Loading...
HomeMy WebLinkAboutContract Washington State Department of Transportation Utility Construction Agreement Work by WSDOT – Utility Cost Utility Name & Address Agreement NumberUTB Region Project Title/Location State Route Number SR MilepostsFrom to Estimated Agreement Amount$ Advance Payment Amount$ This Utility Construction Agreement is entered into between the State of Washington Department of Transportation, hereinafter “WSDOT” and the above named Utility, hereinafter the “Utility;” collectively the “Parties’” and individually the “Party”. Recitals 1. WSDOT is planning the construction or improvement of the State Route as shown above for the listed WSDOT Project, and in connection therewith, it is necessary to remove and/or relocate and/or construct certain Utility facilities, herein the (Work). 2. The Utility is responsible for (1) the cost of the Work for Utility facilities located without a documented ownership of and/or interest in real property, such as being located pursuant to a franchise, a permit, or undocumented permission, (2) all betterments, and (3) new facilities. 3. The Work shall be defined as all materials, equipment, labor, contract administration and any other efforts required to perform the relocation, construction, and/or removal of the Utility’s facilities. 4. The Work includes Betterments; Installation of New Facilities; Relocation of Facilities without Property Rights; Removal of Existing Facilities from WSDOT right of way; and/or Protect in Place. 5. It is deemed to be in the best public interest for WSDOT to include the Work in WSDOT’s Project. Now, Therefore, pursuant to RCW 47.01.210 and chapter 47.44 RCW and in consideration of the terms, conditions, covenants, and performances contained herein, as well as the attached Exhibits which are incorporated and made a part hereof. It Is Mutually Agreed As Follows: 1. Plans, Specifications and Bids 1.1 Program Guide: Utility Relocation and Accommodation on Federal Aid Highway Projects shall determine and establish the definitions and applicable standards and payments for this Agreement. By this reference this document is adopted and made a part of this Agreement as if fully contained herein. 1.2 Betterment: A betterment is any improvement to the Utility’s facilities not required by code, regulation, standard industry practice, or any other applicable regulation. If any of the Work constitutes a betterment as defined in the Program Guide: Utility Relocation and Accommodation on Federal Aid Highway Projects, the Utility is solely responsible for the costs of such improvement. DOT Form 224-062 Revised 07/2019 Page 1 of 6 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 0 X X I-405/Lind Ave SW Bridge - Span Replacement 2.01 2.11 1048 220,602.12 405 Northwest City of Renton Public Works Department 1055 South Grady Way Renton, WA 98057-3232 CAG-23-103 1.3 WSDOT, acting on behalf of the Utility, agrees to perform the Utility facilities Work in accordance with Exhibit A, Special Provisions, and Exhibit C, Plans, where either: (1) Utility supplied the Work plans and special provisions to WSDOT, or (2) WSDOT developed the Work plans and special provisions from Utility-provided information. WSDOT will incorporate the Plans and Special Provisions into WSDOT Project in accordance with Utility requirements. The Utility agrees that it is solely responsible for insuring that all Special Provisions, Plans and Utility standards are met and that it has supplied WSDOT with all applicable standards, codes, regulations, or any other requirements the Utility is obligated to meet, unless otherwise noted. 1.4 The Utility has reviewed and approved the Work Special Provisions and Plans that will be incorporated into WSDOT Project. WSDOT will advertise the Work and Project for bids. WSDOT will be the Utility’s representative during the Ad and award period. When requested by WSDOT, the Utility shall timely assist WSDOT in answering bid questions and resolving any design issues that may arise associated with the Work. All comments and clarifications must go through WSDOT. If the Utility supplied the Work plans and special provisions, the Utility agrees to provide WSDOT with any addenda required for the Work during the Ad period, to the Parties’ mutual satisfaction. 1.5 WSDOT will provide the Utility with written notification of the bid price no later than five (5) days after award for all Work items for which the Utility is responsible for the cost. The Utility shall respond in writing to WSDOT, stating its Acceptance or Rejection of the Work items, within two (2) working days. 1.6 Should the Utility reject the bid Work items for which it has cost responsibility: 1.6.1 WSDOT shall delete said items from the Project. The Utility agrees to reimburse WSDOT for engineering costs and direct and related indirect costs incurred by WSDOT associated with deleting the bid Work items from the Project, including any redesign, reengineering or re- estimating, if necessary, to delete the Work items, and the Utility agrees to pay such costs upon receipt of a WSDOT invoice. 1.6.2 The Utility agrees that should it reject the bid Work items for which it has cost responsibility, it shall continue to be obligated to timely relocate its facilities as required by WSDOT Project. The Utility further agrees that should its actions delay or otherwise damage WSDOT Project, it shall be liable for such costs. 2. Construction, Inspection, and Acceptance 2.1 WSDOT agrees to administer the Work on behalf of the Utility. 2.2 The Utility agrees to disconnect and/or reconnect its facilities as required by WSDOT when such disconnection or reconnection is required to be performed by the Utility. The Parties agree to define disconnect and/or reconnection requirements, including notification and response in Exhibit A. WSDOT agrees, as part of the Work, to remove disconnected and/or abandoned facilities at the Utility’s cost. Utility facilities not removed pursuant to this Agreement shall remain the ownership, operation and maintenance responsibility of the Utility. 2.3 Salvage: All materials removed by WSDOT shall be reclaimed or disposed of by WSDOT and shall become the property of WSDOT. If the Utility desires to retain such materials and WSDOT agrees, the value of salvaged materials will be paid to WSDOT in an amount not less than that required by the Program Guide: Utility Relocation and Accommodation on Federal Aid Highway Projects. 2.4 The Utility may furnish an inspector for the Work. The Utility agrees that it is solely responsible for all such inspection costs. The Utility’s inspector shall not directly contact WSDOT’s contractor. All contact between the Utility’s inspector and WSDOT’s contractor shall be through WSDOT’s representatives. WSDOT’s Project Construction Engineer may require the removal and/or replacement of the Utility’s inspector if the inspector interferes with WSDOT’s Project, WSDOT’s contractor and/or the Work. DOT Form 224-062 Revised 07/2019 Page 2 of 6 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 2.5 WSDOT shall promptly notify the Utility in writing when the Work is completed 2.6 The Utility shall, within ( )working days of being notified that the Work is completed: (a) deliver a letter of acceptance to WSDOT which shall include a release and waiver of all future claims or demands of any nature resulting from the performance of the Work and WSDOT’s administration thereof, or (b) deliver to WSDOT written reasons why the Work does not comply with the previously approved Plans and Special Provisions. The Utility agrees to work diligently and in good faith with WSDOT to resolve any issues so as not to delay WSDOT’s Project. If all issues are resolved, the Utility agrees to deliver to WSDOT a letter of acceptance as provided herein. 2.7 If the Utility does not respond within () working days as provided in section 2.6, the Work and the administration thereof will be deemed accepted by the Utility, and WSDOT shall be released from all future claims and demands. 2.8 Upon completion and acceptance of the Work pursuant to Sections 2.6 or 2.7, the Utility agrees that it shall be solely responsible for all future ownership, operation and maintenance costs of its facilities, without WSDOT liability or expense. 2.9 WSDOT will prepare the final construction documentation in general conformance with WSDOT’s Construction Manual. WSDOT will maintain one set of plans as the official “as-built” set, then make notations in red of all plan revisions typically recorded per standard WSDOT practice, as directed by WSDOT’s Construction Manual. Once the Utility has accepted the Work per Section 2.6 or 2.7, WSDOT upon request by the Utility will provide one reproducible set of contract as-builts to the Utility, and the Utility agrees to pay the cost of reproduction upon receipt of a WSDOT invoice 3. Payment 3.1 The Utility agrees that it shall be responsible for the actual direct and related indirect costs, including mobilization, construction engineering, contract administration and overhead costs, associated with the Work. The cost of this Work is estimated to be Dollars ($). An itemized estimate of Utility-responsible costs for Work to be performed by WSDOT on behalf of the Utility is included in Exhibit B, Cost Estimate. 3.2 The Utility agrees to pay WSDOT the “Advance Payment Amount” stated above within twenty (20) calendar days after WSDOT submits its first partial payment request to the Utility. The advance payment represents fifteen (15) percent of the estimate of cost for which the Utility is responsible. The advance payment will be carried throughout the life of the Work with final adjustment made in the final invoice 3.3 The Parties acknowledge and agree that WSDOT does not have the legal authority to advance state funds for the Utility’s Work under this Agreement. Should the Utility fail to make payment according to the terms of this Agreement, WSDOT shall have the right to terminate this Agreement, charging the Utility for all associated costs of termination, including non-cancellable items, as well as associated Project delay and contractor claims. Such termination shall not relieve the Utility’s obligation to timely relocate its facilities as provided under section 1.6.2 3.4 The Utility, in consideration of the faithful performance of the Work to be done by WSDOT, agrees to pay WSDOT for the actual direct and related indirect cost of all Work for which the Utility is responsible, including mobilization, construction engineering, administration and overhead costs. WSDOT shall invoice the Utility and provide supporting documentation therefore, and the Utility agrees to pay WSDOT within thirty (30) calendar days of receipt of an invoice. A partial payment will not constitute agreement as to the appropriateness of any item and that, at the time of final invoice, the Parties will resolve any discrepancies. DOT Form 224-062 Revised 07/2019 Page 3 of 6 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Two Hundred and Twenty Thousand Six Hundred Two Dollars and Twelve Cents Thirty 30 220,602.12 Thirty 30 4. Change in Work or Cost Increase 4.1 Increase in Cost: In the event unforeseen conditions require an increase in the cost of the Work for which the Utility is responsible, above the Exhibit B, Cost Estimate (including sales tax, engineering, and contingencies) by more than ( ) percent, the Parties agree to modify Exhibit B to include such cost increase. 4.2 If WSDOT determines that additional Work or a change in the Work is required, prior written approval must be secured from the Utility; however, where the change is required to mitigate a Project emergency or safety threat to the traveling public, WSDOT will direct the change without the Utility’s prior approval. WSDOT will notify the Utility of such change as soon as possible thereafter. The Utility agrees to respond to all WSDOT change order requests in writing and within five (5) working days. WSDOT notification shall not be required for Utility-requested changes. The Utility agrees to pay all costs associated with the changed Work, as well as the costs of Project or Work delays and/or subsequent contractor claims associated with the Utility’s failure to timely respond as required. 4.3 The Utility may request additions to the Work through WSDOT in writing. WSDOT will implement the requested changes as elective changes, provided that a change does not negatively impact WSDOT’s transportation system and complies with the Standard Specifications, Project permits, state and/or federal law, applicable rules and/or regulations, and/or WSDOT design policies, and does not unreasonably delay critically scheduled Project contract activities. 4.4 All elective changes to the Work shall be approved in writing by the Utility before WSDOT directs the contractor to implement the changes, even if an executed change order is not required by the Project contract. The Utility agrees to pay for the increases in cost, if any, for such elective changes in accordance with Section 3. 4.5 WSDOT will make available to the Utility all change order documentation related to the Work. 5. Franchise or Permit 5.1 The Utility shall apply for a permit, franchise or an amendment to its current franchise for those new or modified Utility facilities that will be located within WSDOT’s right of way. After receiving the application, WSDOT will issue the Utility a permit or a new or amended franchise. 6. Right of Entry 6.1 The Utility agrees to arrange for rights of entry upon all privately owned lands upon which the Utility has a claimed property right and which are necessary to perform the Work. The Utility also agrees to obtain all necessary permissions for WSDOT to perform the Work on such lands, which may include reasonable use restrictions on those lands. The Utility agrees to provide the rights of entry and applicable permissions under this section to WSDOT within ( ) calendar days of entering into this Agreement. Upon completion of the Work on such lands, the rights of entry and permissions shall terminate. 7. General Provisions 7.1 Indemnification: To the extent authorized by law, the Utility and WSDOT shall indemnify and hold harmless one another and their employees and/or officers from and shall process and defend at its own expense any and all claims, demands, suits at law or equity, actions, penalties, losses, damages (both to persons and/or property), or costs, of whatsoever kind or nature, brought against the one Party arising out of, in connection with, or incident to the other Party’s performance or failure to perform any aspect of this Agreement, provided, however, that if such claims are caused by or result from the concurrent negligence of (a) the Utility and (b) WSDOT, their respective employees and/or officers, or involves those actions covered by RCW 4.24.115, this indemnity provision shall be valid and enforceable only to the extent of the negligence of the Utility or WSDOT, and provided further, that nothing herein shall require the Utility or WSDOT to hold harmless or defend the other or its employees and/or officers from any claims arising from that Party’s sole negligence or that of its employees and/or officers. The terms of this section shall survive the termination of this Agreement. DOT Form 224-062 Revised 07/2019 Page 4 of 6 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Twenty Five 25 30Thirty 7.2 Disputes: If a dispute occurs between the Utility and WSDOT at any time during the prosecution of the Work, the Parties agree to negotiate at the management level to resolve any issues. Should such negotiations fail to produce a satisfactory resolution, the Parties agree to enter into arbitration and/or mediation before proceeding to any other legal remedy. Each Party shall be responsible for its own fees and costs. The Parties agree to equally share the cost of a mediator or arbiter. 7.3 Venue: In the event that either Party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Agreement, the Parties hereto agree that any such action or proceedings shall be brought in the superior court situated in County, Washington. Each Party shall be responsible for its own attorney’s fees and costs. 7.4 Termination: 7.4.1 Unless otherwise provided herein, the Utility may terminate this Agreement upon thirty (30) calendar days written notice to WSDOT. If this Agreement is terminated by the Utility prior to the fulfillment of the terms stated herein, the Utility shall reimburse WSDOT for all actual direct and related indirect expenses and costs, including mobilization, construction engineering, contract administration and overhead costs, incurred up to the date of termination associated with the Utility Work, as well as the cost of non-cancelable obligations, including any redesign, reengineering or re-estimating, if necessary, to delete the Work, and contractor claims, if any, payment in accordance with Section 3. Further, the Utility acknowledges and agrees that should it terminate this Agreement, such termination shall not relieve the Utility from its responsibility to design, remove, relocate and/or construct its facilities so as not to delay or conflict with WSDOT’s Project. WSDOT agrees to provide to the Utility all Work-related documents upon final payment by the Utility. 7.4.2 Unless otherwise provided herein, WSDOT may terminate this Agreement upon thirty (30) calendar days written notice to the Utility. Should WSDOT terminate this Agreement, the Utility shall reimburse WSDOT for all actual direct and related indirect expenses and costs, including mobilization, construction engineering, contract administration and overhead costs, incurred by WSDOT up to the date of termination associated with the Utility Work. The Utility acknowledges and agrees that should WSDOT terminate this Agreement, such termination shall not relieve the Utility from its responsibility to design, remove, relocate and/or construct its facilities so as not to delay or conflict with WSDOT’s Project. WSDOT agrees to provide to the Utility all Work-related documents upon final payment by the Utility. 7.5 Amendments: This Agreement may be amended by the mutual agreement of the Parties. Such amendments or modifications shall not be binding unless put in writing and signed by persons authorized to bind each of the Parties. 7.6 Independent Contractor: Both Parties shall be deemed independent contractors for all purposes, and the employees of each Party and any of its contractors, subcontractors, consultants, and the employees thereof, shall not in any manner be deemed to be the employees of the other Party. 7.7 Audit and Records: During the progress of the Work and for a period of not less than six (6) years from the date of final payment, both Parties shall maintain the records and accounts pertaining to the Work and shall make them available during normal business hours and as often as necessary, for inspection and audit by the other Party, Washington State, and/or Federal Government and copies of all records, accounts, documents or other data pertaining to the Work will be furnished upon request. The requesting Party shall pay the cost of copies produced. If any litigation, claim or audit is commenced, the record, accounts along with supporting documentation shall be retained until any litigation, claim or audit finding has been resolved even though such litigation, claim or audit continues past the six-year retention period. 7.8 Working Days: Working days for this Agreement are defined as Monday through Friday, excluding Washington State holidays per RCW 1.16.050. DOT Form 224-062 Revised 07/2019 Page 5 of 6 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Thurston In Witness Whereof, the parties hereto have executed this Agreement as of the day and year last written below. Requesting Entity Signature: By: Print Name Title: Date: Washington State Department of Transportation Signature: By: Print Name Title: Date: DOT Form 224-062 Revised 07/2019 Page 6 of 6 CITY OF RENTON Approved As to Form By ___________________________________ Name Shane Moloney___________________ Title City Attorney_______________________ Date _________________________________ Attest: _________________________________ Jason Seth, City Clerk Date __________________________________ DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Cheryl Beyer 4/11/2023 | 3:33 PM PDT 4/18/2023 | 12:35 PM PDT Armondo Pavone Mayor 4/18/2023 | 1:29 PM PDT Gregory E. Cook Project Engineer 4/18/2023 | 2:34 PM PDT UTB 1048 EXHIBIT A CONSTRUCTION AGREEMENT WORK BY STATE, ACTUAL COST SPECIFICATIONS & SPECIAL CONSIDERATIONS SCOPE OF WORK The Work proposed in this agreement is for the preparation of final plans, specifications, and estimate (PS&E) packages and for the construction of a watermain to replace a portion of the existing watermain and conduits for fiber optics and street lighting conductors, that will be impacted by the repair of the Lind Ave SW Bridge across I-405. The Project will impact the north-half portion of the existing 12-inch ductile iron watermain located under the bridge deck between the spans of the bridge and existing conduits under the sidewalks of the bridge that hold fiber optic conduits. The UTILITY maintains and operates the 12-inch watermain. The UTILITY has requested that the STATE replace the impacted facilities as part of the Project. The work to be performed under this agreement includes the removal and replacement of approximately 170 linear feet of the City of Renton’s 12-inch water main, three 3-inch diameter conduits containing fiber optics cables and approximately 444 feet of 3-inch diameter PVC conduit, as shown in Exhibit “C”, crossing Lind Ave SW Bridge (Br. 405/14) within I-405 limited access right-of-way at approximate mile post 2.06. as part of the removal and replacement of the damaged north-half section of the existing bridge by WSDOT. The work includes: •Mobilization, shoring, and temporary traffic control for the water main work. •Temporary cutting and capping of the existing 12-inch water main on the north end and south end of the bridge approach slabs and installation of temporary 2-inch blow-off assemblies and temporary concrete thrust blockings. •Removal of approximately 170 feet of the existing water main under the section of the bridge to be removed and under the existing roadway adjacent to the approach slabs as necessary to repair the bridge. •Protection in place for the remaining portion of the water main. •Installation of a new 12-inch gate valve on the existing water main under the section of the bridge to remain. •Installation of approximately 170 linear feet of 12-inch restrained-joint ductile iron water main under the new bridge deck and between the girders, including pipe hangers, pipe rolls, inserts, struts and related appurtenances as shown in Exhibit “C”, •Cleaning water main with “polypig”, pressure-testing, disinfection, and flushing of new water main per City of Renton Standards and Special Provisions as shown in Exhibit “D”. •Final connections to the existing water main on the north and south end of the approach slabs. •Trench excavation, backfill, and restoration asphalt roadway pavement on the north and south end of the approach slabs related to the above water main work. DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 •Removal of impacted fiber optic conduit as necessary to repair the bridge and the replacement in-kind new conduit including approximately 444 feet of 3-inch diameter PVC conduit, as shown in Exhibit “C”. •Install and splice new fiber cables. •Remove and reconnect existing traffic signal inner-connect cable •All other work, materials, or appurtenances that is required by Renton’s Engineering Standards and Transportation/Water Special Provisions, or otherwise necessary for a complete and operational installation. Work to be performed by UTILITY The UTILITY shall coordinate with the STATE and STATE contractors during pre-construction and construction activities indirectly or directly related to the UTILITY’s infrastructure. The Utility shall : •Provide the shutdown of the existing water main prior to the start of construction. •Cut the and cap the existing water main at the north and south end of the existing approach slabs. •Chlorinate the new water main under the new bridge deck and of the section of existing water main under the remaining existing bridge deck. •Perform water quality sampling and testing after the disinfection of the new watermain. •Connect the new water main to the existing water main near the end of the new north bridge. approach slab after completion and all testing and disinfection of the new water main. •Connect both ends of the existing water main at the south end of the existing approach slab after completion and all testing and disinfection of the new water main. •Provide inspection during the installation, cleaning, testing, and final connections of the water main. •Disconnect fiber cables in nearest splice enclosure. Contractor to provide 5 working day notice to Transportation Maintenance Manger to disconnect fiber cables(s) . •Provide inspection services during the deactivation and removal of existing facilities and following installation of new facilities. •Submit two utilities accommodation applications for water and fiber optic systems. •Inspect newly installed or relocated Renton assets. Work to be performed by STATE The STATE shall include the City of Renton Engineering Standards and Special Provisions at the time of contract advertisement The STATE contractors will remove the existing facilities and furnish and install the new facilities as per the above scope of work, including: DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 • Furnishing all labor, materials, and equipment for the installation of the water main under the new bridge section, temporary capping of existing water mains at both ends of the bridge, reconnections to the existing water mains and related work. • Providing traffic control, shoring, excavation, trench backfill, roadway restoration, for the temporary cut and cap of the existing water main by the Utility on both ends of the bridge approach slabs. • Providing traffic control, shoring, excavation, trench backfill, roadway restoration, for the final connections from the new water main to the existing water main by the Utility on both ends of the bridge approach slabs. • Cut and install new conduit as needed • Pull and Install fiber cable. • Splice fiber per the direction of the Transportation Maintenance Manager. • Disconnect, pull out/in and connect traffic signal inter connect cable. The STATE will issue franchise/franchise amendments to the UTILITY for the new watermain and fiber optic conduits. SALVAGE The relocation of the UTILITY’s facilities does not involve a credit for salvage as defined in the Federal Aid Policy Guide-23 CFR 645A, Subpart A. BETTERMENTS The relocation of the UTILITY’s facilities does not constitute a betterment as defined in the Federal Aid Policy Guide-23 CFR 645A, Subpart A. ACCRUED DEPRECIATION The relocation of the UTILITY’s facilities does not require adjustment for accrued depreciation as defined in the Federal Aid Policy Guide-23 CFR 645A, Subpart A. ACCOUNTING The UTILITY in consideration of faithful performance of work to be performed by the STATE, agrees to pay the STATE the actual direct and related indirect costs accumulated with a work order accounting procedure prescribed by the Washington Utilities and Transportation Commission in its uniform system of accounts, for those costs for which it is financially responsible. DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Relocate UTILITY Water Main and Signal STATE CONTRACT WORK CONTRACT BID ITEMS Item #Unit Description Qty Unit Price Total 0001 LS Mobilization* 1 $14,058.00 $14,058.00 6973 LS Temporary Traffic Control 1 $5,000.00 $5,000.00 3869 LF Ductile Iron Pipe For Water Main 12 in. Diam. 170 $250.00 $42,500.00 6165 EA Gate Valve 12 in. 1 $5,000.00 $5,000.00 XXXX EA Reconnection to Existing Water Main 2 $7,500.00 $15,000.00 XXXX EA Temporary Cut and Cap Existing Water Main And Concrete Blocks 2 $4,075.00 $8,150.00 4230 LS Structural Carbon Steel 1 $21,500.00 $21,500.00 XXXX LF Removal of Existing Water Main 170 $115.00 $19,550.00 XXXX EA Fiber Install and Fiber Splicing 2 $7,500.00 $15,000.00 6947 LF Conduit Pipe 3 in. Diam. 444 $20.00 $8,880.00 Subtotal $154,638.00 Washington State Sales Tax @ 10.1%$15,618.44 Subtotal $170,256.44 Engineering* @ 15%$25,538.47 Subtotal $195,794.90 Indirect Costs @ 12.67%$24,807.21 Total Estimated State Contract Amount $220,602.12 TOTAL ESTIMATED AGREEMENT AMOUNT $220,602.12 CONSTRUCTION AGREEMENT UTB 1048 WORK BY STATE EXHIBIT "B" ESTIMATE OF COSTS (revised by WSDOT - 03/13/23) * Mobilization cost shall not exceed 10% of the total of all other bid items shown on this schedule. DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 1 EXHIBIT C WSDOT PLANS FOR UTILITY REPLACEMENT DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 FILE NAME TIME DATE DESIGNED BY ENTERED BY CHECKED BY PROJ. ENGR. REGIONAL ADM.REVISION DATE BY SHEET OF SHEETS Washington State Department of Transportation P.E. STAMP BOX P.E. STAMP BOX DATE DATE LOCATION NO.CONTRACT NO. JOB NUMBER REGION NO. STATE FED.AID PROJ.NO. WASH PLOTTED BY PLAN REF NO huttong 3/14/2023 11:09:25 AM T:\412420\XL6618 - I-405Lind Ave SW Bridge – Span Replacement\08 Plans, Specs & Est\(PSE) PLN - Plans\Proof\XL6618_PS_UT.dgn 10 7 Plot 1 P.BARONA P.BARONA G.HUTTON M.KAYANDA B.NIELSEN I-405 LIND AVE SW BRIDGE SPAN REPLACEMENT UT1 LEGEND UTILITY PLAN 101 NOT TO SCALE EXISTING 12 IN. ISOLATION VALVE 12 IN. DIAM TO REMAIN EXISTING WATER MAIN 22A039 PAVEMENT REMOVAL BOUNDARY 76 2 1 2 4 4 2 76 1 2 3 3 1 1 TO BE REMOVED AND REPLACED EXISTING WATER MAIN 12 IN. DIAM SEE DETAIL A SEE DETAIL A 5 5 8 SEE DETAIL A 8SEE DETAIL A 1 CONSTRUCTION NOTES SEE DETAIL B SEE DETAIL B NOTES: 1. SEE UT2 FOR CONSTRUCTION NOTES AND GENERAL NOTES DRAINAGE PIPE OF EXISTING APPROX. LOCATION SEE DETAIL A SEE DETAIL A BLOW-OFF ASSEMBLIES NEW 12-INCH GATE VALVE 9SEE DETAIL A 9 SEE DETAIL A SEE DETAIL A 8 8 SEE DETAIL A 220'-0" BACK TO BACK OF PAV'T SEATS 36'-0"14'-0"8'-0"8'-0"36'-0"14'-0"14'-0"LANE12'-0"LANE12'-0"LANE12'-0"LANE12'-0"11'-0"10'-0" PLAN BACK OF PAVEMENT SEAT PIER 3 BACK OF PAVEMENT SEAT PIER 1 ¢ PIER 2 ¢ SR 405EXISTING GRATE INLET (TYP.) EX 12" DI WNEW 12" DI WATER 48'-0"108'-0"TO JCT. SR 1670.24 MILESTO JCT. SR 1811.1 MILES112'-0" 10' 15'24'10'10'10' 15'24'220'-0" BACK TO BACK OF PAV'T SEATS 11'-0" 10'-0" 10'-0" ELEVATION BACK OF PAVEMENT SEAT10' 10' REF. ELEV. 10.00 BOTTOM OF BRIDGE 10' EX 12" DI W NEW 12" DI W PIER 1, ELEV. 49.95 PAVEMENT SEAT BACK OF EL. 52.42SHOULDER 8'-0" BARRIER 4'-0" VARIES PIER 3I-405 SOUTHBOUND I-405 NORTHBOUND PIER 2DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 FILE NAME TIME DATE DESIGNED BY ENTERED BY CHECKED BY PROJ. ENGR. REGIONAL ADM.REVISION DATE BY SHEET OF SHEETS Washington State Department of Transportation P.E. STAMP BOX P.E. STAMP BOX DATE DATE LOCATION NO.CONTRACT NO. JOB NUMBER REGION NO. STATE FED.AID PROJ.NO. WASH PLOTTED BY PLAN REF NO huttong 3/14/2023 11:09:26 AM T:\412420\XL6618 - I-405Lind Ave SW Bridge – Span Replacement\08 Plans, Specs & Est\(PSE) PLN - Plans\Proof\XL6618_PS_UT.dgn 10 8 Plot 2 WATER MAIN EX 12" DIAM WATER MAIN NEW 12" DIAM EX BRIDGE DECKNEW BRIDGE DECK WATER MAIN EX 12" DIAM WATER MAIN NEW 12" DIAM DETAIL BDETAIL A UTILITY PLAN SPAN REPLACEMENT LIND AVE SW BRIDGE I-405 UT2 P.BARONA P.BARONA G.HUTTON M.KAYANDA B.NIELSEN 22A039 101 CONSTRUCTION NOTES: NOTES: 10'10' WATER MAIN EX 12" DIAM WATER MAIN NEW 12" DIAM 2 1 8 4 5 3 NOT TO SCALE NOT TO SCALE 9 24'15' HANGERS HANGERS CITY OF RENTON STD PLANS 110 AND 110.1 9.TRENCH EXCAVATION FOR THE WATER MAIN INSTALLATION AND TESTING SHALL FOLLOW 8. THE CITY OF RENTON SHALL PLACE FINAL CONNECTION WITH 2-12 INCH SLEEVES (RESTRAINED JOINTS) VALVE TO THE NEW 12-INCH GATE VALVE (CLOSED POSITION) 7. THE CONTRACTOR SHALL PERFORM PRESSURE PERFORM PRESSURE AND PURITY TEST FROM THE NORTH END CAP BLOW-OFF NEW BRIDGE DECK, INSTALL APPROX. 170-FEET OF NEW 12-INCH WATER MAIN. 6. THE CONTRACTOR SHALL REMOVE APPROX. 170-FEET OF EXISTING 12-INCH WATER MAIN. AFTER INSTALLATION OF NEW GIRDERS AND CONSTRUCTION OF NEW 12 INCH WATER MAIN. 5.THE CONTRACTOR SHALL INSTALL NEW 12 INCH WATER MAIN FROM NEW GATE VALVE AND INSERT 12 INCH POLYPIG IN 4. THE CONTRACTOR SHALL CUT EXISTING 12-INCH WATER MAIN, INSTALL NEW 12-INCH GATE VALVE RJxRJ (CLOSED POSITION) 3.THE CONTRACTOR SHALL INSTALL 12-INCH "POLYPIGGING STATION" PER CITY OF RENTON STANDARD PLAN NO.300.7. AND TEMPORARY CONCRETE BLOCKING FOR EXISTING WATER MAIN 2. CITY OF RENTON TO CUT AND CAP EXISTING 12-INCH WATER MAIN, INSTALL TWO END CAP WITH 2-INCH BLOW-OFF ASSEMBLIES, AND TEMPORARY CONCRETE BLOCKING FOR EXISTING WATERMAIN. 1. THE CONTRACTOR SHALL CUT AND CAP EXISTING 12-INCH WATER MAIN, INSTALL TWO END CAPS WITH 2-INCH BLOW-OFF ASSEMBILIES, 5.FOR ADDITIONAL PRESSURE AND PURITY TESTING REQUIREMENTS, SEE SPECIAL PROVISIONS 4.SAMPLING FOR PURITY TEST SHALL BE PERFORMED OR OBSERVED BY CITY OF RENTON EMPLOYEE BE OBSERVED BY THE CITY RENTON EMPLOYEE 3.ONLY CITY OF RENTON EMPLOYEE MAY OPERATE THE CITY VALVES. PRESSURE AND PURITY TEST SHALL SHUTTING DOWN OF WATER MAIN REMOVAL AND RECONNECTION WORK. 2. NOTIFY CITY OF RENTON FIVE (5) WORKING DAYS IN ADVANCE OF REQUIRING 1. ALL NEW WATER MAIN PIPES SHALL BE RESTRAINED-JOINT CLASS 52 DUCTILE IRON. DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA1I-405 BRIDGE NO. 405/14 LAYOUT Mon Mar 06 13:48:10 202322A039 99KEY NOTE: IDENTIFIES NOTE REFERENCEON THE SAME SHEET1BA5TAKEN OR SHOWN ON THE SAME SHEETTAKEN OR SHOWN ON BRIDGE SHEET BA5IDENTIFIES SECTION OR VIEWLEGENDBIDENTIFIES DETAILSEE ILLUMINATION PLANS FOR UNDER DECKLIGHTING AND LUMINAIR INSTALLATION DETAILS.NOTE:I-405PLANT O JCT . S R 1 81 1 .1 M I L ES TO J C T . S R 16 7 0 .2 4 M I L ES ¢ PIER 2¢ S R 4 0 5 N 8 6°1 9'2 9 " E SEC. 19, T.23N., R.05E., W.M.KING COUNTYHATCHING DENOTES REMOVAL AREAHATCHING DENOTES REMOVAL AND SALVAGED AREAI-405 NORTHBOUND I-405 SOUTHBOUND BEARING OF EXISTING PIERS IS N 86°19'29" EELEVATIONBACK OF PAVEMENTSEAT ~ PIER 3¢ PIER 2ELEV. 52.42JUNCTION BOX NEMA 4X S.S.PRESERVE AND PROTECTEXISTING SPAN 2 GIRDERS108'-0"112'-0"LIMITS OF BRIDGE DECK, SIDWALK AND BARRIER REMOVAL11'-0"LIMITS OF GIRDER REMOVAL220'-0" BACK TO BACK OF PAVEMENT SEATS48'-0"5'-6"SIDEWALK5'-6"SIDEWALK12'-0"LANE12'-0"LANE12'-0"LANE12'-0"LANELIMITS OF REMOVALN 01°25'59" EEXISTING BR. NO. 405/14BACK OF PAVEMENTSEAT ~ PIER 3BACK OF PAVEMENTSEAT ~ PIER 1REMOVE AND REPLACEGRATE INLETSEXISTINGGRATE INLETEXISTINGGRATE INLET05°06'30"¢ LIND AVEREMOVE AND REINSTALLTRAFFIC LIGHT. REPLACEALL HARDWAREEXISTING BRIDGEAPPROCH SLABEXISTING WINGWALL (TYP.)BOTTOM OF BRIDGEEXISTING BP RAILINGTO BE SALVAGEDEXISTING CONCRETE SLOPEPROTECTION (TYP.)REFERENCEELEV. 10.00BACK OF PAVEMENTSEAT ~ PIER 1 ELEV. 49.95ELEV. 49.32AT CURB LINEELEV. 49.61AT CURB LINEEXISTINGSIDEWALK JOINTEXISTINGSIDEWALK JOINTLIMIT OF SIDEWALK, CURBAND GUTTER REMOVALLIMIT OF APPROACH SLAB REMOVALLIMIT OF SIDEWALK, CURBAND GUTTER REMOVALREMOVE AND REINSTALLSIGN STRUCTURE(CENTERED OVER LANE)REMOVE AND REINSTALL"LIND AVE. SW" SIGNMINIMUM VERTICALCLEARANCE ~ 16'-4"CONTRACTOR TO FIELD VERIFY. IF MINIMUMVERTICAL CLEARANCE IS LESS THAN THEMINIMUM CONSTRUCTION OPENING DIAGRAM,THE CONTRACTOR SHALL NOTIFY THE ENGINEERKEY NOTE:11P.C. GIRDER (W74G)SPAN REPLACEMENTLOADING: HL-93DATUMNAVD 88 84°53'30" EXISTING UNDER BRIDGE LIGHTINGEXISTING 1-1½"ø & 2-3"ø PVC CONDUITEXISTING 6-4"ø, 1-1½"ø & 1-3"ø PVC CONDUITEXISTING UNDERBRIDGE LIGHTSEXISTING STREET LIGHTEXISTING CONDUIT BOXEXISTING 12"ø WATER MAINEXISTING BP RAILE = EXPANSION BEARINGF = FIXED BEARINGEEFFDocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr. Supervisor Designed By Checked By Detailed By Bridge Projects Engr. Prelim. Plan By Architect/Specialist REVISION BY APP'DDATE FED. AID PROJ. NO.STATE 10 WASH. JOB NUMBER CONTRACT NO.SEE SHEET CT1 SEE SHEET CT1 PRELIMINARY NOT FOR CONSTRUCTION Washington State Department of Transportation BA2 I-405 BRIDGE NO. 405/14 GENERAL NOTES Mon Mar 06 14:25:48 2023 22A039 GENERAL NOTES ALL MATERIAL AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION DATED 2023. THIS STRUCTURE HAS BEEN DESIGNED IN ACCORDANCE WITH THE REQUIREMENTS OF THE AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS 9TH EDITION 2020.  DEAD LOAD INCLUDES ADDITIONAL FUTURE WEARING SURFACE OF 35 POUNDS PER SQUARE FOOT. THE NEWLY CONSTRUCTED BRIDGE TRAFFIC BARRIERS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE REQUIREMENTS FOR TEST LEVEL 4 (TL-4) RAILINGS. THE CONCRETE IN BRIDGE DECKS SHALL BE CLASS 4000D. THE CONCRETE IN BRIDGE APPROACH SLABS SHALL BE CLASS 4000A. ALL OTHER CAST-IN-PLACE CONCRETE SHALL BE CLASS 4000. UNLESS OTHERWISE SHOWN IN THE PLANS, CONCRETE COVER MEASURED FROM THE FACE OF CONCRETE TO THE FACE OF ANY REINFORCING STEEL SHALL BE 2½” AT THE TOP OF THE BRIDGE DECK, 1” AT THE BOTTOM OF THE BRIDGE DECK AND 2” AT ALL OTHER LOCATIONS. FALSEWORK SHALL BE CAREFULLY RELEASED TO PREVENT IMPACT OR UNDUE STRESS IN THE STRUCTURE. EXISTING FEATURES AND DIMENSIONS ARE BASED ON INSPECTION REPORTS AND AS-BUILT PLANS. ALL DIMENSIONS SHALL BE FIELD MEASURED BY THE CONTRACTOR PRIOR TO ORDERING MATERIALS AND PROCEEDING WITH CONSTRUCTION. CONDUITS, JUNCTION BOXES, AND UTILITIES ARE SHOWN FOR REFERENCE ONLY. THE CONTRACTOR SHALL COORDINATE THESE PLANS WITH THE ELECTRICAL, I.T.S. AND OTHER CIVIL PLANS. THE EXISTING STRUCTURE IS ASSUMED TO HAVE THE FOLLOWING PROPERTIES: - CONCRETE UNIT WEIGHT: 155 LBS/CF - CONCRETE COMPRESSIVE STRENGTH: 4,000 PSI - REINFORCEMENT YIELD STRENGTH: 60 KSI THE BRIDGE DEMOLITION PLAN SHALL BE INCLUDED AS PART OF THE CONSTRUCTION SEQUENCE PLAN. CONSTRUCTION SEQUENCE PLAN SHALL BE SUBMITTED IN ACCORDANCE WITH 6-01.6. SEE SPECIAL PROVISIONS FOR ADDITIONAL INFORMATION. CONTRACTOR SHALL CONDUCT A SURVEY OF THE BRIDGE AND VERIFY ALL ELEVATIONS IN THE PLANS AND LOCATIONS OF KEY POINTS TO BE MAINTAINED TO MATCH THE EXISTING STRUCTURES. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. THE CONTRACTOR SHALL BRACE AND SUPPORT THE SEVERLY DAMAGED GIRDERS AT ALL TIMES DURING ALL STAGES OF REMOVAL. REMOVE AND SALVAGE EXISTING BP RAIL, LUMIMARIS, AND SIGN BRACKET, STORE ASSEMBLIES FOR REINSTALLATION WITH REPLACEMENT SUPERSTRUCTURE. SAWCUT BRIDGE DECK IN SPAN 2 AS SPECIFIED. REMOVE EXISTING SIDWALK ALONG BOTH SIDES. CAREFULLY REMOVE BIDGE DECK NEAR PIER 2, TO GIVE ACCESS TO PIER 2 CROSSBEAM AND NOT DAMAGE REINFORCEMENT. CAREFULLY DEMOLISH CROSSBEAM WITHOUT DAMAGING REINFORCEMENT. CUT AND CLEAN SPECIFIED REINFORCEMENT TO SPECIFIED LENGTHS. REMOVE SPAN 1 GIRDERS, DIAPHRAGMS, AND BRIDGE DECK ENTIRELY. 1. 2. 3. 4. 5. 6. 7. REMOVAL AND REPAIR NOTES PRIOR TO ANY REMOVAL WORK, THE CONTRACTOR SHALL FIELD MEASURE THE EXISTING EXPANSION JOINT OPENING AT PIER 3 AT THE TWO CURBLINES AND AT THE AT THE CENTER OF THE SUPERSTRUCTURE. FIELD MEASUREMENTS SHALL BE TAKEN AT A STABLE AMBIENT TEMPERATURE AND THE TEMPERATURE SHALL BE RECORDED. THESE MEASUREMENTS SHALL BE SUBMITTED AS A TYPE 1 WORKING DRAWING. A ¾" SAWCUT SHALL BE PROVIDED AT ALL ACCESSIBLE FACES AND EDGES OF EXISTING CONCRETE REMOVAL LIMITS. ALL SURFACES EXPOSED BY REMOVAL SHALL BE TREATED AS CONSTRUCTION JOINTS WITH ROUGHENED SURFACES EXISTING REINFORCEMENT THAT IS ENTIRELY WITHIN THE CONCRETE REMOVAL LIMITS SHALL BE REMOVED. ALL OTHER REINFORCEMENT SHALL REMAIN IN PLACE WITHOUT DAMAGE. SOME EXISTING REINFORCEMENT HAS BEEN SHOWN FOR THE CONTRACTOR'S INFORMATION, BUT THE CONTRACTOR SHALL BE RESPONSIBLE FOR IDENTIFYING ALL EXISTING REINFORCEMENT WITHIN THE SPECIAL REMOVAL AREA. SOME EXISTING REINFORCEMENT HAS BEEN IDENTIFIED AS NEEDING PROTECTION. MODIFICATIONS TO ANY OTHER EXISTING REINFORCEMENT THAT IS TO REMAIN SHALL REQUIRE THE APPROVAL OF THE ENGINEER. 1. 2. 3. 4. SUGGESTED DEMOLITION SEQUENCE SOUTHBOUND I-405 CONSTRUCTION OPENING DIAGRAM CONSTRUCTION OPENING ¢ PIER 2 SOUTHBOUND I-405 NORTHBOUND I-405 CONSTRUCTION OPENING DIAGRAM ¢ PIER 2 CONSTRUCTION OPENING NORTHBOUND I-405 8'-0" SH. VARIES LANE 14'-0" LANE 12'-0" LANE 12'-0" LANE 12'-0" LANE 16'-4" MIN.16'-6" MIN.12'-0" LANE 12'-0" LANE 12'-0" LANE 14'-0" LANE 14'-0" LANE 8'-0" SH.16'-6" MIN.16'-6" MIN.DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA14I-405 BRIDGE NO. 405/14 TYPICAL SECTION SPAN 1 Mon Mar 06 13:48:46 202322A039 TYPICAL SECTION AT SPAN 1TRANSVERSE DIMENSIONS ARE NORMAL TO ¢ GIRDER UNLESS OTHERWISE NOTED.¢ EXISTING BRIDGE¢ LIND AVE.MATCHEXISTINGMATCHEXISTING7½" AT SPAN 1BRIDGE DECKKEY NOTES:UTILITY SIZE AND LOCATIONS ARE APPROXIMATE. THE CONTRACTOR SHALL FIELD VERIFY.NEW CONDUITS AND NON-POPULATEDCONDUITS SHALL BE INSTALLED INACCORDANCE WITH SECTION 8-20 (TYP.)SEE "UTILITY HANGER DETAILS" SHEETS FORINFORMATION NOT SHOWN.1225'-6" SIDEWALK10É"5'-6" SIDEWALK10É"12'-0"EXISTING LANE12'-0"EXISTING LANE12'-0"EXISTING LANE12'-0"EXISTING LANE48'-0" EXISTING BRIDGE ROADWAY2'-8" MIN.(TYP.)3'-2×"W74G P.C. GIRDER ~ 7 SPA. @ 7'-9" = 54'-3"3'-2×"7"(TYP.)8"(TYP.)LIMITS OF PIGMENTEDSEALER (TYP.)PROFILE GRADE& PIVOT POINT"A" DIMENSION AT ¢BEARING (SEE "W74GGIRDER DETAILS" SHEETS)CURB LINECURB LINE¢ GIRDER 1A ¢ GIRDER 1B¢ UTILITY HANGER INSERT FOR CONDUIT BETWEEN GIRDER B AND GIRDER C¢ GIRDER 1C ¢ GIRDER 1D ¢ GIRDER 1E¢ GIRDER 1F ¢ GIRDER 1G ¢ GIRDER 1H11REMOVE AND REINSTALLEXISTING BP RAIL (TYP.)FRACTURED FINFINISH. SEE SHEETBA29 FOR DETAILSMATCH EXIST. (TYP.)CONSTRUCTION JOINT WITHROUGENED SURFACE (TYP.)VERTICAL (TYP.)DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA15I-405 BRIDGE NO. 405/14 TYPICAL SECTION SPAN 2 Mon Mar 06 13:48:49 202322A039 TYPICAL SECTION AT SPAN 2TRANSVERSE DIMENSIONS ARE NORMAL TO ¢ GIRDER UNLESS OTHERWISE NOTED.¢ EXISTING BRIDGE¢ LIND AVE.MATCHEXISTINGMATCHEXISTING7¾" AT SPAN 2BRIDGE DECKKEY NOTES:UTILITY SIZE AND LOCATIONS ARE APPROXIMATE. THE CONTRACTOR SHALL FIELD VERIFY.NEW CONDUITS AND NON-POPULATEDCONDUITS SHALL BE INSTALLED INACCORDANCE WITH SECTION 8-20 (TYP.)SEE "UTILITY HANGER DETAILS" SHEETS FORINFORMATION NOT SHOWN.7¾" AT ¢ BEARING, MATCH EXISTING122335'-6" SIDEWALK10É"5'-6" SIDEWALK10É"12'-0"EXISTING LANE12'-0"EXISTING LANE12'-0"EXISTING LANE12'-0"EXISTING LANE48'-0" EXISTING BRIDGE ROADWAY2'-8" MIN.(TYP.)7"(TYP.)8"(TYP.)LIMITS OF PIGMENTEDSEALER (TYP.)PROFILE GRADE& PIVOT POINTCURB LINECURB LINE¢ EXIST. GIRDER 2A ¢ EXIST. GIRDER 2B¢ UTILITY HANGER INSERT FOR CONDUIT BETWEEN GIRDER B AND GIRDER C¢ EXIST. GIRDER 2C ¢ EXIST. GIRDER 2D ¢ EXIST. GIRDER 2E¢ EXIST. GIRDER 2F ¢ EXIST. GIRDER 2G ¢ EXIST. GIRDER 2H11REMOVE AND REINSTALLEXISTING BP RAIL (TYP.)FRACTURED FIN FINISH SEE SHEET BA29 FOR DETAILSMATCH EXIST. (TYP.)CONSTRUCTION JOINT WITHROUGENED SURFACE (TYP.)DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA19I-405 BRIDGE NO. 405/14 INTERMEDIATE DIAPHRAGM DETAILS 1 OF 2 Mon Mar 06 13:49:01 202322A039 1'-6"1½" MIN.6" MAX. THREADANCHOR DETAILASTM A307SEE FRAMING PLAN¢ GIRDER 1AELEVATIONFULL DEPTH INTERMEDIATE DIAPHRAGMDIMENSIONS ARE ALONG DIAPHRAGM1" MIN.3" MAX.1" MIN.3" MAX.1'-6" MIN.1'-0"6" 14 #4 TIE(TYP.)1" MIN.3" MAX.SPA. @ 1'-0" MAX.1" MIN.3" MAX. 7 #4 STIRRUPS(TYP.)¢ GIRDER 1B¢ GIRDER 1C1'-0"6" 14 #4 TIE(TYP.)11" 11" 6 #5 (TYP.)FACE OF WEB1"ø BOLT (TYP.)2 SPA. @ 3"SEE "ANCHOR DETAIL"THIS SHEET (TYP.)11Â" (TYP.)BA20BA20BA201'-6"ø BLOCKOUT2 10 £#6 (3'-0" MIN. SPLICE WHEN REQUIRED)11 #7 FULL WIDTH(3'-7" MIN. SPLICE BETWEENGIRDERS WHEN REQUIRED)2 12 #4 BETWEENGIRDERS (TYP.)2  13 #7 FULL WIDTH(2'-7" MIN. SPLICE ADJACENTTO GIRDERS WHEN REQUIRED)TRIM BARS AS NEEDEDAROUND BLOCKOUT (TYP.)MATCH EXISTINGARCHITECTURALFINISH (TYP.) 7 #4 STIRRUPS2 SPA. @ 3" 8 #4 STIRRUPSAND 9 #41 SPA. @ 10" 7 #4 STIRRUPS2 SPA. @ 3"TYPICAL BETWEEN GIRDERSUNLESS OTHERWISE SHOWNBETWEEN GIRDERS B AND C1'-6"(TYP.)1'-6"(TYP.)GIRDERS SHALL BE HELD RIGIDLY IN PLACE WHENDIAPHRAGMS ARE PLACED.IT MAY BE NECESSARY TO THREAD REINFORCING BARSTHROUGH HOLES IN GIRDERS PRIOR TO PLACING EXTERIORGIRDERS.CUT/RELEASE GIRDER TEMPORARY STRANDS BEFORE CASTINGDIAPHRAGM. SEE TEMPORARY STRAND CUTTING SEQUENCE.LONGITUDINAL DIMENSIONS ARE NORMAL TO SKEW.FOR CONCRETE PLACEMENT PROCEDURE SEE"SUPERSTRUCTURE CONSTRUCTION SEQUENCE" SHEET.1. 2. 3. 4. 5. DIAPHRAGM NOTES:AABDocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA20I-405 BRIDGE NO. 405/14 INTERMEDIATE DIAPHRAGM DETAILS 2 OF 2 Mon Mar 06 13:49:03 202322A039 BEND IN FIELD135° (TYP.)3" FILLETBETWEEN GIRDERSCONSTRUCTION JOINTWITH ROUGHENED SURFACE 12 #4 BETWEENGIRDERS (TYP.)2 13 #7 7 #4 STIRRUP 7 #4TOP OFGIRDER9" AT ¢ GIRDER 11 #7SECTIONA¢ DIAPHRAGM, NORMAL TO GRADE 10 £#6VARIESSPA. @ 1'-0" MAX.8"3"5"6'-1Â"BA199" AT ¢ GIRDERSPA. @1'-0" MAX.3"SPA. @ 1'-0" MAX.BEND IN FIELD135° (TYP.) 9 #4 STIRRUPTOP OFGIRDERSECTIONB¢ DIAPHRAGM, NORMAL TO GRADEVARIES8"BA192 13 #7 8 #4 STIRRUP 6 #5FOR DETAILS AND CALLOUTSNOT SHOWN SEE SECTION AEXISTING 12"ø WATER MAINTRIM BARS AS NEEDEDAROUND BLOCKOUT (TYP.) 10 £#61'-6"BLOCKOUTVARIES TO MAINTAINEXISTINGPROFILEDocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA21I-405 BRIDGE NO. 405/14 END DIAPHRAGM DETAILS 1 OF 2 Mon Mar 06 13:49:06 202322A039 END DIAPHRAGM2"SECTIONA3'-0" WIDE x Â" THICKBUTYL RUBBER SHEETING9" UNDER DIAPHRAGM1½"OPEN JOINTSECTIONBDIAPHRAGM NOTES:GIRDERS SHALL BE HELD RIGIDLY IN PLACE WHEN DIAPHRAGMS ARE PLACED.CUT/RELEASE GIRDER TEMPORARY STRANDS BEFORE CASTING DIAPHRAGM.SEE TEMPORARY STRAND CUTTING SEQUENCE.EXTENDED STRANDS AND GIRDER REINFORCING NOT SHOWN FOR CLARITY.1. 2. 3. PARALLEL3" 15 #4 TIE, 2 16 #4 STIRRUPS AND 17 #4 STIRRUPSPA. @ 1'-3" MAX.BDSPA. @ 1'-0" MAX.ACCMATCH EXISTINGARCHITECTURALFINISH (TYP.) 15 #4 TIE, 2 16 #4 STIRRUPS AND 17 #4 STIRRUPSPA. @ 1'-3" MAX.ELEVATIONFULL DEPTH END DIAPHRAGMDIMENSIONS ARE ALONG DIAPHRAGM1'-6"(TYP.)1'-6"(TYP.)EXISTING PIER WALLBOND WITH ADHESIVETHIS SURFACE ONLYEXISTING PIER WALLEND DIAPHRAGM3 23 #41'-6"ø BLOCKOUTROTATE ENDHOOKS TOPROVIDE NECESSARYCONCRETE COVER2 22 £#6 (3'-0" SPLICE WHEN REQUIRED)Â" THICK BUTYLRUBBER SHEETINGBOND WITH ADHESIVE6" EACH SIDEEXISTING PIER WALL2 23 #4(2'-0" SPLICEWHEN REQUIRED)SEE DETAILS ON "BEARINGDETAILS" SHEET 6 #5 (TYP.)2 24 #6 (2'-2" SPLICE WHENREQUIRED) & 23 #42 15 #4 TIE, 18 #4 STIRRUP, 19 #4 STIRRUP, 20 #4 STIRRUP AND 21 #4 STIRRUP~ CENTERED ON BLOCKOUTBR22BR22BR222"2"DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA22I-405 BRIDGE NO. 405/14 END DIAPHRAGM DETAILS 2 OF 2 Mon Mar 06 13:49:08 202322A039 BUTYL RUBBERSHEETING10"10" 17 #4 STIRRUPSTEEL TROWELED FINISHBEND INFIELD 135°(TYP.) 22 £#6BRIDGE APPROACH SLABANCHOR. SEE BRIDGEAPPROACH SLAB SHEETSBACK OFPAVEMENT SEATEND OF GIRDER1½"OPEN JOINT 24 #6 15 #4 TIE 23 #4 (TYP.) 16 #4 STIRRUPDECK REINFORCEMENT (TYP.)¢ BEARING2'-2½"GRADE1'-0"10"2'-4""A" DIM. AT¢ GIRDER1'-1"3" MIN.EMBEDMENTSECTIONCSEE GIRDER SHEETS FOR DIMENSION "A".ALL LONGITUDINAL DIMENSIONS ARE NORMAL TO PIER WALL.BEARING PADEXISTING PIER WALLTOP OF GIRDERBA21 18 #4 STIRRUP 24 #6 19 #4 STIRRUPSECTIONDBA21 15 #4 TIE3" FILLETFOR DETAILS AND CALLOUTSNOT SHOWN SEE SECTION CCONSTRUCTION JOINTWITH ROUGHENED SURFACE1'-6"ø BLOCKOUT 6 #5EXISTING 12"ø WATER MAINSEAL END DIAPHRAGMBEND INFIELD 135°(TYP.) 21 #4 STIRRUP 20 #4 STIRRUPMATCH EXISTING DEPTH TO WATER MAINDocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA26I-405 BRIDGE NO. 405/14 UTILITY HANGER DETAILS 1 OF 2 Mon Mar 06 13:49:19 202322A039 GRINNELL PIPE ROLL FIG. 171, SIZE 16"AND ×"ø GALVANIZED HANGER RODSOR EQUAL SPA. @ 10'-0" MAX.MATCH EXISTING DEPTH TO WATER MAINGRINNELL PIPE COVERINGPROTECTION SADDLEFIG. 162 OR EQUAL4"MIN.¢ P.S. GIRDER WEBBTURN OUTER NUT TO ALIGN VERTICALHANGER RODS.AFTER PROVIDING A TIGHT FITBETWEEN FABRIC PAD AND P.S. GIRDERWEB. TURN OUTER NUT ONE FULL TURNAWAY FROM CONCRETE (TYP. FORBOTH ENDS OF HORIZONTAL BRACING).TURN INNER NUT SNUG TIGHT.STEP 1 - STEP 2 - STEP 3 - ¾"ø BOLT OR THREADEDROD WITH LOCK WASHERª 3½ x 3½ x ɽ" FABRIC PAD 4" x 4", BONDTO BAR WITH APPROVED EPOXY.BAR 4 x ½ x 0'-4ÄDETAIL1C¢ BAR, FABRIC PAD AND ¾"ø BOLT2"2"2"2"SECTIONB2"2"2"2"¢ ×"ø HOLE FOR ¾"ø BOLT¼"(TYP.)L 3½ x 3½ x ÉBAR 4 x ½ x 0'-4¼SECTIONC¢ UTILITY HANGER INSERT FOR CONDUIT BETWEEN GIRDER B AND GIRDER C9×"9×"UTILITY HANGER SUPPORTWITH TRANSVERSE SUPPORTTHREAD(TYP.)SEE DETAIL(TYP.)1SEE DETAIL2¢ GIRDER B¢ GIRDER CDETAIL2OPTION 1:SINGLE INSERTDETAIL2OPTION 2:TWO INSERTS1'-4"¢ INSERT (6" MIN.)¢ INSERT (6" MIN.)11KEY NOTES:NOTE:COOPER B-LINE B22-I-24, POWERSTRUT PS 349-2'-0" UNISTRUTP3256, OR APPROVED EQUAL (TYP.) WITH SPRING NUT. CHASETHREADS ON HANGER ROD FOR THREAD COMPATIBILITY WITHSPRING NUT. INSERT TO BE INSTALLED LEVEL LONGITUDINALLYAND TRANSVERSELY. PLACE INSERT TO PROVIDE FORTRANSVERSE ADJUSTMENT OF HANGER RODS. HANGER RODSSHALL NOT BE WITHIN 2" OF THE END OF THE INSERT. TWOINSERTS MAY BE USED TO ACCOMMODATE SUPERELEVATION.1ALL MATERIALS SHALL BE GALVANIZED AFTER FABRICATION INACCORDANCE WITH AASHTO M 111 OR AASHTO M232.3'-10½"±MATCH EXISTING LOCATIONHANGER INSERTBOTTOM SLAB REINF.BRIDGE DECKBOTTOM SLAB REINF.BRIDGE DECKHANGER INSERT(TYP.)DBA27DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 Bridge Design Engr.SupervisorDesigned ByChecked ByDetailed ByBridge Projects Engr.Prelim. Plan ByArchitect/SpecialistREVISION BY APP'DDATEFED. AID PROJ. NO.STATE10 WASH.JOB NUMBERCONTRACT NO.SEE SHEET CT1SEE SHEET CT1PRELIMINARY NOT FOR CONSTRUCTIONWashington StateDepartment of TransportationBA27I-405 BRIDGE NO. 405/14 UTILITY HANGER DETAILS 2 OF 2 Mon Mar 06 13:49:22 202322A039 ¢ CONCRETE INSERT AND ¾"ø HANGER RODS¢ CONCRETE INSERT AND ¾"ø HANGER RODS¢ PIER 2WATER MAIN CONDUITPLACEMENT DETAIL AT PIER 1SECTIONDBA26MATCH EXISTING DEPTH TO WATER MAIN¢ EXISTING 12"ø WATER MAIN¢ EXISTING 12"ø WATER MAINMATCH EXISTING DEPTH TO WATER MAINMATCH EXISTING DEPTH TO WATER MAIN¢ EXISTING 12"ø WATER MAINTRANSVERSE SUPPORT AT EVERYVERTICAL SUPPORT SEE HANGERUTILITY SUPPORT DETAILS (TYP.)BLOCKOUT INDIAPHRAGMFACE OFDIAPHRAGM (TYP.)APPROACH & ROADWAY FILLBLOCKOUT IN END DIAPHRAGM APPLYEXPANDED POLYSTYRENE IN BLOCKOUTAROUND CONDUIT TO SEAL BLOCKOUTTRANSVERSE SUPPORTSEE SHEET xx FOR DETAILSTRANSVERSE SUPPORT (TYP.)SEE SHEET xx FOR DETAILSCONDUIT DEFLECTION FITTING10'-0" MAX.LAYING LENGTH (TYP.)RGS OR PVC CONDUIT2'-0"2'-0"4'-6"10'-0"INSTALLATIONOF WATER MAINBELOW ROADWAYHMA ROADWAYBRIDGEAPPROACH SLABBRIDGE DECKWATER MAIN CONDUITPLACEMENT DETAIL AT PIER 2GENERAL NOTES:NOTE:2'-0"SET POSITION OF EXPANSION FITTING BASED ONMANUFACTURER RECOMMENDATIONS AND TEMPERATURE ATTIME OF INSTALLATION.EXPANSION FITTINGS SHALL BE INSTALLED EVERY 100'-0" MAX,AND SHALL ACCOMMODATE 5.1 INCHES OF MOVEMENT. THEDESIGN TEMPERATURE RANGE IS 125 DEGREES (-15° TO 110°).SEE TRAFFIC BARRIER SHEETS FOR CONDUIT DEFLECTIONFITTING A DETAIL.1. 2. 3. DIMENSION MAY BE INCREASED IF REQUIRED FOR GEOMETRY11DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 1 EXHIBIT D CITY OF RENTON SPECIAL PROVISIONS AND STANDARD PLANS DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 1 DIVISION6.GR6 1 Division 6 2 Structures 3 4 6-02.GR6 5 Concrete Structures 6 7 6-02.5.GR6 8 Payment 9 10 F6-02.5.OPT92.DOCX 11 (June 26, 2000) 12 Bridge Supported Utilities 13 All costs in connection with placing *** the water main beneath the bridge approach slabs 14 and *** through the superstructure of *** bridge 405/14 *** as shown in the Plans, including 15 all *** furnishing of and installing of structural steel, pipe hangers, rollers, struts, and 16 related appurtenances for the installation of the water main under the bridge deck, and 17 through the bridge diaphragm as shown and specified in the contract documents and 18 plans, in addition to securing the water main under the bridge deck with the pipe rollers, 19 hangers and struts and related appurtenances ***, shall be included in the *** unit contract 20 price for Structural Carbon Steel.*** 21 22 DIVISION7.GR7 23 Division 7 24 Drainage Structures, Storm Sewers, Sanitary 25 Sewers, Water Mains, and Conduits 26 27 7-09.3.GR7 28 Construction Requirements 29 30 7-09.3(5).GR7 31 Grade and Alignment 32 33 7-09.3(5).COR.docx 34 (******) 35 Section 7-09.3(5) is supplemented with the following: 36 37 COR Grade and Alignment 38 39 The depth of trenching for water mains shall be such as to give a minimum cover of 40 48 inches over the top of the pipe unless otherwise specified in the Special 41 Provisions. Maximum cover for all water mains shall be 60 inches. Any deviations 42 must be approved by the City of Renton prior to construction. Deeper excavation may 43 be required due to localized breaks in grade, or to install the new main under existing 44 culverts or other utilities where necessary. Where the profile of the pipeline and the 45 ground surface is shown on the Plans, the pipeline shall be laid to the elevation 46 shown regardless of depth. The excavation shall be to such depth that the minimum 47 cover over valve operating nuts shall be 1-foot. 48 49 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 2 7-09.3(15).GR7 1 Laying of Pipe on Curves 2 3 7-09.3(15)A.GR7 4 Ductile Iron Pipe 5 6 7-09.3(15)A.COR.docx 7 (******) 8 COR Ductile Iron Pipe 9 10 Section 7-09.3(15)A is supplemented with the following: 11 12 Long radius curves with radius of 400 feet or more, either horizontal or vertical, 13 pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is 14 shown curved on the Plans and no special fittings are shown, the Contractor can 15 assume that the curves can be made by deflecting the joints with standard 16 lengths of pipe. If shorter lengths are required, the Plans will indicate maximum 17 lengths that can be used. The amount of deflection at each pipe joint when pipe 18 is laid on a horizontal or vertical curve shall not exceed one half (50%) of the 19 manufacturer’s printed recommended deflections. The Contractor shall submit 20 to the Engineer the pipe manufacturer's joint deflection recommendations prior 21 to pipe installation indicating deflections are within allowable AWWA 22 specification tolerances. 23 24 Where field conditions require deflection or curves not anticipated by the Plans, 25 the Engineer will determine the methods to be used. No additional payment will 26 be made for laying pipe on curves as shown on the Plans, or for field changes 27 involving standard lengths of pipe deflected at the joints. When special fittings 28 not shown on the Plans are required to meet field conditions, additional payment 29 will be made for special fittings as provided in Section 1-09.6. 30 31 When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a 32 straight alignment and then deflected to the curved alignment. Trenches shall 33 be made wider on curves for this purpose. 34 35 Where pipe installation on curves requires the use of special fittings, wedge type 36 restrained follower glands and concrete blocking shall be used per Section 7-37 09.3(21). 38 39 Where restrained joint pipe is installed on a curve, the Contractor shall submit 40 the pipe manufacturer’s recommendations to the Engineer for approval. 41 42 7-09.3(15)B.GR7 43 Polyvinyl Chloride (PVC) Pipe (4 – Inches and Over) 44 45 7-09.3(15)B.COR.docx 46 (******) 47 Section 7-09.3(15)B is supplemented with the following: 48 49 COR Polyvinyl Chloride (PVC) Pipe (4 – Inches and Over) 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 3 Polyvinyl Chloride (PVC) Pipe shall not be used for water mains, water services 1 and appurtenances. 2 3 7-09.3(19).GR7 4 Connections 5 6 7-09.3(19)A.GR7 7 Connections to Existing Mains 8 9 7-09.3(19)A.COR.docx 10 (******) 11 Section 7-09.9(19)A is supplemented with the following: 12 13 COR Connections to Existing Mains 14 15 The Contractor shall not operate any valve on existing Water Main. 16 17 The City of Renton Water Operations and Maintenance staff will make all 18 connections to charged water mains and will operate all valves to accomplish 19 shutdowns and subsequent reactivation. The draining of existing water mains 20 will be done by City water maintenance staff. The Contractor shall provide 21 pumping and disposal of the water from the draining of the existing water mains 22 including de-chlorination of the water prior to disposal. 23 24 Connections to the existing water main shall not be made without first making 25 the necessary scheduling arrangements with the Engineer in advance. The 26 Contractor shall request water main shut-offs for connections of new water 27 mains to existing water mains at least ten (10) working days in advance for each 28 connection. Approval of connections to existing water main is contingent on the 29 Water Main and appurtenances being completely installed, tested, cleaned with 30 polypig, disinfected and flushed per Contract requirements. 31 32 City’s water operations and maintenance staff will notify in writing all water 33 customers affected by the shut-offs of the water mains at least 48 hours in 34 advance (not including weekends and holidays) of any water shut-offs. The 35 Contractor may be required to perform the connection during times other than 36 normal working hours. Water main shut-offs shall occur during non-holiday 37 weekdays unless otherwise specified in the contract documents. Water main 38 shut-offs shall not occur in the five (5) weekdays preceding or the day after the 39 major holidays listed below: 40 41 New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, 42 Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas 43 Day. 44 45 Due to the needs of various water customers in the project vicinity, water shut-46 off periods are limited to the times set forth below: 47 48 Days Hours 49 Monday to Thursday 9:00 AM TO 3:00 PM 50 Friday to Sunday DO NOT SCHEDULE 51 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 4 The City of Renton’s Water Maintenance Manager, at his/her sole discretion, 1 may adjust the above shut-off periods in order to address specific project 2 circumstances and customer needs. No water main shutoffs affecting public 3 schools will be allowed during scheduled school hours. The City reserves the 4 right to re-schedule the connection if the work area is not ready at the scheduled 5 time for the connection. 6 7 Points of connection to existing water mains shall be exposed by hydro 8 excavation or potholing prior to trenching of the new water mains. Before the 9 installation of the new water mains, the Contractor shall field verify, in the 10 presence of the Engineer, the actual location and depth of the existing water 11 mains where new connections will be made to assure proper fit. Care shall be 12 taken not to disturb existing thrust blocks and soil bearing areas. After 13 excavation, the Contractor shall verify the dimensions, type, condition, and 14 roundness of the exposed water main. The Contractor shall immediately notify 15 the Engineer if the connection cannot be made as specified by the Contract 16 Plans in order that the connection detail may be revised. When necessary, the 17 profile shall be adjusted as directed by the Engineer to prevent abrupt changes 18 in grade and alignment of the water main and connection. 19 20 The Contractor shall provide all saw-cutting, removal and disposal of existing 21 surface improvements, excavation, haul and disposal of unsuitable materials, 22 shoring, de-watering, foundation material, at the connection areas before the 23 scheduled time for the connection by the City. The Contractor shall provide all 24 materials necessary for the City Water Maintenance personnel to install all 25 connections to existing water mains as indicated on the contract plans, including 26 fittings, couplings, pipe spools, shackle materials to complete the connections. 27 28 The City Water Operations and Maintenance staff will: 29 30 a) Deactivate and dewater the existing and new water main to perform the 31 connections. The Contractor shall provide pumping and disposal of the 32 water from the draining of the water mains including de-chlorination. 33 34 b) Cut, remove and dispose pipe sections as necessary to install the new 35 Materials with Contractor’s assistance 36 37 c) Swab all connecting pipe and fittings with 5-6% chlorine solution 38 39 d) Perform the connection work 40 41 e) Reactivate and flush the Water Main 42 43 The Contractor shall install the polywrap on all pipes, fittings, and valves at the 44 connection points and installed concrete thrust blocks per Contract Standard 45 Plans and specifications. 46 47 In addition to those connections shown on the Plans, segments of a new Water 48 Main may be placed in service prior to completion of the new Water Main. All 49 connection between the charged and uncharged segments of the new Water 50 Main, including connection to a new Tapping Tee and Valve will be done by the 51 City of Renton Water Operations and Maintenance staff. 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 5 1 Connections to existing water mains which include the cutting of the existing 2 water main for the installation of new in-line tee and valves shall be done in two 3 steps: 4 5 Step 1: Cut-in of existing water main for installation of in-line tee, valves and 6 appurtenances 7 8 The Contractor shall provide all materials necessary for the City Water 9 Maintenance personnel to cut the existing water main as indicated on the 10 contract plans for the installation of the in-line tee and valves, including but not 11 limited to the required fittings, couplings, pipe spools, shackle materials to 12 complete the cut-in. After the cut-in of the in-line tee and valves by City 13 personnel, the Contractor shall provide and install concrete blocking and 14 polyethylene encasement behind the tee and other fittings. A minimum 3-day 15 curing period is for all concrete blockings before a connection can be made to 16 the new water mains or new tapping valve. 17 18 Step 2: Connection of new water main to the above cut-in tee and valves, or to 19 a new tapping valve on existing water mains. 20 21 7-09.3(21).GR7 22 Concrete Thrust Blocking 23 24 7-09.3(21).COR.docx 25 (******) 26 Section 7-09.9(21) is supplemented with the following: 27 28 COR Concrete Thrust Blocking and Dead-Man Anchor Blocks 29 30 Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on 31 other fittings in conformance to the City of Renton Standards Plans, latest revisions 32 and Contract Plans. 33 34 Concrete thrust collar and blocking and dead-man thrust blocking shall be installed 35 at locations shown on the Plans and shall be in conformance with the Standard Plans 36 and contract Plans. Reinforcement steel shall be Grade 40 or better. 37 38 Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum 39 compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete 40 and mobile concrete mixers are not allowed. 41 42 All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete 43 blocking shall bear against solid undisturbed earth at the sides and bottom of the 44 trench excavation and shall be shaped and properly formed with plywood or other 45 acceptable forming materials so as not to obstruct access to the joints of the pipe, 46 bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable 47 concrete blocking shall be replaced at the Contractor’s expense. 48 49 The Contractor shall provide the Engineer at least 1 Working Day advance notice 50 before pouring concrete thrust blocking and 1 Working Day advance notice for 51 inspection and approval of all concrete blocking prior to backfilling. 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 6 1 2 7-09.3(23).GR7 3 Hydrostatic Pressure Test 4 5 7-09.3(23).COR.docx 6 (******) 7 Section 7-09.9(23) is supplemented with the following: 8 9 COR Hydrostatic Pressure Test 10 11 All new water mains and appurtenances including water service connections to the 12 meter setters shall be tested in sections of convenient length under a hydrostatic 13 pressure equal to 150 psi in excess of that under which they will operate or in no 14 case shall the test pressure be less than 225 psi at the highest point on the water 15 main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and 16 piping, and measuring equipment necessary for performing the test shall be 17 furnished and operated by the Contractor. 18 19 The Contractor shall obtain a hydrant meter permit from the City by completing a 20 permit application and making the required security deposits. The Contractor shall 21 use the City’s issued hydrant meter with an attached backflow prevention assembly 22 to draw water from the City’ water system to fill the water mains for poly-pigging, 23 testing, cleaning, disinfection and for subsequent flushing purposes. There will be a 24 charge for the water used for filling, testing, cleaning and disinfection of the water 25 mains. 26 27 Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer 28 may require that the first section of pipe, not less than 1,000 feet in length, installed 29 by each of the Contractor’s crews, be tested in order to qualify the crew and the 30 materials. Pipe laying shall not be continued more than an additional 1,000 feet until 31 the first section has been tested successfully. 32 33 The pipeline shall be backfilled sufficiently to prevent movement of the pipe under 34 pressure. Thrust blocks shall be in place and time allowed for the concrete to cure 35 before testing. Where permanent blocking is not required, the Contractor shall furnish 36 and install temporary blocking and remove it after testing. 37 38 The new water main under the new bridge deck shall be secured with pipe hangers, 39 pipe rolls, inserts, struts, bracing and related appurtenances, to prevent movement 40 of the pipe under pressure. 41 42 Before applying the specified test pressure, the water main shall be slowly filled and 43 air shall be expelled completely from the pipe, valves and hydrants. If permanent air 44 vents are not located at all high points, the contractor shall install corporation cocks 45 at such points so that the air can be expelled as the line is filled with water. After all 46 the air has been expelled, the corporation cocks shall be closed and the test pressure 47 applied. At the conclusion of the pressure test, the corporation cocks shall be 48 removed and plugged. 49 50 The Contractor shall perform a leakage test concurrently with the pressure test. The 51 pressure test shall be conducted for a 2-hour period. 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 7 The test shall be accomplished by pumping the main up to the required pressure, 1 stopping the pump for 2 hours, and then pumping the main up to the test pressure 2 again. During the test, the section being tested shall be observed to detect any visible 3 leakage. 4 5 A clean container shall be used for holding water for pumping up pressure on the 6 main being tested. This makeup water shall be sterilized by the addition of chlorine 7 to a concentration of 50 mg/l. 8 9 The acceptability of the pressure test and leakage test will be determined by two 10 factors as follows: 11 12 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 13 14 2. The quantity of water lost from the main and appurtenances shall not exceed 15 the number of gallons during the 2-hour test period as listed in the following 16 table. 17 18 Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period 19 20 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 21 *If the pipeline under test contains sections of various diameters, the allowable 22 leakage will be the sum of the computed leakage for each size. For those diameters 23 or pressures not listed, the formula below shall be used: 24 25 The quantity of water lost from the main shall not exceed the number of gallons per 26 hour as determined by the formula: 27 28 where: 29 L = Allowable leakage in gallons/hour 30 S = Gross length of pipe tested, feet 31 D = Nominal diameter of the pipe in inches 32 P = Test pressure during the leakage test in psi 33 34 The quantity of water required to restore the pressure shall be accurately determined 35 by either 1) pumping from an open container of suitable size such that accurate 36 volume measurements can be made by the Engineer or, 2) by pumping through a 37 positive displacement water meter with a sweep unit hand registering one (1) gallon 38 per revolution. The meter shall be approved by the Engineer. 39 40 Pressure gauges used in the test shall be accompanied with certifications of 41 accuracy from a testing Laboratory approved by the Engineer. 42 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 8 1 Any visible leakage detected shall be corrected by the Contractor regardless of the 2 allowable leakage specified above. Should the tested section fail to meet the 3 pressure test successfully as specified, the Contractor shall, at no additional expense 4 to the Contracting Agency, locate and repair the defects and then retest the pipeline. 5 6 All tests shall be made with the hydrant auxiliary gate valves open and pressure 7 against the hydrant inlet valve. After the test is completed, each valve shall be tested 8 by closing each in turn and relieving the pressure beyond. This test of the valve will 9 be acceptable if there is no immediate loss of pressure on the gauge when the 10 pressure comes against the valve being checked. The Contractor shall verify that the 11 pressure differential across the valve does not exceed the rated working pressure of 12 the valve. 13 14 Prior to calling out the Engineer to witness the pressure test, the Contractor shall 15 have all equipment set up completely ready for operation and shall have successfully 16 performed the test to ensure that the pipe is in satisfactory condition. 17 18 Defective materials or workmanship, discovered as a result of hydrostatic field test, 19 shall be replaced by the Contractor at no additional expense to the Contracting 20 Agency. Whenever it is necessary to replace defective material or correct the 21 workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until 22 a satisfactory test is obtained. 23 24 7-09.3(24).GR7 25 Disinfection of Water Mains 26 27 7-09.3(24)A.GR7 28 Flushing 29 30 7-09.3(24)A.COR.docx 31 (******) 32 Section 7-09.3(24)A is supplemented with the following: 33 34 COR Flushing and “Poly-pigging” 35 36 Prior to disinfection and prior to final flushing of the Water Mains for 37 bacteriological sampling and testing, all Water Mains shall first be poly-pigged 38 to remove any solids or contaminated materials that may have entered or 39 become lodged in the pipes during installation. 40 41 The "Poly-pig" shall be light density foam (1-2 pcf) with 90A durometer urethane 42 rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder 43 shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the 44 pipes and retrieved form the pipes through launching stations with vertical 45 crosses and blow-off assemblies as shown and on the Contract Plans and 46 Standard Plans. 47 48 If the main cannot be poly-pigged, then a tap shall be provided large enough to 49 develop a flow velocity of at least 2.5 fps in the water main. 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 9 Taps required by the Contractor for temporary or permanent release of air, 1 chlorination or flushing purposes shall be provided by the Contractor as part of 2 the construction of water mains. 3 4 The Contractor shall be responsible for disposal of treated water flushed from 5 mains and shall neutralize the wastewater for protection of aquatic life in the 6 receiving water before disposal into any natural drainage channel, i.e., receiving 7 water, waters of the State, including wetlands. The Contractor shall be 8 responsible for disposing of disinfecting solution to the satisfaction of the 9 Contracting Agency and local authorities. At a minimum, chlorinated water shall 10 be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and 11 pH adjustment to within 6.5 – 8.5 standard units before discharging to surface 12 waters of the State or to a storm sewer system that drains to surface waters of 13 the State. 14 15 If approved by the Engineer and by the local authority responsible for the 16 sanitary sewer system, disposal of treated water from mains may be made to an 17 available sanitary sewer, provided the rate of disposal will not overload the 18 sewer. 19 20 7-09.3(24)D.GR7 21 Dry Calcium Hypochlorite 22 23 7-09.3(24)D.COR.docx 24 (******) 25 Section 7-09.3(24)D is supplemented with the following: 26 27 COR Dry Calcium Hypochlorite 28 29 Dry calcium hypochlorite shall not be placed in the pipe as laid. 30 31 32 7-09.3(24)K.GR7 33 Retention Period 34 35 7-09.3(24)K.COR.docx 36 (******) 37 Section 7-09.3(24)K is supplemented with the following: 38 39 COR Retention Period 40 41 Treated water shall be retained in the pipe at least 24 hours but no longer than 42 48 hours. After the retention period, the chlorine residual shall be tested at all 43 pipe extremities and at other representative points and shall measure at least 44 25 mg/L. If a measurement of less than 25 mg/L is obtained repeat disinfection 45 is required. 46 47 7-09.3(24)N.GR7 48 Final Flushing and Testing 49 50 7-09.3(24)N.COR.docx 51 (******) 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 10 Section 7-09.3(24)N is supplemented with the following: 1 2 COR Final Flushing and Testing 3 4 Following chlorination, treated water shall be flushed from the newly laid pipe 5 until the replacement water throughout its length shows, upon test, the absence 6 of chlorine. In the event chlorine is normally used in the source of supply, then 7 the tests shall show a residual not in excess of that carried in the water supply 8 system. After flushing the treated water from the pipes, a 16-hour rest period is 9 required before any water quality sampling can be taken from the new pipes. 10 11 A sample tap shall be located ahead of the flushing hose for convenience and 12 for sanitary sampling. 13 14 Before placing the lines into service, and after a 16-hour rest period, two sets of 15 satisfactory reports shall be received from the local or State Health Department 16 or an approved testing lab on samples collected from representative points in 17 the new system. Samples will be collected and bacteriological tests obtained by 18 the Engineer. 19 20 Following the retention period, the installation of new mains requires that two 21 sets of samples for coliform analysis are collected using the following methods: 22 23 AWWA C651-14 Option B 24 25 1. Provide rest period of at least 16 hours. 26 27 2. Collect first set of samples from representative points. 28 29 3. Provide wait period of at least 15 minutes. 30 31 4. Collect second set of samples from representative points. 32 33 At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 34 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard 35 units, if necessary, before discharging to surface waters of the State or to a storm 36 sewer system that drains to surface waters of the State. 37 38 7-09.4.GR7 39 Measurement 40 41 7-09.4.INST1.GR7.docx 42 Section 7-09.4 is supplemented with the following: 43 44 7-09.4.CAP AND BLOCK.docx 45 (******) 46 "Temporary Cut and Cap Existing Water Main and Concrete Blocks”, per each. 47 48 The unit Contract price per each for "Temporary Cut and Cap Existing Water Main 49 and Concrete Blocks” shall be full pay for performing the Work as specified and as 50 shown in the Plans, including but not limited to the following: 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 11  Locating all existing utilities and potholing in advance to determine their 1 horizontal and vertical location, 2  Sawcutting existing asphalt and concrete pavement up to approximately 12-3 inch thickness, sidewalk, curb, and gutter at both ends of the approach slabs 4 adjacent to the bridge, 5  Removing and disposing pavement, curbs, gutters, sidewalks, and the like, 6  Trench dewatering, including but not limited to sump pumps and hoses, 7 mobilization, assembly, maintenance, relocation, and removal, 8  Excavation, removal, haul, and disposal of waste materials including but not 9 limited to pavement, curbs, gutters, thrust blocks, sidewalks, existing pipes 10 and structures, surplus and unsuitable excavated material, 11  Furnishing mechanical joint end caps with 2-inch temporary blow-off 12 assemblies and incidentals as required for City’s water department’s 13 personnel to install on the ends of the existing water mains on both ends of 14 the bridge approach slabs, 15  Furnishing and installing temporary concrete blockings, ecology blocks, at the 16 end of the temporary endcaps and blow-off assemblies, 17  Replacing, protecting and/or maintaining existing utilities 18  Furnishing and placing temporary hot mix asphalt patching. 19 20 7-09.4.REMOVAL OF WATERMAIN.DOCX 21 (******) 22 "Removal of Existing Water Main”, per linear foot. 23 24 The unit Contract price per linear foot for "Removal of Existing Water Main” shall be 25 full pay for performing the Work as specified and as shown in the Plans, including 26 but not limited to the following: 27  Removing the existing water main under the bridge deck including removal 28 of existing structural steel, pipe hangers, rollers, struts, and related 29 appurtenances and through the bridge diaphragm as shown and specified in 30 the contract documents and plans. 31 32 7-09.4.RECONNECTION WATERMAIN.DOCX 33 (******) 34 "Reconnection to Existing Water Main”, per each. 35 36 The unit Contract price per each for "Reconnection to Existing Water Main” shall be 37 full pay for performing the Work as specified and as shown in the Plans, including 38 but not limited to the following: 39  Locating all existing utilities, water main and services and potholing in 40 advance to determine their horizontal and vertical locations, 41  Sawcutting existing asphalt and concrete pavement up to approximately 12-42 inch thickness, sidewalk, curb, and gutter at both ends of the approach slabs 43 adjacent to the bridge, 44  Removing and disposing pavement, curbs, gutters, sidewalks, and the like, 45  Trench dewatering, including but not limited to sump pumps and hoses, 46 mobilization, assembly, maintenance, relocation, and removal. 47  Excavation, removal, haul, and disposal of waste materials including but not 48 limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable 49 excavated material, and existing pipes and appurtenances, 50 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 12  Furnishing all required pipes, fittings, adapters, couplings, and incidentals as 1 required for City’s water department’s personnel to perform the final 2 connections to the existing water mains at both ends of the bridge, 3  Furnishing, placing, and compacting crushed surfacing rocks for bedding 4 materials, for pipe zone materials and for trench backfill materials for ductile 5 iron pipes and fittings, 6  Replacing, protecting and/or maintaining existing utilities, 7  Removal of temporary pavement patching, 8  Furnishing and placing permanent hot mix asphalt pavement patching. 9 10 7-09.4.DUCTILE IRON PIPE.docx 11 (******) 12 "Ductile Iron Pipe For Water Main 12 In. Diam.”, per Linear Foot. 13 14 The unit Contract price per each for "Ductile Iron Pipe For Water Main 12 In. Diam.” 15 shall be full pay for performing the Work as specified and as shown in the Plans, 16 including but not limited to the following: 17  Locating all existing utilities, water main and services and potholing in 18 advance to determine their horizontal and vertical locations, 19  Sawcutting existing asphalt and concrete pavement up to approximately 12-20 inch thickness, sidewalk, curb, and gutter at both ends of the approach slabs 21 adjacent to the bridge, 22  Removing and disposing pavement, curbs, gutters, sidewalks, and the like, 23  Trench dewatering, including but not limited to sump pumps and hoses, 24 mobilization, assembly, maintenance, relocation, and removal. 25  Excavation, removal, haul, and disposal of waste materials including but not 26 limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable 27 excavated material, and existing pipes and appurtenances, 28  Furnishing, installing, laying and jointing restrained-joint water pipes and 29 restrained-joint fittings under the bridge deck and related appurtenances, and 30 in adjacent roadways at both ends of the bridge, as shown on the plans and 31 as specified in Section 9-30.2(6) of the contract special provisions, special 32 fittings including wedge type restrained-joint follower glands at all fittings with 33 mechanical-joint end, tees, crosses, reducers, couplings, sleeves, horizontal 34 and vertical bends, vertical crosses for poly-pigging stations, 35  Furnishing and installing temporary endcap and 2-inch blow-off assembly at 36 the end of the new water main, and concrete blocking, 37  Deflecting the pipes and/or installing vertical bends as required to cross over 38 or under buried utilities, 39  Furnishing, placing, and compacting crushed surfacing rocks for bedding 40 materials, for pipe zone materials and for trench backfill materials for ductile 41 iron pipes and fittings, 42  Polypigging, pressure-testing, disinfecting, and flushing of new piping, purity 43 testing in accordance with the contract specifications, 44  Replacing, protecting, restoring and/or maintaining existing utilities, 45  Furnishing and placing temporary and permanent hot mix pavement 46 patching. 47 48 7-09.5.GR7 49 Payment 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 13 7-09.5.INST1.GR7.docx 1 Section 7-09.5 is supplemented with the following: 2 3 7-09.5.CAP AND BLOCK.docx 4 (******) 5 "Temporary Cut and Cap Existing Water Main and Concrete Blocks” will be measured 6 by each. 7 8 7-09.5.REMOVAL OF WATERMAIN.DOCX 9 (******) 10 "Removal of Existing Water Main” will be measured by linear foot. 11 12 7-09.5.RECONNECTION WATERMAIN.DOCX 13 (******) 14 "Reconnection to Existing Water Main” will be measured by each. 15 16 7-12.GR7 17 Valves for Water Mains 18 19 7-12.4.GR7 20 Measurement 21 22 7-12.4.INST1.GR7.docx 23 Section 7-12.4 is supplemented with the following: 24 25 7-12.4.GATE VALVE.DOCX 26 (******) 27 "Gate Valve ____ In.”, per each. 28 29 The unit Contract price per each for " Gate Valve ____ In.” shall be full pay for 30 performing the Work as specified and as shown in the Plans, including but not limited 31 to the following: 32  Furnishing and installing 12-inch gate valve, with wedge type restrained-joint 33 follower glands for valves with mechanical joint end(s) on existing water main 34 under the bridge deck.. 35 36 DIVISION8.GR8 37 Division 8 38 Miscellaneous Construction 39 40 8-20.GR8 41 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and 42 Electrical 43 44 8-20.3.GR8 45 Construction Requirements 46 47 8-20.3(19).COR.docx 48 (******) 49 Section 9-29.3(1) is supplemented with the following: 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 14 COR Fiber Optic Networks 1 2 The Contractor shall coordinate with City of Renton Transportation Maintenance 3 Manager (contact person: Eric Cutshall at 425-430-7423) to coordinate fiber optic 4 network work 14 working days prior to commencing this work. Contractor shall be 5 responsible for pulling all fiber, providing and installing patch panels in controller 6 cabinets, splicing, and other work necessary to complete the working fiber optic 7 system as outlined on the Plans. 8 9 8-20.3(19)A.COR.docx 10 (******) 11 Section 8-20.3(19)A is supplemented with the following: 12 13 COR Fiber Optic Patch Panels 14 15 Install signal controller mounted patch panels for all fiber terminating 16 applications. 17 18 Patch panels shall accept SC style connectors. 19 20 The Contractor shall provide all necessary tools, consumables, cleaner, 21 mounting hardware and other materials required for the complete installation of 22 each patch panel. 23 24 A wiring diagram shall be supplied with each patch panel. The wiring diagram 25 shall identify the destination of each fiber terminated in the patch panel. The 26 destination information shall include at a minimum, an intersection name, 27 cabinet number, patch panel number and patch panel port. The wiring diagram 28 shall be placed in a plastic sheet protector next to the patch panel and a copy 29 submitted to the City of Renton Transportation Maintenance Manager with As-30 Built drawings. Each row of ports in the patch panels shall be labeled with the 31 associated port numbers with the assumption that the numbers increase from 32 top to bottom or left to right. 33 34 8-20.3(19)B.COR.docx 35 (******) 36 Section 8-20.3(19)B is supplemented with the following: 37 38 COR Fiber Optic Cable Splicing 39 40 Fiber optic cable splicing shall consist of adding SC connectors to existing spare 41 fiber optic cable. 42 43 8-20.3(19)C.COR.docx 44 (******) 45 Section 8-20.3(19)C is supplemented with the following: 46 47 COR Fiber Optic Terminations 48 49 All fiber splices and terminations shall be made in the presence of the Project 50 Representative. 51 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 15 8-20.3(19)D.COR.docx 1 (******) 2 Section 8-20.3(19)D is supplemented with the following: 3 4 COR Fiber Optic Cable Labeling 5 6 1. Permanent cable labels shall be used to identify fibers and patch cords 7 at each termination point. The cable labels shall consist of white colored 8 heat shrink wraps with the connector end labeled with the destination of 9 the fiber on the other end of the fiber port and the port number. 10 11 2. Each junction box, small cable vault and cabinet entered with the fiber 12 optic cable shall have the cable labeled with a permanent plastic marking 13 tag that is securely fastened to the cable. The labeling shall be of a 14 consistent format that is approved by the Project Representative. At a 15 minimum, the label shall indicate the cable owner, origin, destination 16 (identified as a full cable termination location or trunk splice location), 17 fiber count and the cable number. The labeling shall be permanent with 18 legible manufactured labels. 19 20 3. A yellow #14 AWG trace wire shall be installed in all conduit containing 21 fiber optic cable. 22 23 4. In vault locations where the ### count fiber optic cable is installed, the 24 label attached to the ### count fiber optic cable shall also include the 25 following information in addition to the requirements outlined in the 26 Section above: 27 28 Purchased with 2010/UA Sl Funds 29 Grant No. 201 0-SS-T)-0084 30 KC-RCECC redundant fiber contact 31 King County IT @ 206.263.7000 32 33 8-20.3(19)E.COR.docx 34 (******) 35 Section 8-20.3(19)E is supplemented with the following: 36 37 COR Fiber Optic SC Connector 38 39 The Fiber Optic SC Connector shall provide for the termination of the individual 40 fiber optic strands. 41 42 8-20.3(19)F.COR.docx 43 (******) 44 Section 8-20.3(19)F is supplemented with the following: 45 46 COR Fiber Optic Cable Pre-Installation Testing 47 48 Pre-installation tests shall be conducted on the cable reels prior to installation. 49 These tests shall be performed in accordance with EIA/TIA-455-78 for single-50 mode fibers using an optical time domain reflectometer (OTDR). Both ends of 51 the cable shall be accessible for the tests, and it may be necessary to remove a 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 16 portion of the protective wooden lagging on the reel. Measurements shall be 1 made using the 1310 nm and 1550 nm wavelengths, and shall be compared to 2 the factory test results. Test results shall be provided to the Engineer and 3 approved. 4 5 8-20.3(19)G.COR.docx 6 (******) 7 Section 8-20.3(19)G is supplemented with the following: 8 9 COR Qualifications 10 11 Qualifications as defined in Section 8-20.2(2) of these Special Provisions, shall 12 be submitted to the Engineer at least 30 calendar days prior to the splicing for 13 approval of qualifications. When performing a splice, the fusion set must be on 14 a stable surface and the splicing area must be relatively dust free. Therefore, it 15 is required that the splicing should be done in a van or tent and not in the open 16 air, in a manhole or vault. 17 18 8-20.3(20).COR.docx 19 (******) 20 Section 8-20.3(20) is supplemented with the following: 21 22 COR System Acceptance Testing for Fiber Optic Networks 23 24 8-20.3(20)A.COR.docx 25 (******) 26 Section 8-20.3(20)A is supplemented with the following: 27 28 COR Testing and Commissioning 29 30 The Contractor is responsible for demonstrating the functionality of the installed 31 system through testing. These tests shall be conducted in accordance with an 32 approved test plan that shall cover the key functional requirements of the Work. 33 34 The Contractor shall, at its cost, provide suitable test equipment, instruments, 35 and labor for the purpose of tests. 36 37 The Contractor shall provide sufficient notice of not less than three (3) working 38 days prior to the commencement of the first test. The Contractor shall submit 39 with this notice a schedule of all tests covered by this notice. 40 41 8-20.3(20)B.COR.docx 42 (******) 43 Section 8-20.3(20)B is supplemented with the following: 44 45 COR Test Plans 46 47 The Contractor shall prepare an Acceptance Test Plan that outlines the 48 procedures to be used, the required test equipment, and the expected results. 49 The plan shall include copies of all test result forms to be completed. 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 17 The Contractor shall submit the test plan to the Engineer or its representative 1 for approval. The test plan must be approved at least ten (10) working days 2 before a test is conducted. 3 4 The Contractor shall submit the completed test forms to the Engineer as soon 5 as practicable after the completion of the test whether witnessed by the Engineer 6 or its representative or not. 7 8 8-20.3(20)C.COR.docx 9 (******) 10 Section 8-20.3(20)C is supplemented with the following: 11 12 COR Final Inspection 13 14 Final Inspection will include the following activities: 15 16  The ‘as-built’ drawings and manuals will be examined by the Engineer’s 17 engineering personnel and involved parties for conformance to the 18 Drawings, Codes, Regulations, and General Accuracy. Any variation 19 from specifications will be highlighted. 20 21  Acceptance test results will be reviewed. 22 23  All aspects of the Work will be physically inspected to ensure that all work 24 has been completed in accordance with the Specifications. 25 26  Upon completion of all final inspection activities, any deficiencies will be 27 recorded. 28 29  Deficiencies will be corrected by the appropriate party and may be then 30 re-inspected by the Engineer. 31 32  The Final Inspection shall not be deemed complete until all deficiencies 33 are corrected. 34 35 8-20.3(20)D.COR.docx 36 (******) 37 Section 8-20.3(20)D is supplemented with the following: 38 39 COR OTDR Testing 40 41 Fiber Optic Testing that uses an Optical Time Domain Reflectometer (OTDR) 42 shall adhere to the following specifications: 43 44  Use an OTDR that is capable of storing traces electronically and save 45 each final trace. 46 47  The OTDR shall have suitable dynamic range and performance 48 characteristics as determined by the Power Utility. 49 50 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 18  Use a 1000’ fiber optic launch box to ensure that start of the fiber under 1 test is not in the “dead zone” of the OTDR. The first connector of the link 2 under test shall be visible on the trace. 3 4  Prior to testing, all fiber optic connectors and bare fiber ends are to be 5 properly cleaned using a residue free alcohol solution (better than 91% 6 de-natured alcohol and distilled water) and compressed air. 7 8  Expand the vertical and horizontal scales used on the OTDR to maximize 9 the amount of detail shown on the OTDR trace, even if these parameters 10 can be adjusted later using display software. 11 12  OTDR traces shall be recorded in suitable electronic format. As 13 applicable, the software and applicable licenses required to read the 14 OTDR traces shall be provided to the City at no extra charge. 15 16  Ensure that traces identify the end points of the fiber under test and the 17 fiber designation. If this information is not provided by the trace itself, 18 provide a cross-reference table between the stored trace file name and 19 the fiber designation. 20 21 8-20.3(20)E.COR.docx 22 (******) 23 Section 8-20.3(20)E is supplemented with the following: 24 25 COR OTDR Testing of Spliced Fiber Links 26 27 This describes the testing to be completed on all sections of the fiber network 28 after splicing is completed. For this section, a fiber link shall be defined as a 29 continuous section of fiber from connector to connector that may pass through 30 a number of intermediate splices. 31 32 OTDR testing shall be completed as follows: 33 34  Test each fiber link in the cable at 1310 nm and 1550 nm, in each 35 direction. 36 37  Verify that each completed fusion is less than 0.20 dB, measured as the 38 average of splice loss measured in each direction through the link. 39 40  Re-make any fusions in excess of 0.20 dB, unless the Engineer 41 specifically approves such high loss fusions, and re-test any fiber links 42 that have been re-fused. 43 44 8-20.3(20)F.COR.docx 45 (******) 46 Section 8-20.3(20)F is supplemented with the following: 47 48 COR Attenuation Testing 49 50 This describes the attenuation testing to be completed on all sections of the fiber 51 network after splicing is completed. An optical power meter and light source shall 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 19 be used to measure end-to-end attenuation that will include fiber patch panel 1 assembly connector losses. Every spliced link with a connection at each end 2 shall be tested at 1310 nm and 1550 nm. 3 4 Attenuation testing shall be completed as follows: 5 6  Test each fiber link in the cable at 1310 nm and 1550 nm. 7 8  Connect the optical source and meter together using a 10-foot patch 9 cord. Record the optical power received by the optical meter as the 10 reference reading. 11 12  Without removing the patch cord from the optical source, measure the 13 recorded light level at the other end of the fiber link. Actual cable loss will 14 be the measured loss minus the initial power source reading. Record the 15 actual cable loss on the Acceptance Test Results forms. 16 17  Measure each fiber in both directions. (The loss over a fiber may not 18 necessarily be the same in each direction). 19 20  Re-measure the reference attenuation after every 200 measurements or 21 every 4 hours, whichever occurs first. 22 23 8-20.3(20)G.COR.docx 24 (******) 25 Section 8-20.3(20)G is supplemented with the following: 26 27 COR Submittals 28 29  Provide one hard copy of the trace for every spliced fiber. Hard copy 30 traces shall be organized and bound in a logical order. 31 32  Submit, after approval of the hard copy traces, soft copies of all traces 33 and appropriate software to allow reading the traces. 34 35  Submit the results of every attenuation test. 36 37 8-20.4.GR8.docx 38 Measurement 39 40 8-20.4.INST1.GR8.docx 41 Section 8-20.4 is supplemented with the following: 42 43 8-20.4.FIBER SPLICE.DOCX 44 (******) 45 "Fiber Install and Fiber Splicing”, per each. 46 47 The unit Contract price per each for “Fiber Install and Fiber Splicing” shall be full pay 48 for performing the Work as specified and as shown in the Plans. Including all cost for 49 arrangement for and supervision of pulling all fiber, providing, and installing patch 50 panels in controller cabinets, splicing, and other Work necessary to complete the 51 working fiber optic system as outlined in the Plans. 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 20 1 8-20.5.GR8.docx 2 Payment 3 4 8-20.5.INST1.GR8.docx 5 Section 8-20.5 is supplemented with the following: 6 7 8-20.5.FIBER SPLICE.docx 8 (******) 9 "Fiber Install and Fiber Splicing” will be measured by each. 10 11 DIVISION9.GR9 12 Division 9 13 Materials 14 15 9-29.GR9.docx 16 Illumination, Signal, Electrical 17 18 9-29.1.GR9.docx 19 Conduit, Innerduct, and Outerduct 20 21 9-29.1(10).COR.docx 22 (******) 23 Section 9-29.1(10) is supplemented with the following: 24 25 COR Conduit Sealing 26 27 Cabinet conduit sealing shall be one of the following: 28 1. Duo-fill 400 – self expanding waterproof foam 29 2. Jackmoon – Triplex Duct Plugs 30 3. O-Z Gedney – Conduit Sealing Bushings 31 32 Mechanical plugs shall be installed per manufacturer’s recommendations. 33 34 9-29.2.GR9.docx 35 Junction Boxes, Cable Vaults, and Pull Boxes 36 37 9-29.2(1)A.COR.docx 38 (******) 39 Section 9-29.2(1)A is supplemented with the following: 40 41 COR Standard Duty Junction Boxes 42 43 Junction boxes shall be reinforced concrete with galvanized steel frame 44 anchored in place and galvanized steel cover plate (Diamond pattern). 45 Grounding lugs shall be stainless steel and shall be mechanically and electrically 46 bonded. Junction boxes for copper wire shall incorporate a locking lid per 47 WSDOT Standard Plans J-40.10 and J-40.30. Junction boxes placed in the 48 sidewalks shall have slip-resistant lids and frames. 49 50 Non-Concrete Junction Boxes shall not be allowed on the project. 51 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 21 Junction boxes shall be marked for use in accordance with the following 1 schedule: 2 3 System Type Legend 4 Illumination LT 5 Traffic Signal TS 6 Interconnect Only ITS 7 8 Concrete Junction Boxes 9 Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 10 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as 11 manufactured by W.S. Molnar Co. Where the exposed portion of the frame is ½ 12 inch wide or less the slip-resistant treatment may be omitted on that portion of 13 the frame. The slip-resistant lid shall be identified with permanent marking on 14 the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” 15 for SlipNOT Grade 3-coarse) and the year manufactured. The permanent 16 marking shall be 1Ú8 inch line thickness formed with a mild steel weld bead. 17 18 9-29.3.GR9.docx 19 Fiber Optic Cable, Electrical Conductors, and Cable 20 21 9-29.3(1).COR.docx 22 (******) 23 Section 9-29.3(1) is supplemented with the following: 24 25 COR Fiber Optic Cable 26 27 Fiber optic cable conduit shall be supplied as a system from a single manufacturer 28 providing all the conduit, all required fittings, termination and other installation 29 accessories, all in accordance with the Contract Documents. 30 31 The fiber optic cable network shall be single mode, non-zero dispersion shifted, loose 32 tube fiber capable of supporting both SONET transmission speeds and protocols up 33 to 2.4 GE/s, and NTSC quality color video applications. Trace wire will need to be in 34 cable or pulled in conduit with fiber cable. 35 36 Install signal controller mounted patch panels for all fiber terminating applications. 37 38 Patch panels shall accept SC style connectors. 39 40 The Contractor shall provide all necessary tools, consumables, cleaner, mounting 41 hardware and other materials required for the complete installation of each patch 42 panel. 43 44 A wiring diagram shall be supplied with each patch panel. The wiring diagram shall 45 identify the destination of each fiber terminated in the patch panel. The destination 46 information shall include at a minimum, an intersection name, cabinet number, patch 47 panel number and patch panel port. The wiring diagram shall be placed in a plastic 48 sheet protector next to the patch panel and a copy submitted to the Project 49 Representative with As-Built drawings. Each row of ports in the patch panels shall be 50 labeled with the associated port numbers with the assumption that the numbers 51 increase from top to bottom or left to right. 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 22 1 The Contractor is responsible for demonstrating the functionality of the installed 2 system through testing. These tests shall be conducted in accordance with an 3 approved test plan that shall cover the key functional requirements of the Work. The 4 Contractor shall, at its cost, provide suitable test equipment, instruments, and labor 5 for the purpose of tests. 6 7 The Contractor shall provide sufficient notice of not less than three (3) working days 8 prior to the commencement of the first test. The Contractor shall submit with this 9 notice a schedule of all tests covered by this notice. 10 11 9-29.3(1)A.COR.docx 12 (******) 13 Section 9-29.3(1)A is supplemented with the following: 14 15 COR Fiber Optic Cable Connectors 16 17 Fiber optic connectors shall be SC connectors for fibers installed in the upper 18 compartment in all cabinets and in the upper compartment Double Door P 19 cabinets. The LC/UPC connectors shall meet the following requirements: 20 21 i. Insertion Loss Change (SM): < 0.30 dB 22 ii. Reflectance: < -40 dB 23 iii. Fiber Height: +/- 50nm 24 iv. Apex Offset: <50 μm 25 v. Return Loss: 55 dB 26 27 9-29.3(1)B.COR.docx 28 (******) 29 Section 9-29.3(1)B is supplemented with the following: 30 31 COR Fiber Optic Patch Cords 32 33 Fiber optic patch cords shall be single mode SC patch cords in fiber patch panels 34 in the upper compartment in all cabinets and the upper compartments of Double 35 Door P cabinets, except where otherwise noted on the Contract Plans. The 36 patch cords shall be one (1) meter in length with duplex connectors on each 37 end. 38 39 i. Insertion Loss: 0.2dB 40 ii. Return Loss: >=50dB 41 iii. Repeatability: <0.1dB 42 iv. Durability (times: >1000) 43 v. Compliant with IEC874 Standard 44 vi. Yellow jacketing 45 vii. Maximum attenuation of 1.0/0.75 dB/km 46 47 9-29.3(2).COR.docx 48 (******) 49 Section 9-29.3(2) is supplemented with the following: 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 23 COR Electrical Conductors and Cable 1 2 Each signal and illumination wire shall be numbered at each terminal end with a 3 wrap-around type numbering strip bearing the circuit number shown on the Plans. 4 5 The Contractor shall provide and install all the necessary wiring, fuses and fittings so 6 as to complete the installation of the signal and lighting equipment as required. All 7 materials and installation methods, except as noted otherwise herein, shall comply 8 with applicable sections of the National Electrical Code. 9 10 Communications cable shall meet REA specification PE 39 and shall have No. 19 11 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall 12 have a petroleum compound completely filling the inside of the cable. 13 14 9-30.GR9.docx 15 Water Distribution Materials 16 17 9-30.1.GR9.docx 18 Pipe 19 20 9-30.1.COR.docx 21 (******) 22 Section 9-30.1 supplemented with the following: 23 24 COR Pipe 25 26 All materials for water distribution and transmission shall be new and undamaged. Prior 27 to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall 28 submit the material source as required by Section 1-06.1 of the Standard Specifications. 29 All direct and indirect drinking water system components which come in contact with 30 potable water shall have National Sanitation Foundation (NSF) certification. All pipe and 31 fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness 32 as applicable and shall be marked on the component at the place of manufacture. 33 Marking shall be legible and permanent under normal conditions of handling and storage. 34 35 9-30.1(1).GR9.docx 36 Ductile Iron Pipe 37 38 9-30.1(1).COR.docx 39 (******) 40 Section 9-30.1(1) supplemented with the following: 41 42 COR Ductile Iron Pipe 43 44 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and 45 meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick 46 cement mortar lining and a 1-mil thick seal coat meeting the requirements of 47 AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 48 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be 49 Class 53 per AWWA C115. 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 24 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or 1 mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 2 3 3. Restrained joints shall be as specified in Section 9-30.2(6). 4 5 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 6 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA 7 C 115. Thicker Classes are acceptable. 8 9 The Contractor shall furnish certification from the manufacturer of the pipe and 10 gasket being supplied that the inspection and all of the specified tests have been 11 made and the results thereof comply with the requirements of the above referenced 12 standards. 13 14 9-30.1(2).GR9.docx 15 Polyethylene Encasement 16 17 9-30.1(2).COR.docx 18 (******) 19 Section 9-30.1(2) supplemented with the following: 20 21 COR Polyethylene Encasement 22 23 Polyethylene encasement (plastic film wrap, also referenced as “Polywrap” on 24 Construction Plans) shall be eight mil (8-mil) polyethylene, tube type conforming to 25 AWWA C105. All ductile iron pipes, fittings and valves shall be installed with a 26 polyethylene encasement, tube-type and in black color. 27 28 9-30.2.GR9.docx 29 Fittings 30 31 9-30.2.COR1.docx 32 (******) 33 Section 9-30.2 supplemented with the following: 34 35 COR Galvanized Iron Pipe 36 37 Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 38 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated 39 (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). 40 Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 41 42 COR Steel Casing Pipe 43 44 Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, 45 coat casing exterior with shop-applied anticorrosive coating conforming to AWWA 46 C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, 47 thickness shall not exceed manufacturer’s recommended thickness. Coating type 48 shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 49 46H-413. 50 51 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 25 Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter 1 and 0.375 inch for casings over 24 inches in diameter. 2 3 Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 4 5 9-30.2(1).GR9.docx 6 Ductile Iron Pipe 7 8 9-30.2(1).COR.docx 9 (******) 10 Section 9-30.2(1) supplemented with the following: 11 12 COR Ductile Iron Pipe 13 14 Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and 15 AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. 16 All water main fittings shall be ductile iron, short body, cement lined and for pressure 17 rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless 18 otherwise specified. Metal thickness and manufacturing process shall conform to 19 applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, 20 compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). 21 Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling 22 pattern. 23 24 Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, 25 caps, offsets, reducers, and ells. 26 27 Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to 28 ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, 29 Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water 30 service purposes. Type of connections shall be specified as push-on joint (Tyton), 31 mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and 32 threaded. 33 34 Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall 35 be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long 36 body type and shall be 15 inches minimum length and shall be mechanical joint. 37 38 Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal 39 size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from 40 the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with 41 a mechanical joint sleeve. 42 43 Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal 44 size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 45 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical 46 joint sleeve having a single-piece casting. Threaded pipe and flanges combinations 47 shall not be used. 48 49 Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts 50 and nuts for flanged pipe and fittings shall conform in size and length with 51 ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 26 ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 1 316SS. Stainless steel nuts and bolts shall be type 316SS. 2 3 Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with 4 Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards 5 Specifications for all fittings and bolts to be used. 6 7 9-30.2(6).GR9.docx 8 Restrained Joints 9 10 9-30.2(6).COR.docx 11 (******) 12 Section 9-30.2(6) is supplemented with the following: 13 14 COR Restrained Joint Pipe and Restrained-Joint Fittings 15 16 Restrained joint (RJ) ductile iron pipe and fittings, where required on the plans, 17 shall be flexible after assembly and be able to be disassembled. Restrained 18 joints shall meet the following criteria: 19 20 1. The restrained joint shall have a positive metal to metal contact locking 21 system without the use of gripping teeth. Gaskets for push-on joint pipe with 22 integrally molded steel or metal teeth or locking segments shall not be 23 allowed as substitutes for restrained-joint pipes. 24 25 2. The joint restraint system for the pipe shall be the same as the joint restraint 26 system for the pipe fittings, except as provided in item 4 below. 27 28 3. The joint restraint system for the pipe shall be boltless. 29 30 4. Where restrained joint fittings required on the plans cannot be furnished or 31 where restrained jointed fittings are required in areas that are known to be 32 subject to location adjustments, the Contractor may submit a lay plan 33 showing mechanically jointed fittings with wedge restraint glands for 34 approval. Mechanically jointed pipe with wedge restraint glands shall not be 35 substituted for restrained joint pipe. 36 37 Wedge Restraint Glands 38 39 Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 40 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-41 treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 42 psi for pipe 12 inch in diameter and smaller. 43 44 Shackle Rod Joint Restraint System 45 46 Where shown in the Plans, Specifications, Standard Plans or required by the 47 Engineer, shackle rod joint restraint system shall be used. All shackle rod joint 48 restraint materials used shall be those manufactured by Star National Products, 49 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216, unless an equal 50 alternate is approved in writing by the Engineer. 51 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 27 Shackle Rod Restraint System shall not be allowed as substitutes for restrained-1 joint pipes. 2 3 Materials: 4 5 Steel types used shall be: 6 7 High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, 8 superstar “SST” series. 9 10 High strength low-alloy steel (cor-ten), ASTM A242, superstar “SS” 11 series. 12 13 Items to be galvanized are to meet the following requirements: 14 15 ASTM A153 for galvanizing iron and steel hardware. 16 17 ASTM A123 for galvanizing rolled, pressed and forged steel shapes. 18 19 Joint restrainer system components: 20 21 Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" 22 for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM 23 A325, type 3D, except tensile strength of full-body threaded section shall be 24 increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" 25 by heat treating (quenching and tempering) to manufacturer’s reheat and 26 hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. 27 Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 28 1" eye for 7/8" rod. Same ASTM Specification as SST 7. 29 30 Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, 31 grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated 32 or hot-dip galvanized. 33 34 Tiecoupling: Used to extend continuous threaded rods and are provided 35 with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: 36 for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" 37 tierods, ASTM A563, grade A. 38 39 Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated 40 or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; 41 ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. 42 43 Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: 44 ASTM A242, F436. S17: ANSI B18.22.1. 45 46 Installation: 47 48 Install the joint restraint system in accordance with the manufacturer’s 49 instructions so all joints are mechanically locked together to prevent joint 50 separation. Tie-bolts shall be installed to pull against the mechanical joint 51 body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 28 nuts. Install tie-couplings with both rods threaded equal distance into tie-1 couplings. Arrange tie-rods symmetrically around the pipe. 2 3 Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 2 10" 4 12" 4 14" 6 16" 6 18" 8 20" 10 24" 12 4 Where a manufacturer’s mechanical joint valve or fitting is supplied with 5 slots for “T” bolts instead of holes, a flanged valve with a flange by 6 mechanical joint adapter shall be used instead, so as to provide adequate 7 space for locating the tie-bolts. 8 9 Where a continuous run of pipe is required to be restrained, no run of 10 restrained pipe shall be greater than 60 feet in length between fittings. Insert 11 long body solid sleeves as required on longer runs to keep tie-rod lengths 12 to the 60 foot maximum. Pipe used in continuously restrained runs shall be 13 mechanical joint pipe and tie-bolts shall be installed as rod guides at each 14 joint. 15 16 Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, 17 and tie-washers, shall be galvanized. All disturbed sections will be painted, 18 to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or 19 approved equal. 20 21 Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-22 rods and tie-washers may be galvanized as specified in the preceding 23 paragraph or plain and painted in the entirety with Koppers Bitumastic No. 24 800-m, or approved equal. 25 26 Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be 27 considered incidental to installation of the pipe and no additional payment 28 shall be made. 29 30 9-30.2(7).GR9.docx 31 Bolted, Sleeve-Type Couplings for Plain End Pipe 32 33 9-30.2(7).COR.docx 34 (******) 35 Section 9-30.2(7) is supplemented with the following: 36 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 29 1 COR Bolted, Sleeve-Type Couplings for Plain End Pipe 2 3 Transition couplings, reducing couplings, transition reducing couplings, sleeves, 4 flexible couplings for water main shall be compression type by pipe manufacturer: 5 Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy 6 steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize 7 compound. Heavy hex nuts shall be used. 8 9 The long body pattern with a minimum center ring or center sleeve length of 12 inches 10 for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter 11 for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12-inch 12 diameter) shall be a 15-inch minimum length. 13 14 9-30.3.GR9.docx 15 Valves 16 17 9-30.3.COR.docx 18 (******) 19 Section 9-30.3 supplemented with the following: 20 21 COR Valves 22 23 Valves shall be a standard pattern of a manufacturer whose products are approved by 24 the Engineer and shall have the name or mark of the manufacturer, year valve casting 25 was made, size and working pressure plainly cast in raided and legible letters on the valve 26 body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves 27 shall be stamped with “NSF APPROVED” and “DI”. 28 29 Where a valve is required to operate in a higher pressure environment than the Class of 30 valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 31 32 Blow-Off Assembly 33 34 Installation of blow-off assembly shall be per City of Renton Standard Details, latest 35 revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed 36 at location(s) shown on the plans. Temporary blow-off assembly on new dead-end 37 water main shall be installed at location shown on the plans. 38 39 Temporary blow-off assemblies for testing and flushing of the new water mains will 40 not be included under this item and shall be considered incidental to the contract and 41 no additional payment shall be made. 42 43 9-30.3(1).GR9.docx 44 Gate Valves (3 to 16 inches) 45 46 9-30.3(1).COR.docx 47 (******) 48 Section 9-30.3(1) supplemented with the following: 49 50 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2 22A039 March 10, 2023 30 COR Gate Valves (3 to 16 inches) 1 2 All valve material shall be new and undamaged. Unless otherwise approved by the 3 Engineer, the same manufacturer of each item shall be used throughout the work. 4 5 All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising 6 stem, and shall be equipped with a standard two (2) inch square operating nut and 7 O-ring stem seals. Valves shall open counterclockwise when viewed from above. 8 Valves shall be designed for a minimum water operating pressure of 200 psi. 9 10 All exterior valve body bolting shall be type 304 stainless steel and shall be provided 11 with hexagonal heads, with dimension to conform with ANSI B18.2.1. 12 13 Resilient seated gate valves shall be manufactured to meet or exceed the 14 requirements of AWWA C509 and C515 latest revisions. 15 16 Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints 17 as shown on the project plans. All valves with mechanical-end(s) shall have wedge-18 type restrained follower glands. 19 20 All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as 21 required. A valve stem extension is required where the valve operating nut is more 22 than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 23 foot with only one extension per valve in shall be installed in accordance to the City 24 of Renton standard plans. 25 26 Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), 27 Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. 28 29 Approval of valves other than models specified shall be obtained prior to bid opening. 30 31 9-30.3(4).GR9.docx 32 Valve Boxes 33 34 9-30.3(4).COR.docx 35 (******) 36 Section 9-30.3(4) supplemented with the following: 37 38 COR Valve Boxes 39 40 Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 41 2-piece slip type with cast iron extension as necessary, conforming to the City of 42 Renton Standard Plans. The cover shall have the word “WATER” cast in it and shall 43 have cast-iron “ears” installed in the direction of the main. Valve box extension 44 pieces shall be provided for valves with groundcover in excess of the depth of the 45 standard valve box. 46 47 Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., 48 EJCO, Rich (Varnish Casting Corp.) 49 50 The Contractor shall provide an affidavit of compliance stating that the valve 51 furnished fully complies with AWWA C504. 52 DocuSign Envelope ID: 5B318198-A15C-4BE4-B3C8-783B6075E3C2