an hourly wage who are subject to prevailing wage requirements for work performed on the Contract as defined by RCW 39.04.310. Labor Hours are determined based on the scope of work performed by the individuals, rather than the title of their occupations in accordance with WAC 296 -127. 6. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an apprentice registered in a training program, separate from Journey Level rates, as set by the Washington State Apprenticeship Training Council and Washington State Department of Labor and Industries (L&I). Electronic Reporting The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan”. Reporting instructions are available in the application. Apprentice Utilization Plan The Contractor shall submit an “Apprentice Utilization Plan” by filling out the Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution, however no later than the preconstruction meeting, demonstrating how and when they intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient detail for the Engineer to track the Contractor’s progress in meeting the utilization requirements. An Apprentice Utilization Plan shall be updated and resubmitted as the Work progresses or when requested by the Engineer. If the Contractor is unable to demonstrate the ability to meet the Apprentice Utilization Requirement with their initial Apprentice Utilization Plan submission, an effort must be made to find additional registered apprentices to perform on the contract. If after attempts have been made at every tier and every scope, the Contractor must submit GFE documentation to the Contracting Agency. The Contractor shall actively seek out opportunities to meet the Apprentice Utilization Requirement during the construction Work. Renton Sewer Replacement Project Phase 2 Special Provisions - 28 WWP-27-4273 April 2025 Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by using the Apprentice Registration and Tracking System (ARTS) https://secure.lni.wa.gov/arts- public/#/program-search or contacting the Department of Labor and Industries directly at: Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance The Contractor is expected to make attempts to employ Apprentices and shall include the requirement in any subcontracts at any tier. In the event that the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE documentation demonstrating the efforts and attempts they made. Final GFE documentation shall be submitted to the Contracting Agency after Substantial Completion but no later than 30 days after Physical Completion. If the Contractor fails to actively attempt to employ Apprentices, submit GFE documentation, or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing the Contractor of the failure to comply with this specification which will include a calculation of the penalty to be assessed as provided for in the Payment section in this special provision. If the Contractor achieves the required Apprentice Utilization an incentive will be assessed with Final Payment. Good Faith Efforts The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written communications with letterhead, titles, and contact information are required. Documentation must include one or more of the following accepted GFEs: 1. Demonstrated Lack of Availability of Apprentices. Correspondence from State-approved Apprenticeship Training Program(s), with project specific responses confirming there is a lack of availability of Apprentices for this project. 2. Demonstrated Disproportionate Ratio of Material/Equipment/Products to Labor Hours. Documentation explaining the bid includes a disproportionate high cost of material/equipment/products to Labor Hours. (E.g., a $2 M estimated contract includes $1 M or more in procurement costs of equipment to be installed.) 3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State-approved Apprentice Training Programs confirming there is not enough time in the project to meet required journey level to apprentice training ratios. 4. Demonstrated Lack of Available Approved Programs. Correspondence from State- approved Apprentice Training Programs, confirming there are no programs that train for the scopes included/anticipated on the project. Contractor and state programs to submit training program detail needs and details that could be used for future program creation. Renton Sewer Replacement Project Phase 2 Special Provisions - 29 WWP-27-4273 April 2025 5. Funding Precedent. Documentation that shows conflicting, more restrictive, or precedent requirements for other training on the Project. Examples include, but are not limited to, Tribal Employment Rights (TERO), Federal Training Hours, or Special Training that affect the ability to use state-registered apprentices. 6. Warranty Work. Documentation from Original Equipment Manufacturers, or similar, confirming that work performed must only be completed by certified journey -level installers or risk voiding warranty, or similar. 7. Other Effort. The Contractor may submit other evidence, documentation, or rationale for not being able to achieve the required Apprentice Utilization that are not covered in the other efforts named. Other efforts will still need to be corroborated by an independent, knowledgeable third-party. Contractors may receive a GFE credit for graduated Apprentice hours through the end of the calendar year for all projects worked on as long as the Apprentice remains continuously employed with the same Contractor/subcontractor they were working for when th ey graduated. If an Apprentice graduates during employment on a project of significant duration, they may be counted towards a GFE credit for up to one year after their graduation or until the end of the project (whichever comes first). Determination of whether Contract requirements were met in good faith will be made by subtracting the hours from the journeyman total reported hours for the project and adding them to the apprentice hour total. If the new utilization percentage meets the Contract requirement, the Contractor will be reported as meeting the requirement in good faith. Approving Good Faith Efforts The Contracting Agency will review submitted Good Faith Efforts and issue a determination. The Engineer may request additional information, documentation, evidence or similar in order to approve such efforts. A determination by the Engineer is final. The approved Good Faith Efforts will be loaded into the PWIA system by the Contracting Agency. Payment Payment will be made for the following Bid Items: “Apprenticeship Incentive”, by calculation An incentive of $2,000 will be assessed with the Final Payment for Contractors who meet the Apprentice Utilization Requirement without a reduction by Good Faith Effort. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. “Apprenticeship Penalty”, by calculation. Apprenticeship Hours will be measured for each hour of work performed by an apprentice as shown on the Monthly Apprentice Utilization Report, based on certified payrolls or the affidavits of wages paid, whichever is least. The percentage is not rounded up. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. When the Contractor fails to meet the Apprenticeship goal of 15%, a penalty will be assessed for each hour that is not achieved, unless a Good Faith Effort is approved by the Contracting Agency. Apprenticeship Utilization Penalty will be calculated as described below: Renton Sewer Replacement Project Phase 2 Special Provisions - 30 WWP-27-4273 April 2025 Apprentice Utilization Penalty 14% 14.99 $2,000 13% 13.99 $4,000 12% 12.99 $6,000 11% 11.99 $8,000 10% 10.99 $10,000 9% 9.99 $12,000 8% 8.99 $14,000 7% 7.99 $16,000 6% 6.99 $18,000 5% 5.99 $20,000 4% 4.99 $22,000 3% 3.99 $24,000 2% 2.99 $26,000 1% 1.99 $28,000 0% 0.99 $30,000 The Contractor shall include all related costs in the unit Bid prices of the Contract, included but not limited to implementing, developing, documenting, and administering an apprenticeship utilization program, recording and reporting hours and all other costs to comply with this provision. 1-07.9(5) Required Documents 1-07.9(5)A General (July 8, 2024 APWA GSP) This section is revised to read as follows: All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. When apprenticeship is a requirement of the contract, include in PWIA all apprentices. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 31 WWP-27-4273 April 2025 1-07.12 Federal Agency Inspection (Mar 21, 2025, Renton GSP) 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. 1-07.15(2) Temporary Water Pollution/Erosion Control (Mar 21, 2025, Renton GSP) Section 1-07.15(2) is a new section: 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 (if required). The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the 2017 City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches, and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 20 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: Renton Sewer Replacement Project Phase 2 Special Provisions - 32 WWP-27-4273 April 2025 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 temporary sedimentation tank (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 SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; Renton Sewer Replacement Project Phase 2 Special Provisions - 33 WWP-27-4273 April 2025 • 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 discha rged 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 Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Mar 21, 2025, Renton GSP) Renton Sewer Replacement Project Phase 2 Special Provisions - 34 WWP-27-4273 April 2025 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 materials. The Contractor 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 the Contractor 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. The Contractor 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. D. 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. E. 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. F. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 35 WWP-27-4273 April 2025 G. 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. H. 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. 1-07.17 Utilities and Similar Facilities (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 36 WWP-27-4273 April 2025 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. SPU Pipe Support Plan The 36” SPU pipe shown on the plans is critical infrastructure that supply water to much of the region. The pipe shall be protected and supported in place without damage or disruption to service. Support measures shall remain in continuous use until the Contractor has backfilled the pipe(s). A sample plan for a support mechanism is included in the Appendix for the C ontractor’s consideration, but in no way relieves the Contractor of their responsibility to prepare, submit, and install the Pipe Support Plan in accordance with the Contract Documents. The Contractor shall submit a SPU Pipe Support Plan 30-days prior to any construction near the SPU main. The plan shall describe the excavation and immediate, continuous, and adequate support of the ground, adjacent structure(s), pipe(s), and other facilities in detail specific to each crossing of the pipe. The plan shall be prepared by and bear the signature of a professional structural engineer licensed in the state of Washington. The plan shall include, at minimum, the following: 1. Shoring Detail and Calculations 2. Structural Support Detail and Calculations 3. Backfill Plan 4. Schedule The SPU Pipe Support Plan shall be reviewed and approved by the Engineer and the SPU representative prior to any work in the vicinity of the pipe(s). The Engineer’s review of the submitted material shall in no way relieve the Contractor of the responsibility for making a satisfactory installation meeting the requirements of these documents and the utility owner. Seattle Public Utilities’ representative shall be notified a minimum of three (3) working days before any construction within 50-feet of the SPU pipeline: Richard Cox (206) 953-0184 Water Distribution Manager Seattle Public Utilities (If Necessary Provide Project Specific Utility Protection Plans, See Below) Renton Sewer Replacement Project Phase 2 Special Provisions - 37 WWP-27-4273 April 2025 Detailed Water Utility Protection Plan (WUPP) Requirements General Requirements The Contractor shall submit the WUPP 14-days prior to any excavation. The WUPP shall be prepared by and bear the seal and signature of a Professional Engineer licensed in the state of Washington. The WUPP shall comply with the Standard Specifications, as modified, or supplemented by the Amendments to the Standard Specifications and Special Provisions. The WUPP shall be reviewed and approved by the Engineer prior to any work in the vicinity of the Water utility pipe(s). The Engineer’s review of the submitted material shall in no way relieve the Contractor of the responsibility for making a satisfactory installation meeting the requirements of these documents and the utility owner. The Contractor is responsible for implementation of the approved WUPP. If deviations from the WUPP are necessary because of field conditions, the contractor must submit a revised submittal WUPP to the City for review. Excavation adjacent to water mains can not proceed until the submittal is approved. The Contractor shall do the following: • Protect the existing water main, including valves, fittings, thrust blocks, coatings, during the course of construction. • Support the exposed water main to prevent any movement. • Use care to avoid damaging the existing water main with mechanical construction equipment. Chains and/or wire rope will not be allowed to support exposed water mains. Use double straps to support both sides of an exposed joint. Provide a compaction plan for backfill installed under exposed water lines and facilities. If Controlled Density Fill (CDF) has been approved for use as backfill around water mains, installation shall conform with the Project Plans and Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and Special Provisions. • If, during construction, the structural integrity of the water line is compromised, stop construction and immediately notify the City Inspector to coordinate efforts to mitigate and rectify the situation. Requirements for Open Excavations Open Excavations Parallel to City of Renton Water Mains If the water main is located above the bottom of the construction excavation within the zone of influence— 1.5H: 1V slope from the bottom of the construction excavation, or the water main is within 5 feet of the excavation—the following shall apply: • Excavation adjacent to transmission mains (all sizes), conduits, and distribution mains ≥12 inches will require plans and associated structural and geotechnical calculations prepared and stamped/sealed by a Professional Engineer licensed in the state of Washington. • Excavations adjacent to distribution mains <12 inches may require plans and associated structural and geotechnical calculations prepared and stamped/sealed by a Professional Engineer licensed in the state of Washington as determined by City. Renton Sewer Replacement Project Phase 2 Special Provisions - 38 WWP-27-4273 April 2025 • No more than 8 feet of parallel trench shall remain unsupported. • Minimize duration of unsupported trench walls. No section shall be left unsupported overnight or if groundwater is observed. • Supported sections of trench shall have positive-pressure shoring or shielded shoring backfilled between the trench wall and the shoring box. Positive-pressure shoring is defined as a system providing support to the trench wall, such that no ground movement adjacent to and within the excavated trench is possible. Positive-pressure shoring can be achieved with hydraulic jacks or by ensuring zero clearance between the shielded shoring and the trench wall. • Positive-pressure shoring is required at all water main bends and tees, to prevent undermining of the thrust-restraint systems. No amount of unsupported trench is permitted at these locations. Open Excavations Askew and Perpendicular to City of Renton Water Mains For open excavations askew and perpendicular to City of Renton water main, if the construction excavation is 5 feet or more below a >12-inch water main, or if the excavated trench is 6 feet or wider, then the following shall apply: • Show plans and associated structural and geotechnical calculations prepared and stamped/sealed by a Professional Engineer licensed in the state of Washington for any support beams, columns, steel plate foundation supports, blocking, and length of beams on each side of trench and columns. Pipe supports shall be adjustable, tensioned, and rated to the calculated loads. • Provide the methods and means of excavation, backfill, and compaction to provide continuous pipe support and prevent damage. • Monitor > 12-inch-diameter water lines for settlement. Measure water main pipe elevation directly prior to, during, and after excavation, and provide before and after elevation measurements. • Provide required support beam with straps spaced no more than 3 feet apart and/or from the trench wall. • If a joint is exposed, provide required support beam and double straps (one strap placed on each side of the joint) in excavations > 6 feet wide. For excavations > 6 feet wide, one strap shall be placed on each side of the joint with additional straps to b e placed no further than 3 feet apart for support of the pipe spanning the excavation. • City may require structural and geotechnical calculations of maximum anticipated deflection and resulting stress in pipe, maximum anticipated deflection and resulting stress in support beam, and assumed soil-bearing pressure. Excavations Near Thrust Blocks For excavations near City of Renton water main thrust blocks, if a thrust restraint system supporting the existing water main is uncovered, and a WUPP has not been submitted, the excavating contractor or agency must do the following: 1. Immediately stop excavation in the influence zone of the thrust block (an area 3 times the length of the thrust block). 2. Notify the City Inspector. Renton Sewer Replacement Project Phase 2 Special Provisions - 39 WWP-27-4273 April 2025 3. Field-verify the thrust block dimension by exposing the top surface of the thrust block. 4. Prepare and submit a WUPP for review by the City before proceeding with further excavation. 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 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 (Mar 21, 2025, Renton GSP) Section 1-07.17(3) is a new section: Site Specific Potholing is intended to be potholing as identified in the Plans or as directed by the Engineer, which is separate from and in addition to potholing included as incidental for utility installation. The Contractor shall perform exploratory excavations as required to collect as-built information. The Contractor shall verify the depth, location, alignment, size, and material of existing underground utilities. The Contractor shall immediately notify the Engineer if field conditions differ from the expected conditions shown in the Contract Drawings. The Contractor shall perform all potholing identified on the plans prior to any construction to allow for any potential design modifications. The Contractor is still responsible to verify depth, location , alignment, and size of all existing utilities either specifically called for or not on the plans. For these utilities, the Contractor shall allow the Engineer 10 working days after written results are received to allow for minor design modifications when needed. The Contractor shall use the information obtained by potholing for Renton Sewer Replacement Project Phase 2 Special Provisions - 40 WWP-27-4273 April 2025 procurement of suitable materials to revise the work accordingly, where required by the Contract. Upon completion of excavation the material can be used for temporary restoration. 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 pothole. Where multiple utilities exist in close proximity, the Contractor shall be paid for one pothole 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 twenty 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 ten 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 (Mar 21, 2025, Renton GSP) 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 be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Water service interruptions, shut-offs, and connections shall be in accordance with Section 7-09. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 41 WWP-27-4273 April 2025 1-07.17(5) Resolution of Utility Conflicts (Mar 21, 2025, Renton GSP) 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 Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (SRP PH 2, PSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. Renton Sewer Replacement Project Phase 2 Special Provisions - 42 WWP-27-4273 April 2025 E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agenc y on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining coverage, to satisfy insurance requirements for any policy required under this Section. A “wrap up policy” is defined as an insurance agreement or arrangement under which all the parties working on a specified or designated project are insured under one policy for liability arising out of that specified or designated project. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ▪ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. Renton Sewer Replacement Project Phase 2 Special Provisions - 43 WWP-27-4273 April 2025 The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below . Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self- insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO Renton Sewer Replacement Project Phase 2 Special Provisions - 44 WWP-27-4273 April 2025 occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor ’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $2,000,000 Each Occurrence $3,000,000 General Aggregate $3,000,000 Products & Completed Operations Aggregate $2,000,000 Personal & Advertising Injury each offence $2,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)J Pollution Liability (SRP PH 2, PSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims , arising out of any one or more of the following: 1. Contractor’s operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Renton Sewer Replacement Project Phase 2 Special Provisions - 45 WWP-27-4273 April 2025 Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.22 Use of Explosives (Mar 21, 2025, Renton GSP) Section 1-07.22 is supplemented by 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. 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 (Mar 21, 2025, Renton GSP) Section 1-07.23(1) is supplemented by adding 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 lane of one-way traffic shall be maintained on all streets within the project limits during working hours except at specific locations noted in the plans or special provisions. One lane shall be provided in each direction for all streets during non-working hours except at specific locations noted in the plans or special provisions. 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 46 WWP-27-4273 April 2025 to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. 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. 1-07.24 Rights-of-Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right o f entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. Renton Sewer Replacement Project Phase 2 Special Provisions - 47 WWP-27-4273 April 2025 The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. Renton Sewer Replacement Project Phase 2 Special Provisions - 48 WWP-27-4273 April 2025 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters (Mar 21, 2025, Renton GSP ) 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. 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: • Contractor's plan of operation and progress schedule (3+ copies) • Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) • List of materials fabricated or manufactured off the project • Material sources on the project • Names of principal suppliers • Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates) • Weighted wage rates for all employee classifications anticipated to be used on Project • Cost percentage breakdown for lump sum bid item(s) • Shop Drawings (bring preliminary list) • Traffic Control Plans (3+ copies) • Temporary Water Pollution/Erosion Control Plan • Other plans as required and described in the Mobilization Bid Item description 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 49 WWP-27-4273 April 2025 • Acceptance and approval of Work • Labor compliance, payrolls, and certifications • Safety regulations for the Contractors’ and the Owner'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 • 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 the 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 50 WWP-27-4273 April 2025 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. 1-08.1 Subcontracting (Mar 21, 2025, Renton GSP) Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.3 Progress Schedule (Mar 21, 2025, Renton GSP) Delete this section and replace it 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 this information, at a minimum: Renton Sewer Replacement Project Phase 2 Special Provisions - 51 WWP-27-4273 April 2025 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. a. 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. b. Procurement of material and equipment. c. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. d. Work to be performed by a subcontractor, agent, or any third party. e. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). f. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. Renton Sewer Replacement Project Phase 2 Special Provisions - 52 WWP-27-4273 April 2025 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 (July 23, 2015 APWA GSP) Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1 (2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of the high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (MAR 21, 2025, Renton GSP) 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 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: January 1, third Monday of January, Memorial Day, Juneteenth, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 53 WWP-27-4273 April 2025 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. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports in DMCS of the amounts paid including the final payment confirmation to all firms required by Section 1-08.1(7)A if applicable d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Renton Sewer Replacement Project Phase 2 Special Provisions - 54 WWP-27-4273 April 2025 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. 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP) Revise the second and third paragraphs to read: Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To Authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD=0.15C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request completing the physical Work on t he Renton Sewer Replacement Project Phase 2 Special Provisions - 55 WWP-27-4273 April 2025 Contract. 1-08.11 Contractor's Plant and Equipment (Mar 21, 2025, Renton GSP) 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 Owner 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 Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner 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 Owner. 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 Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 56 WWP-27-4273 April 2025 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities (Mar 21, 2025, Renton GSP) 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 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. 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 as stated in each bid item and compared to 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 based on each bid item and compared to 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 57 WWP-27-4273 April 2025 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver’s name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment (Mar 21, 2025, Renton GSP) Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Renton Sewer Replacement Project Phase 2 Special Provisions - 58 WWP-27-4273 April 2025 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 (December 30, 2022 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.7 Mobilization (Mar 21, 2025, Renton GSP) Section 1-09.7 is supplemented as follows: 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 Owner. Payment will be made for the following bid item(s): “Mobilization & Demobilization,” Lump Sum. 1-09.9 Payments (Mar 21, 2025, Renton GSP) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 59 WWP-27-4273 April 2025 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 as follows: 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 (Mar 21, 2025, Renton GSP) Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, Renton Sewer Replacement Project Phase 2 Special Provisions - 60 WWP-27-4273 April 2025 a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts (Mar 21, 2025, Renton GSP) 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 Section 1-08.0(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. Renton Sewer Replacement Project Phase 2 Special Provisions - 61 WWP-27-4273 April 2025 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. 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 (Mar 21, 2025, Renton GSP) Section 1-09.9(2) 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 accepted 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 C ontracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; Renton Sewer Replacement Project Phase 2 Special Provisions - 62 WWP-27-4273 April 2025 nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction (December 30, 2022 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1- 05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar t o all such claims or causes of action. It is further mutually agreed by the parties that when claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Renton Sewer Replacement Project Phase 2 Special Provisions - 63 WWP-27-4273 April 2025 Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims and Resolutions 1-09.13(1)A General (December 30, 2022 APWA GSP) may not be used on FHWA-funded projects Revise this section to read: Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be complied with in full as a condition precedent to the Contractor’s right to seek claim resolution through binding arbitration or litigation. Any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation. The Contractor and the Contracting Agency mutually agree that those claims or causes of action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. The Contractor and the Contracting Agency mutually agree that those claims or causes of action in excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3) Claims $250,000 or Less (Mar 21, 2025, Renton GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by 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 Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. Renton Sewer Replacement Project Phase 2 Special Provisions - 64 WWP-27-4273 April 2025 1-09.13(3)B Procedures to Initiate Arbitration (Mar 21, 2025, Renton GSP) Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule (Mar 21, 2025, Renton GSP) 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 (January 29, 2025, SRP PH. 2 ) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 65 WWP-27-4273 April 2025 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. D. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items (Mar 24, 2025, SRP PH. 2 ) 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. The following provides the measurement and payment information of Bid Items specific to Schedule A – General Items. Bid Item A1 – Mobilization and Demobilization – Lump Sum Measurement for “Mobilization and 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 Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. Storage shall not interfere with use of the City ROW and commercial and residential access. C. Temporary Erosion and Sediment Control Plan for all stages of the project. Renton Sewer Replacement Project Phase 2 Special Provisions - 66 WWP-27-4273 April 2025 D. 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 S tandard Specification Section 1-10. E. SPU Pipe Support Plan per section 1-07.17 F. Trench Excavation Safety Systems plan/provisions. G. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. H. 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 Schedules A (Excluding mobilization), B, and C. Bid Item A2 – Construction Surveying, Staking, and As-Built Drawings – Lump Sum 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. 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- Renton Sewer Replacement Project Phase 2 Special Provisions - 67 WWP-27-4273 April 2025 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. Bid Item A3 – Temporary Traffic Control – Lump Sum 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 con trol devices, uniform flagger per 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. Bid Item A4 – Apprentice Utilization Incentive– Calculated Measurement and payment shall be per section 1-07.9(3). Bid Item A5 – Apprentice Utilization Penalty– Calculated Measurement and payment shall be per section 1-07.9(3). The following provides the measurement and payment information of the Bid Items common to schedules B, and/or C. Bid Item B1 – Temporary Sedimentation and Erosion Control – Lump Sum Measurement for Temporary Sedimentation and Erosion Control shall be per the lump sum bid price and based upon the percentage of total work complete at time of measurement. Payment for Temporary Sedimentation and Erosion Control shall be full compensation for all material, equipment, tools, labor and all else necessary for and incidental to provide all temporary Renton Sewer Replacement Project Phase 2 Special Provisions - 68 WWP-27-4273 April 2025 erosion and sedimentation control relating to construction of improvements as shown in the plans, and detailed in the contract specifications, including but not limited to: silt fence, temporary trenching, catch basin inserts, temporary mulching, plastic sheeting, hydroseed, construction sedimentation control, control of water, dewatering, restoration of damage caused by storm events and all other work necessary for a complete installation, operation and maintenance of all temporary sedimentation and erosion control. Bid Item B2 – Site Clearing and Grubbing – Lump Sum Measurement shall be lump sum for “Site Clearing and Grubbing” and shall be based on the total Work complete, by dollar value, at the time of measurement. Site clearing shall be per Section 2-01. The lump sum Bid item for “Site Clearing and Grubbing ” shall include all costs associated with clearing and grubbing, removal, hauling, and disposal of existing surface materials. The lump sum Bid item shall also include all rough grading required to construct the facilities to the existing grade. Bid Item B3 and C1 – Trench Safety Systems – Lump Sum 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 a nd 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. Bid Item B4 – Site Specific Utility Potholing – Each Measurement for performing Site Specific Utility Potholing will be per each for each location shown on the engineering drawings, or as directed by the Engineer. Work shall be performed in conformance with the Contract Documents (see Section 1-07.17(3) for Site Specific Potholing. Site Specific Potholing is limited to potholing as identified in the Plans or as directed by the Engineer, which is separate from and in addition to potholing included as incidental for utility installation. Renton Sewer Replacement Project Phase 2 Special Provisions - 69 WWP-27-4273 April 2025 Payment for Site Specific Utility Potholing shall be full compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the Contract Documents including but not limited to the following: a. Coordination with 811, SPU, and Engineer in advance of utility locates, b. Pavement and concrete cutting, excavation, dewatering, c. Potholing for utility location, marking buried utility location and depth, paint markings, monuments and recording results, including any measurements and photographs, d. Removal, hauling and disposal of all pavement, waste, and excess materials, e. Relocating or coordinating relocation of the utility, f. Placement of backfill (native) material, compaction, water, grading, temporary hot mix asphalt patch, and cleaning, g. Temporary traffic control operations, utility one-call and, coordination with utility owner, and property owner, h. Temporary restoration work associated with potholing. Potholing of existing buried utilities in the proposed construction activities alignment (expected to be crossed by trenching, excavation, or boring activities during installation) shall be considered incidental to the bid items of the contract and no separate measurement or payment will be made. Primary identification and location of utilities shall be based upon location marked by the 811 service locators. No payment shall be made for incidental potholing of utilities not shown on the plans or shown in an incorrect location. Bid Item B5 and C2 – Select Import Trench Backfill – Cubic Yard Measurement for “Select Import Trench Backfill” shall be by Cubic Yard (CY) based per Section 2-09 under “Gravel Backfill.” Limits of Select Import Trench Backfill shall be per 2.09.4. For Sewer Pipes, a width of the internal diameter of the placed pipe plus 30-inches shall be used. For water pipes, see section 7-09.1(1)A for Trench Widths. Depths will be measured at the beginning and end of each day, and volumes will be calculated with average end method. Volumes outside of this calculation will not be included in the pay estimate. Payment for “Select Import Trench Backfill” will be made at the amount bid per CY, which payment will be complete compensation for all, labor, materials, equipment, haul, storage, etc., required to complete this item of Work in conformance with the Contract Documents and Section 2-09. Recycled material and recycled concrete aggregate use shall be restricted per Special Provision 1- 06.6 Recycled Materials. Bid Item B6 and C3 – Crushed Surfacing Top Course – Cubic Yard Measurement for “Crushed Surfacing Top Course” shall be by Cubic Yard (CY) based per Section 4-04. Limits of crushed surface top course shall be per 2-09.4, and described in Section 4-04. For Sewer Pipes, a width of the internal diameter of the placed pipe plus 30-inches shall be used. For water pipes, see section 7-09.1(1)A for Trench Widths. Depth will be 6-inches, and Renton Sewer Replacement Project Phase 2 Special Provisions - 70 WWP-27-4273 April 2025 volumes will be calculated based on dimensions above and trench length. Volumes outside of this calculation will not be included in pay estimates. Payment for “Crushed Surfacing Top Course” will be made at the amount bid per CY, which payment will be complete compensation for all, labor, materials, equipment, haul, compaction, etc., required to complete this item of Work in conformance with the Contract Documents and Section 4-04. Recycled material and recycled concrete aggregate use shall be restricted per Special Provision 1-06.6 Recycled Materials. Crushed Surfacing Base Course used for backfill shall be paid under Select Import Trench Backfill. Pipe zone bedding material shall be considered incidental to the bid items for pipe installation, and no more compensation will be made. Bid Item B7 and C4 – Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul – Ton Measurement for “Removal and Replacement of Unsuitable Foundation Material Incl. Haul” shall be measured in Tons based on the compacted volume of foundation 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 Incl. Haul” 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 wi th the Contract Documents. Payment for this bid item will be for the removal of unsuitable and replacement of suitable foundation material, as directed and approved by the Renton inspector or Renton project manager. Bid Item B8 – Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam. – Linear Foot 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 complete the work specified in the Contract Documents, and shall include but not be limited to the following: a. 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 b ranches if necessary. b. Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed), c. Bypass sewer pumping (if needed), Renton Sewer Replacement Project Phase 2 Special Provisions - 71 WWP-27-4273 April 2025 d. 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, e. 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, f. Ethafoam pads (when needed), g. Furnishing bedding materials, placing, and compacting pipe bedding, as shown on the plans, h. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), i. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following : furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, j. Air-Testing, k. Replacing, protecting and/or maintaining existing utilities, l. Furnishing and Placing Temporary Pavement Patching (if needed). Bid Item B9 – Connect New Sewer to Existing Sewer Manhole – Each Measurement for “Connect New Sewer to Existing Sewer Manhole” shall be per each connection made to an existing City of Renton manhole in conformance with the Contract Documents regardless of pipe or existing manhole material. Payment for “Connect New Sewer to Existing Sewer Manhole” shall be full compensation for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: a. 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, b. Bypass sewer pumping (if needed), c. Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed), d. Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes, e. Plugging abandoned pipes with concrete when cut to facilitate new pipe installation, f. Core-drilling of existing manhole, g. Furnish and install new Kor-N-Seal boot, sand collar (or approved equal) and grouting, h. Materials and labor required to connect to Brick Manholes, i. Chipping out existing channel (as needed) and re-grouting the channel, j. Connection of new sewer to existing manhole, k. Furnishing bedding materials, placing, and compacting pipe bedding, as shown on the plans, Renton Sewer Replacement Project Phase 2 Special Provisions - 72 WWP-27-4273 April 2025 l. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), m. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, n. Furnishing and placing temporary hot mix asphalt patching. Bid Item B10 – CCTV Inspection – Linear Foot 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: a. Bypass sewer pumping (if needed), b. CCTV inspection of all new open-cut installed sanitary sewers, c. Delivery of the CCTV inspections entirely in a PACP compatible format data base 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. Bid Item B11 – Furnish and Install 6-inch PVC Sewer Stub – Each Measurement for “Furnish and Install 6-inch PVC Sewer Stub” will be per each in conformance with the Contract Documents. Payment for “Furnish and Install 6-inch PVC Sewer Stub” 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. Payment for “Furnish and Install 6-inch PVC Sewer STub” 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: a. Conforming to City Renton Standard Plan 406.2. b. Furnishing and installing sewer stub cleanout, all bends, 8” x 6” tee on the main, other fittings, and end cap, c. 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 b ranches if necessary. Renton Sewer Replacement Project Phase 2 Special Provisions - 73 WWP-27-4273 April 2025 d. Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed), e. Bypass sewer pumping (if needed), f. 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, g. Furnishing, installing, laying and joining all sewer pipes (including joining new pipes to existing pipes), fittings and couplings of the size and type shown, and all incidentals, h. Ethafoam pads (when needed), i. Furnishing bedding materials, placing, and compacting pipe bedding, as shown on the plans, j. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), k. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, l. Air-Testing (if required) m. Replacing, protecting and/or maintaining existing utilities, n. Furnishing and Placing Temporary Pavement Patching (if needed). Bid Item B12a through B12al – Work on Private Property (Address Varies) – Lump Sum Measurement for “Work on Private Property (Address Varies)” will be will per the lump sum bid price and shall be based on the percentage of total Work complete per each parcel at the time of measurement in conformance with the Contract Documents. Prior to beginning the “Work on Private Property (Address Varies)”, the Contractor shall submit a schedule of values for each parcel to be reviewed and approved by the Engineer. Payment for “Work on Private Property (Address Varies)” will be made at the lump sum bid price based on the schedule of values with not more than 75% of the lump sum bid price paid upon completion of connecting the house to the sewer main. The remaining 25% will be paid upon final restoration and clean-up of the construction site per item 6 below. Payment will be complete compensation for all labor, materials, and equipment required to complete the work specified in the Contract Documents and shall include but not be limited to the following: 1. Furnishing, installing, maintaining, and removing erosion control measures. 2. Furnishing and Installing 6-inch PVC Side Sewer and fittings, with either open trench or trenchless methodology a. Coordination with private properties per 1-07.23 and 1-07.24. b. Saw cutting up to 12-inches in depth, c. Stripping vegetation as necessary to facilitate trenching, Renton Sewer Replacement Project Phase 2 Special Provisions - 74 WWP-27-4273 April 2025 d. Furnishing, placing, and removing temporary cold mix asphalt patching. Temporary cold mix asphalt includes cold mix asphalt that is not part of the final asphalt patch, e. Clearing and disposal of all cleared materials, f. Trimming hedge bushes or other vegetation necessary for access, g. Excavation of all materials encountered during pipe installation, such as wet soil, peat, organics, boulders, and buried debris. Unforeseen items encountered such as old foundations and buried tanks will be paid on a time and materials basis, h. Shoring; 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, i. Potholing for conflicting utility lines, where required (whether reflected on the Construction Plans or later determined in the field) to prevent utility conflicts, j. Potholing (Including temporary restoration of surface after pothole) each home’s backyard existing sewer connection prior to construction of the sewer main to confirm that: o The existing elevation is adequate to provide a slope greater than 2%, while maintaining a minimum cover of 18-inches at the home (unless existing depth is shallower), o There will be no conflicts with other potholed utilities, k. All necessary equipment, labor and materials to install side sewer with open cut, or a trenchless method as described in Section 7-18, l. Any necessary dewatering and proper disposal of pumped water with method approved by the city, m. 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, n. Furnishing, installing, laying, and joining sewer pipes (including joining new side sewer pipes to new side sewer stub and the connecting to the existing home sewer), all fittings, bends, gaskets, plugs, and couplings required for city approved connection, and all incidentals, o. Mud and dust control, p. Maintenance, restoration, pipe supports, and coordination of the other utilities affected by construction, q. Ethafoam pads (when needed), r. Hauling, furnishing pipe bedding, placing, and compacting pipe bedding per plans and specifications, s. Flushing and water pressure testing, as required by engineer or inspector, t. Water (for testing and cleaning), u. Hauling, storing, placing, and compacting import trench backfill if native deemed unsuitable by inspector or City Project Manager, v. All equipment, material, and labor for use of Select Import Backfill, unless native is approved by the Inspector or Project Manager. Using Select Import Backfill shall include but not be limited to; furnishing, placing, transporting, storing, hauling, compacting, Renton Sewer Replacement Project Phase 2 Special Provisions - 75 WWP-27-4273 April 2025 water, adjusting moisture content, and protecting stockpiled select import from the elements, w. If use of native material is approved by the Inspector or Renton Project Manager, the following activities related to native backfill use will be considered incidental: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, x. Replacing, protecting and/or maintaining existing utilities, y. Temporary removal, storage and replacement of all items present within the work areas as required for both access and installation of the sewer pipe and appurtenances including wood poles, rockeries, fences and other material and private property items. In addition supporting accessory structures adjacent to trenching. Temporarily relocating, dismantling, and salvaging existing sheds or facilities and replacing to like or better condition. 3. Furnishing and installing 6-inch cleanouts per Renton Standard Plan 406.2. a. Including excavation, backfill, compaction, bends, miscellaneous pipe lengths as required, and testing. 4. Compaction within landscaped areas shall be compacted to 85% of the max dry density. Compaction within paved areas or hardscape areas will be by mechanical means with select import backfill, by use of hoe Pac, plate compactor, or jumping jack etc. to ensure 95% of maximum dry density in paved areas. 5. Furnishing and installing compacted HMA ½” in onsite asphalt areas disturbed by construction. Providing a neat sawcut line as required. Providing and compacting 4- inches of crushed surfacing basecourse when trenching through existing asphalt. Matching existing asphalt thickness, no less than 2-inch lift thickness. Includes all necessary incidentals from Bid Item B18. 6. Restoring the project area to its original condition which includes and is not limited to: a. Coordination with private properties per 1-07.23 and 1-07.24, b. Finish grading, matching existing elevations at trench edges and providing consistent slope that matches existing grade. c. Hauling and disposing unsuitable, surplus and/or waste materials, d. Lawn restoration including soil amendment per Standard detail 264, including import topsoil or topsoil, and sod or hydroseed as approved by the engineer, e. Removing, storing, and replanting trees, shrubs, and ornamental plants or replacing if damaged, f. Protection, replacement, and reconstruction of existing features such as fences, gates, mailboxes, rockeries, rock walls, block retaining walls, decks, signage and all other site features disturbed by construction activities, g. Temporarily relocating, dismantling, and salvaging existing sheds or facilities and replacing to like or better condition, h. Complying with section 1-07.16(1) for work on private property, if there are any conflicting requirements in 1-07.16(1), this section supersedes section 1-07.16. i. Concrete Pavement Restoration, to nearest joint or as coordinated with property owner, with incidentals included in Bid Item B20, j. Gravel Surfacing Restoration to like or new condition, Renton Sewer Replacement Project Phase 2 Special Provisions - 76 WWP-27-4273 April 2025 k. Careful removal, salvaging, and restoration (or replacement in its entirety, if damaged) of any surfacing and/or surfacing base material disturbed during construction, this includes existing synthetic turf with all its various existing layers (including but not limited to, drain rock, weed barrier, turf infill, wire mesh, etc.), paving tiles, and other surfacing types, l. Site cleanup of all areas disturbed by the contractor's activities to their original condition as closely as possible or as directed by the engineer, m. Relocating existing equipment, containers, or any obstruction that may hinder work, n. Restoration of ditches, culverts, channels, and all other storm drainage items, o. Restoration of irrigation systems. This bid item does not include the 6 x 6-inch Ductile Iron Tee (and listed incidentals) on the Existing Sewer Main; see Bid Item B13. This bid item does not include manhole installation, see Bid Item B14 through B16. Bid Item B13 – Furnish and Install 6 x 6 – in Ductile Iron Tee on Existing Sewer Main – Each Measurement for “Furnish and Install 6 x 6-in Ductile Iron Tee on Existing Sewer Main” will be per each in conformance with the Contract Documents. Payment for “Furnish and Install 6 x 6-in Ductile Iron Tee on Existing Sewer Main” will be made at the amount bid per each, which payment will be complete compensation for all labor, materials, and equipment required to complete the work specified in the C ontract Documents, and shall include but not be limited to the following: a. Saw cutting up to 12” in depth, trench excavation, and dewatering (if needed), b. 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, c. Installing new 6-inch ductile iron tee on the existing main, d. Furnishing, installing, laying, and joining existing side sewer stubs to the existing main (including joining new tees to existing pipes with reducers if necessary), fittings, C900 or ductile iron spools, and strong back couplings of the size and type as necessary to make connection, and all other incidentals, e. Furnishing bedding materials, placing, and compacting pipe bedding as shown in plan details, f. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), g. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, h. Replacing, protecting and/or maintaining existing utilities. Renton Sewer Replacement Project Phase 2 Special Provisions - 77 WWP-27-4273 April 2025 Bid Item B14 – Furnish and Install Shallow Manhole 48 in Diam (Less than 5-ft Depth) – Each Measurement for “Furnish and Install Shallow Manhole 48 in Diam (Less than 5-ft Depth)” will be per each for each type manhole installed in conformance with the Contract Documents. The depth shall be measured from the rim to the downstream invert elevation. Payment for “Furnish and Install Shallow Manhole 48 in Diam (Less than 5-ft Depth)” 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: a. 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 b ranches if necessary. b. Saw cutting up to 12-inches in depth, trench excavation, and dewatering (if needed), c. Bypass sewer pumping (if needed), d. Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing manholes (whether made of brick, concrete, or brick that has been lined) existing pipes and structures in the excavation, e. 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, f. Furnishing and installing material to adjustment of frames to grade including HMA, g. Furnishing foundation and bedding materials, placing and compacting foundation and bedding, h. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), i. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, j. Replacing, protecting and/or maintaining existing utilities, k. Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the final trench patch and overlay. Follow the requirements per Section 7-05. Renton Sewer Replacement Project Phase 2 Special Provisions - 78 WWP-27-4273 April 2025 Bid Item B15 – Furnish and Install Manhole 48 in Diam. (5-ft to 10-ft Depth) – Each Measurement for “Furnish and Install Manhole 48-in Diam. (5 ft to 10 ft Depth)” will be per each for each type of manhole installed in conformance with the Contract Documents. The depth shall be measured from the rim to the downstream invert elevation. Payment for “Furnish and Install Manhole 48-in Diam. (5-ft to 10-ft Depth)” 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 Doc uments, and shall include but not be limited to the following: a. 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 b ranches if necessary. b. Saw cutting up to 12-inches in depth, trench excavation, and dewatering (if needed), c. Bypass sewer pumping (if needed), d. Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing manholes (whether made of brick, concrete, or brick that has been lined) existing pipes and structures in the excavation, e. 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, f. Furnishing and installing material to adjustment of frames to grade including HMA, g. Furnishing foundation and bedding materials, placing and compacting foundation and bedding, h. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), i. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, j. Replacing, protecting and/or maintaining existing utilities, k. Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the final trench patch and overlay. Follow the requirements per Section 7-05. Bid Item B16 – Furnish and Install Manhole 48 in Diam. (10 – 20 ft Depth) – Each Measurement for “Furnish and Install Manhole 48-in Diam. (10 – 20 ft Depth)” will be per each for each type manhole installed in conformance with the Contract Documents. The depth shall be measured from the rim to the downstream invert elevation. Renton Sewer Replacement Project Phase 2 Special Provisions - 79 WWP-27-4273 April 2025 Payment for “Furnish and Install Manhole 48-in Diam. (10 – 20 ft Depth)” 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: a. 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 b ranches if necessary. b. Saw cutting up to 12-inches in depth, trench excavation, and dewatering (if needed), c. Bypass sewer pumping (if needed), d. Removal, hauling and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, existing manholes (whether made of brick, concrete, or brick that has been lined) existing pipes and structures in the excavation, e. 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, f. Furnishing and installing material to adjustment of frames to grade including HMA, g. Furnishing foundation and bedding materials, placing and compacting foundation and bedding, h. Furnishing, placing, and compacting Select Import Trench Backfill; select import backfill paid under separate bid item (see Bid Item B5), i. If use of native material is approved by the Inspector or Renton Project Manager, all materials, equipment, and labor related to native backfill use will be considered incidental. Native backfill use includes but is not limited to the following: furnishing, storing, transporting, hauling, placing, compacting, water, adjusting moisture content, and protecting stockpiled soil from the elements, j. Replacing, protecting and/or maintaining existing utilities, k. Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the final trench patch and overlay. Follow the requirements per Section 7-05. Bid Item B17 and C5 – 2-inch Grind and Overlay – Ton 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: Renton Sewer Replacement Project Phase 2 Special Provisions - 80 WWP-27-4273 April 2025 a. Removal and disposal of existing pavement. b. Removal and replacement of all pavement markings including but not limited to painting and striping. c. Milling, grinding, planing, chipping, jackhammering and/or sawcutting 2” in depth to prepare the asphalt surface for overlay. d. Furnishing, placing, and compacting hot mix asphalt materials for final overlay. e. Sealing all cold joints. f. Tack coat. g. Joint seal. h. Asphalt Sidewalk Transitions. i. Hauling. j. Aggregate. k. Sweeping. l. Adjustment of utilities to grade. m. Temporary pavement markings. n. Cleanup. o. All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. Bid Item B18 and C6 – Hot Mix Asphalt (HMA) CL. 1/2 in. PG 58 H-22 – Ton Measurement for “HMA CL. 1/2 in. PG 58 H-22” shall be tons based on hot mix asphalt needed per Section 5-04. Pay limits for HMA CL ½ PG 58 H-22 in are shown on the surface restoration and channelization plan. Wasted materials or temporary asphalt patch materials will not be included in the measurement or payment. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for “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: a. Removal and replacement of all pavement markings including but not limited to painting and striping. b. Sawcutting. c. Removal and disposal of existing pavement. d. Placing and compacting hot mix asphalt materials for pavement repair. e. Sealing all cold joins. f. Tack coat. g. Joint seal. Renton Sewer Replacement Project Phase 2 Special Provisions - 81 WWP-27-4273 April 2025 h. Asphalt sidewalk. i. Transitions. j. Hauling. k. Sweeping. l. Adjustment of utilities to grade. m. Furnishing and preparing subgrade. n. Temporary pavement markings. o. Cleanup of the Project Site p. All other incidentals necessary for a successful complete paving and restoring the roadway grade to the existing elevations. Bid Item B19 – Replace Survey Monument – Each Measurement for “Replace Survey 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 “Replace Survey 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. “Replace Survey 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 Askren (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. Renton Sewer Replacement Project Phase 2 Special Provisions - 82 WWP-27-4273 April 2025 d. Providing the City with a copy of the Completion Report submitted to the State DNR for each monument. 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. Bid Item B20 and C7 – Remove and Replace Cement Concrete Traffic Curb and Gutter – Linear Feet Measurement for “Remove and Replace Cement Concrete Traffic Curb and Gutter” shall be linear feet based on traffic curb and gutter needed per Section 8-04. Limits of “Cement Concrete Traffic Curb and Gutter” shall be shown on the plans. Payment for “Remove and Replace Cement Concrete Traffic 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. Bid Item B21 – Remove and Replace Cement Concrete Sidewalk and Driveway – SY Measurement for “Remove and Replace Cement Concrete Sidewalk and Driveway” 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 and Driveway” shall be based on square yard of concrete sidewalk and driveway, to match existing, restored to a saw-line line cut in conformance with the contract documents. Payment for” Remove and Replace Concrete Sidewalk and Driveway” shall be full compensation for all labor, equipment, materials, tools and incidentals to remove and replace cement concrete driveway and sidewalk in conformance with the contract documents and plans, and shall include but not be limited to the following: a. Sawcutting, removal and disposal of existing driveway, curb, sidewalk, and existing pavement b. Removal and disposal of surplus, unsuitable and/or waste materials c. Temporary hot mix asphalt patching, d. Furnishing and installing formwork e. Furnishing and placing joint filler f. Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk surface g. Adjustment of utilities to grade with in the sidewalk Renton Sewer Replacement Project Phase 2 Special Provisions - 83 WWP-27-4273 April 2025 h. 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 i. Cleanup Gravel driveway and gravel parking areas within the ROW, if existing, shall be restored under Bid Item for ROW Site Restoration. Payment for “Remove and Replace Cement Concrete Sidewalk and Driveway” ” 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 B6. Bid Item B22 – ROW Site Restoration – Lump Sum Measurement for "ROW Site Restoration” will be based on the percentage of total Work complete, by dollar value, at the time of measurement. Prior to beginning the site 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 “ROW 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 , and other site restoration and shall include but not be limited to the following: a. Landscape restoration shall include hauling and disposing unsuitable, surplus and/or waste materials. Landscape areas shall have the soil amended per standard plan 264, which includes Arborists wood chip mulch, compost, grass seed, and/or import topsoil, plantings, bark, hydroseed, and tracking and reporting amount and source of compost to the City. Shall also include tree removal, vegetation clearing, and grubbing. b. Other site restoration includes walls, gravel driveways and gravel parking areas, tree removal and replacement trees, 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. Asphalt restoration shall be included in Bid Item B18 and no additional pavement for restored asphalt shall be made under ROW Site Restoration. Bid Item B23 – Sewer Crossing Under 36” SPU Transmission Main – Lump Sum Measurement for Sewer Crossing Under 36” SPU Transmission Main shall be per lump sum. Payment for Sewer crossing Under36” SPU Transmission Main shall be full compensation for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: Renton Sewer Replacement Project Phase 2 Special Provisions - 84 WWP-27-4273 April 2025 a. All labor, materials and equipment to following the contractor submitted Pipe Support plan, see section 1-07.17, and see example Pipe Support Plan in Appendix. b. Furnishing foundation and bedding materials for SPUs Trench Zone Bedding per SPU detail 350, placing and compacting foundation and bedding, c. Furnishing foundation and bedding materials for the 8-inch sewer beneath SPU pipeline, placing and compacting foundation and bedding, d. Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes, e. Placing and compacting backfill, f. Replacing, protecting and/or maintaining existing utilities, including support of SPU’s Pipeline, g. Trench dewatering and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, h. Bypass sewer pumping (if needed), Bid Item B24 and C8 – Minor Changes – Allowance 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 amou nt 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). Bid Item C9 – Furnish and Install Ductile Iron Class 52 8 -Inch Diameter Restrained-Joint Water Pipe and Restrained-Joint Fittings with Polywrap – Linear Feet Measurement for Restrained-Joint Ductile Iron Water Pipes and Restrained-Joint Fittings with Polywrap of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe and fitti ngs. Payment for 6-inch ductile iron pipe for hydrant laterals up to 20 feet in length is included in the bid item for fire hydrant assembly. Payment for Restrained-Joint Ductile Iron Water Pipes and Restrained-Joint Fittings with Polywrap of the size, type, and class specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations Renton Sewer Replacement Project Phase 2 Special Provisions - 85 WWP-27-4273 April 2025 • Saw cutting existing asphalt and concrete pavement up to 12” in depth, sidewalk, curb, and gutter • Trench dewatering (if needed), including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal • Excavation, removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, and unsuitable excavated material including existing pipes and structures in the excavation and the like • Structure Excavation Class B • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer • Hand digging as required to complete construction and protect existing improvements, including rockeries, signs, mailboxes, decking, etc., and utilities • Furnishing, installing, laying, and jointing restrained -joint water pipes and restrained-joint fittings of the size, type, and class shown on the plans and as specified in Section 9 -30.2(6) of the contract special provisions, polyethylene encasement, special fittings including wedge type restrained-joint follower glands at all fittings with mechanical-joint ends, tees, crosses, reducers, spools, couplings, sleeves, horizontal and vertical bends, and all incidentals • Deflecting the pipes and/or installing vertical bends with concrete blocking as required to cross over or under buried utilities based on results of potholing and as directed by the Engineer • Furnishing and installing polyethylene foam pad (Dow Plastics Ethafoam 200 or approved alternate) where necessary at utility crossings • Furnishing, placing, and compacting crushed surfacing base course for pipe bedding materials and for pipe zone backfill materials for ductile iron pipes and fittings. Recycled material and recycled concrete aggregate as defined by WSDOT Section 9-03.21 shall not be allowed as bedding or pipe zone materials. • Placing and compacting trench backfill. Recycled material and recycled concrete aggregate as defined by WSDOT Section 9-03.21 shall not be allowed as trench backfill. • Performing backfill compaction tests and furnishing test reports to the Engineer • Furnishing and installing all poly-pigging station materials, temporary blow-off assemblies, and temporary thrust blocking for testing • Poly-pigging, pressure-testing, disinfecting and flushing of new piping, purity testing in accordance with contract specifications • Replacing, protecting, restoring, and/or maintaining existing utilities • Protecting existing survey monument cases • Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the final trench patch and overlay • Furnishing and placing concrete for vertical and horizontal blocks, dead -man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work Renton Sewer Replacement Project Phase 2 Special Provisions - 86 WWP-27-4273 April 2025 • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, blow-off assemblies, excluding any asbestos cement pipe or fittings • Plugging and capping water lines and fire hydrant runs, removal of valves, valve boxes, tees, services, and appurtenances as shown on the Plans or as required to complete the Work • Furnishing all required pipes, fittings, ductile iron end caps, plugs, blind flanges, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform each cut and cap of existing water mains during the final connections of the new mains to the existing water mains • Backfilling voids left by removed items with suitable native material or gravel borrow as approved by the Engineer Bid Item C10 – Furnish and Install 12-Inch x 8-inch Tapping Tee and Valve Assembly – Each Measurement for Tapping Tee and Valve Assembly of the size specified will be per each for each type of tapping tee with tapping gate valve assembly installed in conformance with the Contract Documents. Payment for Tapping Tee and Valve Assembly of the size specified shall cover the complete cost of providing all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical location and alignment • Saw cutting existing asphalt and concrete pavement up to 12” in depth, sidewalk, curb, and gutter • Trench dewatering (if needed), including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal • Excavation, removal, hauling and disposal of pavement, curbs, gutters, sidewalks, and unsuitable excavated material including existing pipes and structures in the excavation, and the like • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer • Hand digging as required to complete construction and protect existing improvements • Wet tapping the existing water main by a city approved wet-tap contractor (Speer Taps, Inc. or Legacy Tapping, Inc.) • Furnishing and installing a stainless steel or epoxy-coated steel tapping tee with full circle seal, tapping gate valve assembly, valve box and cover to grade, stem extension, valve marker post, polyethylene encasement, concrete support blocks, and all incidentals • Furnishing, placing, and compacting crushed surfacing base course for pipe bedding materials and for pipe zone backfill materials for ductile iron pipes and fittings • Placing and compacting trench backfill • Performing backfill compaction tests and furnishing test reports to the Engineer Renton Sewer Replacement Project Phase 2 Special Provisions - 87 WWP-27-4273 April 2025 • Replacing, protecting, restoring, and/or maintaining existing utilities • Protecting existing survey monument cases • Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the final trench patch and overlay • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the final connection of the new water line to the new tapping valve installed by wet tap on the existing water system. 8-inch ductile iron sleeves and spools shall be considered as incidentals to this bid item and no further compensation shall be made Bid Item C11 – 1-Inch Water Service Connection – Each Measurement for “1-Inch Water Service Connection” will be per each for each 1-Inch water connection installed in conformance with the Contract Documents. Payment for “1-Inch Water Service Connection” shall cover the complete cost of providing all labor, materials, tools, and equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical location • Saw cutting existing asphalt and concrete pavement up to 12” in depth, sidewalk, curb, and gutter • Excavation, removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer • Trench dewatering (if needed), including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new water service lines • Furnishing and installing new ball valve corporation stop, tapping the main, laying and jointing the new copper water service line and fittings of the appropriate size and matching Detail 320.1 on Drawing C029 as specified in the Construction Plans • Furnishing and installing new meter setter and re-installing the existing water meter, new copper water service line and fittings, washed gravel, adapters to accommodate 5/8”x3/4” as needed, and new meter box and lid of the appropriate size and matching Detail 320.1 on Drawing C029 as specified in the Construction Plans • Furnishing and installing new copper water service line and fittings, new brass nipples, new shutoff valve, washed gravel, and new meter box and lid of the appropriate size and matching Detail 320.1 on Drawing C029 as specified in the Construction Plans Renton Sewer Replacement Project Phase 2 Special Provisions - 88 WWP-27-4273 April 2025 • Testing, disinfecting, and flushing the new service lines in conjunction with the new water mains • Coordinating with property owner and working within private property • Performing pre- and post-pressure tests of water service pressure at house external hose bib or as directed by the Engineer and reporting the pre- and post-pressure results to the Engineer • Connecting the customer-side private service line to the new copper tailpiece behind the new water meter and property lines, installing the required fittings and materials • Abandoning existing water service lines from the existing main by cutting and crimping or capping • Remove and wastehaul existing water meter box and setter • Placing and compacting CSTC for trench backfill. Furnishing CSTC for water service line trench backfill will be included in the measurement for Crushed Surfacing Top Course • Performing backfill compaction tests and furnishing test reports to the Engineer • Replacing, protecting, and/or maintaining existing utilities • Protecting existing survey monument cases • Restoration of public and private properties • Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the final trench patch and overlay. Renton Sewer Replacement Project Phase 2 Special Provisions - 89 WWP-27-4273 April 2025 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (Mar 21, 2025, Renton GSP) Delete this section and replace it with the following: 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. 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 signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 3. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 4. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 5. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 6. 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. 7. 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. 8. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. Temporary traffic control plans shall be prepared by a qualified Traffic Control Supervisor. 9. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 10. 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. 11. Promptly removing or covering all non-applicable signs during periods when they are not needed. Renton Sewer Replacement Project Phase 2 Special Provisions - 90 WWP-27-4273 April 2025 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 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. 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 Owner. Traffic control plans, 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 (Mar 21, 2025, Renton GSP) Section 1-10.2(1)B is supplemented as follows: 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 91 WWP-27-4273 April 2025 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans (Mar 21, 2025, Renton GSP) Section 1-10.2(2) is supplemented as follows: 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. 1-10.3 Traffic Control Labor, Procedures, and Devices (Mar 21, 2025, Renton GSP) Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers during hours of darkness. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. The Contractor shall conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor Renton Sewer Replacement Project Phase 2 Special Provisions - 92 WWP-27-4273 April 2025 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(1)C Other Traffic Control Labor (Mar 21, 2025, Renton GSP) Section 1-10.3(1)C is a new section: The Contractor shall use an off-duty Uniformed Police Officer to direct traffic when the traffic control plan requires disruptions or modifications to the operation of traffic at a signalized intersection, or as directed by the Engineer. Uniformed Police Officers are not required if traffic signals are set to all- way stop or are turned off and covered. The off-duty police officer shall be in addition to all other personnel required for traffic control. The Contractor is responsible for the properly scheduling of off- duty officers and shall be responsible for any charges assessed due to insufficient time in canceling off-duty officers, except in situations outside of the Contractor’s control. The off-duty uniformed police officer hours, as stated in the proposal are the City’s estimate, without knowledge of the Contractor’s specific method of operation and has been presented for the purpose of providing a common amount for all bidders. Uniformed Police Officers will be scheduled for a minimum of four (4) hours for any shift worked. The Contractor shall use the City of Renton Police Department unless it is unable to respond to a request to assist with the Work. The Uniformed Police Office shall remain in place until the intersection becomes satisfactorily operational as determined by the City of Renton Police Department. The City of Renton Police Department may be contacted at: 1055 S Grady Way Renton, WA 98057 (425) 430-7500 Other resources include: King County Sheriff’s Officers: Contact (206) 957-0935 ext. 1 Renton Sewer Replacement Project Phase 2 Special Provisions - 93 WWP-27-4273 April 2025 Washington State Patrol Officers: Contact (425) 401-7788 1-10.3 Traffic Control Labor, Procedure, and Devices 1-10.3(3) Traffic Control Devices 1-10.3(3)A Construction Signs (Mar 21, 2025, Renton GSP) Section 1-10.3(3) is supplemented as follows: 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. 1-10.3(4) Traffic Control Constraints (Mar 21, 2025, Renton GSP) Section 1-10.3(4) is a new section: Traffic control plans shall be reviewed and approved by the City. Pedestrian and vehicular access shall be maintained throughout the work to the greatest extent practical. Minimum travel lane width is 9.5-feet. Traffic control zones shall be limited to one block per street and one intersection per street at a time, unless otherwise approved by the Engineer and subject to the constraints in the Contract Documents. A maximum of 400-feet of trench, including that which is steel plated, may be open on a street at any time. The Contractor shall provide a pedestrian traffic control plan for sidewalk closures. The maximum closure time between demolition and completion for any curb ramp or street corner shall be 7 calendar days. Pedestrian routes shall be restored to clean and hazard-free surface meeting ADA standards to the maximum extent feasible before they are re-opened to the public. The Contractor shall clean the work zone and reopen the roadway at the end of the work day unless otherwise permitted in the Contract Documents or approved by the Engineer. All open trenches shall be protected with steel plates overnight. Steel plates used for trench protection shall be secured to the roadway. All trenches shall be temporary patched or steel plated and in a clean and orderly condition from the time the contractor stops work until work resumes. Any traffic detours shall be maintained in accordance with the approved traffic control plan. The Contractor shall provide their own storage and staging area for the duration of the project. The City does not have land available in the vicinity of the project and will not allow the right-of-way to be used for storage. Access to schools, businesses and residences shall be maintained at all times. Property owners and Renton Sewer Replacement Project Phase 2 Special Provisions - 94 WWP-27-4273 April 2025 tenants shall be notified by the Contractor of traffic control restrictions in accordance with Section 1-07.23(1). “Business Open During Construction” signage is required where traffic control is in place in a commercial area. Mail delivery service shall not be impeded. Street parking may be closed in traffic control zones as necessary to provide detours. Traffic control affecting bus routes shall be subject to the requirements of King County Metro and Sound Transit. Minimum 12-ft travel lanes shall be provided on bus routes. Temporary bus stop closures or relocations will be necessary and are limited to a single stop in each direction at a time. Access to the Renton Transit Center shall be maintained at all times. Bus route detours, if required, shall be coordinated with King County Metro and Sound Transit. 1-10.4 Measurement (Mar 21, 2025, Renton GSP) Section 1-10.4 is 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. 1-10.5 Payment (Mar 21, 2025, Renton GSP) Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: “Traffic Control,” Lump Sum. Renton Sewer Replacement Project Phase 2 Special Provisions - 95 WWP-27-4273 April 2025 1-11 RENTON SURVEYING STANDARDS (Mar 21, 2025, Renton GSP) 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. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 96 WWP-27-4273 April 2025 monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page, and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single-family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented, and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18-inch by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the Renton Sewer Replacement Project Phase 2 Special Provisions - 97 WWP-27-4273 April 2025 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. 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 98 WWP-27-4273 April 2025 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, 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 99 WWP-27-4273 April 2025 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 Plans page H031. Renton Sewer Replacement Project Phase 2 Special Provisions - 100 WWP-27-4273 April 2025 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 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 appropriate disposal 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: (******) Renton Sewer Replacement Project Phase 2 Special Provisions - 101 WWP-27-4273 April 2025 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. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 102 WWP-27-4273 April 2025 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 103 WWP-27-4273 April 2025 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 2 Special Provisions - 104 WWP-27-4273 April 2025 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 105 WWP-27-4273 April 2025 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 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 2 Special Provisions - 106 WWP-27-4273 April 2025 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). Renton Sewer Replacement Project Phase 2 Special Provisions - 107 WWP-27-4273 April 2025 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(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 o f 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 and signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Renton Sewer Replacement Project Phase 2 Special Provisions - 108 WWP-27-4273 April 2025 Mix designs for HMA accepted by Nonstatistical evaluation shall: • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Mix Design. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (for commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of ESALs appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350 -076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Renton Sewer Replacement Project Phase 2 Special Provisions - 109 WWP-27-4273 April 2025 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. 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 110 WWP-27-4273 April 2025 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 materi al that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, Renton Sewer Replacement Project Phase 2 Special Provisions - 111 WWP-27-4273 April 2025 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 the mixture. If a windrow elevator is used, the leng th 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 112 WWP-27-4273 April 2025 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 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 113 WWP-27-4273 April 2025 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 compl etely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 114 WWP-27-4273 April 2025 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 115 WWP-27-4273 April 2025 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 th e mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: Renton Sewer Replacement Project Phase 2 Special Provisions - 116 WWP-27-4273 April 2025 HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation, the aggregate properties of sand equivalent, uncompacted void content, and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Renton Sewer Replacement Project Phase 2 Special Provisions - 117 WWP-27-4273 April 2025 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 118 WWP-27-4273 April 2025 Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a CPF shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. Renton Sewer Replacement Project Phase 2 Special Provisions - 119 WWP-27-4273 April 2025 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a CPF using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of 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 fa ll outside the commercial tolerance Renton Sewer Replacement Project Phase 2 Special Provisions - 120 WWP-27-4273 April 2025 limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a CPF of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or Roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 121 WWP-27-4273 April 2025 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, b roken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. Renton Sewer Replacement Project Phase 2 Special Provisions - 122 WWP-27-4273 April 2025 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 123 WWP-27-4273 April 2025 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 great er than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection – A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection – An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). Renton Sewer Replacement Project Phase 2 Special Provisions - 124 WWP-27-4273 April 2025 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 t he 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. 5-04.3(12)B Bridge Paving Joint Seals Bridge Paving Joint Seals shall be in accordance with Section 5-03. Renton Sewer Replacement Project Phase 2 Special Provisions - 125 WWP-27-4273 April 2025 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. 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 di scretion of the Engineer or when the Renton Sewer Replacement Project Phase 2 Special Provisions - 126 WWP-27-4273 April 2025 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. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 127 WWP-27-4273 April 2025 See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 128 WWP-27-4273 April 2025 briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving , sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 129 WWP-27-4273 April 2025 be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other Contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both the Paving and Planing: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, public convenience and safety, and other Contractors who may operate in the Project limits. d. Notifications required of Contractor activities and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, streetcar rail, and castings, before planing as per Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF is used, how the Contractor will ensure different JMFs are distinguished, how pavers and how MTVs are distinguished, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. Renton Sewer Replacement Project Phase 2 Special Provisions - 130 WWP-27-4273 April 2025 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS -1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “HMA CL. 1/2” 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 Cont ractor 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. • Water Valve Boxes – Refer to Renton Standard Plan 330.1. • Gas Valves – Same as Water Valve Boxes. • Monument Cases – Refer to Renton Standard Plan 113. Renton Sewer Replacement Project Phase 2 Special Provisions - 131 WWP-27-4273 April 2025 • 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(20): (******) 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 2 Special Provisions - 132 WWP-27-4273 April 2025 5-05 Cement Concrete Pavement 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 133 WWP-27-4273 April 2025 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. 5-05.3(8)E Sealing Through Joints This is a new Section: (******) Renton Sewer Replacement Project Phase 2 Special Provisions - 134 WWP-27-4273 April 2025 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 135 WWP-27-4273 April 2025 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. 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-inches 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 136 WWP-27-4273 April 2025 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 137 WWP-27-4273 April 2025 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 2 Special Provisions - 138 WWP-27-4273 April 2025 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 ch ecked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. Renton Sewer Replacement Project Phase 2 Special Provisions - 139 WWP-27-4273 April 2025 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 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. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Catch Basins and Manholes Section 7-05.3(2) is replaced with the following: (******) Where it is required that an existing catch basin or manhole be abandoned, the structure shall be broken down to a depth of at least 4-feet below the revised surface elevation, all connections plugged with grout, drainage holes drilled in the manhole base to prevent standing water, and the manhole filled with CDF, sand, or gravel borrow compacted to 90-percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the fill material subject to the approval of the Engineer. The ring and cover shall be salvaged if requested by the City and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Storm Drain and Sanitary Sewer Pipe Section 7-05.3(2)A is a new Section: (******) Where shown on the plans, existing storm drain and sanitary sewer pipes shall be abandoned after existing connections have been properly transferred to the new system. Pipes 10-inches and smaller shall be abandoned with concrete plugs at least 12-inches long in each end of the pipe at every location where the pipe is exposed or accessible. Pipes 12-inches and larger shall be filled entirely with flowable Cement-based Grout for Utility Abandonment as specified in Section 9-03.22. Renton Sewer Replacement Project Phase 2 Special Provisions - 140 WWP-27-4273 April 2025 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: (******) Where shown on the Plans, new storm drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Where shown on the Plans, new sewer pipes shall be connected to existing manholes and sewer pipes. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal 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 their 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 2 Special Provisions - 141 WWP-27-4273 April 2025 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 Contractor shall provide, operate, maintain, and decommission the dewatering systems that may 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 2 Special Provisions - 142 WWP-27-4273 April 2025 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 143 WWP-27-4273 April 2025 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 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 for sewer and storm shall be placed to a depth of 6-inches over and 6-inches under the exterior walls of the pipe. For water pipes, pipe bedding material shall be placed to a depth of 12-inches over and 6-inches under the exterior walls of the pipe. Hand compaction of the pipe Renton Sewer Replacement Project Phase 2 Special Provisions - 144 WWP-27-4273 April 2025 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 f irmly 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 gra vel 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 145 WWP-27-4273 April 2025 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. 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: Renton Sewer Replacement Project Phase 2 Special Provisions - 146 WWP-27-4273 April 2025 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 not be bulldozed into the trench or dropped directly on the pip e. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 147 WWP-27-4273 April 2025 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. Contractor to protect and support all utility lines exposed by excavation activity, including bedding the pipe and backfilling the excavation to restore direct support of any undermined utility crossing. Renton Sewer Replacement Project Phase 2 Special Provisions - 148 WWP-27-4273 April 2025 7-09 Water Mains 7-09.1(1)A Trench Widths Section 7-09.1.1(A) is revised as follows: (******) Trench excavation and backfill for the water main construction shall be in accordance with the trench limits outlined in the table below. Existing soil conditions are variable, and areas of soil instability may exist. The Contractor is responsible for protecting and maintaining the trench integrity and shall be held accountable for liability of trench construction, maintenance, and incidental trench deficiencies or accidents. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site, unless otherwise approved by the Engineer. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Pipe Type Water Main Pipe Water Service Pipe Trench Depth All All Trench Pay Width (ft) 3 2 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is revised as follows: (******) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement Section 7-09.3(17), with title change, is revised as follows: (******) The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, and fittings with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and fittings and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised as follows: (******) The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water main tenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Renton Sewer Replacement Project Phase 2 Special Provisions - 149 WWP-27-4273 April 2025 Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at their sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the prof ile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the Contract Plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. Renton Sewer Replacement Project Phase 2 Special Provisions - 150 WWP-27-4273 April 2025 The City Water Operations and Maintenance staff will: 1. Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. 2. Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance 3. Swab all connecting pipe and fittings with 5-6% chlorine solution 4. Perform the connection work 5. Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipes and fittings at the connection points and shall install concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include wet tapping the existing water main or the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: • Step 1: Cut-in of existing water main for installation of in-line tee and valves: o The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the Contract Plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the in -line tee and other fittings. A minimum 3-day curing period is required before a connection can be made to the new water mains. o Wet tapping of existing water main for installation of tapping tee and valve: ▪ Wet tapping of existing water mains shall be performed by a City approved wet tap contractor (Speer Taps, Inc. or Legacy Tapping, Inc.). The Contractor shall provide all materials necessary for the wet tapping of the existing water main as indicated on the Contract Plans for the installation of the tapping tee and valve. After the wet tap, the Contractor shall provide and install concrete blocking behind the tapping tee. A minimum 3-day curing period is required before a connection can be made to the new tapping valve. • Step 2: Connection of new water main to the new cut-in tee and valves, or to a new tapping valve on existing water mains by City’s Water Maintenance personnel. Renton Sewer Replacement Project Phase 2 Special Provisions - 151 WWP-27-4273 April 2025 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21), with title change, is revised as follows: (******) Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on the Plans and shall be in conformance with the Standard Plans and Contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand -mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8 -mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised as follows: (******) Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less, unless otherwise indicated on the plans or approved by the Engineer. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. Renton Sewer Replacement Project Phase 2 Special Provisions - 152 WWP-27-4273 April 2025 The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter (inches) PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: Renton Sewer Replacement Project Phase 2 Special Provisions - 153 WWP-27-4273 April 2025 The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 𝐿=𝑆𝐷√𝑃 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. The use of leak detection dye or other substances to detect any visible leakage is strictly prohibited. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer or Inspector to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24) Disinfection of Water Mains 7-09.3(24)A Flushing and "Poly-pigging” Section 7-09.3(24)A, with title change, is revised as follows: (******) Prior to pressure testing, disinfection, and final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. Renton Sewer Replacement Project Phase 2 Special Provisions - 154 WWP-27-4273 April 2025 The "Poly-pig" shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is revised as follows: (******) Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K is revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 25 mg/L. If a measurement of less than 25 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N is revised as follows: (******) Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. After flushing the treated water from the pipes, a 16 -hour rest period is required before any water quality sampling can be taken from the new pipes. Renton Sewer Replacement Project Phase 2 Special Provisions - 155 WWP-27-4273 April 2025 A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, and after a 16-hour rest period, two sets of satisfactory reports shall be received from the local or State Health Department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer or City Inspector. Following the retention period, the installation of new mains requires that two sets of samples for coliform analysis are collected using the following method: 1. AWWA C651-14 Option B a. Provide rest period of at least 16 hours. b. Collect first set of samples from representative points. c. Provide wait period of at least 15 minutes. d. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. Following successful bacteriological testing on an individual segment, the City will complete the final tie-in of that segment within 10 working days. 7-09.3(26) Abandonment of Existing Water Pipe Section 7-09.3(26) is a new Section: (******) Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall abandon existing water lines with installation of DI mechanical joint end caps or plugs. Where the remaining portion of the existing water main is to remain in service following removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall install a permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block. Renton Sewer Replacement Project Phase 2 Special Provisions - 156 WWP-27-4273 April 2025 7-12 Valves for Water Mains 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: (******) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new Section: (******) Existing valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Provisions. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7 -12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. Renton Sewer Replacement Project Phase 2 Special Provisions - 157 WWP-27-4273 April 2025 7-14 Hydrants 7-14.3(1) Setting Hydrants Section 7-14.3(1) has been revised as follows: (******) Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8", and 10" piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved alternate. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 20 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 1-1/4" washed drain rock, blue reflective pavement marker, 16" x 8" x 4" (minimum) concrete blocks under hydrant and gate valve, 4'x4'x6" concrete shear block around hydrant, and mechanical joint restraint (wedge-type restrained retainer glands) with poured-in-place concrete thrust block behind the hydrant shoe or two 3/4-inch diameter Cor-Ten steel tie rods. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented as follows: (******) All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Renton Sewer Replacement Project Phase 2 Special Provisions - 158 WWP-27-4273 April 2025 Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(7) Remove and Salvage Hydrant Section 7-14.3(7) is a new section: (******) Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, removing and salvaging hydrants shall be incidental to and included in the various bid items. 7-14.3(8) Abandoned Valves Section 7-14.3(8) is added as follows: (******) All valves to be abandoned shall be abandoned in the closed position, unless shown otherwise, by removing a minimum of the top twenty-four inches of the valve box and then filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion of the valve box shall be filled with concrete having an f’c of at least 2000 psi. Unless a specific bid item has been included in the Proposal/Contract Document, Abandoned Valves shall be incidental to and included in the various bid items. Renton Sewer Replacement Project Phase 2 Special Provisions - 159 WWP-27-4273 April 2025 7-15 Service Connections 7-15.3 Construction Requirements Section 7-15.3 is revised as follows: (******) All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2 -inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. All installations shall be considered open cut and the contractor shall locate and avoid other underground utilities during installation. The Contractor may install service lines utilizing a trenchless percussion and impact method (hoe-hogging) method but must obtain written approval from the Engineer. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters.eFurnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters.eRestore disturbed areas to their approximate original condition as directed by the Engineer. Renton Sewer Replacement Project Phase 2 Special Provisions - 160 WWP-27-4273 April 2025 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 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 161 WWP-27-4273 April 2025 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 fu ll 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, the Contractor 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 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 and side sewers 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 162 WWP-27-4273 April 2025 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 audi o 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. 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). Renton Sewer Replacement Project Phase 2 Special Provisions - 163 WWP-27-4273 April 2025 7-18 Side Sewers 7-18.3(2) Fittings Section 7-18.3(2) 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 an 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. 7-18.3(6) Side Sewer Construction Requirements Section 7-18.3(6) is a new Section: (******) Side sewers for Site 4 and 5 may be installed using horizontal directional boring, or equal, or open cut as shown on the Drawings. Side sewer installations will be installed from the property backyards towards the existing sewer in the ROW unless equipment cannot physically access the backyard , at which point the lateral installation will begin at the closest point to the backyard that can be accessed, and the remaining side sewer will be installed by trenching. Horizontal directional boring installation shall follow Section 7-20. Any fence removal or other disturbance to properties for the installation of the side sewers will be replaced and restored to pre existing conditions. All landscape restoration will be covered under bid item 1-09.14(2)T – Site Restoration. Geotechnical report for soil conditions will be provided by the City. Renton Sewer Replacement Project Phase 2 Special Provisions - 164 WWP-27-4273 April 2025 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 2 Special Provisions - 165 WWP-27-4273 April 2025 7‐20 Horizontal Directional Drilling Section 7‐20 is a new Section: (******) 7‐20.1 Description The work specified in this section shall consist of furnishing and installing pipe by horizontal directional drilling (HDD). This Section defines the work to be completed. The Contractor shall have sole responsibility for the means and methods utilized to install the pipe to the line and grade shown on the Drawings and to prevent settlement, ensure a successful installation, and prevent damage to existing facilities all within the tolerances specified herein and subject to review by the Engineer and Owner. The Contractor is responsible for any and all costs associated with remedial actions or repairs to correct damaged existing facilities, surface settlement, and product pipe line/grade installed beyond specified tolerances. All remedial actions and repairs are subject to the acceptance by the Engineer and shall be performed to the satisfaction of the Engineer and facility owner. The Contractor shall perform work in accordance with the current applicable regulations of federal, state, and local agencies. 7‐20.2 Materials Product Pipe: All product pipe shall be per Section 7‐17. Water: The Contractor shall secure a suitable source of water, and shall be responsible for transporting, storing, and disposing of any water required. Drilling Fluids: The Contractor shall select drilling fluid mixture proportions to ensure continuous circulation, bore stability, reduce drag on the pipe, sufficient viscosity and mud weight to counterbalance groundwater pressure, and completely fill the annular space between the bore and the pipe to control settlement. Management and disposal of drilling fluids shall be the Contractor’s responsibility. Drill Pipe: The Contractor shall provide high quality drill pipe that has been inspected and determined to be adequate for the project requirements. Bent, cracked, or fatigued drill pipes shall not be used. Threads must be in good condition. 7‐20.3 Construction Requirements 7‐20.3(1) Codes and Standards This Section incorporates by reference the latest revision of the following documents. These references are a part of this section as specified and modified. In the event of conflict between the requirements of this Section and those of a listed document, the requirements of this section shall prevail. • Installation of Pipelines by Horizontal Directional Drilling, Pipeline Research Committee, American Gas Association, PR‐227‐9424, April 1995. • Horizontal Directional Drilling Good Practices Guidelines, 2008, 2004, 2001, HDD Industry Consortium. Renton Sewer Replacement Project Phase 2 Special Provisions - 166 WWP-27-4273 April 2025 • API Bulletin 13D, 1985. Bulletin on the Rheology of Oil‐Well Drilling Fluids, Second Edition, Dallas, Texas, American Petroleum Institute. • API Recommended Practice 13B‐1, 1990. Standard Procedures for Field Testing Water‐Based Drilling Fluids, First Edition, Dallas, Texas, American Petroleum Institute. • ASTM F 1962 Standard Guide for Use of Maxi‐Horizontal Directional Drilling for Placement of Polyethylene Pipe or Conduit Under Obstacles, Including River Crossings. • Installation of Pipelines Beneath Levees Using Horizontal Directional Drilling, US Army Corps of Engineers, Waterways Experiment Station, Final Report, CPAR‐GL‐98‐1, April 1998. • API Specification 13A, 1993. Specification for Drilling Fluid Materials, Fifteenth Edition, Dallas, Texas. American Petroleum Institute. • IADC Drilling Manual, 1992. Eleventh Edition, Houston, Texas, International Association of Drilling Contractors. • Tables for Hydraulic Design of Pipes and Sewers, American Society for Civil Engineers, 5th ed., 1990. 7‐20.3(2) Definitions Annular Space The space between the excavated HDD bore diameter and the pipeline. Drilling Fluid/Mud A mixture of water, bentonite, and/or polymers continuously pumped to the drilling tool or bit cutting head to facilitate the removal of soil cuttings, and stabilization of the bore. These fluids also cool the cutting tools and lubricate the pipe string. Drilling Tool/Bit Any tool or system of tools that excavates at the face of a bore. Horizontal Directional Drilling Horizontal Directional Drilling (HDD) is a guided, steerable drilling system used for the trenchless installation of pipes, conduits, and cables. A pilot bore path is excavated in an engineered bore path from a drill rig. Excavation takes place with fluid‐assisted cutting from a drilling tool on the drill string. The bore is filled with drilling mud/fluid for stabilization. The bore path is enlarged with subsequent multiple reaming passes until the desired diameter is achieved. The final bore diameter is typically 12 inches larger than the outer diameter of the product pipe or 1.5 times the outer diameter of the product pipe, whichever is smaller. The product pipe, conduit, or cable is pulled into the fluid ‐ stabilized bore. Inadvertent Drilling Fluid Returns (Hydrofracture) Migration of the drilling fluid to the ground surface that can be caused by fracturing or failure of the soil around the borehole as a result of drilling fluid pressure. Jetting Assembly Jetting assemblies rely primarily on the mechanical bend behind the jet bit to produce enough side force to change the direction of the borehole. A variety of cutting bits such as bladed, spade, or roller cone bits can be used with jetting assemblies. Rotation of the cutting bit is provided by the drill rig. Renton Sewer Replacement Project Phase 2 Special Provisions - 167 WWP-27-4273 April 2025 Drilling fluid is used to aid the cutting bit with cutting, cool the downhole assembly, lubricate the drill string, and flush spoil cuttings from the borehole. Mud Motor A rotor and stator connected behind the drill bit used to convert the drilling fluid hydraulic energy into mechanical energy that rotates the drill bit independently of the drill pipe. Pilot Bore The action of creating the first guided pass of the HDD process which is then reamed in multiple passes to the size required to allow pullback of the product pipe. Product Pipe The pipe that is pulled into the borehole and installed via HDD. Pullback That part of the HDD process in which the drill string and product pipe are pulled back through the bore to the entry point. Pullback Loads The tensile load (force) applied to a drill string and product pipe during the pullback process. Reaming The second stage of the HDD process in which a reamer or hole opener is attached to the drill string and is used to excavate and enlarge the pilot hole. The reaming stage may include multiple reaming passes. 7‐20.3(3) Quality Assurance If HDD is being proposed, the HDD Contractor business entity shall have met the minimum experience qualifications established within the Contract Documents in 7-20.3(5)A. The HDD Contractor shall employ skilled, experienced superintendent(s), drillers, and personnel. Contractor personnel shall have met the experience qualifications established within the Contract Documents The Contractor shall allow access to the Engineer and shall furnish necessary assistance and cooperation to aid the Engineer in observations and data and sample collection, including, but not limited to the following: • The Contractor shall allow the Owner, Owner’s Representative, and/or Engineer full access to the operator control container prior to, during, and following all HDD operations. This shall include, but not be limited to, providing access to the operator console including visual access to real‐time operator control screens, gauges, and indicators during all drilling operations. • The Contractor shall allow the Owner, Owner’s Representative, and/or Engineer full access to the soil reclamation plant prior to, during, and following all HDD operations. This shall include, but not be limited to, full access to shaker screens, hydrocyclo nes, conveyor belts, and drilling mud spoil holding tanks. The Contractor shall provide written notice to the Engineer at least 72 hours prior to beginning of the major drilling activities, including site mobilization, guidance system setup, pilot bore launch, Renton Sewer Replacement Project Phase 2 Special Provisions - 168 WWP-27-4273 April 2025 reaming, swab pass, and pipe pullback. The Contractor shall immediately notify the Engineer, in writing, when any problems are encountered or if the Contractor considers ground conditions to be materially and significantly different from those represented within the Contract Documents. The Contractor shall provide all equipment, materials, and personnel necessary for completing the installation as shown on the Drawings and specified herein. The equipment and materials shall include but are not limited to: • Directional drilling rig with all ancillary equipment, including drill pipe, cutting tools, reaming bits, swivels, expanders, motors, generator, pumps, booster pumps, hoses, mixing equipment, drilling fluid processing equipment (cuttings separation equipment), downhole survey equipment, fluid pressure and flow rate monitoring equipment, spare parts, pipe handling equipment, crane, excavator, backhoe, rollers, side boom tractors, control cabin, control equipment, and office equipment. • Drilling fluids, water, fuel, lubricant, polymers, or other additives. • Any other expendable or reusable materials, supplies, and equipment needed for the installation. The drilling equipment shall be capable of advancing through the geologic conditions as depicted in the Geotechnical Data Report and as anticipated by the Contractor. The drilling mud shall be designed for the geologic conditions at the site. The capacity of the directional drilling rig used by the Contractor shall be adequate to install the specified pipeline and shall have a minimum pullback capacity of the estimated pullback loads with a safety factor of 2.0. Refer to Work Plan Section 7‐20.3(5)B for additional pullback calculation requirements. The pump used by the Contractor shall be adequate to supply the required flow rate and pressures at the anticipated drilling fluid viscosity at all times. Drilling speeds shall not exceed pump capacity. The drilling system shall include a fluid pump and soil reclamation plant that can achieve the rates of drilling fluid pumping, spoil separation, and drilling mud cleaning required by the Contractor to achieve planned production rates for the soils anticipated by the Contractor. Shaker screens, hydrocyclones, and centrifuges may be required for efficient separation of spoils. All spoil and drilling mud must be contained in trucks, tanks, or other containers at all times. Dumping of spoil or drilling mud on the ground, discharge into sewers, or discharge into water bodies shall not be permitted. All spoils shall be transported and disposed of off‐site at an approved disposal facility. Perform all work within right‐of‐way and easement areas shown on the Drawings. Pipe rollers shall be used to support the pipe on the ground surface. The pipe shall be lofted for the transition of the product pipe into the bore at an angle that keeps the bending radius within the manufacturer’s recommendations. Pipe shall not be dragged on the ground surface. Renton Sewer Replacement Project Phase 2 Special Provisions - 169 WWP-27-4273 April 2025 Surface settlement or heave of the ground surface or utilities and/or other features above the HDD centerlines and within the zone influenced by the HDD construction shall be limited to avoid damage. The Contractor shall repair any damage resulting from settlement or heave caused by HDD activities at no additional cost to the Owner. The Contractor shall grout any voids caused by drilling. 7‐20.3(4) Tolerances The product pipe tolerances shall meet all of the following requirements: • The vertical slope shall have a positive grade between the new sewer main to the back of private properties, with a vertical slope not less than 2%. • No portion of the bore shall have reverse grade. • The finished invert elevation at new sewer main are shown on the Drawings. • All open cut work connecting from the HDD bore to the rear of private properties shall maintain a minimum slope of 2% and a minimum depth of cover of 18-inches. No portion of open cut connection work shall have reverse grade. • The horizontal bore path shall remain within plus or minus two (2) feet of the design bore path. 7‐20.3(5) Submittals All submitted calculations shall be stamped and signed by a professional engineer licensed in the State of Washington. No work shall be performed until the Submittals required for this Section have been returned with acceptable disposition by the Engineer. 7‐20.3(5)A Qualifications If HDD is chosen as a proposed construction method, the apparent and second low bidders must submit the HDD Contractor and HDD superintendent qualifications to the Owner within forty ‐eight (48) hours of the bid submittal deadline. These qualifications will be used to determine if the bid is responsive. If the low bidder does not meet the requirements in Section 7‐20.3(5)A, the bid will be considered non‐responsive. The HDD Contractor shall have completed a minimum of three (3) HDD installations in the last five (5) years with installed pipe diameters of 6-inches or greater. At least one HDD installation completed within the last five (5) years shall have been a gravity installation with a slope of 3% or less, of any pipe diameter. At least one of the HDD installations shall have been 1,000 feet in length or greater, with a pipe diameter of 6 inches or greater. At least one of the HDD installations shall have been in similar ground conditions to the project, with a pipe diameter of 6 inches or greater. The HDD Superintendent proposed for the work shall meet the same experience requirements as the HDD Contractor. For each project proposed for the experience requirements of either the HDD Contractor or HDD Superintendent, provide the name of each project, project location, date the project was constructed, the project owner, a contact person who can verify the experience with a current phone number, and the details of the project including bore diameter, pipe inner and outer diameter, pipe material, individual bore length, slope (if applicable), and soil/rock conditions. Qualifications for the HDD locator/surveyor the HDD Contractor proposes for the work shall be submitted at least three (3) weeks prior to the start of pipe installation. Renton Sewer Replacement Project Phase 2 Special Provisions - 170 WWP-27-4273 April 2025 The Contractor shall provide the name and qualifications of the surveyor proposed for the work to the Engineer for review. The surveyor shall have a minimum of three years of experience with underground construction. 7‐20.3(5)B Work Plan At least three (3) weeks prior to the start of HDD operations, the Contractor shall submit a detailed HDD work plan to the Engineer for acceptance. Plan acceptance is contingent upon compliance with these specifications and requirements. The work plan shall contain the following elements: • Shop Drawings: The project‐specific drawings shall include all equipment, equipment setup areas, pipe layout areas, entry and exit locations, entry and exit angles, points of vertical and horizontal curvature and tangency, vertical and horizontal bending radii, and any excavations or mud recirculating pits. The Contractor shall confirm that all operations shall be included the Work Plan. • Schedule: The Contractor shall submit a detailed schedule showing all major construction activities and durations, including starting and completion dates. The schedule shall be updated at least every 2 weeks or more frequently, and include: o Site preparation. o Mobilization and setup. o Pre‐drilling meeting. o Cleanup, surface restoration, and demobilization. o Contractor will host a weekly meeting to discuss the week’s schedule. • Description of Methods, Equipment and Materials: The Contractor shall submit detailed descriptions of all methods, equipment, and materials to be used for the pipeline installation. Descriptions of drilling fluid additives shall be accompanied by Materials Safety Data Sheets (MSDS) and manufacturers’ descriptions. Descriptions of equipment shall include manufacturers’ specifications, calibrations, appropriate drawings, photographs, and descriptions of any modifications since manufacture. • Submit a noise mitigation plan detailing measures to be taken, equipment selection, and guidelines for employees to minimize and mitigate construction noise when construction is occurring outside of normal working hours per Section 1‐08.0(2). The noise mitigation plan shall include the following elements at minimum: o Vehicle engine idling on site shall be minimized. o Banging of tailgates shall be minimized. o Create and utilize a noise mitigation training program, which shall be implemented for all field‐worker supervisory personnel including sub‐contractor supervisors. o Details and drawings for a 16‐foot tall noise mitigation wall around the full perimeter of the entry and exit locations. The sound walls may have gates to allow for equipment ingress/egress and transition of the product pipe into the borehole if necessary. • Calculations for Pullback: The Contractor shall submit calculations for pullback loads, including but not limited to tensile stresses, bending stresses, hoop stresses, combined tensile and bending stresses, and combined tensile, bending, and hoop stresses, for the conditions and operating practices anticipated. All assumptions used in the calculations shall be provided. The Contractor shall verify with the pipe manufacturer that estimated Renton Sewer Replacement Project Phase 2 Special Provisions - 171 WWP-27-4273 April 2025 loads imposed during pullback are compatible with the pipe being used. These calculations shall be made and stamped by a licensed Professional Engineer registered in the State of Washington. • Rig Capacity: The Contractor shall submit details on the capacity of the drill rig verifying that the pullback capacity is greater than the estimated pullback load calculated and submitted by the Contractor with the factor of safety specified herein. • Soil Separation Plant: The Contractor shall submit details on the mud pump and cleaning plant. Include dimensions, manufacturer’s specifications, pump capacity, and noise rating. • Plans for Disposal of Spoils and Drilling Fluids: The Contractor shall submit plans for disposal of waste materials resulting from the pipeline construction, including drilling fluids, cuttings, waste oil, fuel, discharge water, etc. The Contractor shall identify the disposal site and submit a letter indicating willingness and legal authority to accept the described and anticipated waste products. • A safety plan in accordance with all federal, state, and local agencies. • Contingency Plans for Potential Problems: The Contractor shall submit contingency plans for remediation of potential problems that may be encountered during the drilling operations. The contingency plans shall address the observations that would lead to the discovery of the problem and the methods that would be used to mitigate the problem. Potential problems that shall be addressed include: o Utility strike. o Loss or decreased drilling fluid circulation. o Inadvertent drilling fluid returns to the surface. o Surface drilling fluid spill. o Deviation from planned bore path in excess of allowable tolerances. o Inability to advance drill or product pipe. o Pullback loads exceeding allowable pullback loads. o Drill or product pipe twisted off or broken off in borehole. o Product pipe collapses or deformations exceed maximum allowable tolerances. o Settlement exceeding allowable limits. • Side Sewer Installation Plan: Prior to installation the Contractor shall submit a Side Sewer Installation Plan to the Engineer for approval. The Side Sewer Installation Plan shall be in accordance with the manufacturer’s recommendations for the system used. The plan submittal shall include at a minimum the following: o Sizing and Cleaning ▪ Verification of host pipe length, internal dimensions, and adequate clearance ▪ Removal of debris, obstructions, sharp edges, and other hindrances to insertion ▪ Verification dimensions for installation, or proposed alternate alignment for installation ▪ Calculations demonstrating sufficient structural integrity of pipe for groundwater and backfill loading, assuming host pipe collapse o Methodology, Staging, and Job Prep Renton Sewer Replacement Project Phase 2 Special Provisions - 172 WWP-27-4273 April 2025 ▪ Groundwater control (coffer dams, bypass pumping) as needed per Section 7- 17.3(2) ▪ Erosion control ▪ Pushing force calculations and proposed manpower/equipment ▪ Necessary access, storage, and staging areas o Side Sewer Installation ▪ Pipe Installation ▪ Seal installation ▪ Plan for obstacles/stuck pipe ▪ Temporary bypass of groundwater flow o Post Installation Acceptance ▪ CCTV per Section 7-17.3(2)H ▪ Waste removal, cleanup and restoration 7‐20.3(5)C Daily Records Daily logs and records shall be maintained by the Contractor and shall include drilling lengths, location of drill head, installation loads, drilling fluid pressures and flow rates, drilling fluid losses, inadvertent drilling fluid returns, drilling times required for each pipe joint, any instances of retraction and re‐drilling of the pilot bore or segments thereof, and any other relevant observations, including any hard drilling zones, steering problems, circulation problems, observed settlement, heave, or surface spills. The position of the drill head shall be tracked during the pilot bore and recorded by a downhole wireline tracking locator system and supplemented by an energized wire grid at the surface. During the pilot bore, reaming passes, and pipe pullback the Contractor shall record the following information once per drill pipe or every 15 feet, whichever is more frequent. The information shall be submitted to the Engineer by noon of the day following the shift for which the records were taken. • Rate of penetration • Rotational torque • Thrust/pull forces • Pump rates • Calculated depth • Flow (meter returns in supply line) • Length of each drill pipe • If torque and thrust are recorded as gage pressures, the conversion factors for pound‐feet of torque and pound force of thrust/pullback shall be provided. Renton Sewer Replacement Project Phase 2 Special Provisions - 173 WWP-27-4273 April 2025 The Contractor shall document any variations between the actual plan and profile of the bore path and the location shown on the Drawings and specifications herein. The Contractor shall notify the Engineer immediately upon discovery of any deviations that exceed design tolerances. The Contractor shall submit the grade survey of the pilot bore immediately after completion. The grade survey shall be accepted by the Engineer prior to the start of reaming operations. 7‐20.3(5)D Post‐HDD Installation The Contractor shall submit as‐built drawing and survey after completion of the HDD. As‐built drawings shall include the design alignment and the as‐built alignment in plan and profile and shall use the same scale as the Contract Drawings. 7‐20.3(6) General HDD operations shall be in accordance with the work plan prepared and submitted to the Engineer. Unless otherwise provided, the Contractor shall furnish and install all fittings, closure pieces, jointing materials and all appurtenances as shown and as required to provide a complete and workable installation. All fabrication and testing shall comply with the requirements listed herein. Prior to beginning construction at any location, protect structures, utilities, trees, shrubs, and other permanent objects against damage. Utility lines and structures indicated on the Drawings which are to remain in service shall be protected by the Contractor from any damage as a result of the operations. Where utility lines or structures not shown on the Drawings are encountered, the Contractor shall report them immediately to the Engineer before proceeding with the Work. The Contractor shall bear the cost of repair or replacement of any utility lines or structures which are broken or damaged by the operations. All utilities in close proximity to the pilot bore, ream, or pipe installation must be exposed through a “pot-hole” or other opening, in accordance with appropriate utility locate laws and regulations, to ensure, through visual inspection, that the drill, reamer, or pipe has caused no damage to the utility and maintains adequate clearance. The Contractor shall take the following steps prior to commencing drilling operations in a location which might contain underground facilities: • Contact the utility or utility location/notification service. • Positively locate and stake all existing lines, cables, or other underground facilities including exposing any facilities that are located within 20 feet of the designed drill path. • Modify drilling practices and downhole assemblies to prevent damage to existing utilities and facilities. The Contractor shall maintain safe working conditions; ensure stability of the entry, exit, settlement and containment pits; and minimize loosening, deterioration and disturbance of the surrounding ground, sidewalks, landscaped areas, roads, adjacent structures, or existing utilities and facilities. The Contractor shall construct and utilize a 16‐foot sound wall around the perimeter of the entry and exit locations. The sound wall shall be in place for the entirety of all ‐phases of the HDD process, including pilot bore, reaming, swabbing, and pullback phases. The sound wall may have gates to allow ingress/egress of equipment and transitioning of the product pipe into the borehole if necessary. The submitted and favorably accepted sound mitigation plan shall be implemented for all Renton Sewer Replacement Project Phase 2 Special Provisions - 174 WWP-27-4273 April 2025 HDD construction and all non‐HDD construction occurring outside of normal work hours per Section 1-08.0(2). The noise mitigation plan shall include the following elements at minimum: • Giving residents at least 72 hour advance notice of the time periods when particularly noisy work and potential nighttime construction activities (e.g. pullback) will be occurring through mailers, door hangers, or other similar notification methods. • Vehicle engine idling on site shall be minimized. • Banging of tailgates shall be minimized. • Create and utilize a noise mitigation training program, which shall be implemented for all field‐worker supervisory personnel including sub‐contractor supervisors. • Details and drawings for a 16‐foot tall noise mitigation wall around the full perimeter of the entry and exit locations. • Take noise level readings. At a minimum, the contractor will be required take a base noise level reading before the start of construction activities, at the start of the drilling, and after noise mitigation measures have been installed. • Equip all vehicles with ambient sensitive backup warning devices. The Contractor may use back‐up observers in lieu of back‐up warning devices for all equipment except dump trucks in compliance with WAC Chapter 296‐155‐610 and 296‐155‐615. The Contractor shall use back‐up observers and back‐up warning devices for dump trucks in compliance with WAC Chapter 296-155‐640. The Contractor shall hold a meeting one business day prior to the commencement of pilot bore drilling. The following requirements shall be met: • Prior to scheduling of meeting, review of the related submittals shall have a status with acceptable disposition. • Meeting attendees shall include the Owner/Owner Representative; Engineer; the Contractor Project Manager; the HDD Contractor Project Manager; Superintendent; and the Drill Rig Operator. • All materials and equipment are staged prior to start of HDD and ready for use. • Utility potholes have been completed. • Review of the contingency plan discussed in this Section, and that the Contractor is prepared with onsite materials and equipment required to reduce the amount of time required to respond to the scenarios described. 7‐20.3(7) Work Staging Area The Contractor shall limit staging and work operations to right‐of‐way and easements as shown on the Drawings, or as otherwise accepted in writing by the Engineer, for storage of equipment and materials, parking, pipe layout, drilling, and other work. The Contractor will be responsible for constructing required temporary work access and pads for directional drilling in accordance with all applicable permits and local ordinances. The Contractor shall control operational pressures, drilling mud weights, drilling speeds, and any other operational factors required to avoid hydrofracture fluid losses into the surrounding Renton Sewer Replacement Project Phase 2 Special Provisions - 175 WWP-27-4273 April 2025 formations, maintain a stable borehole, and control drilling fluid spillage. This includes any spillages, inadvertent fluid, or slurry returns at entry and exit locations or at any intermediate point. All inadvertent returns or spills shall be promptly contained and cleaned up. Disposal of excess drilling fluids is the responsibility of the Contractor and shall be conducted in compliance with all environmental requirements. Appropriate precautions and measures shall be employed by the Contractor to prevent erosion, surface drainage, and spillage of drilling fluids or other materials that could adversely impact the environmental quality of the site. Silt fences, hay wattles, and hay bales shall be used to line the work area to minimize erosion and contain any spillages or runoff. Pipe layout area shall be free of stones, wood, debris and obstructions. Pipe rollers shall be provided by the Contractor to facilitate pipe pullback. Combustible materials (fuel, oil, lubricants, etc.) shall be stored off‐site or in a well‐ventilated storage facility removed from the immediate vicinity of the drilling area by at least 20 feet. 7‐20.3(8) Control of Line and Grade The Contractor shall monitor and record x, y, and z coordinates relative to an established surface survey bench mark, from downhole survey data using a downhole wireline system. ParaTrack or TruTracker energized surface grid, or equivalent, shall be installed and used to augment the downhole wireline tracking system. The grids shall be surveyed to establish horizontal and vertical position to 0.1 feet accuracy. The data shall be monitored and recorded at least once per drill pipe length or at 15‐foot intervals during pilot bore drilling, whichever is most frequent. Deviations between the recorded and design bore path shall be calculated and reported in the daily report. If the deviations exceed the tolerances specified herein, such occurrences shall be reported immediately to the Engineer. The Contractor shall undertake all necessary measures to correct deviations and return to design line and grade, and shall be solely responsible for all work necessary to correct excessive deviations from line and grade, including re‐drilling sections of the pilot bore, at no additional cost to the Owner and without schedule extension. Submit the complete records immediately after completion of the pilot bore. The grade survey shall be accepted by the Engineer prior to the start of reaming operations. 7‐20.3(9) Horizontal Directional Drilling The Contractor shall employ licensed, experienced surveyors to locate the entry and exit points, and to establish horizontal and vertical datum for the bore and the pipe layout and fabrication areas. Initial use of a mud motor for pilot hole drilling is prohibited. The contractor shall use a jetting assembly, or approved equal, as determined by the Engineer. Should the Contractor desire to use a mud motor, the Contractor shall provide formal written notice requesting use of the mud motor and describing how the jetting assembly, or approved equal, is insufficient to continue excavating the pilot bore and why the mud motor is necessary to continue the pilot bore successfully. Use of a mud motor is prohibited prior to demonstrating use of a jetting assembly, or approved equal, and until the Contractor’s written request for use of a mud motor is returned with written acceptance from the Engineer. Renton Sewer Replacement Project Phase 2 Special Provisions - 176 WWP-27-4273 April 2025 The pilot bore shall be reamed using equipment and methods submitted by the Contractor. The Contractor shall completely ream the bore to the final diameter prior to pullback. The Contractor shall complete a swab pass of the bore upon completion of the final ream and prior to pullback of the pipe. The swab pass reamer shall have an outside diameter that is larger than the product pipe outside diameter. Pipe Pullback: • The pipe shall be installed by pulling it into the reamed bore hole behind a final reaming tool selected by the Contractor. • The pipe shall be isolated from excessive torsional and axial stresses by a swivel device. • The Contractor shall monitor and inspect pipe rollers and the method for suspending pipe during the pullback operation. • The Contractor shall monitor and record installation loads once per drill pipe or every 15 feet, whichever is more frequent. • The Contractor shall cease operations if the pipe is damaged and shall remove the damaged pipe from the bore and repair the pipe using the manufacturer’s recommended procedure or replace the damaged pipe before resuming installation. The Contractor shall monitor pulling forces to ensure maximum pullback loading of the pipe is not exceeded, and shall notify the Engineer immediately if it has been. • Work performed for all HDD construction and all non‐HDD construction outside of normal work hours shall be in accordance with Section 1‐08.0(2) and shall be completed in accordance with the submitted and favorably accepted noise mitigation plan. The installed product pipe shall be mandrel tested within 24 hours of pullback completion. A mandrel or pig that is 90% of the internal diameter of the product pipe, taking into account internal beads formed during the fusing process, shall be pulled through the entire length of the pipeline. Pipeline found to be obstructed or flattened shall be considered defective work and shall be removed, discarded, re‐drilled, and tested at no cost to the Owner. A post‐installation grade survey shall be performed within 48 hours of completion of pipe pulling operations and prior to any open cut excavation to connect to the proposed SSMH 005A. Provide a seal at the downstream end of the bore to prevent any preferential flow around the outside of the pipe. 7‐20.3(10) Finishing The Contractor shall remove all equipment, materials, drilling fluids, muck, waste, and debris from the site and restore the site to its original condition upon completion of the installation. Following construction, the product pipe shall be cleaned of all mud, drilling fluid or other materials within the pipe as discussed in other sections of the Contract Documents. Renton Sewer Replacement Project Phase 2 Special Provisions - 177 WWP-27-4273 April 2025 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 2. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. Renton Sewer Replacement Project Phase 2 Special Provisions - 178 WWP-27-4273 April 2025 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 the minimum depth shown in standard plan 264, 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 as shown in standard plan 264 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 2 Special Provisions - 179 WWP-27-4273 April 2025 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. Contractor shall coordinate daily watering for a minimum of two weeks to prevent dehydration. Coordination can be with the resident or sub -contractor. 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 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 Final Acceptance by the City of landscape work: 1. Watering: Coordinate watering areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 3. 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. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 180 WWP-27-4273 April 2025 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 181 WWP-27-4273 April 2025 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 in electronical format 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 in electronic format 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 feet 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 2 Special Provisions - 182 WWP-27-4273 April 2025 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: Renton Sewer Replacement Project Phase 2 Special Provisions - 183 WWP-27-4273 April 2025 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. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 184 WWP-27-4273 April 2025 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 pl aced 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) 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 185 WWP-27-4273 April 2025 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 2 Special Provisions - 186 WWP-27-4273 April 2025 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 187 WWP-27-4273 April 2025 • Water: Water shall conform to the provisions of Section 9-25.1. • Minimum Strength: 100 psi. Renton Sewer Replacement Project Phase 2 Special Provisions - 188 WWP-27-4273 April 2025 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 fo r 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 Renton Sewer Replacement Project Phase 2 Special Provisions - 189 WWP-27-4273 April 2025 • 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 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. Renton Sewer Replacement Project Phase 2 Special Provisions - 190 WWP-27-4273 April 2025 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 9-14.2 Topsoil Section 9-14.2(1) is supplemented by adding the following: 9-14.2(1) Topsoil Type A (******) Supplement this section as follows: Topsoil Type A, as applicable per conditions below, shall be compost amended topsoil as described and contain 33-50% composted organic material by volume. Compost used for the topsoil amendment shall be sourced, incorporated, and mixed per the conditions in this section. 9-14.2(1)a Compost Procurement Contractor shall provide certificates, or sufficient documentation, to the City 2 weeks prior to ordering any compost products for approval by Engineer showing that the supplier sources meet the following criteria: 1. Produce compost products locally. 2. Are certified by the US Composting Council or an equivalent nationally recognized organization. 3. Produce compost products that are derived from the City’s solid waste programs and meet quality standards comparable to standards adopted by the Washington state Department of Transportation or adopted by rule by the Washington state Department of Ecology. 9-14.2(1)b Topsoil Type A (Compost Amended Planting Soil) (******) Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 – 67% sand and/or sandy loam and 33 – 50% composted organic material by volume. Total organic matter shall be at least 5% by Renton Sewer Replacement Project Phase 2 Special Provisions - 191 WWP-27-4273 April 2025 dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 “Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils,” and TMECC 05.07A “Loss-On-Ignition Organic Matter Method.” Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot’s broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor’s expense. 1. The soil shall meet the following requirements. a. The mixed soil shall meet the following gradation: Screen Size * Percent Passing 2 inch 100 1 inch 99-100 5/8” 90 – 100 1/4" 75-100 *Maximum particle length of 6 inches 2. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. 3. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in Section 9-14.5(8) of the Standard Specifications. 4. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. 5. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost-amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. 6. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. 9-14.2(2) Topsoil Type D (******) Supplement this section as follows: Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam texture, free of ice, snow, and rubbish with no admixture of refuse or material toxic to plant growth. Renton Sewer Replacement Project Phase 2 Special Provisions - 192 WWP-27-4273 April 2025 Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil shall be fertile and free flowing (pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: Parameter Range pH: 6.7-7.5 Moisture Content: 25%‐55% Soluble Salts: 2.5 mmhos/(dS) Coarse Sand: 50%max (by weight) Clay: 25%max (by weight) Silt: 15%max (by weight) Organic matter: 10%max (by weight) 9-14.2(4) Sandy Loam (******) Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) .........100% Passing 1 mm sieve.......................................80% minimum Passing 0.15 mm sieve..................................15% maximum 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: (******) Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for approval. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. Renton Sewer Replacement Project Phase 2 Special Provisions - 193 WWP-27-4273 April 2025 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 2 Special Provisions - 194 WWP-27-4273 April 2025 9-30 Water Distribution Materials 9-30.1 Pipe Section 9-30.1 is revised as follows: (******) All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised to read as follows: (******) 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push -on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is revised as follows: (******) Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes, fittings, and valves shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is revised as follows: (******) Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be Renton Sewer Replacement Project Phase 2 Special Provisions - 195 WWP-27-4273 April 2025 ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be SBR, neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than or equal to 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition coupling having a single-piece casting. Threaded pipe and flanges combinations shall not be used. Bolts and nuts for all fittings and valves with mechanical-joint end(s) shall be Cor-ten (low alloy steel) conforming to ANSI/AWWA C110/A21.10 or stainless steel. Bolts and nuts for all pipe, fittings, and valves with flanged end(s) shall be stainless steel and shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM F593, Group 2. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1- 06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new Section: (******) Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Renton Sewer Replacement Project Phase 2 Special Provisions - 196 WWP-27-4273 April 2025 Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4)C Spacers and Seals for Steel Casing Pipe Section 9-30.2(4)C is a new Section: (******) Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2 -inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the ca sing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G -2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved alternate. 9-30.2(6) Restrained-Joint Pipe and Restrained-Joint Fittings Section 9-30.2(6), with title change, is revised as follows: (******) Restrained joints (RJ) for ductile iron pipe, fittings, and valves, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push -on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 3 below. 3. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fit tings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. 4. Wedge Restraint Glands: a. Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter an d smaller. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe Section 9-30.2(7) is revised as follows: Renton Sewer Replacement Project Phase 2 Special Provisions - 197 WWP-27-4273 April 2025 (******) Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved alternate. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used. The long body pattern with a minimum center ring or center sleeve length of 12 -inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. 9-30.3 Valves Section 9-30.3 is supplemented as follows: (******) Valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. All bolts on the body of valves shall be stainless steel. 9-30.3(1) Gate Valves (3 to 16 inches) Section 9-30.3(1) is supplemented as follows: (******) All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non -rising stem, and shall be equipped with a standard two (2) inch square operating nut and O -ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 psi. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA C509 and C515 latest revisions. All exterior valve body bolting shall be Type 304 stainless steel and shall be provided with hexagonal heads with dimensions to conform with ANSI B18.2.1. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Renton Sewer Replacement Project Phase 2 Special Provisions - 198 WWP-27-4273 April 2025 Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved alternate in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(4) Valve Boxes Section 9-30.3(4) is revised as follows: (******) Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C504. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is revised as follows: (******) Valve markers shall be Carsonite composite utility marker 0.375"x 6'-0", or approved alternate, with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is revised as follows: (******) Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.6 Water Service Connections (2 inches and Smaller) Renton Sewer Replacement Project Phase 2 Special Provisions - 199 WWP-27-4273 April 2025 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised as follows: (******) Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing Section 9-30.6(3)C is revised as follows: (******) PEX-a tubing shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) is revised as follows: (******) Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) is supplemented as follows: (******) Meter setters for 1-inch water services shall be Ford VBH74-15W-44-44-Q-NL, A.Y. McDonald 721-415WCQQ 44, Mueller B-24701-6AN, or approved alternate, and shall be installed per Detail 320.1 on Drawing C029 as specified in the Construction Plans. Meter setters for 1.5-inch water services shall be Ford VBH86-12B-11-66-Q-NL, A.Y. McDonald 73-B-612WDFF665, Mueller B-2427N (1 ½”), or approved alternate. Meter setters for 2-inch water services shall be Ford VBH87-12B-11-77-Q-NL, A.Y. McDonald 730B-612WDFF665, Mueller B-2427N (2”), or approved alternate. 9-30.6(7) Meter Boxes Section 9-30.6(7) has been supplemented as follows: (******) Meter boxes for 1-inch water services shall be Armorcast A6001946PCX18 or approved alternate and shall be installed per Detail 320.1 on Drawing C029 as specified in the Construction Plans. Meter boxes for 1.5-inch water services shall be Armorcast A6001640PCX18 or approved alternate. Meter boxes for 2-inch water services shall be Armorcast A6001640PCX18 or approved alternate. City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 2 CAG-25-090 ______________________________________________________________________________ APPENDIX A- SITE PHOTOS Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A1 WWP-27-4273 April 2025 3910 NE 6th ST Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A2 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A3 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A4 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A5 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A6 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A7 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A8 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A9 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A10 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A11 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A12 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A13 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A14 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A15 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A16 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A17 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A18 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A19 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A20 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A21 WWP-27-4273 April 2025 Site 4 - 3910 NE 6th st Private Property Site Photographs Appendix-A22 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A23 WWP-27-4273 April 2025 3916 NE 6th ST Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A24 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A25 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A26 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A27 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A28 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A29 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A30 WWP-27-4273 April 2025 Site 4 - 3916 NE 6th ST Private Property Site Photographs Appendix-A31 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A32 WWP-27-4273 April 2025 3922 NE 6th ST Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A33 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A34 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A35 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A36 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A37 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A38 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A39 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A40 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A41 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A42 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A43 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A44 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A45 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A46 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A47 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A48 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A49 WWP-27-4273 April 2025 Site 4 – 3922 NE 6th ST Private Property Site Photographs Appendix-A50 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A51 WWP-27-4273 April 2025 3923 NE 6th Street Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A52 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A53 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A54 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A55 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A56 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A57 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A58 WWP-27-4273 April 2025 Site 4 – 3923 NE 6th ST Private Property Site Photographs Appendix-A59 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A60 WWP-27-4273 April 2025 603 Tacoma Avenue NE Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A61 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A62 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A63 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A64 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A65 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A66 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A67 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A68 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A69 WWP-27-4273 April 2025 Site 4 – 603 Tacoma Ave NE Private Property Site Photographs Appendix-A70 WWP-27-4273 April 2025 Site 4 – 609 Tacoma Ave NE Private Property Site Photographs Appendix-A71 WWP-27-4273 April 2025 609 Tacoma Avenue NE Site 4 – 609 Tacoma Ave NE Private Property Site Photographs Appendix-A72 WWP-27-4273 April 2025 Site 4 – 609 Tacoma Ave NE Private Property Site Photographs Appendix-A73 WWP-27-4273 April 2025 Site 4 – 609 Tacoma Ave NE Private Property Site Photographs Appendix-A74 WWP-27-4273 April 2025 Site 4 – 609 Tacoma Ave NE Private Property Site Photographs Appendix-A75 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A76 WWP-27-4273 April 2025 613 Tacoma Avenue NE Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A77 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A78 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A79 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A80 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A81 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A82 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A83 WWP-27-4273 April 2025 Site 4 – 613 Tacoma Ave NE Private Property Site Photographs Appendix-A84 WWP-27-4273 April 2025 Site 4 – 617 Tacoma Ave NE Private Property Site Photographs Appendix-A85 WWP-27-4273 April 2025 617 Tacoma Avenue NE Site 4 – 617 Tacoma Ave NE Private Property Site Photographs Appendix-A86 WWP-27-4273 April 2025 Site 4 – 617 Tacoma Ave NE Private Property Site Photographs Appendix-A87 WWP-27-4273 April 2025 Site 4 – 617 Tacoma Ave NE Private Property Site Photographs Appendix-A88 WWP-27-4273 April 2025 Site 4 – 617 Tacoma Ave NE Private Property Site Photographs Appendix-A89 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A90 WWP-27-4273 April 2025 614 Shelton Avenue NE Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A91 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A92 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A93 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A94 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A95 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A96 WWP-27-4273 April 2025 Site 4 – 614 Shelton Avenue NE Private Property Site Photographs Appendix-A97 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A98 WWP-27-4273 April 2025 618 Shelton Avenue NE Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A99 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A100 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A101 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A102 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A103 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A104 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A105 WWP-27-4273 April 2025 Site 4 – 618 Shelton Avenue NE Private Property Site Photographs Appendix-A106 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A107 WWP-27-4273 April 2025 3304 NE 6th ST Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A108 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A109 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A110 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A111 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A112 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A113 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A114 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A115 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A116 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A117 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A118 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A119 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A120 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A121 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A122 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A123 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A124 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A125 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A126 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A127 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A128 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A129 WWP-27-4273 April 2025 Site 5 – 3304 NE 6th ST Private Property Site Photographs Appendix-A130 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A131 WWP-27-4273 April 2025 3310 NE 6th ST Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A132 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A133 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A134 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A135 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A136 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A137 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A138 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A139 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A140 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A141 WWP-27-4273 April 2025 Site 5 – 3310 NE 6th ST Private Property Site Photographs Appendix-A142 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A143 WWP-27-4273 April 2025 3316 NE 6th ST Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A144 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A145 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A146 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A147 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A148 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A149 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A150 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A151 WWP-27-4273 April 2025 Site 5 – 3316 NE 6th ST Private Property Site Photographs Appendix-A152 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A153 WWP-27-4273 April 2025 3322 NE 6th ST Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A154 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A155 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A156 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A157 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A158 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A159 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A160 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A161 WWP-27-4273 April 2025 Site 5 – 3322 NE 6th ST Private Property Site Photographs Appendix-A162 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A163 WWP-27-4273 April 2025 3334 NE 6th ST Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A164 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A165 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A166 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A167 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A168 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A169 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A170 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A171 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A172 WWP-27-4273 April 2025 Site 5 – 3334 NE 6th ST Private Property Site Photographs Appendix-A173 WWP-27-4273 April 2025 Site 5 – 3328 NE 6th ST Private Property Site Photographs Appendix-A174 WWP-27-4273 April 2025 3328 NE 6th ST Site 5 – 3328 NE 6th ST Private Property Site Photographs Appendix-A175 WWP-27-4273 April 2025 Site 5 – 3328 NE 6th ST Private Property Site Photographs Appendix-A176 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A177 WWP-27-4273 April 2025 3404 NE 6th ST Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A178 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A179 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A180 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A181 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A182 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A183 WWP-27-4273 April 2025 Site 5 – 3404 NE 6th ST Private Property Site Photographs Appendix-A184 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A185 WWP-27-4273 April 2025 3410 NE 6th Street Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A186 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A187 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A188 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A189 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A190 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A191 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A192 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A193 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A194 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A195 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A196 WWP-27-4273 April 2025 Site 5 – 3410 NE 6th ST Private Property Site Photographs Appendix-A197 WWP-27-4273 April 2025 Site 7 – 1025 Monroe Avenue NE Private Property Site Photographs Appendix-A198 WWP-27-4273 April 2025 1025 Monroe Avenue NE Site 7 – 1025 Monroe Avenue NE Private Property Site Photographs Appendix-A199 WWP-27-4273 April 2025 Site 7 – 1025 Monroe Avenue NE Private Property Site Photographs Appendix-A200 WWP-27-4273 April 2025 Site 7 – 1025 Monroe Avenue NE Private Property Site Photographs Appendix-A201 WWP-27-4273 April 2025 Site 7 – 1025 Monroe Avenue NE Private Property Site Photographs Appendix-A202 WWP-27-4273 April 2025 Site 7 – 1025 Monroe Avenue NE Private Property Site Photographs Appendix-A203 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A204 WWP-27-4273 April 2025 1019 Monroe Avenue NE Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A205 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A206 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A207 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A208 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A209 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A210 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A211 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A212 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A213 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A214 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A215 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A216 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A217 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A218 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A219 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A220 WWP-27-4273 April 2025 Site 7 – 1019 Monroe Avenue NE Private Property Site Photographs Appendix-A221 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A222 WWP-27-4273 April 2025 1013 Monroe Avenue NE Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A223 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A224 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A225 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A226 6WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A227 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A228 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A229 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A230 WWP-27-4273 April 2025 Site 7 – 1013 Monroe Avenue NE Private Property Site Photographs Appendix-A231 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A232 WWP-27-4273 April 2025 1009 Monroe Avenue NE Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A233 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A234 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A235 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A236 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A237 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A238 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A239 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A240 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A241 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A242 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A243 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A244 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A245 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A246 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A247 WWP-27-4273 April 2025 Site 7 – 1009 Monroe Avenue NE Private Property Site Photographs Appendix-A248 WWP-27-4273 April 2025 Site 7 – 1005 Monroe Avenue NE Private Property Site Photographs Appendix-A249 WWP-27-4273 April 2025 1005 Monroe Avenue NE Site 7 – 921 Monroe Avenue NE Private Property Site Photographs Appendix-A250 WWP-27-4273 April 2025 921 Monroe Avenue NE Site 7 – 921 Monroe Avenue NE Private Property Site Photographs Appendix-A251 WWP-27-4273 April 2025 Site 7 – 921 Monroe Avenue NE Private Property Site Photographs Appendix-A252 WWP-27-4273 April 2025 Site 7 – 921 Monroe Avenue NE Private Property Site Photographs Appendix-A253 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A254 WWP-27-4273 April 2025 915 Monroe Avenue NE Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A255 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A256 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A257 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A258 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A259 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A260 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A261 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A262 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A263 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A264 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A265 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A266 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A267 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A268 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A269 WWP-27-4273 April 2025 Site 7 – 915 Monroe Avenue NE Private Property Site Photographs Appendix-A270 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A271 WWP-27-4273 April 2025 909 Monroe Avenue NE Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A272 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A273 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A274 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A275 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A276 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A277 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A278 WWP-27-4273 April 2025 Site 7 – 909 Monroe Avenue NE Private Property Site Photographs Appendix-A279 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A280 WWP-27-4273 April 2025 903 Monroe Avenue NE Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A281 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A282 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A283 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A284 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A285 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A286 WWP-27-4273 April 2025 Site 7 – 903 Monroe Avenue NE Private Property Site Photographs Appendix-A287 WWP-27-4273 April 2025 Site 7 – 871 Monroe Avenue NE Private Property Site Photographs Appendix-A288 WWP-27-4273 April 2025 871 Monroe Avenue NE Site 7 – 871 Monroe Avenue NE Private Property Site Photographs Appendix-A289 WWP-27-4273 April 2025 Site 7 – 871 Monroe Avenue NE Private Property Site Photographs Appendix-A290 WWP-27-4273 April 2025 Site 7 – 871 Monroe Avenue NE Private Property Site Photographs Appendix-A291 WWP-27-4273 April 2025 Site 7 – 871 Monroe Avenue NE Private Property Site Photographs Appendix-A292 WWP-27-4273 April 2025 Site 7 – 871 Monroe Avenue NE Private Property Site Photographs Appendix-A293 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A294 WWP-27-4273 April 2025 867 Monroe Avenue NE Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A295 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A296 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A297 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A298 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A299 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A300 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A301 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A302 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A303 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A304 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A305 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A306 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A307 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A308 WWP-27-4273 April 2025 Site 7 – 867 Monroe Avenue NE Private Property Site Photographs Appendix-A309 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A310 WWP-27-4273 April 2025 863 Monroe Avenue NE Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A311 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A312 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A313 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A314 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A315 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A316 WWP-27-4273 April 2025 Site 7 – 863 Monroe Avenue NE Private Property Site Photographs Appendix-A317 WWP-27-4273 April 2025 Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A318 WWP-27-4273 April 2025 859 Monroe Avenue NE Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A319 WWP-27-4273 April 2025 Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A320 WWP-27-4273 April 2025 Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A321 WWP-27-4273 April 2025 Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A322 WWP-27-4273 April 2025 Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A323 WWP-27-4273 April 2025 Site 7 – 859 Monroe Avenue NE Private Property Site Photographs Appendix-A324 WWP-27-4273 April 2025 Site 7 – 855 Monroe Avenue NE Private Property Site Photographs Appendix-A325 WWP-27-4273 April 2025 855 Monroe Avenue NE Site 7 – 855 Monroe Avenue NE Private Property Site Photographs Appendix-A326 WWP-27-4273 April 2025 Site 7 – 855 Monroe Avenue NE Private Property Site Photographs Appendix-A327 WWP-27-4273 April 2025 Site 7 – 855 Monroe Avenue NE Private Property Site Photographs Appendix-A328 WWP-27-4273 April 2025 Site 7 – 855 Monroe Avenue NE Private Property Site Photographs Appendix-A329 WWP-27-4273 April 2025 Site 7 – 855 Monroe Avenue NE Private Property Site Photographs Appendix-A330 WWP-27-4273 April 2025 Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A331 WWP-27-4273 April 2025 851 Monroe Avenue NE Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A332 WWP-27-4273 April 2025 Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A333 WWP-27-4273 April 2025 Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A334 WWP-27-4273 April 2025 Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A335 WWP-27-4273 April 2025 Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A336 WWP-27-4273 April 2025 Site 7 – 851 Monroe Avenue NE Private Property Site Photographs Appendix-A337 WWP-27-4273 April 2025 Site 7 – 823 Monroe Avenue NE Private Property Site Photographs Appendix-A338 WWP-27-4273 April 2025 823 Monroe Avenue NE Site 7 – 823 Monroe Avenue NE Private Property Site Photographs Appendix-A339 WWP-27-4273 April 2025 Site 7 – 823 Monroe Avenue NE Private Property Site Photographs Appendix-A340 WWP-27-4273 April 2025 Site 7 – 823 Monroe Avenue NE Private Property Site Photographs Appendix-A341 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A342 WWP-27-4273 April 2025 817 Monroe Avenue NE Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A343 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A344 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A345 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A346 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A347 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A348 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A349 WWP-27-4273 April 2025 Site 7 – 817 Monroe Avenue NE Private Property Site Photographs Appendix-A350 WWP-27-4273 April 2025 Site 7 – 809 Monroe Avenue NE Private Property Site Photographs Appendix-A351 WWP-27-4273 April 2025 809 Monroe Avenue NE Site 7 – 809 Monroe Avenue NE Private Property Site Photographs Appendix-A352 WWP-27-4273 April 2025 Site 7 – 809 Monroe Avenue NE Private Property Site Photographs Appendix-A353 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A354 WWP-27-4273 April 2025 717 Monroe Avenue NE Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A355 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A356 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A357 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A358 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A359 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A360 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A361 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A362 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A363 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A364 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A365 WWP-27-4273 April 2025 Site 7 – 717 Monroe Avenue NE Private Property Site Photographs Appendix-A366 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A367 WWP-27-4273 April 2025 701 and 705 Monroe Avenue NE Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A368 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A369 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A370 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A371 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A372 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A373 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A374 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A375 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A376 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A377 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A378 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A379 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A380 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A381 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A382 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A383 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A384 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A385 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A386 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A387 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A388 WWP-27-4273 April 2025 Site 7 – 701 and 705 Monroe Avenue NE Private Property Site Photographs Appendix-A389 WWP-27-4273 April 2025 City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 2 CAG-25-090 ______________________________________________________________________________ APPENDIX B – SPU PIPE SUPPORT EXAMPLE APPENDIX B City of Renton Public Works Department Contract Documents for Sanitary Sewer Replacement Project Phase 2 CAG-25-090 ______________________________________________________________________________ APPENDIX C- COMCAST MAPS