Loading...
HomeMy WebLinkAboutContractAward Date: June 17, 2019 CAG-19-152 Awarded to: Oceanside Construction, Inc. 1511 Mt Baker Hwy Bellingham, WA 98226 Award Amount: $501,986.60 Bidding Requirements, City of Renton 'R 71 Forms, Contract Forms, Conditions of JL; the Contract, Plans and Specifications City of Renton Lake Youngs Ct SE Storm & Water Improvements Project Project No. SWP-27-4017 WTR-27-4017 May 2019 City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Jared McDonald, 425-430-7293 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Lake Youngs Ct SE Storm & Water Improvements Project Project No. SWP-27-4017 WTR-27-4017 May 2019 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 sos aa> 72s FILED SECRETARY OF STATE SAM REED MARCH 9, 2005 STATE OF WASHINGTON 03/09/2005 581369 $195.00 check i3493 Tracking 10: 869816 Doc No: S81369-001 ARTICLES OF INCORPORATION OF OCEANSIDE CONSTRUCTION, INC. I, the undersigned person of the age of eighteen years or more, as incorporator of a corporation under the Washington Business Corporation Act, adopt the following Articles of Incorporation for such corporation: ARTICLE 1. NAME The name of this corporation is Oceanside Construction, Inc. ARTICLE 2. DURATION The period of its duration is perpetual. ARTICLE 3. PURPOSES This corporation is organized for the purpose of transacting any and all lawful business for which corporations may be incorporated under Title 23B of the Revised Code of Washington, as amended. ARTICLE 4. SHARES This corporation shall have authority to issue 10,000 shares of common stock, and each share shall have a par value of $1.00. 1 ARTICLE 5. CONTRACTS IN WHICH DIRECTORS HAVE INTEREST Any contract or other transaction between this corporation and one or more of its directors, or between this corporation and any corporation, firm, association or other entity of which one or more of its directors are stockholders, members, directors, officers or employees or in which they are interested, shall be valid for all purposes, notwithstanding the presence of such director or directors at the meeting of the Board of Directors which acts upon or in reference to such contract or transaction and notwithstanding his or their participation in such action, by voting or otherwise, even though his or their presence or vote, or both, might have been necessary to obligate this corporation upon such contract or transaction; provided, that the fact of such interest shall be disclosed to or known by the Directors acting on such contract or transaction. ARTICLE 6. DIRECTORS The number of directors of this corporation shall be fixed by the Bylaws and may be increased or decreased from time to time in the manner specified therein. The initial Board of Directors shall consist of two (2) directors, and the name and address of the persons who shall serve as directors until the first annual meeting of shareholders and until his/her successor(s) are elected and qualifies unless they resign or are removed are. Joseph D. Baldwin 2651 Huntington Street Bellingham, Wa 98226 Karen M. Baldwin 2651 Huntington Street Bellingham, Wa 98226 ARTICLE 7. BYLAWS The Board of Directors shall have the power to adopt, amend or repeal the Bylaws for this corporation, subject to the power of the shareholders to amend or repeal such Bylaws. ARTICLE 8. REGISTERED OFFICE, AGENT The address of the registered office of this corporation is 800 Fifth Ave., STE 3825 Seattle, WA 98104, and the name of the registered agent at such address is A. Shawn Hicks. ARTICLE 9. PREEMPTIVE RIGHTS Preemptive rights shall exist with respect to shares of stock or securities convertible into shares of stock of this corporation. ARTICLE 10. CUMULATIVE VOTING The right to cumulate votes in the election of directors shall not exist with respect to shares of stock of this corporation. ARTICLE 11. INCORPORATOR The name and address of the incorporator is: A. Shawn Hicks 800 Fifth Ave., STE 3825 Seattle, WA 98104 3 ARTICLE 12. AMENDMENTS OF ARTICLES OF INCORPORATION This corporation reserves the right to amend, alter, change, or repeal any of the provisions contained in these Articles of Incorporation, in the manner now or hereafter prescribed by law, and rights and powers conferred herein on shareholders and directors of this corporation are subject to this reserved power. IN WITNESS WHEREOF, I hav et my han this day of March, 2005. A. hawn cks, corporator Consent to Appointment as Registered Agent: I, . Shawn picks, do her consent to serve as registered agent for the corporation e Con tion, Inc. this day of March, 2005. A. kawn lycks, V�s Agent Address of registered Agent: A. Shawn Hicks 800 Fifth Ave., STE 3825 gcattic, WA 98104 0:\My Documents\WP-DGCS\ASH\sh050308e.wpd 4 Lake Youngs Ct. SE Storm & Water .Improvements City of Renton A list of names, addresses, phone numbers, and emergency phone numbers for: the Responsible Officer, Job Foreman, Insurance Agent, and Bonding Agent: Responsible Officer: Auden Schilder Oceanside Construction 360-933-1728 / Emergency Cell # 281-687-5919 asatosc(yahoo.com 1511 Mt. Baker Hwy Bellingham, WA 98226 Job Foreman: Cory Christianson Oceanside Construction 360-933-1728 / Emergency Cell # 253-266-6863 1511 Mt. Baker Hwy Bellingham, WA 98226 Other Important Contact Information: Joe Baldwin — Owner 360-933-1728 / Emergency Cell # 360-305-4504 jbatc)sc 47a-ghslc)_cc�m Spencer Baldwin — Superintendent 360-933-1728 / Emergency Cell # 360-220-1559 sbatosc«r)vahoo.com Insurance and Bond Agent: Justin Price Merchants Bonding Company 425-576-4077 2100 Fleur Drive Des Moines, Iowa 50321-1158 V Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 489 OCEANSIDE CONSTRUCTION INC 1511 MT. BAKER HWY OCEANSIDE CONSTRUCTION INC Reg: CC OCEANCI955JB UBI: 602-481-726 Registered as provided by Law as: Construction Contractor (CCO`1) - GENERAL Effective Date: 4/4/2005 Expiration Date:. 6/26/2021 BELLINGHAM WA 98226 A Business License 1055 South Grady Way Renton, WA 98057 (425) 430-6851 Renton License #: 51690 WA State UBI# 602481726-001-0001 Expiration Date: 1/31/2020 OCEANSIDE CONSTRUCTION INC 1511 MT BAKER HWY BELLINGHAM WA 98226-8722 LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED BELOW BUSINESS LICENSE NON -TRANSFERABLE OCEANSIDE CONSTRUCTION INC 1511 MT BAKER HWY I:l111111l0[e1I In FA kTA\�i%�'�:�►�►�:�:�i�►� Mayor, Denis Law Renton Business License #: 51690 WA State UBI# 602481726-001-0001 Expiration Date: 1/31/2020 ASD Administrator. Jan Hawn Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code (the Code), Title V Business, Chapter 5 Business License. The Licensee agrees to comply with all requirements of the Code, as well as State laws and regulations applicable to the business activity licensed. LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED 1055 S Grady Way, Renton WA 98057 (425) 430-6851 licensing@rentonwa.gov WOW CITY OF Renton ®R LAKE YOUNGS CT SE STORM & WATER IMPROVEMENT PROJECT Project SWP-27-4017 CONTRACT DOCUMENT TABLE OF CONTENTS 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Scope of Work 4. Location Map and Vicinity Map 5. Instructions to Bidders 6. Call for Bids 7. *Proposal and Combined Affidavit & Certificate Form: Non -Collusion, Anti -Trust Claims, Minimum Wage 8. *Proposal Bid Bond Form 9. *Department of Labor and Industries Certificate Registration 10. *Schedule of Prices 11. *Acknowledgement of Receipt of Addenda 12. *Certification of Compliance with Wage Payment Statutes 13. *Subcontractors List 14. ❖Performance Bond to the City of Renton 15. ❖Fair Practices Policy Affidavit of Compliance 16. ❖Contract Agreement (Contracts other than Federal - Aid FHWA) 17. ❖Retainage Selecton 18. City of Renton Insurance Requirements 19. Washington State Prevailing Minimum Hourly Wage Rates Reference 20. Statement of Intent to Pay Prevailing Wages 21. Affidavit of Prevailing Wages Paid 22. City of Renton Certification of Payment of Prevailing Wages 23. Traffic Control Information 24. Project Special Provisions 25. Construction Plans (reduced 11x17) 26. Standard Details Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ❖ Submit after Notice of Award (at the latest) CITY OF RENTON - Public Works Department 02 Table of Contents.docA CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of March , 2011 . CITY O RENTON n Denis Law, Mayor Attest: Bonnie I. Walton, City Clerk RENTON CITY COUNCIL uncil Pr ident f0. CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably. accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (I) EMPLOYMENT PRA E - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION 'WITH BIMM_RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS Wl TH DISABIL=S ACT POLICY -The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) QQNTRACTOM' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON Mayor Attest: City Clerk RENTON CITY COUNCIL: ouncil President WOW CITY OF Renton 0 LAKE YOUNGS CT SE STORM & WATER IMPROVEMENT PROJECT SWP-27-4017 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Construction surveying, staking, and production of as -built plans, • Traffic control, • Installing and maintaining adequate Temporary Erosion and Sediment Control measures, • Installing new storm system of approximately 700 linear feet of 8-inch and 12-inch diameter storm sewer pipe, • Trench excavation, including dewatering, shoring, removal of any existing unsuitable material, disposal of excavated material, • Trench backfill with suitable material and compaction to required standards, • Protection of existing utilities, • Installing 1 Type 2 - 48-inch catch basins, 9 Type 1 catch basin and 5 storm cleanouts, • Removal and replacement of asphalt concrete pavement, • Asphalt patch for utility trenches, • Removal and replacement of concrete curbs, gutters, sidewalks, curb ramp and driveways • Landscape and property restoration. • Installation of approximately 460 linear feet of water main, 8" ductile iron pipe with polywrap, • Installation of 8" and 12" gate valve assemblies on water system, • Installation of thrust blocking and dead man anchor blocks on new water system, • Installation of fire hydrant assembly, • Installation of 13 1" water service connections and transfer of domestic services, • Connection of new water system to existing water system, • Cut and cap abandonment of existing 4" water main, • Cut and cap of abandoned 6" water main, • Abandonment of existing 2" blow -off assembly. The estimated project cost is $460,000 to $560,000 A total of 45 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 05 Scope of Work.docA LAKE YOUNGS CT SE STORM & WATER IMPROVEMENT PROJECT F Jared McDonald This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be 1795 0 898 1795Feet jmcdonald@Rentonwa.gov accurate, current, or otherwise reliable. WGS_1984_Web_Mercator_Auxiliary_Sphere 03/18/2019 THIS MAP IS NOT TO BE USED FOR NAVIGATION Legend L.; City and County Boundary Streets Parks Waterbodies Designated Neighborhoods • Map Extent2010 SITE MAP City .Re-nt n Finance & IT Division LAKE YOUNGS CT SE STORM & WATER IMPROVEMENT PROJECT VICINITY MAP O 136 0 68 136 Feet W GS_1984_Web_Mercator_Auxiliary_Sphere City of Renton e Finance & IT Division Legend City and County Boundary Pressurized Mains Addresses Renton Parcels Private Renton Fire Hydrant Gravity Mains ♦ Hydrant Other System Renton g Control Valve Private Water Gravity Pipe L Wastewater Service Areas — Water Mainly KC Metro Manholes 1 Water Service Areas — KC Pressurized Mains rs I I ift gtntinn ■ KC. (-,ravitu Mains COR Maps - GIS This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be jmcdonald@Rentonwa.gov accurate, current, or otherwise reliable. 10/15/2018 THIS MAP IS NOT TO BE USED FOR NAVIGATION 000 CITY OF Renton LAKE YOUNGS CT SE STORM & WEATHER IMPROVEMENT PROJECT SWP-27-4017 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issues of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2018 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted Minority Business/Woman Business Enterprise Subcontractors List (if required) ❑ Have you submitted the Subcontractors List (if required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified Receipt of Addenda, if any? ❑ Have you submitted Department of Labor and Industries Certificate of Registration Form? CAG-19-152 CITY OF RENTON CALL FOR BIDS Lake Youngs Ct SE Storm & Water Improvement Project, SWP-27-4017 Sealed bids will be received until 2:30 p.m., Monday, June 10, 2019, at the City Clerk's office, 7`h floor, and will be opened and publicly read in Conference Room 511 on the 51h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. The work to be performed within 45 working days from the date of commencement under this contract shall include, but not be limited to: • Construction surveying, staking, and production of as -built plans, • Traffic control, • Installing and maintaining adequate Temporary Erosion and Sediment Control measures, • Installing new storm system of approximately 700 linear feet of 8-inch and 12-inch diameter storm sewer pipe, • Trench excavation, including dewatering, shoring, removal of any existing unsuitable material, disposal of excavated material, • Trench backfill with suitable material and compaction to required standards, • Protection of existing utilities, • Installing 1 Type 2 - 48-inch catch basins, 9 Type 1 catch basin and 5 storm cleanouts, • Removal and replacement of asphalt concrete pavement, • Asphalt patch for utility trenches, • Removal and replacement of concrete curbs, gutters, sidewalks, curb ramp and driveways • Landscape and property restoration. • Installation of approximately 460 linear feet of water main, 8" ductile iron pipe with polywrap, • Installation of 8" and 12" gate valve assemblies on water system, • Installation of thrust blocking and dead man anchor blocks on new water system, • Installation of fire hydrant assembly, • Installation of 13 1" water service connections and transfer of domestic services, • Connection of new water system to existing water system, • Cut and cap abandonment of existing 4" water main, • Cut and cap of abandoned 6" water main, • Abandonment of existing 2" blow -off assembly. The estimated project cost is $460,000 to $560,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available May 23, 2019. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the `Bidders List.") Questions about the project shall be addressed to: Jared McDonald, Public Works Department, 1055 South Grady Way, Fifth Floor, Renton, WA, 98057, or 425-430-7293, or imcdonald@rentonwa.sov. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. ason Seth, 2Cityde7rV Published: Daily Journal of Commerce May 23, 2019 Daily Journal of Commerce May 30, 2019 Proposal - Page 1 of 2 CITY OF RENTON Lake Youngs Ct SE Storm & Water Improvement Project SWP-27-4017 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned further certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person, not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE! ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I Will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal - Page 2 of 2 I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMSTO PURCHASER AND MINIMUM WAGEAFFIDAVIT aA-) C, Name of Bidder's Printed Name:Jos9EPH- �-� Signature: Address: YZZ-Al� Contact Name (please print): P/f Phone:_ �3-6623-2/72-Y Email: �$�4T�j _ Yrf/Yqd. C6!�j Names of Members of Partnership: Name of President of Corporation o C-(4- Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at 04 r, A-14- 98'1ZZ Subscribed and sworn to before me on this of ary Public In and for a State of Washington Notary (Print) U.l'D/t— v� A BN)k% My appointment Expires:_ 5 OR NOTi�q�► r.��� WASN�� Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] Oceanside Construction, Inc. of [address] 1511 Mt. Baker Hwy, Bellingham, WA 98226 as Principal, and [Surety] Merchants National Bonding, Inc. a corporation duly organized under the laws of the State of Iowa and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein Is herewith submitting his/her or its sealed proposal for the following project, to wit: Lake Youngs Ct SE Storm & Water Improvements Prolect, SWP-27-4017 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter Into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be In full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 3SA.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this loth day of June 2019 Oceanside Construction, Inc. Merchants National Bonding, Inc. [Principal] [ rety GL [Sig r of authorized official [ cure of authorize official] /;ZU li✓-- By: Julie M. Glover [Titi] [Attorney4n-Fact] P.O. Box 3018 [Address) Bothell, WA 98041-3018 (425)489-4500 [Telephone Number] Approved by the City Attorney on 6/03/13 MERCHANT � BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC.. both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Amanda Ivey; Andy D Prill; Annette Troseth; Benjamin Wells; Carol Lowell; Chad M Epple; Deborah L Buss; Jeff Barrom; Jennifer Schultz; Jim S Kuich; Jim W Doyle; Julie M Glover; Kelly Wilson; Michael A Murphy; Patti White; S M Scott; Steve Wagner; Ted Baran; Theresa A Lamb their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of February 2019 10 Nq ••.,• • ����G C�'hA ••.••P•� •• •� RPO/P' �� •p.• RpQ9 • q 4�' MERCHANTS BONDING COMPANY (MUTUAL) .•�`!:•GO •. Z . �; V� 9�,.y,� • MERCHANTS NATIONAL BONDING, INC. 2003 ; ,� : y 1933 c; By 77� %, i .. �; • • .� - President ••�. •• STATE OFIOWA •••''""'�••• •••••"'••- COUNTY OF DALLAS ss. On this this 19th day of February 2019 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors._ S AUCIA K. GRAM �PRIA4 z° Commission Number 767430 My Commission Expires - ,owp. April 1, 2020 + Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. & In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this �b day of �•••�gt10Nq�••.,•• • pag•.�A;• •.•Q�NG,Cpy�A • v 200a ;b7� �y 1933 c' Secretary ;v. .• :gib. •do:' reCITYOF. ntor� 169 LAKE YOUNGS CT SE STORM & WATER IMPROVEMENT PROJECT SWP-27-4017 Department of Labor and industries Certificate of Registration n.-- Name on Registration: cld N5! 10 �' �i �e� .� ,✓ C _ Registration Number: '.-0Z. 60Z-,"4<�) ( -7z6 t)(piration Date: 6 1 Z `P , ZU Note: A copy of the certificate will be requested as part of contract execution when project is awarded. DOL1 Gerti$aateofRegistration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Home Espanol Contact Search L&I A-Z Index Help My L&I Safety & Health Claims & Insurance Washington State Department of 4)Labor & Industries OCEANSIDE CONSTRUCTION INC Owner or tradesperson ....................................................................... Principals BALDWIN, JOSEPH DENNIS, PRESIDENT Doing business as OCEANSIDE CONSTRUCTION INC WA UBI No. 602 481 726 Certifications & Endorsements OMWBE Certifications Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Apprentice Training Agent .............................................................................. Not allowed to have apprentices. License 1511 Mt. Baker Hwy BELLINGHAM, WA 98226 360-933-1728 WHATCOM County Business type Corporation Governing persons JOSEPH DENNIS BALDWIN KAREN M BALDWIN; Workplace Rights Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. OCEANC1955JB Effective — expiration 04/04/2005— 06/26/2021 Bond ................. Merchants Bonding Co (Mutual) $12,000.00 Bond account no. WA28610 Received by L&I Effective date 02/03/2012 03/30/2012 Expiration date Until Canceled Trades & Licensing THE HANOVER INSURANCE CO $12,000.00 Bond account no. 1977944 Help us improve Received by L&I Effective date 01/31/2011 03/30/2011 Expiration date Until Canceled Insurance .............................. Colony Ins Co $1,000,000.00 Policy no. 103 GL 0027535-00 Received by L&I Effective date 02/13/2019 02/05/2019 Expiration date 02/05/2020 Insurance history Savings ......................... No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations ........................................ No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums L&I Account ID 850,638-02 ................................ Account is current. Doing business as OCEANSIDE CONSTRUCTION INC Estimated workers reported Quarter 1 of Year 2019 "7 to 10 Workers" L&I account contact TO / KRISTINE HATHAWAY (360)902-4811 - Email: HATK235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects Required Training— Effective July 1, 2019 Exempt from this requirement. Contractor Strikes .................. No strikes have been issued against this contractor. Contractors not allowed to bid .................................... No debarments have been issued against this contractor. Workplace safety and health No inspections during the previous 6 year period. © Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Help us improve CITY OF RENTON PUBLIC WORKS DEPARTMENT Lake Youngs Ct SE Storm Water Improvement Project 5WP27-4017 SCHEDULE OF PRICES Note. Show'pxiide per unit in figures only Figures written to the right of the dot (dedmal) In tfm.prlce per unit dolumn shalt be Interpreted as deM. , WE SECTION 149.114 OF THE SPECIAL PROVISIONS FOR INFORMATION ON Bib ITEMS. BID SCHEDULE A - STORM WATER A-1 Mobilization & Demobilization 1 Lum Sum G C 6C;6' , C5 Per Sum A-Z C-OhMiction Surveying, Staking, and As -Built Drawings 1 Lum Sum p Per L'UW Sum A-3 Temporary Traffic Control 1 Lump Sum A1000 co GAO Per'Lunv sum 01 A-4 $tormwater Pollution Prevention and TE8C Plan and Implementation 1 Lump Sum d!3 00 �� Ffir LrM Sum A-b f arKfacape Rbatoration 1 Lump Su (J , Plir Lurp Sum A-6 ReRx-9ting Site Feature - Maffbox/Newspaper Stand 1 Lump Sum Pe Sum A-7 Trench Safety Systems 1 Sum 1,100, q0 Pet Lurrp sum A-8 Minor Changes —Lump 1 Fbrce Account $10,000.bg $10.OQd•00 A-9 Remove and Replace Concrete Sidewalk and Driveway 75 Yatd OD_ 00 NrSq Ygtd A-10 R&rpVe'anct Replace Concrete Curb and Gutter 80 Linear Foot a p QJ[rj Per LtnearFoot A,11 Select ImportedTrenuh Backfill 620 Ton my Per Ton n2 4-12 Hot Mix Asphalt Patch Including CSTC 625 Yard 5� 06 Per Sq Yard A-13 Remwab and Replacement of Unsuitable Foundation Material 80 Ton Per,Toh A-14 CCTV thspeow 625 Linear Foot a �j Per linear Foot A-15 Resolution of Utility Conflicts with Stormwater 1 Force Account $5,000.00 5 000: 0 A-16, Storm Drain, 8-inch Diameter [MO] 110. Linear oot / / Per linear Foot A-17 $"Subsurface Underdtain 50 Linear Foot I Pet linear Foot Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON PUBLIC VVORKS DEPARTMENT Lake Youngs Ct SE Storm Water Improvement Project SWP 37-1Q17 SCHEDULE OF PRICES *me. Shbwlyids per unit in figures only. Figures written to the right or the riot (dedmal) in the price per unit column "Il. be Interpreted'as cants. SEE SECTION 1.08.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. NQ. Tit N VATH [IWT PPJCM IBM APPRO.. 1 titvir MVC.E A-18 8" Storm Underdrain 70 Linear Foot G D Par Lirfiar Foot A-19 Storm Drain, 124neh Diameter [C900] 80 Linear Foot d „ G 0S0. 001 Per Linear Foot A-20 Storm Drain, l2 inch Diameter [PPP] 420 Linear Foot , Per Linear Foot A-21 Connect New Storm Pipe to Existing Storm Structure 4 Each Per Each A-22 Storm I6teral Cleanout - 8" Diameter 5 Each ot Per Each A-:23 Catt;h Basin `l)rpe 1 9 Each Q ' A-24 Catch Basin Type 2, 48-€nch Diameter 1 Each `�PerEach J 6G _ � O Per Each Talal SdwWule A ;S aa. Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always verify Scal CITY OF RENTON PUBLIC WORKS DEPARTMENT Lake Youngs Ct SE Storm Water Improvement Project SWP-ft-4017 SCHEDULE OF PRICES fW w Show price per unit in figures only Figures Written to the right of the dot tdedmal) In the price per unit Column shall. be ihterpreted as deht5. SEE SECTION I-K14 Oir THE SPECIAL PROVISIONS FOR INFORMATION ON Bib ITEMS. I - _&'QW- : 1tWVATJ4UWTfR=ED-81D I APPROX. UMrPMca I TOTAL A4 i NO. BID SCHEDULES -WATER B 1 Mobilization &Demobilization 1 Lump Sum C;eo Per LumD Sum B-2 Construction Surveying, Staking, and As -Built Drawings 1 LurnprSum Old d P r Lump sum &8 Temporary Traffic Control 1 Lump Sum Per L15mp Sum f Storawaliet Pollution Prevention and TESC Planand I)rplemetitation 1 Lump Sum n d` O Pgr Lump Sum B 5 Landscape Restoration 1 Lump Su I rid 0oG Lutrip Sum U� kelocating Site Feature - Mailbox/Newspaper Stand 1 Lump Sum 1,00 Per Lump Sum 6-7 Trench SafetySyatems 1 Lum Sum d surrr B l} Remove and Replace Concrete Sidewalk and Driveway 3 Yard 16 0. UO L Per Sq Yard B-9 Remove and Replace Concrete Curb and Gutter 6 Linear Foot 1 610 & elQ(> Per Ling Foot B•10 Seledt Imported Trench Backfill 376 Ton �L5_!j 0 Per Ton &11 Hp% Mix, Asphalt Patch Including CSTC for Water Trench 626 Square Yard 6A 003 Per Square Yard J3,12 Removal and Replacement of Unsuitable Foundation Material Bp Ton L Per Ton L B•10 FuiniWand Install 8" CI, 52 DI Water Main with Restrained- Joint F`ittmgs-and Polywrap 4M Unear Foot / / - Per Unear Foot B--14- Ftunish and 1nstaill 8" Gate Valve Assembly 1 Each �j Per Each 8,15 Furrdsh and Install 12" Gate Valve Assembly 1 Each _ d4 Per Each �1.6 Cortor#W for Thrust Blocking and Dead Man Anchor Blocks 4 Cubic Yard 3ae QB 1410 _ Per Cutii"c Yard B-17 l'umish and Install Fire Hydrant Assembly 1 Each O Per Each Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON PUBLIC WORKS DEPARTMENT Lake Youngs Ct SE Storm Water Improvement Prot SWP-27-4017 SCHEDULE OF PRICES 'Note. 8howprids per unit in figures only Figures written to the right or the dot (decimal) in the price per unit column shall be Interpreted as cents. �r SiYi� 3 rKC Mao tium i-tw.74 OF NE S EGiiAL F'ROVIStUNS FOR INFORMATION ON Film ITEMS. TH I Pia R APPROX UilaT PU N[r: Furnish and Install 1" Water Service Connection 13 c &18 'FTO Each Each B-19 Connection to Existing Water Main Esoh Per Each �20 Cut and Cap Existing Water Main & Abandon Existing Water Facilitiescc 1 L Sum r Lump Sum 1 B-21 Minot Changes Force $10,000.00 $10.000.00 Account Schedule B /� � 10°% Sales Tan C7 d` d p 9 Total Schedule B BID TOTAL (Total Schedules A and B) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal cjrr aF 0"O� Zein t66n f4b LAKEYOUNGS CT SE STORM & WATER IMPROVEMENT PROJECT SWP-27-4017 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO.,-e— DATE: ,No. DATE: NO. DATE: NO. DATE: NO. DATE: TITLE; S 1z;z1.4U /' NAME OF COMPANY: 1e4lo -Ir! 2 C %G ADDRESS: %,r7/� /1'J!', i416 . �f CITY/ STATE/ ZIP: Eej-.,xj611,4,q Ald TELEPHONE: 6 o ' /Q- � 7 Z8 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year poriod immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RAW 49,48.082, of any provision of chapters 49A6, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the [department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify udder penalty of perjury under the laws of the State of Washington that the foregoing is true acid correct. 710 " Bidder's Business Name r signat/ of Authorized Official" P61-0011- Printed NaM e TI 41 //d /9 A�j Date I City State Oerk One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporations LLC ❑ State of Incorporation, or if not a corporation, State where business entity was formed; If a co -partnership, give firm name under which business is transacted: *if &cdrporotid[!r proposal must be executed In the co, porate name by the president or vice-president (or any other cdrpar0te pfjtcepoc#vmponied by evidence of authority to 51gn). Jf a co -partnership, proposal must be executed by o pdrtner. Template updated 2-12-19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Subcontractor List Page 1 of 2 CITY OF RENTON SUBCONTRACTOR LIST Lake Youngs Ct SE Storm & Water Improvement Project SWP-27-4017 RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the dames of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18,106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also Includes the control system integrator subcontractor as well as otherelecttical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and, therefore, void. Complete the following: 1f.awarded the contract, will contract with the following subuifitrattorsfor the Wormance of heating, Ventilation and air conditioning, plumbing, and electrical (inciyding autognatic controls) work: Bid Item (s) Subcpntractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) Subcontractor Name Acfdmss State Contractor's License No. Phone No, State Contractor's License No, Bid Item (s) Subcontractor Name Address H AFda Sys1SWP -Surface Water Projectsl3WP-27 -Mace Water Prbjects (CIP)i27,4017 26I7 bake Youngs CT SM1600 Comtrue5bri1160143id Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Subcontractor List Page 2 of 2 Phone No. Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. State Contractor's License No. State Contractor's License No. ' at`re of A4thorized Representative of Bidder $ubscribed and sworn to be before me on this �Yday of Notary Public in and for the State of Washington Notary (Print) Ud v ova Residing at ✓a vu My appointment expires: H:Tik Sya1.S%T - &rfaet Weler Pro1ects\SWP-27 - Surface Watet Projects (C1I)'•27.4017 2617 Lake Yowl& CT SM-1600 CotiAruetFoffl1-601431d Tit GWAPaFk* Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PERFORMANCE BOND TO THE CITY OF RENTON Bond No. NWA1920 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Oceanside Construction, Inc. as principal, and Merchants National Bonding, Inc. corporation organized and existing under the laws of the State of Iowa as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $501,986.60 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Bellingham Washington, this day of 20_ Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-19-152 providing for construction of Lake Youngs Ct SE Storm & Water Improvement Proiect , SWP-27-4017 the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Oceanside Construction, Inc. Principal By: Signatu 11 �►'� S I (�O�.T Title Merchants National Bonding. Inc. Surety By: Signat Julie M. Glover Attorney -in -Fact — Title MERCHANTS BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Amanda Ivey; Andy D Prill; Annette Troseth; Benjamin Wells; Carol Lowell; Chad M Epple; Deborah L Buss; Jeff Barrom; Jennifer Schultz; Jim S Kuich; Jim W Doyle; Julie M Glover; Kelly Wilson; Michael A Murphy; Patti White; S M Scott; Steve Wagner; Ted Baran; Theresa A Lamb their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of February 2019 '�•.•'P't10NA< •.a��NG Cpy�A.• MERCHANTS BONDING COMPANY (MUTUAL) y oitpORq 0O�% ' 0�. �APO/9,� 9Z ; MERCHANTS NATIONAL BONDING, INC. j By 2003 ; ��; : y r 1933 c: . •. �� ; . mod. o ;d. *'.,�.'' ':iJ••�.� '••�W" '' \1•: President STATE OF IOWA COUNTY OF DALLAS ss. On this this 19th day of February 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. A,PRIAL s ALICIA K. GRAM o v Commission Number 767430 My Commission Expires ,owP • April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of 4........... • .....6. • PP 094 -0- 1: C .1 : -o- c 2003 s 1933 'C; y� Secretary ;� • ;.dam;••. :a� • may. '••d,;w.......'��a:. POA 0018 (3/17) r�6 ------'`Renton R CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE OceC ,V�si ..Q_ hereby confirms and declares that: (Name of contractor/subcontractor/consultant) It is the policy of the above -named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. The above -named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above -named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. S PA dw Print Agent/Representative's Name Print Agent/Representative's Title A Representative's Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. CAG-19-152 AGREEMENT CONTRACT NO.CAG-19-152 THIS AGREEMENT, made and entered into this day of , 2019 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington�Jhhereinafter referred to as "City" and Oceanside Construction, Inc., hereinafter referred to as"Contractor." Now,therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association,including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form,Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Lake Youngs Ct SE Storm &Water Improvement Protect, SWP 27-4017, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $ 501,986.60 , unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor,tools, materials and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two(2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR: CITY OF RENTON: President/Partner/Owner enis Law, Mayor ATTEST ���,„,1„ NNfl rr; Secretary Seth, it Clerk = * 'ram ''"14fuN�P�\`'` FIRM INFORM TION `'�`� C?Stp s\ d/b/a Oceanside Construction, Inc. CHECK ONE: 0 Limited Liability Company 0 Partnership Z Corporation STATE OF INCORPORATION: Washington CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: Oceanside Construction, Inc. City of Renton 1511 Mt. Baker Hwy 1055 South Grady Way Bellingham Wa,98226 Renton,WA 98057 360-933-1728 425-430-7293 jbatosc@yahoo.com jmcdonald@rentonwa.gov Attention: If business is a CORPORATION,the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company,an authorized managing member or manages must sign followed by his/her title. Lake Youngs Ct SE Storm&Water Improvement Project CAG-19-152 May 2019 Contract Template Updated 12/29/2017 CITY OF RENTON Lake Youngs Ct SE Storm & Water Improvement Project SWP-27-4017 RETAINAGE SELECTION Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City (non -interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: _ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the Contractor and bank; and are not allowed to be withdrawn without the City's written authorization, or 2. The City, at its' option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED: PRINT NAME: oSe t1;`cw �►� COMPANY: 0C�Gtn %G� DATE: � �9 _(� Bond No. WA100613 RETAINAGE BOND KNOW ALL MEN BY THESE PRESENTS that we Oceanside Construction, Inc. a Corporation under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, as Principal, and Merchants Bonding Company (Mutual) , a corporation organized and existing under the laws of the State of Iowa and authorized to transact business of surety in the State of Washington, as Surety, are jointly and severally held and bound unto City of Renton , hereinafter referred to as Obligee, as Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28 and their heirs, executors, administrators, successors and assigns, in the penal sum of Twenty-five Thousand Ninety-nine And 33/100 Dollars ($25 099.33 ) plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work. WHEREAS, on the day of executed a contract with City of Renton Lake Younas Ct SE Storm & Water Improvement Project, SWP-27-4017 , the said Principal herein WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned by the Principal on estimates during the progress of the work, hereinafter referred to as earned retained funds. for WHEREAS, the Principal has requested that the Obligee accept a bond in lieu of earned retained funds as allowed under Chapter 60.28 RCW. NOW THEREFORE, this obligation is such that the Surety, its successors and assigns are held and bound unto the Obligee and unto all beneficiaries of the trust fund created by RCW 60.28.01 l(1) in the aforesaid sum. This bond, including any proceeds therefrom, is subject to all claims and liens and in the same manner and priority as set forth for retained percentages in Chapter 60.28 RCW. The condition of this obligation is also that if the Principal shall satisfy all payment obligations to persons who may lawfully claim under the trust fund created pursuant to Chapter 60.28 RCW, to the Obligee, and indemnify and hold the Obligee harmless from any and all loss, costs and damages that the Obligee may sustain by release of said retainage to the Principal, then this obligation shall be null and void, provided the Surety is notified by the Obligee that the requirements of RCW 60.28.021 have been satisfied and the obligation is duly released by the Obligee. Page 2 of 2 IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal. The Surety will not be discharged or released from liability for any act, omission or defenses of any kind or nature that would not also discharge the Principal. IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety, the Obligee, the beneficiaries of the trust fund created by Chapter 60.28, Revised Code of Washington (RCW) and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this loth day of June . 2019 Oceanside Construction, Inc. C By _ Principal Merchants Bonding Company (Mutual) By. Patti White Attorney -in -fact MERCHANi7 BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Amanda Ivey; Andy D Prill; Annette Troseth; Benjamin Wells; Carol Lowell; Chad M Epple; Deborah L Buss; Jeff Barrom; Jennifer Schultz; Jim S Kuich; Jim W Doyle; Julie M Glover; Kelly Wilson; Michael A Murphy; Patti White; S M Scott; Steve Wagner; Ted Baran; Theresa A Lamb their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 19th day of February 2019 ;'�•�•P�`P��•�0•. �QPO � l�'��•� MERCHANTS BONDING COMPANY (MUTUAL) •'��; GO 4j; , ,y t . �, v4 Rq.� ys MERCHANT NATIONAL BONDING, INC. 2003 c� : �'~ 1933 c: By •%d'vjG• : ����: •.�6%i ...... • •`1�: • President STATE OF IOWA COUNTY OF DALLAS ss. On this this 19th day of February 2019 before me appeared Larry Taylor, to me personally known, who being ; duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; andd that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �VJ?0 s ALICIA K. GRAM o > Commission Number 767430 My Commission Expires • ,P April 1, 2020 ,..•,._ (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not boon amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 20th day of June 2019 •.........., •.•---••. ,.•• ��ONq p\NG,co'.•. �•�o•�°PP099 Secretary v'. 2003 : s�; ;y�, 1933 POA 0018 (3/17) CITY OF woww�Renton Insurance Guidelines for the City of Renton The City of Renton typically requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: • $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. • $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. • Proof of Workers' Compensation coverage, as required by the State of Washington (provide the Washington L&1 or excess coverage policy number). • Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. • $1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. • $1,000,000 Pollution Liability — Required if work involves a pollution risk to the environment. • $1,000,000 per occurrence Aircraft Liability (including Property Damage Liability). Required coverage for aircraft tie -down leases. Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy (only applies to Commercial General, Auto Liability, Excess/Umbrella, Special Event, and Aircraft Liability policies). • The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. • The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. • Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here and Department) 1055 South Grady Way Renton, WA. 98057 Direct any questions, comments, or concerns to: Gary B. Lamb, Risk Manager 425.430.7669 - direct 425.430.7665 - fax glamb@rentonwa.gov Revised 5/18/17 OCEACON-01 MJOHNSON ACORO CERTIFICATE OF LIABILITY INSURANCE `-/ DATD/YYYY) 6/14/214/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX (A/C, No, Ext): (425) 489-4500 (A/C, No): (425) 485-8489 Hub International Northwest LLC P.O. Box 3018 Bothell, WA 98041 ADDRESS: now.info@hubinternational.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Colony Insurance Company 39993 INSURED INSURER B : Travelers Casualty Insurance Company of Americ 19046 INSURER C : Oceanside Construction, Inc. INSURER D : 1511 Mt Baker Hwy Bellingham, WA 98226 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM DD YYY POLICY EXP MM DD YYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR X X 103 GL 0027535-00 2/5/2019 2/5/2020 DAMAGE TO RENTED PREMISES Ea occurrence 100,000 $ MED EXP (Any oneperson) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PECOT- LOC PRODUCTS - COMP/OP AGG $ 2,000,000 WASHINGTON STOP $ 1,000,000 OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 $ X BODILY INJURY Perperson) $ ANY AUTO X X BA-3L644878-19-42-G 2/5/2019 2/5/2020 OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X PROPERTY DAMAGE ent Per accident) $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE XS174145 2/5/2019 2/5/2020 DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A 103 GL 0027535-00 2/5/2019 2/5/2020 PER X OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Lake Youngs Ct SE Storm & Water Improvement Project, SWP 27-4017 City of Renton is included as Additional Insured, coverage is primary and non-contributory per the attached forms/endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Renton Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1055 South Grady Way Renton, WA 98057 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 103 GL 0027535-00 POLICY NUMBER: 103 GL 0027535-00 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations All persons or organizations as required by written As designated in written contract with the Named contract with the Named Insured Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 103 GL 0027535-00 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 103 GL 0027535-00 POLICY NUMBER: 103 GL 0027535-00 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following. - COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations All persons or organizations as required by written As designated in written contract with the Named Insured contract with the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However.- 1 . The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance.- 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 103 GL 0027535-00 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations as requested by written contract with the Named Insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 OO Insurance Services Office, Inc., 2008 Page 1 of 1 103 GL 0027535-00 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT - RESTRICTED FORM This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: All projects during the policy period. (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" Under SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, and for all medical expenses caused by accidents under SECTION I -- COVERAGE C MEDICAL PAYMENTS, which can be attributed only to ongoing operations at a single designated con- struction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under SECTION I — COVERAGE C MEDICAL PAYMENTS regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under SECTION I -- COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY for damages or under SECTION I - COVERAGE C MEDICAL PAYMENTS shall reduce the Designated Construction Project General Aggregate Limit for that des- ignated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damages to Premises Rented to You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. 5. The most we will pay for the sum of all Designated Construction Project General Aggregate Limits combined and to which this insurance applies is $5,000,000. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" Under SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE UCG2503-1013 Includes copyrighted material of Insurance Services Office, Inc., 1996 Page 1 of 2 with its permission. 103 GL 0027535-00 LIABILITY, and caused by accidents under SECTION I --COVERAGE C MEDICAL PAYMENTS, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY for damages or under SECTION I — COVERAGE C MEDICAL PAYMENTS shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability resulting from the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. UCG2503-1013 Includes copyrighted material of Insurance Services Office, Inc., 1996 Page 2 of 2 with its permission. 103 GL 0027535-00 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 1 d a 6,6 cim J .�SW2a` L J 0 75 >a 2) ZU m u1O6 LaClOp NLIL wta mW E>UM a- y> 0 dO m }° E : Hq )y L) >- T ci a - N a N y o N U d m X 0_Lu 0 111 p` O d'@" y C Md L- y d `N CO) CWa m 0'� Wr O.V -p� a i Y03 > r C. o:.. O Z d J 0 a aTa- yCa mpc a� d y ri p yT G G J ° CI 16 d `� Is d C 0 d 3 L V E C L O L a r y a a d N a 0 °� x a 0 d 0. C .0 E mJ y _T O d y d '<6 O ._ y« m O W r a W da d ar ILO O` G w °. C y> y d I 0. v� w N d j a r m w a m> N C E d a 3 d @o- O U E O m 0 y O I > O d N a y ME N W a y m rn o d m Z W y W H U In w G o C O Z5- m o E Oo �« ` p d N� a -_ ml w a . W '� L 2 Q a N d f0 O. a L) ° a 7 -aoZ mL O. °a �. y C O TN a =_ C O C d d _-am E U Q? d W W W N a j 0> m O m> >i 3 a Z `1 r l O °- O O w D: m E 3 Y a y° yL, y C o_ (0 .O .O 0 3 E] .r I> 0 ._ ri d O. y 0> G J m T T d U d 0 y_ U mw W L Of m V m N Y YO 0 0I vt-�ymEUa0 -° ° T 3 T 3 J y �� T.. p, U 0 d m J y T« d Z a0 aW 3Qz no TE >w QW03NQ �E Z3aciwa n-pp�°m`o'� c ul mm°aE>y ¢c°i E UZ° O -_ a� �mt9 G'°.�K a.modO �Kt7 c-_ccooTa' oaUlL >'f��a �y@K oW�a>'mO cmi ¢0°H� G�m���O; >a `wry X X t 0 d ;�� a m a a L d o O m °' lu d �,a d ri L d o pl 6LU m- aw rrnma v�°d ¢w a0 r U zm a m0 LL o. r« zm O W `° LO > dO'm m CLL OL d aa Ol 0 0y O'o Dw0mV� � afOq NLNy` m d df Unod DdC afq «-' U`�cm NLN rNr° -iU mEom "L =T T0. -LLanO '^Cm E! O V OL > O NE OOmCjd LOOU z °o amQ v dd-cu aY.N m.d0 M Ua20 d mUOC o m Q. m p ma . N d � x= O >da dC J OO�O�OyO&N W > °°pOy .L`od3 0 m aO dOCyaNK d>a!Lm yCO M%C Wa 0La L?N L>i �E ° a d d> m N O s`( p I T oyd- }aa'L Od.. O � >OO C O W 0 y C� U° iUq Om dm LU O _° E d VO a c7 O W Lu w0 ii ELJ >E pa JmyOriUTm m O Q. p IL LU O J ~ daO.dN 0Z0O:EN O L 2 ¢ m o m.0 .... O U 0 LL! li O C° ' C U p -- L j 6> C j ..� -O m m 0)r maT>d Nln 00 �'-0Ny m O ¢ 3 d @« -'O Em Ua ai c �La L y 3a U J f6 76 d c c y w _O ° a> m a m `o " 3 E w m> W D >L"0OOlo> W y r L °.Z E d O a mN 0° N-O LW 2 W Umcd>u Qf Q 0 o mO ❑d T Lac o-= yf6 mO 8 E N'�Qo r7 O a a mUZ ua oa o f �E MU U Q W 0C'>Cdd a0O I m :� a00 %Z5 mm 5- -Y':E- >' o m l F C oEn=-c y W Q ai ayi '�H avlo 3 �>. adi3d �d W aZ G 2 d Ol m m 0 a m LL U O 0 c_ O y O a O T « l6 of x« Ilj me y Z W H W O O y z 3° d o_o c o= U• Q W Olo'c3m:= QR' U w N 0 d Too Q3T »° >EEw� co Z vL)< C d O d m U 7 a C U O y ° O w ul a m L m a W w and-OmIL- Jz D O a W �" rn� awo 0o p d.-d - - rn mWw O> y 0, N 3 Q' W 2 J> C= Q d L @ T T J m N d° a Q y y> fLU n 0 °«at o>c mr LL o. Z a �m oc� 2" Q� Q>,m o.�c �a)d N'o0 co�r.,Em >w O ¢ y Q 3 E� o-Q om2 oc0IL mod} W v >T Z O OJ W `o `dw LLmd .� 2�o } oar Z C `N 0:.. 'C j dL W mJ d EwoEU_6 G7 > N m O z o.o, LZU a a wcpp W m -'>dWy 7C'!aw25mI dca U_ in 3 o o-ya°« aw a¢ Q ro N w QI F J ri m s d° L 2 _-j Y J r2 U d a Op`ommaE C > U m 2 m dOmai >`m W Z NO rice °yvo�t mad '> °'aaiE y m O O -O m m- a L r C .O ~ IWIeet� -p E daEo a h 02 QnB U73p Q >,d'cw 0 0 (Dcy Q w NC O or U W N N Z LLLb o E Z a O 6Z -o QQ I a Qd mdmo OW OE0W(Do1W 0z m>w -a« E o m> a0cLri y3yd O ao o UU m- E a> OU y dO IDmOO Z Z OQrQ Ldm_y oD Z J y p_ 0 W J £ C- �N °- a m M OT LL OxOO lu 2 a a o°Oa'�O 0J -m 00 > J w dc>OD0Ua) E>Q>aW V QQa00 �O°c W `2 wrny �pK VN oo n °O G ? } O �mm`oy0 'mmo<r ml2, to ¢ ddcm N Z yT°cw Wwmdo5E 0oo �0m°E EdoQ cd 2 yZO f mooTEa�L Q W mZ aw M w ym ° L E GcD c }wd°LU aW r>- wQ yW r 3�Oaci L) >-2-0 Nmmadi QE0 UJ zCC aHJ W>.w z�cm ad o-�nmmrcOmoO H3W Qo3a J r C K a s d y d Q a a a a a. Y O. a d ._ ` D. --ox0E Jr2 �L-w xX Jtca c3�d°'c cmr_ am y Z Z' �? m a ai m W W V7 J r S O. W m F J« Q. 3 C W (L L W? E d M O r U E-=« m a Q 00 U D ui LL U' Q m w C') o cli a O OJ Yy d w Z 0@ `oN `d aanCO m cpR L> o""Q m'oo0 . Q L... Em T N O F"rG Z r` V Qm `Xm-' `d No L� UO 0 +-' 0 N O 4) ID E C N O r N O )O L Q O L W N 0 m E C L a Q O Q O y O L f0 c C E y N a U 3 O O m > c= O CO m T N U N m N o 3 Q N N m a 0) Z 0 d 0 m 'U omQ w ul a � `o o93 m "yOm namN m m m LL OV>'a OI C C` m y >U .ON)O @ N a Ix O 3 w m 0 m T '= w C C m o d, O 7 T N O y 0 3 c 72 O m m U m m N, U - l` l` N 3 J. N m Q C O Z O w )••' N C L O .. 2 O > m OZ ii2m my L) T U`o w 30: cd 3c2v-oo~� >. Y LU aL omo a?�oi�m O J L m F O O F of O C N N @ C a m o o T o O C O- Y O Q U N p c j O U 0 C Cl >. U C. O` m > 3 m d YO m N O O O -O .L-� C E a Q a��N >� X a E>oa Um C C E O o m m m o w m y U N m o mom N m N N - y m ; O Q � c U a O 5 m a J o 10 N m m U a m Z a T o w m Y m a y O d - z @ 3 ° O O m O E W Ew N O 7 m d U> > O Q Y m o— > o o U o m E m U2 O_ min av2 IL w y m E m d 5 L) N >tM C_ 3 U T m m 0-0 C U d V rnZ `m m3'ymo m o NO O OIL TN a r0 N W N V N O d 0 Q O d m 3 3 0 0 m � Ni O c O MU yc W aOa4) irn 0o-1 aa�mm c�U c un�omo Em 3 N W o m +% aL m m O W¢ J m N> U y o L L O C wN ynQ 0.. HUm L OI ¢ 3 41 @ j� N �'• HmG ¢a L 5�`o m-o`. 0 N CITY OF G`t Y O� �FrvTo? PREVAILING MINIMUM HOURLY WAGE RATES WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in King County, may be found at the following website address of the Department of Labor and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is June 2019 . A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. 21b-State Prevailing Wages Reference.docA Department of Labor and Industries ��� STArE q� Prevailing Wage (360)902-5335 www.Ini.wa.,gov/TradesLicensing/prevWage 0 'L 1889 � • This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction (see instructions). • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at h!Ws://fortress.wa.gov/lni/pwiVub/SearchFor.aM STATEMENT OF INTENT TO PAY PREVAILING WAGES Public Works Contract $40.00 Filing Fee Required Intent ID # (Assigned by L&I) Your Company Information MORON&== Your Company Name Awarding Agency Information Project Name Contract Number Your Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address (required for notification of approval) Your Phone Number County Where Work Will Be Performed City Where Work Will Be Performed Additional Details Contract Details Your Expected Job Start Date (mm/dd/yyyy) Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract (including sales tax) or indicate time and materials, if applicable. $ ❑ T&M ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? ❑ Yes ❑ No Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ❑ No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Employment Information Do you intend to use ANY subcontractors? ❑ Yes ❑ No Hiring Company's Contractor Registration Number Hiring Contractors UBI Number Will employees perform work on this project? ❑ Yes ❑ No Will ALL work be subcontracted? ❑ Yes ❑ No Do you intend to use apprentice employees? ❑ Yes ❑ No Number of Owner/Operators who own at least 30% of the company who will perform work on this project: ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3) Crafts/Trades/Occupations — (Do not list apprentices. They are listed on the Affidavit of Wages Paid only.) If an employee works in more than one trade, ensure that all hours worked in each trade are reported below. For additional crafts/trades/occupations please use Addendum A. Numbers Workers Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits i nature Block I hereby certify that I have read and understand the instructions to complete this form and that the information, including any addenda, are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Siynature: Date: For L&I Use Onl Approved by signature of the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars ($1,000,000.00), RCW 39.04.370 requires you to complete the ERB 2805 (RCW 39.04.370) Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent. F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries ��� STArE 0� Prevailing Wage (360)902-5335 www.Ini.wa.,gov/TradesLicensing/prevWage 0 'L 1889 � • This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction (see instructions). • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at h!Ws://fortress.wa.gov/lni/pwiVub/SearchFor.aM STATEMENT OF INTENT TO PAY PREVAILING WAGES Public Works Contract $40.00 Filing Fee Required Intent ID # (Assigned by L&I) Your Company Information Your Company Name Awarding Agency Information 2 Project Name Contract Number Your Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address (required for notification of approval) Your Phone Number Additional Details Your Expected Job Start dd/yyyy) County Where Work Will Be Performed City Where Work Will Be Performed Contract Details U Bid Due Date (Primeor's) Award Date (Prime Contractor's) Job Site Address/Directions Total Dollar Amount of Your Contract (including sales tax) or indicate time and materials, if applicable. $ ❑ T&M Weatherization or Energy Efficient Funds Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ❑ No ARRA Funds 5 Does this project utilize American Recovery and Reinvestment Act (ARRA) fun ❑ Yes ❑ No Prime Contractor's Company Inf 6 Prime Contractor's Company Name Prime Contractor's Intent Number Hiring Contractor's Company 7 'on Hiring Contractor's Company N Prime Contractor's Registration Number Employment Information 8 Do you intend to use ANY subco Prime Contractor's UBI Number ❑ Yes ❑ No Hiring Contractor's Contractor Registration Number Hiring Contractor's UBI Number Will employees perform work on this project? ❑ Yes ❑ No Will ALL work be subcontracted? ❑ Yes ❑ No Do you intend to use apprentice employees? ❑ Yes ❑ No Number of Owner/Operators who own at least 30% of the company who will perform work on this project: ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3) Crafts/Trades/Occupations — (Do not list apprentices. They are listed on the Affidavit of Wages Paid only.) If an employee works in more than one trade, ensure that all hours worked in each trade are reported below. For additional crafts/trades/occupations please use Addendum A. Number of Workers Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits 10 11 12 Signature Block I hereby certify that I have read and understand the instructions to complete this form. That the information, including any addendum(s), are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Si nature: Date: For L&I Use Only Approved by the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars ($1,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendu in and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent. NUMBERED - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor & Industries STAY Prevailing Wage Program o P.O. Box 44540 �s J f2 Olympia, Washington 98504-4540 Phone (360) 902-5335 / Fax (360) 902-5300 COMPLETE ALL FIELDS ON THE FORM INSTRUCTIONS STATEMENT OF INTENT TO PAY PREVAILING WAGES FOR PUBLIC WORKS CONTRACTS The numbered blocks in the following instructions correspond to the numbered Statement of Intent to Pay Prevailing Wage above. In addition a completed sample form (without numbers) is included at the end of these instructions. Your Company Information - Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number — You can verify this number at: hLtps://fortress.wa.gov/lni/bbij2/Search.aspx. c) Your UBI Number (Unified Business Identifier) — This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: htt2s://fortress.wa.gov/dol/dolprod/bpdLicenseQuery/. d) Your Industrial Insurance Account Number — You can verify this number at: htt2s://fortress.wa.gov/lni/cp2si/MainMenu.aspx?Messageld=2001. e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections. If you do not provide this information, L&I will use standard mail to send you correction notices. You can access approved forms at: https:Hfortress.wa.gov/lni/pwiapub/SearchFor.asp. No notice of approval will be mailed. f) Your company Phone Number. Awarding Agency Information — Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name — This is the name the Awarding Agency assigned to the project. b) Contract Number — This is the number the Awarding Agency assigned to the project. c) Awarding Agency — This is the name of the agency that awarded the contract. d) Please enter the Street Address, City, State and Zip+4 for the Awarding Agency. e) Awarding Agency Contact Name and Phone Number — Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Will Be Performed — Enter the name of the county where the work will be performed. If the work will be performed in multiple counties, include the names of all counties where work will be performed. g) City Where Work Will Be Performed — Enter the name of the city where the work will be performed. If the work will be performed outside the limits of any city, or in multiple cities, include the name of the nearest city. Additional Details a) Your Expected Job Start Date —This is the date that you expect to begin work on the project. b) Job Site Address/Directions —Enter the specific address of the projector provide brief details regarding the location of the site, if no specific address exists. Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 MContract Details a) Bid Due Date — Enter the date the Prime Contractor had to submit the bid to the Awarding Agency for this project (mm/dd/yyyy). • What if my contract was not bid? — If the contract you will be working under was not required to be bid, you will enter the date the contract was awarded. b) Award Date — This is the date the awarding agency awarded the contract to the Prime Contractor (mm/dd/yyyy). c) Indicate the Total Dollar Amount of Your Contract — Enter the dollar amount of your contract, including the applicable sales tax. If this is a "time and materials" contract, please indicate this by checking the box next to "T&M." ® ARRA & Weatherization Funding Questions — Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Prime Contractor's Company Information — Enter the information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name — Enter the Prime Contractor's company name. b) Prime Contractor's Intent ID Number — Enter the Prime Contractor's Approved Intent ID Number. c) Prime Contractor's Registration Number — Enter the Contractor Registration Number for the Prime Contractor. You can verify the number at: hgps:Hfortress.wa.,gov/lni/bbip/Search.aspx. d) Prime Contractor's UBI Number — Enter the UBI number for the Prime Contractor. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuerL/. Hiring Contractor's Company Information — Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name — Enter the company name of the contractor who hired or contracted with your firm to perform work on this project. b) Hiring Contractor's Registration Number — Enter the Contractor Registration Number for the contractor who hired you. You can verify the number at: https:Hfortress.wa.gov/lni/bbip/Search.aspx. c) Hiring Contractor's UBI Number — Enter the UBI Number for the contractor who hired you. You can verify this number at: https:Hfortress.wa.gov/dol/dolprod/bpdLicenseQuerL/. MEmployment Information — Enter information about the individuals who will perform work on this project: a) Do you intend to use subcontractors? — If PART of the work will be performed by subcontractors you will hire, check the "Yes" box. b) Will employees perform work on this project? - If employees, including apprentices, will perform any work on the project, check the "Yes" box and list each employee's applicable craft/trade/occupation. Do not list the actual apprentice, just the craft/trade/occupation the apprentice will be working in. Also, please note the information regarding apprentices in "d" below. If you choose "No" and this changes later, you certify that you will submit a new Intent form listing workers. c) Will All work be subcontracted? — If ALL work will be performed by subcontractors, check the "Yes" box. d) Do you intend to use apprentice employees? — If you plan to employ apprentices on this project please be aware: o Any workers NOT registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey -level prevailing rate of wage. o Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey -level prevailing rate of wage for the time preceding the date of registration. Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 o You must be a registered training agent with the WSATC in order to pay a registered apprentice less than journey -level prevailing rate of wage. o To verify apprenticeship and/or registered training agent status call (360) 902-5324. e) Number of Owners/Operators who own at least 30% of the company who will perform work on this project — Indicate the number of Owners/Operator(s) who will perform work on this project. If no 30%+ Owners/Operators will perform work on the project, check the box "None". Crafts/Trades/Occupations — List each craft/trade/occupation of all workers you plan to employ on this prof ect. ❖ Crafts/Trades/Occupations If you indicated above that Owners/Operators will work on this project, and you also indicated above that no employees will perform work on the project, or ALL work will be subcontracted, then you do not need to fill in this section. (Individuals who own less than 30% of the company are not considered to be Owners/Operators, and must be listed as employees and paid the correct prevailing rate of wage.) Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction — If you are using any residential classifications (e.g. Residential Carpenter, Residential Laborer, etc.) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency, in compliance with RCW 39.12.030, determine that the project/work contracted for meets the definition of residential construction? 2. Please indicate the type of structure (e.g. single-family dwelling, duplex, apartment, condominium or other residential structure). 3. Including any basement or garage, how many stories or levels does the structure have? 4. What is the facility used for? - Answer "yes" or "no" to each of the following options: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full, self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction — If you are using "Landscape Construction" or any of the sub -classifications within Landscape Construction (e.g., Landscape or Planting Laborer, Irrigation or Lawn Sprinkler Installers, or Landscape Equipment Operators or Truck Drivers) you must provide information on Addendum C regarding the following aspects of the work in order for L&I to determine if you are appropriately applying Landscape Construction rates: 1. The beautification of a plot of land through addition of or modification to lawns, trees and bushes under the Landscape Construction Scope of Work (WAC 296-127-01346) is a limited universe and has exclusions that may affect its application. Please provide L&I with the following information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project — not just your part. b. Please describe your part(s) of the project —the tasks you performed, equipment used, and tools used. Please provide as much detail as you can. Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 c. If the project involves installing an irrigation system, trenching, installing French drains or other subsurface water collection systems, or spreading top soil or mulch, please tell us the relevant depths. 2. If Operating Engineers and/or Truck Drivers will be used in addition to Landscape Construction, describe the type of equipment used, and list the size or rated capacity of the equipment. Number of Workers — Enter the number of journey -level workers you plan to employ on this project for that craft/trade/occupation. Rate of Hourly Pay — Enter the rate of hourly pay as defined by RCW 39.12.010, that you will actually pay the worker(s) for that craft/trade/occupation. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits," if any, must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual ("Fringe") Benefits — Enter the rate of hourly Usual ("fringe") Benefits for that craft/trade/occupation. This is the cost of usual benefits, as defined by RCW 39.12.010, that you will actually pay the worker(s). The amount listed for "Rate of Hourly Pay" plus the amount listed for "Rate of Hourly Usual ("Fringe") Benefits," if any, must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form, use the appropriate Addendum as needed. No additional fee is required for using Addendums to the form. No other attachments will be accepted. L&I's approval of your Statement of Intent to Pay Prevailing Wages is based on the information you provide. Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information, L&I will use standard mail to send you correction notices. You will be able to access approved forms at: httns:Hfortress.wa.gov/lni/nwiauub/SearchFor.asi) (No notice of approval will be mailed). MAILING INSTRUCTIONS You must mail the completed and signed form with original signature (a photocopy of a signature will not be accepted) with the $40 filing fee to: Management Services Department of Labor & Industries Prevailing Wage Program PO Box 44835 Olympia, WA 98504-4835 FURTHER INFORMATION Make checks payable to: Department of Labor and Industries Ifyou have questions or would like assistance in completing the form, please call us at (360) 902-5335 or email the Prevailing Wage office at pw1 @Lni.wa.gov. Prevailing wage rates are available on the Internet at: http://www.Ini.wa. gov/TradesLicensina/PrevWage/WaaeRates/default.asp Instructions - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries ��� STArE q Prevailing Wage (360)902-5335 w www.Ini.wa.,gov/TradesLicensing/prevWage y' 0 $'y 1889 � • This form must be typed or printed in ink. • Fill in all blanks or the form will be returned for correction (see instructions). • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at h!Ws://fortress.wa.gov/lni/pwiVub/SearchFor.asp STATEMENT OF INTENT TO PAY PREVAILING WAGES Public Works Contract $40.00 Filing Fee Required Intent ID # (Assigned by L&I) Your Company Information Your Company Name ABC Company, hic. Awarding Agency Information ntract Number Project Name P11-0113 Road Repair Your Address 1234 Main Street Awarding Agency WA State Department of Transportation Nal City Olympia State WA Zip+4 98501-1234 Awarding Agency Address PO Box 47354 Your Contractor Registration Number ABCCI*0123AA Your UBI Number 123456789 City Olympia State ip+4 WA FF 98501 Your Industrial Insurance Account Number 111,111-11 Awarding cy Contact Name John D Phone Number (555)555-5555 Your Email Address (required for notification of approval) Your Phone Number prevailingwage@lni.wa.gov (555) 555-5555 Additional Details County Where ill Be Performed Thurston Qky Where Work Will Be Performed Olympia Contract Details Bid Due Date (Prime Co 's Award Date (Prime Contractor's) 08/01 /2010 08/10/2010 Your Expected Job Start Date (mm/dd/yyyy) 01/01 /2011 Job Site Address/Directions State Street @ Plum Street ARRA Funds Indicate Total Dollar Amount our Contract (including sales ta4or time and materials, if applicable. $ 1000.00 Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA ❑ Yes [I No Does this project ue any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ® No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name XYZ Company, Inc. Prime Contractor's Intent Nu r 12'T456 Hiring Contractor's Company Name Super Pavers, hic. Prime Contractor's Registration Number XYZIN*0123AA Prime Con is 987654321 HA ng Contractor's Contractor Registration Number SUPERPA123AA Hiring Contractor's UBI Number 321456987 Employment Information Do you intend to use ANY subcontracto ❑ Yes jkloNo Will employees perform work on this project? ® Yes ENEFEEm— ❑ No Will ALL work be subcontracted? ® No Do you intend to use apprentice employees? ® Yes ❑ No Number of Owner/Operators who own at leas 0° the comp!yplho will perform work on the project: ❑ None (0) ® One (1) ❑ Two (2) ❑ Three (3) Crafts/Trades/Occupations Do not list app ices. They are listed on the Affidavit of Wages Paid only.) If an employee works in more than one trade, ens that all hours worked in each trade are reported below. For additional crafts/trades/occupations ease use dum A. Numbers Workers Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits PF Laborer - Asphalt Rule 1W 2 39.28 5.00 Power Equipment Operator - Asphalt P t Operator 1 48.04 2.35 Truck Driver - Asphalt Mix ver ds) 1 46.47 0.00 Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information, including any addenda, are correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: �Signature: Date: For L&I Use Onlv Approved by signature of the Department of Labor and Industries Industrial Statistician NOTICE: If the prime contract is at a cost of over one million dollars ($1,000,000.00), RCW 39.04.370 requires you to complete the EHB 2805 (RCW 39.04.370) Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EHB 2805 Addendum is not submitted with this Intent. SAMPLE - F700-029-000 Statement of Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries ���STATE0� Prevailing Wage Program o� (360) 902-5335 6 x www.Lni.wa.qov/TradesLicensing/PrevWage/default.asp �z 1859 goy$ This form must be typed or printed in ink. Fill in ALL blanks or the form will be returned for correction (see instructions). Please allow a minimum of 10 business days for processing. Once approved, your form will be posted online at: https://fortress.wa.qov/Ini/wagelookup/searchforms.aspx Affidavit of Wages Paid Public Works Contract $40.00 Filing Fee Required* *Exemption may apply. See instruction 9. # Affidavit ID # (Assigned by Ull): Your Company Information Awarding Agency Information Your Company Name Project Name Contract Number Your Company Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address (required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed Additional Details Contract Details Your Job Start Date (mm/dd/yyyy) Your Date Work Completed (mm/dd/yyyy) Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's) Job Site Address/Directions Your Approved Intent ID # Indicate Total Dollar Amount of Your Contract (including sales tax). EHB 2805 (RCW 39.04.370) — Is the Prime Contractor's contract at a cost of over one million dollars ($1,000,000)? ❑ No If "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or later El Yes you must complete and submit the EHB 2805 (RCW 39.04.370) Addendum. ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? ❑ Yes ❑ No Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ❑ No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Employment Information Did you use ANY subcontractors? ❑ Yes (Addendum B Required) ❑ No Did employees perform work on this project? ❑ Yes ❑ No Was ALL work subcontracted? ❑ Yes (Addendum B Required) ❑ No Did you use apprentice employees? ❑ Yes ❑ No Number of Owner/Operators who own at least 30% of the company who performed work on this project: You must list the First and Last Name(s) of any Owner/Operator performing work below ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3) List your Crafts/Trades/Occupations Below - For Journey Level Workers you must provide all of the information below. Owner/Operators - must provide their First and Last name no other information required. —Apprentices are not recorded below. You must use Addendum D to list Apprentices. Number of Workers Total # of Hours Worked Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailin Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: For L&I Use Only Department of Labor and Industries APPROVED BY: Industrial Statistician F700-007-000 Affidavit of Wages Paid 06-2014 Department of Labor and Industries ���STATE0� Prevailing Wage Program o� (360) 902-5335 6 x www.Lni.wa.qov/TradesLicensing/PrevWage/default.asp � z 1859 goy$ This form must be typed or printed in ink. Fill in ALL blanks or the form will be returned for correction (see instructions). Please allow a minimum of 10 business days for processing. Once approved, your form will be posted online at: https://fortress.wa.gov/Ini/wagelookup/searchforms.aspx Affidavit of Wages Paid Public Works Contract $40.00 Filing Fee Required* *Exemption may apply. See instruction 9. # Affidavit ID # (Assigned by Ull): Your Company Information 1 Awarding Agency Information Your Company Name Project Name Contract Number Your Company Address Awarding Agency City State Zip+4 Awarding Agency Address Your Contractor Registration Number Your UBI Number City State Zip+4 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number Your Email Address (required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed Additional Details 3 Contract Details Your Job Start Date (mm/dd/yyyy) Your Date Work Completed (mm/dd/yyyy) Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's) Job Site Address/Directions Your Approved Intent ID # Indicate Total Dollar Amount of Your Contract (including sales tax). EHB 2805 (RCW 39.04.370) — Is the Prime Contractor's contract at a cost of over one million dollars ($1,000,000)? ❑ No If "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or ❑ Yes later you must complete and submit the EHB 2805 (RCW 39.04.370) Addendum. ARRA Funds 1 6 Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? ❑ Yes ❑ No Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? ❑ Yes ❑ No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Hiring Contractor's Company Name Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number Employment Information 9 Did you use ANY subcontractors? ❑ Yes (Addendum B Required) ❑ No Did employees perform work on this project? ❑ Yes ❑ No Was ALL work subcontracted? ❑ Yes (Addendum B Required) ❑ No Did you use apprentice employees? ❑ Yes ❑ No Number of Owner/Operators who own at least 30% of the company who performed work on this project: You must list the First and Last Name(s) of any Owner/Operator performing work below ❑ None (0) ❑ One (1) ❑ Two (2) ❑ Three (3) List your Crafts/Trades/Occupations Below - For Journey Level Workers you must provide all of the information below. Owner/Operators - must provide their First and Last name no other information required. —Apprentices are not recorded below. You must use Addendum D to list Apprentices. Number of Workers Total # of Hours Worked Rate of Hourly Pay Rate of Hourly Usual ("Fringe") Benefits 13 Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailinp Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: For L&I Use Only Department of Labor and Industries APPROVED BY: Industrial Statistician F700-007-000 Affidavit of Wages Paid Department of Labor & Industries Prevailing Wage Program P.O. Box 44540 Olympia, Washington 98504-4540 Phone (360) 902-5335 / Fax (360) 902-5300 INSTRUCTIONS AFFIDAVIT OF WAGES PAID FOR PUBLIC WORKS CONTRACTS COMPLETE ALL FIELDS ON THE FORM The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of Wages Paid above. In addition, a completed sample form (without numbers) is included at the end of these instructions. Your Company Information — Enter the following information: a) Your Company Name and Address. b) Your Contractor Registration Number — You can verify this number at: http://www.Ini.wa.q v/TradesLicensing/Contractors/HireCon/ c) Your UBI Number (Unified Business Identifier) — This 9-digit number registers you with several state agencies and allows you to do business in Washington. You can verify this number at: http://www.bls.dor.wa.gov/LicenseSearch/ d) Your Industrial Insurance Account Number — You can verify this number at: https://fortress.wa.gov/Ini/crpsi/MainMenu.aspx?Messageld=2001 e) Please provide your Email Address so that L&I can notify you of form approval and/or any required corrections. If you do not provide this information, L&I will use standard mail to send you correction notices. You can access approved forms at: https://fortress.wa.gov/Ini/wagelookup/searchforms.aspx f) No notice of approval will be mailed. g) Your company Phone Number. Awarding Agency Information — Enter the following information regarding the agency that awarded the contract. This information is available from the Prime Contractor: a) Project Name — This is the name the Awarding Agency assigned to the project. b) Contract Number — This is the number the Awarding Agency assigned to the project. c) Awarding Agency — This is the name of the agency that awarded the contract. d) Please enter the Street Address, City, State and Zip+4 of the Awarding Agency. e) Awarding Agency Contact Name and Phone Number — Enter the name and phone number of the person the Prime Contractor communicates with at the Awarding Agency. f) County Where Work Was Performed — Enter the name of the county where the work was performed. If the work was performed in multiple counties, include the names of all counties where work was performed. g) City Where Work Was Performed — Enter the name of the city where the work was performed. If the work was performed outside the limits of any city, or in multiple cities, include the name of the nearest city. Additional Details a) Your Job Start Date — This is the date that you began work on the project. b) Your Date Work Completed — This is the date you completed work on the project. You cannot have a date in the future. c) Job Site Address/Directions — Enter the specific address of the project or provide brief details regarding the location of the site, if no specific address exists. d) Your Approved Intent ID # — Enter the 6-digit number, assigned by L&I, from the approved Intent form filed for this project. F700-007-000 Affidavit of Wages Paid INSTRUCTIONS (Cont.) Contract Details a) Bid Due Date — Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for this project (mm/dd/yyyy). • What if my contract was not bid? — If the contract you are working under was not required to be bid, you will enter the date the contract was awarded. b) Award Date — This is the date the Awarding Agency awarded the contract to the Prime Contractor (mm/dd/yyyy). c) Indicate the Total Dollar Amount of Your Contract — Enter the total amount of your contract, including the applicable sales tax. You must enter the final amount of your contract. You cannot enter Time and Materials on an Affidavit of Wages Paid. EHB 2805 (RCW 39.04.370) - F700-164-000 is an addendum to your Affidavit of Wages Paid Form. RCW 39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1, 2010 and December 31, 2013 if the Prime's contract is at a cost of over one million dollars ($1,000,000). If you fail to properly provide the requested information more than one time between September 1, 2010 and December 31, 2013, pursuant to RCW 39.04.350(1)(f) you will not be considered a responsible bidder qualified to be awarded a public works project. Use as many of these forms as you need in order to provide the requested information for all relevant project items. This is an addendum to form F700-007-000. ARRA & Weatherization Funding Questions — Enter the information regarding the source of funds. This information should be obtained from the Awarding Agency or the Prime Contractor. a) Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? b) Does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Prime Contractor's Company Information — Enter information about the contractor who has the direct contract with the Awarding Agency: a) Prime Contractor's Company Name — Enter the Prime Contractor's company name. b) Prime Contractor's Registration Number — Enter the Contractor Registration Number for the Prime Contractor. You can verify the number at: https://fortress.wa.gov/Ini/bbip/Search.aspx. c) Prime Contractor's UBI Number — Enter the UBI number for the Prime Contractor. You can verify this number at: https://fortress.wa.gov/dol/dolprod/bpdLicenseQuerv/. Hiring Contractor's Company Information —Enter the information about the Hiring Contractor. This is the contractor who hired or contracted your firm to perform work on this project: a) Hiring Contractor's Company Name — Enter the name of the contractor who hired or contracted your firm to perform work on this project. b) Hiring Contractor's Registration Number — Enter the Contractor Registration Number for the contractor who hired you. You can verify the number at: https://fortress.wa.-gov/Ini/bbip/Search.aspx. c) Hiring Contractor's UBI Number — Enter the UBI Number for the contractor who hired you. You can verify this number at: https:Hfortress.wa.gov/dol/dolprod/bpdLicenseQuerv/. F700-007-000 Affidavit of Wages Paid Employment Information — Enter information about the individuals who performed work on this project: a) Did you use any subcontractors? - If PART of the work was performed by subcontractors you hired, check the "Yes" box and complete Addendum B. b) Did employees perform work on this project? - If employees, including apprentices, performed any work on the project, check the "Yes" box and list each employee's applicable craft/trade/occupation. If you utilized apprentices on this project you must complete Addendum D. NOTICE: If no employees performed work subject to Washington's prevailing wage requirements, check no on this question, and your form may be submitted without payment. For more information, see our website at http://www.Ini.wa.gov/TradesLicensing/PrevWage/intentAffidavits/File/defauIt.asp c) Was ALL work subcontracted? - If ALL work was performed by subcontractors, check the "Yes" box and complete Addendum B. d) Did you use apprentice employees? — If you used apprentices on this project please be aware: 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey -level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey -level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey -level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call (360) 902-5324. e) Number of Owners/Operators who own at least 30% of the company who performed work on the project — Indicate the number of Owners/Operators who performed work on the project. If no 30%+ Owners/Operators performed work on the project, check the box "None". F700-007-000 Affidavit of Wages Paid Crafts/Trades/Occupations and Apprentices — List the craft/trade/occupation of each worker, journey -level and apprentice, employed on this project. Crafts/Trades/Occupations If you indicated above that Owners/Operators worked on this project, and you also indicated above that no employees performed work on the project, and that ALL work was subcontracted, then you do not need to fill in this section. Individuals who own less than 30% of the company are not considered Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing rate of wage for the work performed Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form. Residential Construction - If you are using any residential classifications (e.g. Residential Carpenter, Residential Laborer, etc.) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if residential rates are being utilized appropriately: 1. Did the Awarding Agency, in compliance with RCW 39.12.030, determine that the project meets the definition of residential construction? 2. Please indicate the type of structure (e.g. single-family dwelling, duplex, apartment, condominium or other residential structure). 3. Including any basement or garage, how many stories or levels does the structure have? 4. What is the facility used for (answer "yes" or "no" to each of the following options)?: a. Permanent residence only? b. Rehabilitation house? c. Transitional housing? d. Communal dining facility? e. Treatment services? f. Counseling? g. Other? 5. Does each dwelling unit have its own full, self-contained kitchen? 6. Does each dwelling unit have its own full bathroom? 7. Is there a community facility or manager's office on site? 8. Is any part of the facility used by members of the public? Landscape Construction - If you are using "Landscape Construction" or any of the sub -classifications within Landscape Construction (e.g. Landscape or Planting Laborer, Irrigation or Lawn Sprinkler Installers, Landscape Equipment Operators or Truck Drivers) you must provide information regarding the following questions, on Addendum C, in order for L&I to determine if Landscape Construction rates are being utilized appropriately: 1. The beautification of a plot of land through addition of or modification to lawns, trees and bushes under the Landscape Construction Scope of work (WAC 296-127-01346) is a limited universe and has exclusions that may affect its application. Please provide L&I with more information so we can verify whether the landscape construction wage rates apply to this project. a. Please describe the whole project — not just your part. b. Please describe your part(s) of the project —the tasks you performed, equipment used, and tools used. Please provide as much detail as you can. c. If the project involves installing an irrigation system, trenching, installing French drains or other subsurface water collection systems, or spreading top soil or mulch, please tell us the relevant depths. 2. If Equipment Operators and/or Truck Drivers were used, describe the type, and list the size or rated capacity of the equipment. F700-007-000 Affidavit of Wages Paid 06-2014 Crafts/Trades/Occupations and Apprentices (Cont.) Apprentices — If you employed apprentices on this project, list each apprentice by Name, Registration Number, Trade, the number of hours the individual had completed in the program when they started work (Beginning Hours) and ended work (Ending Hours) on the project, Beginning and Ending dates of work performed on this project, and Rate of Hourly Pay and Usual ("Fringe") Benefits. 1. Any workers NOT registered with the Washington State Apprenticeship and Training Council (WSATC) must be paid the correct journey -level prevailing rate of wage. 2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at the correct journey -level prevailing rate of wage for the time preceding the date of registration. 3. You MUST be a registered training agent with the WSATC in order to pay a registered apprentice less than journey -level prevailing rate of wage. 4. To verify apprenticeship and/or registered training agent status call (360) 902-5366. Number of Workers — Enter the number of journey -level workers employed on this project for that craft/trade/occupation. Total Number of Hours Worked — Enter the number of hours worked for that Craft/Trade/Occupation. Rate of Hourly Pay — Enter the rate of hourly pay, as defined by RCW 39.12.010, that you actually paid the workers for that Craft/Trade/Occupation. The amount listed for "Rate of Hourly Pay" plus the amount listed for the "Rate of Hourly Fringe Benefits," if any, must equal or exceed the applicable prevailing rate of wage. Rate of Hourly Usual ("Fringe") Benefits — Enter the rate of hourly fringe benefits for that Craft/Trade/Occupation. This is the cost of fringe benefits, as defined by RCW 39.12.010, that you actually paid to the workers. The amount listed for "Rate of Hourly Pay" plus the amount listed for "Rate of Hourly Usual ("Fringe") Benefits," if any, must equal or exceed the applicable prevailing rate of wage. If there is not enough space to list all required information on one form, use the appropriate Addendum as needed. No additional fee is required for using Addendums to the form. No other attachments will be accepted. L&I approval of your Affidavit of Wages Paid is based on the information you provide. Approval of the form does not signify that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the public works project. It is your responsibility to pay workers the prevailing rate of wage for the classification of work that correctly applies to the actual work they perform. Be sure to include your email address on the form. If you do not provide this information, L&I will use standard mail to send you correction notices. You will be able to access approved forms at: httl)s://fortress.wa.aov/ini/waaelookup/searchforms.aspx MAILING INSTRUCTIONS You must mail the completed and signed form with original signature (a photocopy of a signature will not be accepted) with the $40 filing fee, if applicable*, to: Management Services Department of Labor & Industries Prevailing Wage Program PO Box 44835 Olvmpia, WA 98504-4835 FURTHER INFORMATION Make checks payable to: Department of Labor and Industries Ifyou have questions or would like assistance in completing the form, please call us at (360) 902- 5335 or email the Prevailing Wage office at pw1(a)Lni.wa.gov. Prevailing wage rates are available on the Internet at: http://www.Ini.wa.gov/TradesLicensinq/PrevWageANageRates/defauIt.asp (No notice of approval will be mailed). F700-007-000 Affidavit of Wages Paid 11 Department of Labor and Industries STATE0� Prevailing Wage Program �� p (360) 902-5335 W� www.Lni.wa.gov/TradesLicensing/PrevWage/default.asi) iaa9 �0 This form must be typed or printed in ink. Fill in ALL blanks or the form will be returned for correction (see instructions). Please allow a minimum of 10 business days for processing. Once approved, your form will be posted online at: https://fortress.wa.gov/lni/wagelookup/searchforms.aspx Affidavit of Wages Paid Public Works Contract $40.00 Filing Fee Required* *Exemption may apply. See instruction 9. Affidavit ID # (Assigned by Ull): # WA67554-9090 Your Company Information Awarding Agency Information Your Company Name Project Name Contract Number ABC Company Road Repair 123-456 Your Company Address Awarding Agency 1234 Main Street WA St Department of Transportation City State Tzlp,4 Awarding Agency Address Olympia WA 1 98501-1234 PO Box 123 Your Contractor Registration Number Your UBI Number City State +4 798501 ABCCI*0123AA 123456789 Olympia WA Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number 111,111-11 John Doe (555)555-5555 Your Email Address (required for notification of approval) Your Phone Number County Where Work Was City Where Work Was prevailingwage@lni.wa.gov (555) 555-5555 Performed Thurston Performed Olympia Additional Details Contract Details Your Job Start Date (mm/dd/yyyy) Your Date Work Completed (mm/dd/yyyy) Bid Due Date (Prime Award Date (Prime 2/1/2011 3/1/2011 Contractor's) 1/1/2011 Contractor's) 1/5/2011 Job Site Address/Directions Your Approved Intent ID # Indicate Total Dollar Amount of Your $ $10,000.00 Plum and State Street 1 123456 Contract (including sales tax). EHB 2805 (RCW 39.04.370) — Is the Prime Contractor's ® No If "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or later contract at a cost of over one million dollars ($1,000,000)? ❑ Yes you must complete and submit the EHB 2805 (RCW 39.04.370) Addendum. ARRA Funds Weatherization or Energy Efficient Funds Does this project utilize American Recovery and Reinvestment Act (ARRA) funds? Does this project utilize any weatherization or energy efficiency ❑ Yes ® No upgrade funds (ARRA or otherwise)? ❑ Yes ® No Prime Contractor's Company Information Hiring Contractor's Company Information Prime Contractor's Company Name Hiring Contractor's Company Name XYZ Company CBA Company Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI XYZCI*0123AA 987654321 CBACI*0123AA Number 456789123 Employment Information Did you use ANY subcontractors? ❑ Yes (Addendum B Required) ® No Did employees perform work on this ® Yes ❑ No project? Was ALL work subcontracted? ❑ Yes (Addendum B Required) ® No Did you use apprentice employees? ❑ Yes ® No Number of Owner/Operators who own at least 30% of the company who performed work on this project: ❑ None (0) ® One (1) ❑ Two (2) ❑ Three (3) You must list the First and Last Name(s) of any Owner/Operator performing work below List your Crafts/Trades/Occupations Below - For Journey Level Workers you must Rate of Hourly provide all of the information below. Owner/Operators - must provide their First and Last Number of Total # of Rate of Usual name no other information required. **Apprentices are not recorded below. You must Workers Hours Hourly Pay ("Fringe") use Addendum D to list Apprentices. Worked Benefits General Labor 2 153 41.23 8.54 Carpenter 5 210 52.26 10.13 Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailinp Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries. Print Name: Print Title: Signature: Date: For L&I Use Only Department of Labor and Industries APPROVED BY: Industrial Statistician F700-007-000 Affidavit of Wages Paid Renton CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project Lake Youngs Ct SE Storm & Water Improvements Project, SWP-27-4017 CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through , in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. By: Title: List of Subcontractors Used on the Project: Company Name 22c Certification of Payment of Prevailing Wages.docx\ • L\t Y O.a / 9FNTO[� TRAFFIC CONTROL INFORMATION CITY OF Renton LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS PROJECT SWP-27-4017 TRAFFIC CONTOL The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan and obtain City's approval of that plan when construction, repair, or maintenance work is to be conducted within the City's right-of-way. The plan shall be consistent with the provisions found in the State of Washington Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways, section 1-10.2(2) and the Contract Documents. Traffic Control Plan shall be submitted to the City for review at or prior to the Preconstruction Meeting. Traffic Control Standard Plans, application and requirements can be found in the City's website at: http://rentonwa.gov/living/default.aspx?id=880 Typical details for lane closures are attached. The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. See Special Provisions Section 1-10 for additional requirements. CITY OF RENTON o City of,,. TRAFFIC CONTROL PLAN49 PROJECT NAME: PERMIT# CONSTRUCTION COMPANY: PHONE#: CONTACT NAME: PHONE#: ADDRESS: CELL#: E-MAIL ADDRESS: FAX#: PROJECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: Permit Holder agrees to all the following: • Comply with all traffic regulations of the City of Renton and the State of Washington. • Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. • Notify emergency services (253-852-2121) twenty-four (24) hours before any street or lane closures. • Any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. • Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments, including all costs of defense and attorney's fees incurred in defending against same, arising from and related to implementation of the approved traffic control plans including claims arising from towing of private vehicles and the acts of the Permit Holder's agents and employees. • The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City's reasonable attorney's fees and litigation costs incurred resulting from such claim. • In the event any claim or suit is brought against City within the scope of this Agreement, Permit Holder will pay for legal counsel chosen by the City to defend against same. • Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or pedestrian safety or travel. • By my signature herein, I acknowledge all the above requirements. PRINT NAME: DATE: I.1[eL1_�Ito] :i9 OFFICE COPY T- CONTRACTOR DEV. SERVICE, INSPECTION P. MILLER DEV. SERVICE, PLAN REVIEW B. BANNWARTH POLICE CHARLES KARLEWICZ FIRE FIRE MARSHALL FS#13 NOTES: • Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) and shown by sketch or reference to WSDOT. • The plan must be submitted to the City's PW/Transportation Division for review and/or approval at least three working days prior to work. • Approved Temporary Traffic Control Plan must be at the work site during work hours. • Contractor or entity must call Renton School District (425-204-4455) or any public/private agency to be affected by a temporary lane or road closure. • Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or walkway is impeded. • Total road closure lasting more than 24 hours is subject to the approval by the City Council. • Any vehicle, equipment, barricade, or portable tow -away sign used within the work area must display a company logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous place on the vehicle or equipment. In the case of Temporary No Parking Zones, all the following apply in addition to previous: • Contractor must complete form to show limits of Temporary No Parking Zone identifying barricade locations for vacate parking or curb lane usage. • Contractor must post notice of dates and time of Temporary No Parking Zone with at least two signs per block 72 hours in advance of effective date and time. • The cover sheet of this Traffic Control Plan form must be attached to each Temporary No Parking Sign on the project site. • Temporary traffic control devices must be removed immediately when work is done or no construction activities are going on. If deemed abandoned, City crews will remove and store them at the City's maintenance shop (3555 NE 2d Street). SKETCH -- NORTH -- LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 200 250 305 360 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FLAT BED, ETC. FACTURER RECOMMENDATION) 0 1 ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) tENDG20-2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 6 100' 1 1 A WORK AREA MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 POSTED SPEED (MPH) 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 - - - 11 115 165 225 294 495 550 605 660 - - 12 125 180 245 320 540 600 660 720 780 840 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50 / 70 40 80 35/45 30 60 25/30 20 40 101 f1I SEE NOTE 5 0 0 0 0 0 0 0 © o o 151 TEMPORARY LANE - 12' MIN. EXISTING SHOULDER J EXISTING LANE LATERAL BUFFER - 4' WORK AREA EXISTING LANE 2' SECTION OA B SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' f RURAL ROADS 45 / 55 MPH 500' f RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' f RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL &BUSINESS DISTRICTS 25 / 30 MPH 200' t (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4-2L - COMPLIANCE DATE 12/23/13 L X SEE NOTE 2 0 O O O O 0 0 0 W5-1 ROAD NARROWS EXISTING SHOULDER S 0 W20-5R RIGHT LANE CLOSED AHEAD W20-1 ROAD WORK AHEAD X X 0 K LEGEND N PCMS 0 v /a1 U a o E SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead Stopping Distance. 2. Extend device taper (LJ3) across shoulder — recommended. 3. Portable Changeable Message Sign (PCMS) recommended. 4. Traffic Safety Drums for all tapers on high speed roadway recommended. 5. Transverse Devices in closed lane every 1000' t recommended. 6. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 7. Use advanced notice for any overwidth loads prior to lane closure for altenative routes if applicable — recommended. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M 55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 0 ®� �®V WAS�I� �( �ti;� Zell C G a�W WWaz '77- boo, ¢3o7m �® p 25335 �� � P' I S T V.�� �N, dos �10NAL �� W U g ¢w¢ti EXPIRES AUGUST 9, 2007 SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K-24.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 Adft STATE DESIGN ENGINEER DATE MAP Washington State Department of Transportation z w t- 0) z I it m z W J W m LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 85 120 1 170 1 270 W20-1 ROAD WORK ZS AHEAD Wn x ZS X W4-2L i - COMPLIANCE DATE 12/23/13 SIGN SPACING = X RURAL ROADS 45 / 55 MPH 500' ± RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' ± URBAN STREETS 25 MPH OR LESS 100' ± ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 11 115 165 225 294 495 550 605 12 125 180 245 320 540 600 660 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50 / 70 40 80 35/45 30 60 25/30 20 40 LEGEND a SIGN LOCATION o m o CHANNELIZING DEVICES CC() ARROW PANEL ® BARRICADE -TYPE 3 L OBLITERATED MARKING G20-2A END ROAD D WORK I N X J R3-2 R1W m N R4-7 B/77vt " a a I X I W20-1 ROAD <�'WORK AHEAD R3-2 R/W (S G20-2A END ROAD WORK ZS El 0 0 0 0 0 0 0 0 0 0 0 0 WORK o AREA 0 0 ZS Q o� G20-2A Q END ROAD WORK NOTES 1. NO LEFT TURN signs are to be used if traffic volumes are too high or there is an operating signal. Close the left turn pocket if there is one on the side street. 2. When turn prohibitions are implemented, two turn prohibition signs should be used, one on the near side and, space permitting, one on on the far side of the intersection. 3. If the work space extends a crosswalk, the crosswalk should be closed (see Standard Plan K-34.20). 4. Flashing Warning Lights (Type A per MUTCD) should be used, as needed, to mark barricades at night. 5. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark channelizing devices at night. 6. For long term projects conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary markings shall be used. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. j W20-1 ROAD WORK AHEAD - b Q RIGHT LANE ROAD WORK G20-2A X MUST R3-7R TURN RIGHT B/W Q THRU X TRAFFIC MERGE 4 LEFT W4-7 x ROAD WORK SZ AHEAD . W20-1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 0 ®S ®F WA Sjj' � °o ti ' a ?�° z_ Q w 1 WwaWz o ?m �0 p� 25335 �� �� z'C hh� 1 yw3Q SI ®tV�L �w6�r �Qw¢ie EXPIRES AUGUST 9, 2007 ° m 8 INTERSECTION HALF ROAD CLOSURE WITH LANE SHIFT STANDARD PLAN K-32.80-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STATE DESIGN ENGINEER DATE Adnk Washington State Department of Transportation CITY OF G`t Y O� ento�FrvTo? SPECIAL PROVISIONS SPECIALPROVISIONS............................................................................................................ 13 1-01 DEFINITIONS AND TERMS........................................................................................... 13 1-01.1 General.............................................................................................................................13 1-01.3 Definitions.......................................................................................................................13 1-02 BID PROCEDURES AND CONDITIONS..................................................................... 17 1-02.1 Prequalification of bidders............................................................................................ 17 1-02.2 Plans and Specifications................................................................................................17 1-02.5 Proposal Forms...............................................................................................................17 1-02.6 Preparation of Proposal................................................................................................. 18 1-02.7 Bid Deposit...................................................................................................................... 19 1-02.9 Delivery of Proposal.......................................................................................................19 1-02.12 Public Opening of Proposals....................................................................................... 19 1-02.13 Irregular Proposals...................................................................................................... 19 1-02.14 Disqualification of Bidders.......................................................................................... 20 1-02.15 Pre Award Information................................................................................................ 20 1-03 AWARD AND EXECUTION OF CONTRACT............................................................. 21 1-03.1 Consideration of bids..................................................................................................... 21 1-03.2 Award of Contract.......................................................................................................... 21 1-03.3 Execution of Contract.................................................................................................... 21 1-03.4 Contract Bond................................................................................................................ 22 1-03.7 Judicial Review............................................................................................................... 23 1-04 SCOPE OF WORK........................................................................................................... 23 1-04.2 Coordination of Contract Documents......................................................................... 23 1-04.3 Contractor -Discovered Discrepancies.......................................................................... 23 1-04.4 Changes...........................................................................................................................24 1-04.8 Progress Estimates and Payments................................................................................ 24 1-04.11 Final Cleanup................................................................................................................ 24 1-05 CONTROL OF WORK.................................................................................................... 24 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................ 24 1-05.4(3) Contractor Supplied Surveying................................................................................ 26 1-05.4(4) Contractor Provided As -Built Information............................................................. 26 1-05.7 Removal of Defective and Unauthorized Work........................................................... 27 1-05.10 Guarantees....................................................................................................................28 1-05.11 Final Inspection............................................................................................................ 28 1-05.11(1) Substantial Completion Date.................................................................................. 28 1-05.11(2) Final Inspection and Physical Completion Date ................................................... 29 1-05.11(3) Operational Testing................................................................................................. 30 1-05.12 Final Acceptance........................................................................................................... 30 1-05.13 Superintendents, Labor and Equipment of Contractor ........................................... 31 1-05.14 Cooperation with Other Contractors......................................................................... 31 1-05.16 Water and Power.......................................................................................................... 31 1-05.17 Oral Agreements........................................................................................................... 32 1-05.18 Contractor's Daily Diary............................................................................................. 32 1-06 CONTROL OF MATERIAL............................................................................................ 33 1-06.1 Approval of Materials Prior to Use............................................................................... 33 1-06.2(1) Samples and Tests for Acceptance............................................................................ 33 1-06.2(2) Statistical Evaluation of Materials for Acceptance ................................................. 33 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................... 34 1-07.1 Laws to be Observed...................................................................................................... 34 1-07.2 State Sales Tax................................................................................................................ 34 1-07.2(1) General.......................................................................................................................35 1-07.2(2) State Sales Tax - Rule 171......................................................................................... 35 1-07.2(3) State Sales Tax - Rule 170......................................................................................... 35 1-07.2(4) Services.......................................................................................................................36 1-07.6 Permits and Licenses...................................................................................................... 36 1-07.9 Wages...............................................................................................................................37 1-07.9(5) Required Documents................................................................................................. 37 1-07.11 Requirements for Non-Discrimination....................................................................... 37 1-07.11(11) City of Renton Affidavit of Compliance............................................................... 37 1-07.12 Federal Agency Inspection.......................................................................................... 37 1-07.13 Contractor's Responsibility for Work........................................................................ 38 1-07.13(1) General.....................................................................................................................38 1-07.15 Temporary Water Pollution/Erosion Control............................................................ 38 1-07.16 Protection and Restoration of Property..................................................................... 40 1-07.16(1) Private/Public Property.......................................................................................... 40 1-07.17 Utilities and Similar Facilities..................................................................................... 42 1-07.17(1) Site Specific Potholing............................................................................................. 43 1-07.17(3) Interruption of Services.......................................................................................... 44 1-07.17(4) Resolution of Utility Conflicts.................................................................................. 44 2 1-07.18 Public Liability and Property Damage Insurance..................................................... 44 1-07.18(1) General.....................................................................................................................45 1-07.18(2) Coverages................................................................................................................. 45 1-07.18(3) Limits........................................................................................................................47 1-07.18(4) Evidence of Insurance: ............................................................................................ 48 1-07.22 Use of Explosives.......................................................................................................... 49 1-07.23 Public Convenience and Safety................................................................................... 49 1-07.23(1) Construction Under Traffic.................................................................................... 49 1-07.23(2) Construction and Maintenance of Detours........................................................... 51 1-07.24 Rights of Way................................................................................................................ 51 1-07.28 Confined Space Entry.................................................................................................. 52 1-08 PROSECUTION AND PROGRESS................................................................................ 52 1-08.0 Preliminary Matters....................................................................................................... 52 1-08.0(1) Preconstruction Conference..................................................................................... 53 1-08.0(2) Hours of Work........................................................................................................... 54 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ............. 55 1-08.1 Subcontracting............................................................................................................... 55 1-08.2 Assignment......................................................................................................................56 1-08.3 Progress Schedule........................................................................................................... 56 1-08.4 Notice to Proceed and Prosecution of the Work.......................................................... 57 1-08.5 Time For Completion..................................................................................................... 57 1-08.6 Suspension of Work........................................................................................................ 59 1-08.7 Maintenance During Suspension.................................................................................. 59 1-08.9 Liquidated Damages...................................................................................................... 59 1-08.11 Contractor's Plant and Equipment............................................................................. 60 1-08.12 Attention to Work......................................................................................................... 60 1-09 MEASUREMENT AND PAYMENT............................................................................... 60 1-09.1 Measurement of Quantities........................................................................................... 60 1-09.3 Scope of Payment........................................................................................................... 62 1-09.6 Force Account................................................................................................................. 62 1-09.7 Mobilization....................................................................................................................62 1-09.9 Payments.........................................................................................................................63 1-09.9(1) Retainage....................................................................................................................64 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts........... 64 1-09.9(3) Final Payment............................................................................................................ 66 3 1-09.11 Disputes and Claims...................................................................................................... 66 1-09.11(2) Claims....................................................................................................................... 67 1-09.11(3) Time Limitations and Jurisdiction......................................................................... 67 1-09.13 Claims and Resolutions................................................................................................. 67 1-09.13(3) Claims $250,000 or Less.......................................................................................... 67 1-09.13(3)A Administration of Arbitration.............................................................................. 67 1-09.13(3)B Procedures to Pursue Arbitration....................................................................... 67 1-09.14 Payment Schedule........................................................................................................ 69 1-09.14(1) Scope.........................................................................................................................69 1-09.14(2) Bid Items.................................................................................................................. 69 1-10 TEMPORARY TRAFFIC CONTROL........................................................................... 87 1-10.1 General............................................................................................................................87 1-10.2(1)B Traffic Control Supervisor..................................................................................... 88 1-10.2(2) Traffic Control Plans................................................................................................. 89 1-10.3 Flagging, Signs, and All Other Traffic Control Devices .............................................. 89 1-10.3(3) Construction Signs..................................................................................................... 89 1-10.4 Measurement.................................................................................................................. 89 1-10.5 Payment...........................................................................................................................89 1-11 RENTON SURVEYING STANDARDS.......................................................................... 90 1-11.1(1) Responsibility for surveys......................................................................................... 90 1-11.1(2) Survey Datum and Precision.................................................................................... 90 1-11.1(3) Subdivision Information........................................................................................... 91 1-11.1(4) Field Notes.................................................................................................................. 91 1-11.1(5) Corners and Monuments.......................................................................................... 91 1-11.1(6) Control or Base Line Survey..................................................................................... 91 1-11.1(7) Precision Levels.......................................................................................................... 92 1-11.1(8) Radial and Station -- Offset Topography................................................................. 92 1-11.1(9) Radial Topography.................................................................................................... 93 1-11.1(10) Station --Offset Topography.................................................................................... 93 1-11.1(11) As -Built Survey......................................................................................................... 93 1-11.1(12) Monument Setting and Referencing...................................................................... 93 1-11.12 Materials..................................................................................................................... 94 1-11.12(1) Property/Lot Corners.............................................................................................. 94 1-11.12(2) Monuments...............................................................................................................94 1-11.12(3) Monument Case and Cover.................................................................................... 94 4 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................... 94 2-01.1 Description......................................................................................................................94 2-01.2 Disposal of Usable Material and Debris....................................................................... 95 2-01.5 Payment...........................................................................................................................95 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS .............................................. 95 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs......................................................... 95 2-02.4 Measurement.................................................................................................................. 95 2-02.5 Payment...........................................................................................................................96 2-03 ROADWAY EXCAVATION AND EMBANKMENT..................................................... 96 2-03.3 Construction Requirements.......................................................................................... 96 2-03.4 Measurement.................................................................................................................. 97 2-03.5 Payment...........................................................................................................................97 2-04 HAUL................................................................................................................................. 98 2-04.5 Payment...........................................................................................................................98 2-06 SUBGRADE PREPARATION......................................................................................... 98 2-06.5 Measurement and Payment.......................................................................................... 98 2-09 STRUCTURE EXCAVATION......................................................................................... 98 2-09.1 Description......................................................................................................................98 2-09.3(1)D Disposal of Excavated Material............................................................................. 99 2-09.4 Measurement.................................................................................................................. 99 2-09.5 Payment...........................................................................................................................99 5-04 ASPHALT CONCRETE PAVEMENT..........................................................................100 5-04.2 Materials.......................................................................................................................100 5-04.3 Construction Requirements........................................................................................100 5-04.3(5) Conditioning the Existing Surface.........................................................................101 5-04.3(5)A Preparation of Existing Surface..........................................................................101 5-04.3(7)A Mix Design.............................................................................................................102 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture...........................................103 5-04.3(10)B Control.................................................................................................................103 5-04.5 Payment.........................................................................................................................103 5-04.5(1)A Price Adjustments for Quality of HMA Mixture...............................................103 5-04.5(1)B Price Adjustments for Quality of HMA Compaction ........................................ 105 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS........................................105 5-06.1 Description....................................................................................................................105 5-06.2 Materials.......................................................................................................................105 61 5-06.3 Construction Requirements........................................................................................105 7-01 DRAINS........................................................................................................................... 106 7-01.2 Materials....................................................................................................................... 106 7-01.3 Construction Requirements........................................................................................106 7-01.4 Measurement................................................................................................................106 7-02 CULVERTS..................................................................................................................... 107 7-02.2 Materials.......................................................................................................................107 7-04 STORM SEWERS.......................................................................................................... 107 7-04.2 Materials....................................................................................................................... 107 7-04.2(2) Temporary Stormwater Diversion......................................................................... 108 7-04.3(1) Cleaning and Testing...............................................................................................109 7-04.3(1)G Abandon Existing Storm Sewer Pipes.................................................................110 7-04.3(2) CCTV Inspection......................................................................................................110 7-04.3(3) Direct Pipe Connections............................................................................................110 7-05 MANHOLES, INLETS, AND CATCH BASINS...........................................................111 7-05.3 Construction Requirements.........................................................................................111 7-05.3(1) Adjusting Manholes and Catch Basins to Grade...................................................111 7-05.3(2) Abandon Existing Manholes....................................................................................112 7-05.3(3) Connections to Existing Manholes..........................................................................112 7-05.3(5) Manhole Coatings.....................................................................................................113 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.............................................113 7-08.3 Construction Requirements.........................................................................................113 7-08.3(1)A Trenches...................................................................................................................113 7-08.3(1)C Bedding the Pipe....................................................................................................114 7-08.3(1)D Pipe Foundation....................................................................................................114 7-08.3(2)A Survey Line and Grade.........................................................................................115 7-08.3(2)B Pipe Laying — General...........................................................................................115 7-08.3(2)E Rubber Gasketed Joints........................................................................................116 7-08.3(2)H Sewer Line Connections........................................................................................116 7-08.3(2)J Placing PVC Pipe....................................................................................................116 7-08.3(3)A Backfilling Pipe Trenches......................................................................................117 7-09 PIPE AND FITTINGS FOR WATER MAINS..............................................................118 7-09.3(15)A Ductile Iron Pipe..................................................................................................118 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over).........................................118 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement..............119 rol 7-09.3(19)A Connections to Existing Mains...........................................................................119 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block ................................................ 121 7-09.3(23) Hydrostatic Pressure Test..................................................................................... 121 7-09.3(24)A Flushing and Poly-pigging..................................................................................123 7-09.3(24)D Dry Calcium Hypochlorite.................................................................................124 7-09.3(24)K Retention Period................................................................................................. 124 7-09.3(24)N Final Flushing and Testing.................................................................................124 7-09.3(25) Joint Restraint Systems.........................................................................................125 7-09.4 Measurement................................................................................................................ 127 7-09.5 Payment.........................................................................................................................127 7-12 VALVES FOR WATER MAINS....................................................................................128 7-12.3(1) Installation of Valve Marker Post.......................................................................... 128 7-12.3(2) Adjust Existing Valve Box to Grade....................................................................... 128 7-12.4 Measurement................................................................................................................128 7-12.5 Payment.........................................................................................................................129 7-14 HYDRANTS.................................................................................................................... 129 7-14.3(1) Setting Hydrants...................................................................................................... 129 7-14.3(3) Resetting Existing Hydrants...................................................................................130 7-14.3(4) Moving Existing Hydrants...................................................................................... 130 7-14.3(7) Remove and Salvage Hydrant..................................................................................130 7-14.5 Payment.........................................................................................................................131 7-15 SERVICE CONECTIONS.............................................................................................131 7-15.3 Construction Details.....................................................................................................131 7-15.5 Payment.........................................................................................................................132 7-17 SANITARY SEWERS.....................................................................................................132 7-17.2 Materials.......................................................................................................................132 7-17.3 Construction Requirements........................................................................................133 7-17.3(1) Protection of Existing Sewerage Facilities.............................................................133 7-17.3(2)H Television Inspection............................................................................................133 7-17.3(2)1 Abandon Existing Sanitary Sewer Pipes.................................................................. 134 7-17.4 Measurement................................................................................................................134 7-17.5 Payment.........................................................................................................................134 7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE(CIPP).......................................... 135 7-21.1 Description.....................................................................................................................135 7 7-21.1(1) Related Work Specified Elsewhere........................................................................... 135 7-21.1(2) Licensing.................................................................................................................... 136 7-21.1(3) Contractor and Manufacturer Qualifications........................................................... 136 7-21.1(4) Contractor Submittals............................................................................................... 136 7-21.1(5) Quality Assurance...................................................................................................... 138 7-21.1(6) Warranty....................................................................................................................138 7-21.2 Materials........................................................................................................................138 7-21.2 Cured in Place Resin Impregnated Material in General ................................................ 138 7-21.2(2) Resin.......................................................................................................................... 140 7-21.2(3) Physical Properties.................................................................................................... 140 7-21.3 Construction Requirements........................................................................................... 141 7-21.3(1) Preparation................................................................................................................141 7-21.3(1)A Flow Management.................................................................................................. 141 7-21.3(1)B Cleaning...................................................................................................................142 7-21.3(1)C Point Repairs........................................................................................................... 142 7-21.3(1)D Manholes................................................................................................................ 142 7-21.3(2) Liner Installation........................................................................................................ 142 7-21.3(2)A Inversion Method.................................................................................................... 142 7-21.3(2)B Pull/Winch Method................................................................................................ 143 7-21.3(2)C Finished Pipe Liner.................................................................................................. 143 7-21.3(3) Service Connection Restoration................................................................................ 143 7-21.3(4) Testing........................................................................................................................144 7-21.3(4)A Material Testing...................................................................................................... 144 7-21.3(4)B Field Testing............................................................................................................. 144 7-21.3(4)C Post Installation CCTV Inspection........................................................................... 144 7-21.4 Measurement.................................................................................................................144 7-21.5 Payment......................................................................................................................... 144 7-22 RESIN IMPREGNATED FABRIC CIPP................................................................................... 144 7-22.1 Description.....................................................................................................................145 7-22.1(1) Related Work Specified Elsewhere........................................................................... 145 7-22.2 Materials........................................................................................................................145 7-22.2(1) Cured in Place Pipe Liner........................................................................................... 145 7-22.2(2) Resin.......................................................................................................................... 145 8 7-22.2(3) Physical Properties.................................................................................................... 145 7-22.3 Construction Requirements........................................................................................... 145 7-22.3(1) Preparation................................................................................................................145 7-22.3(1)A Cleaning...................................................................................................................145 7-22.3(2) Installation.................................................................................................................145 7-22.3(2)A Resin Impregnation................................................................................................. 145 7-22.3(2)B Water, Air or Steam Curing..................................................................................... 146 7-22.3(2)C Cool Down............................................................................................................... 147 7-23 RESIN IMPREGNATED FIBERGLASS CIPP........................................................................... 147 7-23.1 Description.....................................................................................................................147 7-23.1(1) Related Work Specified Elsewhere...........................................................................147 7-23.1(2) Reference Specifications, Codes, and Standards......................................................147 7-23.1(3) CIPP Liner Samples.................................................................................................... 148 7-23.1(4) CIPP Liner Handling................................................................................................... 149 7-23.2 Materials........................................................................................................................149 7-23.2(1) General Specifications............................................................................................... 149 7-23.2(2) Chemical Resistance.................................................................................................. 149 7-23.3(3) Component Properties.............................................................................................. 149 7-23.3(4) Finished and Cured CIPP Liner Properties................................................................ 150 7-23.2(5) Dimensions................................................................................................................150 7-23.3 Construction Requirements........................................................................................... 150 7-23.3(1) Installation Procedures............................................................................................. 150 7-23.3(1)A Installation Process................................................................................................. 150 7-23.3(1)B Curing...................................................................................................................... 150 7-23.3(2) Finished Product........................................................................................................ 151 8-02 ROADSIDE RESTORATION........................................................................................151 8-02.3(4)A Topsoil Type A.......................................................................................................151 8-02.3(16) Lawn Installation...................................................................................................151 8-02.3(16)A Lawn Installation................................................................................................ 151 8-02.3(16)AI Qualifications of Workmen..............................................................................151 8-02.3(16)A2 Submittals..........................................................................................................151 8-02.3(16)A2a Certification of Material.................................................................................151 8-02.3(16)A2b Manufacturer's Certificates of Conformance..............................................152 8-02.3(16)A2c Schedule for Installation.................................................................................152 9 8-02.3(16)A3 Product Handling.............................................................................................152 8-02.3(16)A4 Site Information................................................................................................ 152 8-02.3(16)A5 Sod......................................................................................................................152 8-02.3(16)A5a Other Materials...............................................................................................153 8-02.3(16)A6 Execution...........................................................................................................153 8-02.3(16)A6a Installation Preparation................................................................................. 153 8-02.3(16)A6b Sod Installation...............................................................................................153 8-02.3(16)B Lawn Establishment...........................................................................................154 8-02.3(16)B Lawn Establishment and Final Acceptance...................................................... 154 8-02.3(16)B1 Establishment Period........................................................................................ 154 8-02.3(16)B2 Guarantee..........................................................................................................155 8-02.3(16)B3 Final Acceptance............................................................................................... 155 8-09 RAISED PAVEMENT MARKERS............................................................................... 155 8-09.5 Payment.........................................................................................................................155 8-13 MONUMENT CASES....................................................................................................156 8-13.1 Description....................................................................................................................156 8-13.3 Construction Requirements........................................................................................ 156 8-13.4 Measurement................................................................................................................156 8-13.5 Payment.........................................................................................................................156 8-14 CEMENT CONCRETE SIDEWALKS.........................................................................156 8-14.3(4) Curing.......................................................................................................................156 8-14.4 Measurement................................................................................................................157 8-14.5 Payment.........................................................................................................................157 8-17 IMPACT ATTENUATOR SYSTEMS........................................................................... 158 8-17.5 Payment.........................................................................................................................158 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL...............158 8-20.2(1) Equipment List and Drawings...............................................................................158 8-22 PAVEMENT MARKING................................................................................................158 8-22.1 Description....................................................................................................................158 8-22.3(5) Installation Instructions..........................................................................................159 8-22.5 Payment.........................................................................................................................159 8-23 TEMPORARY PAVEMENT MARKINGS................................................................... 160 8-23.5 Payment.........................................................................................................................160 9-03.8(7) HMA Tolerances and Adjustments.........................................................................160 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS..................................161 10 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)......................................................................161 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)....................................................... 161 9-05.7(2)A Basis for Acceptance(RC).................................................................................... 162 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)...............................................................162 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)..................................................162 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).................................................................... 162 9-05.12 Polyvinyl Chloride (PVC) Pipe.................................................................................163 9-05.12(3) CPEP Sewer Pipe...................................................................................................163 9-05.14 ABS Composite Sewer Pipe....................................................................................... 163 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe................................................................. 163 9-05.22 High Density Polyethylene Piping.............................................................................164 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene SanitarySewer Pipe.................................................................................................................. 166 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe............................................167 9-05.24(2) Polypropylene Sanitary Sewer Pipe......................................................................167 9-08 PAINTS............................................................................................................................ 167 9-08.8 Manhole Coating System Products............................................................................. 167 9-08.8(1) Coating Systems Specification................................................................................167 9-14 EROSION CONTROL AND ROADSIDE PLANTING .............................................. 168 9-14.1(1) Topsoil Type A..........................................................................................................168 9-14.6(8) Sod.............................................................................................................................168 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.....................................169 9-23.9 Fly Ash (RC).................................................................................................................169 9-30 WATER DISTRIBUTION MATERIALS.....................................................................169 9-30.1 Pipe..............................................................................................................................169 9-30.1(1) Ductile Iron Pipe........................................................................................................169 9-30.1(2) Polyethylene Encasement........................................................................................170 9-30.2 Fittings...........................................................................................................................170 9-30.2(1) Ductile Iron Pipe......................................................................................................170 9-30.2(2) Galvanized Iron Pipe...............................................................................................171 9-30.2(3) Steel Casing Pipe...................................................................................................... 171 9-30.2(4) Spacers and Seals for Steel Casing Pipe................................................................ 171 9-30.2(6) Restrained Joint Pipe and Fittings......................................................................... 171 9-30.2(7) Bolted, Sleeve -Type Couplings for Plain End Pipe...............................................172 9-30.3 Valves...........................................................................................................................172 9-30.3(1) Gate Valves (3 inches to 16 inches).........................................................................172 9-30.3(3) Butterfly Valves........................................................................................................ 173 9-30.3(4) Valve Boxes............................................................................................................... 173 9-30.3(5) Valve Marker Posts..................................................................................................173 9-30.3(6) Valve Stem Extensions.............................................................................................173 9-30.3(7) Combination Air Release/Air Vacuum Valves ....................................................... 174 9-30.3(8) Tapping Sleeve and Valve Assembly.......................................................................174 9-30.3(9) Blow -Off Assembly..................................................................................................174 9-30.5 Hydrants....................................................................................................................... 174 9-30.5(1) End Connections...................................................................................................... 175 9-30.5(2) Hydrant Dimensions................................................................................................ 175 9-30.6 Water Service Connections (2 Inches and Smaller) ................................................ 175 9-30.6(3) Service Pipes............................................................................................................. 175 9-30.6(3)B Polyethylene Pipe..................................................................................................175 9-30.6(4) Service Fittings.........................................................................................................175 9-30.6(4) Service Fittings......................................................................................................... 175 9-30.6(5) Meter Setters............................................................................................................ 176 9-30.6(7) Meter Boxes..............................................................................................................176 10 Removal of Utility Locate Markings From Sidewalks Required ................................... 176 12 05/20/2019 SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition • Public Rights -Of -Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God 13 05/20/2019 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of God. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for "Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. 14 05/20/2019 Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross -sections, and other details. Drawings may either be 15 05/20/2019 bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 16 05/20/2019 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17") and 4 Furnished automatically contract provisions upon award Large Plans (22" x 34") 4 Furnished only upon request CAD Drawings N/A Furnished only upon request 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: If a geotechnical study was prepared for the project, then the findings and recommendations are summarized in a report. The City of Renton will provide this study upon request. 1-02.5 Proposal Forms Delete this Section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at 17 05/20/2019 the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with: Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 18 05/20/2019 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with Protect Name and Protect Number clearly marked on the outside of the envelope as stated in the Advertisement for Bids, or as otherwise stated in the Bid Documents. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required,- b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; 19 05/20/2019 f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized r)reaualification amount as may have been determined by a r)reaualification of the bidder: d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) The bidder does not meet the supplemental qualifications criteria as stated in Section 1- 02.1(1). k. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: 20 05/20/2019 Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. 21 05/20/2019 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; S. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the 22 05/20/2019 individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Ii 11111L W1f4L@I]:KO19kT T191 CI CI 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): Addenda 2. Proposal Form 3. Technical Specifications (if any) 4. Special Provisions 5. Contract Plans 6. Contracting Agency's Standard Plans (if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor -Discovered Discrepancies Section 1-04.3 is a new section: Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 23 05/20/2019 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case -by -case basis. 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented as follows: Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required 24 05/20/2019 survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 25 05/20/2019 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1- 11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As -Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As -Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As -Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As -Built Drawings." 1-05.4(4) Contractor Provided As -Built Information Section 1-05.4(4) is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. 26 05/20/2019 After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as -built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As -Built Drawings", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re -execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re -execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner's property. 27 05/20/2019 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non - defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. 28 05/20/2019 To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. 29 05/20/2019 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-OS.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 30 05/20/2019 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts, agencies, and contractors who may have facilities within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. Centuryl-ink 4. City of Renton (water, sewer, transportation) 5. Comcast 6. Seattle Public Utilities 7. King County 8. Olympic Pipeline 9. Soos Creek Sewer and Water District 10. Cedar River Sewer and Water District 11. Skyway Sewer and Water District 12. Falcon Ridge Home Owner's Association 13. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 31 05/20/2019 1-05.17 Oral Agreements Section 1-05.17 is a new section: /******X No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on -site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non -Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the 32 05/20/2019 Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 33 05/20/2019 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 34 05/20/2019 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. iXI 05/20/2019 For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be 36 05/20/2019 charged against the Contractor and deducted from any funds otherwise due the Contractor. The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deducted from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor's own cost. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: The Contractor must submit weekly -certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non -Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL 37 05/20/2019 AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: The Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final SWPPP. The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer's data and detailed plans for the erosion control products specified in the plan. 38 05/20/2019 Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer's data and material submittals. c. Pump and pipe types, sizes, manufacturer's data, and design criteria for pump sizing. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non -operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer's literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment -laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; 39 05/20/2019 • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of "quick" conditions or "boils"; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and "kitty litter." The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer's review and any resulting approval of the Contractor's SWPPP and TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPPP to the Engineer for review as specified for the original plan. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor's failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: 40 05/20/2019 The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights -of -way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights -of -way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. 41 05/20/2019 D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities 42 05/20/2019 Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Site Specific Potholing Section 1-07.17(1) is a new section: Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. 43 05/20/2019 The contractor shall perform for this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down -time or any other additional costs associated with 'waiting' if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(3) Interruption of Services Section 1-07.17(3) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.17(4) Resolution of Utility Conflicts Section 1-07.17(4) is a new section: In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. If "Resolution of utility conflicts" is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 44 05/20/2019 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. 45 05/20/2019 Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Ll: 05/20/2019 Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 47 05/20/2019 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability (If required) to apply on a per proiect basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". 48 05/20/2019 C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. 49 05/20/2019 When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross -streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non -working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway 50 05/20/2019 remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights -of -Way Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights -of -way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights -of -entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights -of -entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right -of -entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting 61 05/20/2019 Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit -required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 52 05/20/2019 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project Material sources on the project Names of principal suppliers Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) Shop Drawings (bring preliminary list) Traffic Control Plans (3+ copies) Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings — schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives 53 05/20/2019 Suspension of Work, time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights -of -entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on 54 05/20/2019 Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 05/20/2019 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub -element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets 56 05/20/2019 forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A non -working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non- working day and when they fall on a Sunday the following Monday will be counted as a non -working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date 57 05/20/2019 and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non -working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non -working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting 58 05/20/2019 standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of 59 05/20/2019 this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorney's fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. 05/20/2019 All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt S. Pay item number 9. Contract number and/or name 61 05/20/2019 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item;' "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: GiU 05/20/2019 Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization & Demobilization," Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form —the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand —100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. 63 05/20/2019 Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including "red line" as -built drawings showing work installed by the contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: Damage to another contractor when there is evidence thereof and a claim has been filed. 64 05/20/2019 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. 65 05/20/2019 A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 05/20/2019 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing 67 05/20/2019 their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. .: 05/20/2019 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: 1-09.14(2)AA CCTV Inspection (Bid Item A-14) — Linear Foot Measurement for CCTV inspection will be per linear foot of storm and sanitary sewer pipe inspected in conformance with section 7-08.3(5) and the Contract Documents. Payment for CCTV Inspection will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Bypass sewer pumping (if needed), 69 05/20/2019 CCTV inspection of all new open -cut installed storm and sanitary sewers, Delivery of the CCTV inspections entirely in a PACP compatible format data base on an External HDD to the Engineer. Costs for additional Television Inspection required to verify corrections or replacement of pipe, or done solely for the Contractor's convenience, shall be at the Contractor's sole expense. 1-09.14(2)AB Resolution of Utility Conflicts with Stormwater (Bid Item A-15) — Force Account Payment will be made at the discretion of the Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions when included in the Proposal: "Resolution of Utility Conflicts with Stormwater," per Force Account. In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Resolution of utility conflicts is included as a bid item for use in resolving any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. Resolution of conflicts with gas services, water services, and sewer services shall be incidental to other pay items. To provide a common basis for all bidders, the Contracting Agency has entered an amount for the item "Resolution of Utility Conflicts with Stormwater" in the Proposal to become a part of the total bid by the Contractor. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). 1-09.14(2)AC Storm Drain, 8-inch Diameter [C900] (Bid Item A-16) — Linear Foot Measurement for Storm Drain Pipe, 8-in Diameter [C900] will be based on linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents. Payment for furnishing and installing Storm Drain Pipe, 8-in Diameter will be made at the amount bid per linear foot, which payment will be complete compensation for: • All labor, materials, equipment and hauling • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal and excavation • Dewatering, temporary bypass pumping and control of water 70 05/20/2019 • Removal and disposal of waste material in the excavation necessary to construct the improvements including but not limited to: existing pipes; catch basins; manholes; structures; and abandoned utilities • Pipe of the size and material type required, gaskets, fittings and adaptors • Installation, laying and jointing pipe and fittings • Furnishing and placing pipe zone bedding material • Furnishing, placement and compaction of imported trench backfill • Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents • Removal of pipe and catch basins beyond the excavation where shown on the Drawings or where directed by the Engineer as well as plugging existing pipes to be abandoned and plugging existing pipes where sections have been removed for the storm installation, and providing end caps were shown on the plans. These items shall not be limited to those mentioned on the Plans or specified herein. • Replacing, protecting and/or maintaining existing utilities • Furnishing and placing temporary pavement patching. Contractor is advised that groundwater may be prevalent and must be controlled and shall be paid for as a part of this bid item. Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. 1-09.14(2)AD 8" Subsurface Underdrain (Bid Item A-17) —Linear Foot Measurement for Subsurface Underdrain will be based on linear foot measured horizontally over the centerline of the subsurface underdrain installed as measured from the center of structures in conformance with the Contract Documents. Payment for furnishing and installing Subsurface Underdrain will be made at the amount bid per linear foot, which payment will be complete compensation for: • All labor, materials, equipment and hauling • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal and excavation • Dewatering, temporary bypass pumping and control of water • Removal and disposal of waste material in the excavation necessary to construct the improvements including but not limited to: existing pipes; catch basins; manholes; structures; and abandoned utilities • Pipe of the size and material type required, gaskets, fittings and adaptors • Installation, laying and jointing pipe and fittings • Furnishing and placing underdrain aggregate material • Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents • Removal of pipe and catch basins beyond the excavation where shown on the Drawings or where directed by the Engineer as well as plugging existing pipes to be abandoned and plugging existing pipes where sections have been removed for the storm installation, and providing end caps were 71 05/20/2019 shown on the plans. These items shall not be limited to those mentioned on the Plans or specified herein. • Replacing, protecting and/or maintaining existing utilities • Furnishing and placing temporary pavement patching. Contractor is advised that groundwater may be prevalent and must be controlled and shall be paid for as a part of this bid item. Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. 1-09.14(2)AE 8" Storm Underdrain (Bid Item A-18) — Linear Foot Measurement for Storm Underdrain will be based on linear foot measured horizontally over the centerline of the storm underdrain installed as measured from the center of structures in conformance with the Contract Documents. Payment for furnishing and installing Storm Underdrain will be made at the amount bid per linear foot, which payment will be complete compensation for: • All labor, materials, equipment and hauling • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal and excavation • Dewatering, temporary bypass pumping and control of water • Removal and disposal of waste material in the excavation necessary to construct the improvements including but not limited to: existing pipes; catch basins; manholes; structures; and abandoned utilities • Pipe of the size and material type required, gaskets, fittings and adaptors • Installation, laying and jointing pipe and fittings • Furnishing and placing underdrain aggregate material • Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents • Removal of pipe and catch basins beyond the excavation where shown on the Drawings or where directed by the Engineer as well as plugging existing pipes to be abandoned and plugging existing pipes where sections have been removed for the storm installation, and providing end caps were shown on the plans. These items shall not be limited to those mentioned on the Plans or specified herein. • Replacing, protecting and/or maintaining existing utilities • Furnishing and placing temporary pavement patching. Contractor is advised that groundwater may be prevalent and must be controlled and shall be paid for as a part of this bid item. 72 05/20/2019 Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. 1-09.14(2)AF Storm Drain, 12-inch Diameter [C900] (Bid Item A-19) — Linear Foot Measurement for Storm Drain Pipe, 12-in Diameter [C900] will be based on linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents. Payment for furnishing and installing Storm Drain Pipe,12-in Diameter will be made at the amount bid per linear foot, which payment will be complete compensation for: • All labor, materials, equipment and hauling • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal and excavation • Dewatering, temporary bypass pumping and control of water • Removal and disposal of waste material in the excavation necessary to construct the improvements including but not limited to: existing pipes; catch basins; manholes; structures; and abandoned utilities • Pipe of the size and material type required, gaskets, fittings and adaptors • Installation, laying and jointing pipe and fittings • Furnishing and placing pipe zone bedding material • Furnishing, placement and compaction of imported trench backfill • Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents • Removal of pipe and catch basins beyond the excavation where shown on the Drawings or where directed by the Engineer as well as plugging existing pipes to be abandoned and plugging existing pipes where sections have been removed for the storm installation, and providing end caps were shown on the plans. These items shall not be limited to those mentioned on the Plans or specified herein. • Replacing, protecting and/or maintaining existing utilities • Furnishing and placing temporary pavement patching. Contractor is advised that groundwater may be prevalent and must be controlled and shall be paid for as a part of this bid item. Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. 1-09.14(2)AG Storm Drain, 12-inch Diameter [PPP] (Bid Item A-20) — Linear Foot Measurement for Storm Drain Pipe, 12-in Diameter [PPP] will be based on linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents. Payment for furnishing and installing Storm Drain Pipe, 12-in Diameter will be made at the amount bid per linear foot, which payment will be complete compensation for: • All labor, materials, equipment and hauling 73 05/20/2019 • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal and excavation • Dewatering, temporary bypass pumping and control of water • Removal and disposal of waste material in the excavation necessary to construct the improvements including but not limited to: existing pipes; catch basins; manholes; structures; and abandoned utilities • Pipe of the size and material type required, gaskets, fittings and adaptors • Installation, laying and jointing pipe and fittings • Furnishing and placing pipe zone bedding material • Furnishing, placement and compaction of imported trench backfill • Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents • Removal of pipe and catch basins beyond the excavation where shown on the Drawings or where directed by the Engineer as well as plugging existing pipes to be abandoned and plugging existing pipes where sections have been removed for the storm installation, and providing end caps were shown on the plans. These items shall not be limited to those mentioned on the Plans or specified herein. • Replacing, protecting and/or maintaining existing utilities • Furnishing and placing temporary pavement patching. Contractor is advised that groundwater may be prevalent and must be controlled and shall be paid for as a part of this bid item. Select Imported Trench Backfill above the pipe zone bedding is included in other bid items. 1-09.14(2)AH Connect New Storm Pipe to Existing Storm Structure (Bid Item A-21) — Each Measurement for connect new storm pipe to existing storm structure will be per each in conformance with Contract Documents. Payment for connect new storm pipe to existing storm structure will be made at the unit price per each, which will be complete compensation for all labor, equipment, materials, excavation around and protection of existing structure, core drilling, cleaning the existing catch basin and other materials required to connect to existing catch basin. 1-09.14(2)AI Storm Lateral Cleanout - 8" Diameter (Bid Item A-22) — Each Measurement for storm lateral cleanout —8" diameter will be per each in conformance with Contract Documents. Payment for storm lateral cleanout —8" diameter will be made at the unit price per each, which will be complete compensation for all labor, equipment, materials, excavation around and protection of existing pipe, bedding, pipe associated with the cleanout riser including wye connection to lateral, pipe reducer fitting if transitioning from 8", or other fittings/couplings required to connect to existing 74 05/20/2019 main pipe, removal and disposal of waste material, cast iron ring and cover, watertight plug, concrete pad, and furnishing and placing temporary pavement patching. 1-09.14(2)AJ Catch Basin Type 1 (Bid Item A-23) — Each Measurement for furnishing and installing catch basin Type 1 will be per each for each catch basin installed in conformance with the Contract Documents. Payment for furnishing and installing catch basin Type 1 will be made at the unit bid price per each, which will be complete compensation for: • All labor, equipment, materials, and hauling • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal, excavation and shoring • Dewatering, temporary bypass pumping and control of water • Removal and disposal of waste material including existing pipes and structures in the excavation and any abandoned utilities • Furnishing and placing foundation material • Precast concrete catch basin, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or approved equal), connections to new pipes, reconnections to existing pipes including pipe and couplings, placement of subsequent backfill materials, compaction, water, cleaning, and testing, etc. required in conformance with the Contract Documents. • Furnishing and placing temporary pavement patching Select imported backfill material is included in other bid items. Maximum pay limit for select imported backfill material around structures shall be limited to 3-feet. 1-09.14(2)AK Catch Basin Type 2, 48-inch Diameter (Bid Item A-24) — Each Measurement for catch basin Type 2, 48-inch diameter will be measured per each installed in conformance with the Contract Documents. Payment for catch basin Type 2, 48-inch diameter will be made at the contract unit price and will constitute full compensation for: • All labor, equipment, materials, and hauling • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities • Pavement cutting (sawcutting), pavement removal, excavation and shoring • Dewatering, temporary bypass pumping and control of water • Removal and disposal of waste material including existing pipes and structures in the excavation and any abandoned utilities • Furnishing and placing foundation material • Precast concrete catch basin, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or approved equal), connections to new pipes, reconnections to existing pipes including pipe and couplings, placement of subsequent backfill VIN 05/20/2019 materials, compaction, water, cleaning, and testing, etc. required in conformance with the Contract Documents. • Furnishing and placing temporary pavement patching Select imported backfill material is included in other bid items. Maximum pay limit for select imported backfill material around structures shall be limited to 3-feet. The following subsection provides the measurement and payment information of the Bid Items specific to Schedule B — Water. 1-09.14(2)BA Furnish and Install S" Cl. 52 DI Water Main with Restrained -Joint Fittings and Polywrap (Bid Item B-13) — Linear Foot Measurement for furnishing and installing water pipes with restrained -joint fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing ductile iron water pipes with restrained -joint fittings of the size, type, and class specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus. and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hand digging as required to complete construction and protect existing improvements, including rockeries, signs, mailboxes, decking, etc., and utilities, • Furnishing, installing, laying, and jointing water pipes and restrained -joint fittings of the size, type, and class shown, polyethylene encasement, special fittings including restrained -joint harness for push -on pipes as shown on the plans, horizontal and vertical bends, mechanical joint pipe restraint follower glands, vertical crosses for poly -pigging, shackle rods, temporary blow -off assemblies, temporary thrust blocking, detectable warning tape, and all incidentals, • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Performing backfill compaction tests and furnished test reports to the Engineer, • Furnishing and installing all poly -pigging testing materials, • Testing, poly -pigging, disinfecting, and flushing of new valves, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 76 05/20/2019 1-09.14(2)BB Furnish and Install 8" & 12" Gate Valve Assembly (Bid Item B-14 and B-15) — Each Measurement for furnishing and installing 8" and 12" gate valve assemblies will be per each for each type valve installed in conformance with the Contract Documents. Payment for furnishing and installing 8" and 12" gate valve assemblies shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)BC Concrete for Thrust Blocking and Dead Man Anchor Blocks (Bid Item B-16) — Cubic Yard Measurement for concrete for thrust blocking, horizontal and vertical, dead -man anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead -man anchor blocks in conformance with the Contract Documents. Payment for concrete thrust blocking and dead man anchor blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and placing concrete for vertical and horizontal blocks, dead -man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 77 05/20/2019 1-09.14(2)BD Furnish and Install Fire Hydrant Assembly (Bid Item B-17) — Each Measurement for furnishing and installing fire hydrant assembly will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for furnishing and installing fire hydrant assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, main line tee and 6-inch gate valve, standpipe, shoe, and 6-inch DI piping up to 40 feet per hydrant run, Storz adapter, blue pavement marker, • Furnishing and installing shut-off valve, valve box, valve extension, • Furnishing and installing shackles, tie -rods, concrete blocking, and joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block, • Placing and compacting trench backfill, • Testing, disinfecting, and flushing of new hydrants, • Replacing, protecting, and/or maintaining existing utilities, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Painting the hydrants with two field coats as paint as specified in the Contract Documents • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, and grading to create a clear -zone around the hydrant as specified in the Contract Documents. 1-09.14(2)BE Furnish and Install 1" Water Service Connection (Bid Item B-18) — Each Measurement for furnishing and installing 1" water connection will be per each for each 1" water connection installed in conformance with the Contract Documents. Payment for furnishing and installing 1" water connection shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, 78 05/20/2019 • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole -hogging, boring, tunneling, mechanical, or hand trenching to install new water service lines, • Furnishing and installing new 1-inch ball valve corporation stops, tapping the main, laying and jointing the new copper water service lines and fittings, new meter setter, new meter boxes and lids, • Testing, disinfecting and flushing the new service line, • Connecting the customer -side private service line to the new copper tailpiece behind the new meter setter and property lines, • Abandoning existing water service lines by cutting and crimping or capping, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)BF Connection to Existing Water Main (Bid Item B-19) — Each Measurement for connection to existing water main will be per each connection for completion in conformance with the Contract Documents. Payment for connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City's water department's personnel to perform the initial cut -in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's water department's personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut -in as described above, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)BG Cut and Cap Existing Water Main & Abandon Existing Water Facilities (Bid Item B-20) — Lump Sum Measurement for cut and cap existing water main & abandon existing water facilities will be per each in conformance with the Contract Documents. 79 05/20/2019 Payment for cut and cap water main & abandon existing water facilities shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, blow -off assemblies, excluding any asbestos cement pipe or fittings, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City's water department's personnel to perform the cut and cap, • Excavating for and installing thrust block, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching, • Furnishing and placing sidewalk sections. The following subsection provides the measurement and payment information of the Bid Items common to two or more schedules. 1-09.14(2)CA Mobilization & Demobilization (Bid Item A-1 and B-1) —Lump Sum Measurement for mobilization & demobilization will be lump sum. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in -place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: 05/20/2019 A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Temporary Erosion and Sediment Control Plan for all stages of the project D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. E. Trench Excavation Safety Systems plan/provisions. F. Identify Disposal Sites for various waste materials and provide copies of the site's permits, licenses, and approvals. G. Pedestrian Handling Plan. The Work Plan shall be submitted to the City for review and approval within 10 days of the contract award. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2018 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, Contaminated Soil and Groundwater Handling and Management Plan, safety plan, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent (10%) of the total amount of Bid for the schedule. 1-09.14(2)CB Construction Surveying, Staking, and As -Built Drawings (Bid Item A-2 and B-2) —Lump Sum Measurement for construction surveying, staking and as -built drawing information will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying, staking and as -built information. Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards on Special Provision Section 1-11. The as -built survey will be per Special Provisions Section 1-11. The contractor shall provide the City with a set of redline drawings with the as -built locations and elevations of all new utilities and construction work. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work 81 05/20/2019 needed to provide construction surveying and of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, and preparation of cut -sheets. Said payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide as -built surveying, preparing "red line" as - built drawings for pay estimate submittal with fittings and dimensions of existing and proposed facilities installed or encountered during the pay period, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor that contains the as -built information and copies of field notes, and furnishing and resetting property corners when disturbed by the contractor's activities. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as -constructed information by the Engineer. 1-09.14(2)CC Minor Changes (Bid Item A-8 and B-21) — Force Account For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item final payment for this item will be $0 (zero). 1-09.14(2)CD Temporary Traffic Control (Bid Item A-3 and B-3) — Lump Sum Measurement for temporary traffic control Work will be will per the lump sum bid price and shall be based on the percentage of total Work complete, at the time of measurement in conformance with the Contract Documents. Payment for temporary traffic control for Work will be made at the measured percentage amount for the pay period times the lump sum bid amount. Payment will be complete compensation for preparing and submitting a traffic control plan and pedestrian handling plan as well as all labor, tools, materials, equipment used in accordance with the approved Traffic Control Plan and pedestrian handling plan that is not included in other bid items. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3), Section 1-10.3(4), and in the Traffic Control Information. Payment shall include but not be limited to providing for public convenience and safety, flaggers, traffic control supervisor, construction signs, detours, barricades, sequential arrow boards, a minimum of two Portable Changeable Message Signs, traffic control devices, truck -mounted attenuator, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as 82 05/20/2019 directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as -built plans. All adjustments to the Traffic Control Plan are considered incidental, and no additional payment will be made for adjustments. 1-09.14(2)CE Stormwater Pollution Prevention and TESC Plan and Implementation (Bid Item A-4 and B-4) — Lump Sum Measurement for Stormwater Pollution Prevention and TESC Plan and Implementation will be based on the lump sum bid price in conformance with the Contract Documents. Temporary Erosion Control measures include inlet protection (catch basin inserts), cleaning catch basins, filter fabric fencing, construction entrance, straw mulch, plastic sheeting, etc. at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall update the DRAFT Storm Water Pollution Prevention Plan, develop a "red lined" Temporary Erosion and Sediment Control plan and submit it to the City for review and approval. The plan shall be based on the 2016 City of Renton Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment -laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. The lump sum price for "Stormwater Pollution Prevention (and TESC) Plan and Implementation" shall be full pay for all labor, material, tools, equipment, and other incidental costs required to prepare the Stormwater Pollution Prevention Plan and Temporary Erosion and Sediment Control Plan as describe in Section 1-07.15 and implement the temporary erosion and sediment control BMP's including but not limited to installation, monitoring, and maintenance of sediment ponds, straw wattles, filter fabric fencing, pumping of construction water, coffer dams, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor's use of Baker Tanks, as needed during construction and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Work shall include coordination, permitting, fees, and treatment required by the City of Renton as required in 1-07.15 if discharging to the sanitary sewer. 1-09.14(2)CF Landscape Restoration (Bid Item A-5 and B-S) — Lump Sum 83 05/20/2019 Measurement for landscape restoration work will be based on the percentage of total Work complete, at the time of measurement in conformance with the Contract Documents. Payment for landscape restoration will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, excavation, sod, grass seed, topsoil, landscape bark, gravel, concrete, planting, preparation, compaction, watering, restoration, etc. required to restore landscaped, grass, and planted areas within right- of-ways and on private properties to an equal or better condition in conformance with the Contract Documents. It shall include but not be limited to the following: • Hauling and disposing unsuitable, surplus and/or waste materials • Replacing and restoring any landscaping, fencing, rockeries, walls, tree removal and replacement, trees, bark, and other improvements disturbed by construction activities, as directed by the Engineer • Preparation, placement, and maintenance of 8" depth topsoil and lawn sod per City specifications as supplemented in the Special Provisions. All lawn areas shall be replaced with topsoil and sod. Bare areas shall be replaced at a minimum with mulch and seed. • Site cleanup of all areas disturbed by contractor's activities to match the conditions as closely as existed prior to contractor's beginning work or as directed by the Engineer. 1-09.14(2)CG Trench Safety Systems (Bid Item A-7 and B-7) — Lump Sum Measurement for trench safety systems will be per the lump sum bid price based on a percentage defined as the amount of storm/sewer/water pipelines installed divided by the total length of sewer/storm/water pipe shown to be installed in conformance with the Contract Documents. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, preparing and submitting a shoring plan stamped by a professional engineer registered in the State of Washington by the preconstruction conference. 1-09.14(2)CH Remove and Replace Concrete Sidewalk and Driveway (Bid Item A-9 and B-8) — Square Yard Measurement for "Remove and Replace Concrete Sidewalk and Driveway" will be based on square yard of concrete driveway, to match existing, restored to a saw -line line cut in conformance with the 84 05/20/2019 contract documents. Payment for "Remove and Replace Concrete Sidewalk and Driveway" will be made at the unit price bid per square yard, which payment will be complete compensation for all labor, equipment, materials, tools and incidentals to remove and replace cement concrete driveway and sidewalk in conformance with the contract documents and plans, and shall include but not be limited to the following: • Sawcutting existing driveway, curb, sidewalk, and existing pavement • Removal and disposal of surplus, unsuitable and/or waste materials • Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing formwork • Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk surface. Gravel driveway and gravel parking areas, if existing, shall be restored under landscape restoration. 1-09.14(2)CI Remove and Replace Concrete Curb and Gutter (Bid Item A-10 and B-9) — Linear Foot Measurement for "Remove and Replace Concrete Curb and Gutter" shall be per linear foot of curb repair required for installation of utilities in conformance with the Contract Documents. Payment for "Remove and Replace Concrete Curb and Gutter' will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Sawcutting, removal and disposal of existing curb and gutter • Removal and disposal of surplus, unsuitable and /or waste materials • Placing and compacting crushed surfacing top course for subgrade • Furnishing and installing temporary formwork • Furnishing and placing concrete and joint filler for new curb and gutter 1-09.14(2)CJ Select Imported Trench Backfill (Bid Item A-11 and B-10) — Ton Measurement for select imported trench backfill will be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. 85 05/20/2019 1-09.14(2)CK Hot Mix Asphalt Patch Including CSTC (Bid Item A-12 and B-11) — Square Yard Measurement for Hot Mix Asphalt Patch Including crushed surfacing top course (CSTC) shall be measured in Square Yards. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Hot Mix Asphalt Patch including CSTC will be made at the amount bid per Square Yard, which payment will be complete compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Sawcutting, removal and disposal of existing pavement • Placing and compacting crushed surfacing top course for utility trenches • Furnishing, placing, and compacting hot mix asphalt materials for pavement repair • Sealing all cold joints • Tack coat • Joint seal • Asphalt Sidewalk Transitions • Hauling • Aggregate • Sweeping • Adjustment of utilities to grade • Furnishing and preparing subgrade • Cleanup • All other incidentals necessary for a complete paving and restoring the roadway grade to existing elevations. 1-09.14(2)CL Removal and Replacement of Unsuitable Foundation Material (Bid Item A-13 and B-12) —Ton Measurement for removal and replacement of unsuitable foundation material will be measured in Tons based on the placed weight of material installed in conformance with the Contract Documents. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the unit bid price, which will be complete compensation for all labor, materials, tools, equipment, excavation, foundation materials, haul, placement, water, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. :. 05/20/2019 Payment for this item will be only for the removal and replacement of unsuitable material requested by the City. 1-09.14(2)CM Relocating Site Feature — Mailbox/Newspaper Stand (Bid Item A-6 and B-6) — Lump Sum Payment for Relocating Site Feature — Mailbox/Newspaper Stand will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, excavation, preparation, compaction, preservation, etc. required to temporarily and permanently relocate conformance with the Contract Documents 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: the existing mailbox and newspaper stand in The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and S. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for 87 05/20/2019 traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all non -applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices( MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. :: 05/20/2019 The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non -Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non -working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of "Traffic Control". No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance 89 05/20/2019 with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control," Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 90 05/20/2019 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one -sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non -single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. 91 05/20/2019 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 92 05/20/2019 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station --Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As -Built Survey All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as -built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as -built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as -built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as -built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as -built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non -corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the 93 05/20/2019 tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in 94 05/20/2019 accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item "1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces to some off -project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. IM7 05/20/2019 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, 96 05/20/2019 trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof -rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractorto prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul," per cubic yard 97 05/20/2019 "Removal and Replacement of Unsuitable Foundation Material," per ton "Gravel Borrow Including Haul," per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material' shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: 98 05/20/2019 This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed 99 05/20/2019 as pay items in the Contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: /******X Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a 100 05/20/2019 compacted thickness of 2% inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1% inches. HMA Class %" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. Damaged asphalt -concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement -concrete driveways shall be removed to the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from 101 05/20/2019 one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-O4.3(7)A Mix Design Item 2 is deleted and replaced with: Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti- 102 05/20/2019 strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: 103 05/20/2019 Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 %2", 1", %", %", 3/8" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 104 05/20/2019 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2" of a hot mix or cold mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not 105 05/20/2019 provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap -on, screw -on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. 106 05/20/2019 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials The first paragraph of Section 7-04.2 is revised as follows: Unless a pipe material is specifically called out on the Plans, materials shall meet the following requirements. Size Pipe Material Allowed Specification 6-12" Polypropylene Storm Sewer Pipe 9-05.24 Ductile Iron Pipe 9-05-13 Corrugated Polyethylene Storm Sewer Pipe (CPEP) 9-05.20 C900 9-30.1(5)A PVC for Subsurface Underdrain Per Plans PVC for Storm Underdrain Per Plans Where bends are specifically called out on the plans, they shall be of the same material and manufacturer as the main pipe and meet the manufacturer's recommendations. The second paragraph of Section 7-04.2 is supplemented as follows: 107 05/20/2019 The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. Section 7-04.2 is supplemented with the following: /******X Dense foam shall meet 9-05.52 of these Special Provisions. Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity -flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water -based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. Section 7-04.2(2) Temporary Stormwater Diversion Section 7-04.2(2) is an added new section /******\ It shall be the Contractor's responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. 108 05/20/2019 If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling orfailure of the primary bypass pump(s) or diversion system. The Contractor's bypass operation shall be sized to handle, at a minimum, the 2-year peak flow rate or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor's plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor's proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: /******1 Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer's representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer's representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer's representative shall notify Engineer and Contractor of any non -conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 109 05/20/2019 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. "Testing Storm Sewer Pipe", per linear foot shall be incidental to and included in storm sewer pipe bid items. 7-04.3(1)G Abandon Existing Storm Sewer Pipes Section 7-04.3(1)G is a new section: Where it is shown on the plans that existing storm sewer pipe is to be abandoned by filling with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I. 7-04.3(2) CCTV Inspection Section 7-04.3(2)is a new added section: All storm drain main lines constructed as part of this project shall be inspected by the use of closed- circuit television (CCTV) before substantial completion. The costs incurred in making the inspection shall be paid for under "CCTV Inspection". All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H. 7-04.3(3) Direct Pipe Connections Section 7-04.3(4) is a new added section as follows: /******X Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. 110 05/20/2019 Installation: Installation shall be accordance with the manufacturer's recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be "Kor-n-Seal" boot or approved equal. Sanitary sewer pipe to sanitary sewer manhole connections shall be "Kor-n-Seal" boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: /******1 Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 106 prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6" above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. 111 05/20/2019 In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: /******\ Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: /******X Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re -grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. 112 05/20/2019 Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re -channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.3(5) is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented by adding the following: 113 05/20/2019 Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off -site at an approved Contractor -provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre -approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor's Contaminated Soil and Groundwater Handling and Management Plan . The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other items. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: 114 05/20/2019 Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying —General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight -tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. 115 05/20/2019 Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be as follows: A. Vitrified Clay Main Cut in new PVC "Tee" using "Strong -Back" Flexible Couplings (Fernco or approved equal). B. Concrete Main Cut in new PVC "Tee" using "Strong -Back" Flexible Couplings (Fernco or approved equal). C. PVC & C900 PVC Main Core -drilled with Romac Saddle (or approved equal) or cut in new "Tee" using "Strong -Back" Flexible Couplings (Fernco or approved equal).. D. Ductile Iron Main Core -drilled with Romac Saddle (or approved equal). Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: 116 05/20/2019 In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding or Pea Gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter -collar will be used at the point of connection. 7-08.3(3)A Backfilling Pipe Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) To the maximum extent available, suitable material obtained from trench or pond excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. The existing soils shall not be reused as trench backfill unless otherwise required by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of gravel, organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D 1557. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. The Engineer may be on -site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re -compacted at the Contractor's expense. 117 05/20/2019 The Contractor shall be responsible for any settlement of backfill, sub -base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15)A is revised as follows: Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half (50%) of the manufacturer's printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer's recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is revised as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 1d 05/20/2019 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement Section 7-09.3(17), with title change, is revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised as follows: The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de - chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut- offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City's water operations and maintenance staff will notify in writing all water customers affected by the shut -offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut -offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut -offs shall occur during non -holiday weekdays unless otherwise specified in the contract documents. Water main shut -offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton's Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves 119 05/20/2019 the right to re -schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw -cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de -watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a) Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de -chlorination. b) Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor's assistance c) Swab all connecting pipe and fittings with 5-6% chlorine solution d) Perform the connection work e) Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipe and fittings at the connection points and installed concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in -line tee and valves shall be done in two steps: Step 1: Cut -in of existing water main for installation of in -line tee, valves and appurtenances The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in -line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut -in. After the cut -in of the in -line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. 120 05/20/2019 Step 2: Connection of new water main to the above cut -in tee and valves, or to a new tapping valve on existing water mains. 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block Section 7-09.3(21) is revised as follows: Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead -man thrust blocking shall be installed at locations shown on the Plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready -Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand -mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor's expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised as follows: Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City's issued hydrant meter with an attached backflow prevention assembly to draw water from the City' water system to fill the water mains for poly -pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor's crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. 121 05/20/2019 Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/I. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter (inches) PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 122 05/20/2019 SDI L= 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re -run at the Contractor's expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly -pigging" Section 7-09.3(24)A, with title change, is revised as follows: Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly -pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly -pig" shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on the rear of the "Poly -pig" only. The "Poly -pig" shall be cylinder shaped with bullet nose or squared end. The "Poly -pigs" shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow -off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly -pigged, then a tap shall be provided large enough to develop a flow velocity 123 05/20/2019 of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 — 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is revised as follows: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K is revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 10 mg/L. If a measurement of less than 10 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N is revised as follows: Following chlorination, treated water shall be flushed from the newly -laid pipe until the replacement waterthroughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, a satisfactory report shall be received from the local or State Health Department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. Following the retention period, the installation of new mains requires that two sets of samples for coliform analysis are collected using one of the following methods: AWWA C651-14 Option A 1. Collect first set of samples from representative points. 124 05/20/2019 2. Provide rest period of at least 16 hours. 3. Collect second set of samples from representative points. AWWA C651-14 Option B (preferred) 1. Provide rest period of at least 16 hours. 2. Collect first set of samples from representative points. 3. Provide wait period of at least 15 minutes. 4. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new section: General: Where shown in the Plans, in the Specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low -alloy steel (cor-ten), ASTM A242, heat -treated, superstar "SST" series. High strength low -alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot -dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full - body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer's reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SSB: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot -dip galvanized. 125 05/20/2019 Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot -dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot -dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot -dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tie -bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie -couplings with both rods threaded equal distance into tie -couplings. Arrange tie -rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 2 10" 4 12" 4 14" 6 16" 6 18" 8 20 10 24" 12 Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie -bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie -rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie -bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie -bolts, tie -nuts, tie -couplings, tie -rods, and tie -washers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. 126 05/20/2019 Where poly wrapping is not required all tie -bolts, tie -nuts, tie -couplings, tie -rods and tie -washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m, or approved equal. Tie -bolts, tie -nuts, tie -couplings, tie -rods, and tie -washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.4 is revised and supplemented as follows: /******\ Measurement of select imported trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete for thrust blocking and dead man anchor blocks will be per cubic yard when these items are included as separate pay items. If not included as separate pay items in the contract, then concrete for thrust blocking and dead man anchor blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connection to existing water main will be per each for each connection to existing water main(s) as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: (******) "Furnish and Install " Class 52 DI Water Main with Restrained -Joint Fittings and Polywrap", per linear foot. The unit contract price per linear foot for each size and kind of "Furnish and Install " Class 52 DI Water Main with Restrained -Joint Fittings and Polywrap" shall be full pay for the bid item as described in Section 1-09.14. "Concrete for Thrust Blocking and Dead Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Thrust Blocking and Dead Man Anchor Blocks" shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Main", per each. 127 05/20/2019 The unit contract price per each for "Connection to Existing Water Main" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill", per ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. [The rest of this section is deleted.] 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented as follows: 128 05/20/2019 Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is revised as follows: "Furnish and Install " Gate Valve Assembly", per each. The unit contract price per each for "Furnish and Install " Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade (RC)" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Section 7-14.3(1) has been revised as follows: Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). 129 05/20/2019 The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly- Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2- 3/4" Cor-Ten shackle rods and accessories, concrete blocks, shear block and blue pavement marker. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented as follows: All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented as follows: All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(7) Remove and Salvage Hydrant Section 7-14.3(7) is a new section: Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. 130 05/20/2019 Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install Fire Hydrant Assembly", per each. The unit contract price per each for "Furnish and Install Fire Hydrant Assembly", shall be full pay for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants", per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Requirements Section 7-15.3, with title change, is revised as follows: All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type "K" annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct -tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. 131 05/20/2019 Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hole -hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re -install the existing meters in the new meter setters • Connect the new meter setters to the customers' private service lines • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install " Water Service Connection", per each. The unit contract price per each for " Furnish and Install " Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. 132 05/20/2019 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: CCTV Inspection 1. All newly -installed and newly -rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re -CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted 133 05/20/2019 otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no "pausing" of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera's field of vision in its entirety. 10. The CCTV camera shall have a water -level measuring device (ball, cylinder, etc.) attached that has %" markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than %" of ponding to be considered acceptable. 7-17.3(2)1 Abandon Existing Sanitary Sewer Pipes Section 7-17.3(2)1 is a new section: Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by filling with grout, both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement -based grout. The grout mix design and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22 for Grout Mix requirements). 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: 134 05/20/2019 "Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard or ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material' shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all Work to furnish, place, and compact material in the trench. "Television Inspection", per linear foot. 7-21 GENERAL SPECIFICATIONS FOR CURED -IN -PLACE PIPE (CIPP) New Section 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin -impregnated liner cured -in -place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. A portion of the pipeline rehabilitation work is located outside of public rights -of -way behind single family homes. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s) to preserve access within the site and maintain the site in a safe manner. 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. 135 05/20/2019 Resin Impregnated Fiberglass CIPP, Section 7-23. 7-21.1(2) Licensing The Contractor or sub -contractors shall be registered to work in the City of Renton. The Contractor or sub -contractor installing the CIPP shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer's using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor's project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor's identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor's installation crew shall have a minimum of one (1) year of CIPP installation experience and shall be on the project site at all times. The Contractor's identified Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and trauma of project conditions. 7-21.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 15 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work and shall include the following information: 1. CIPP Lining Plan to include the following: • Work sequence organized by pipeline section with installation schedule. • Confirmation of liner length. • Locations of all service connections with disposition for each. • Anticipated cleaning and preparation requirements. • Sewer Service Interruption Notification Plan. 136 05/20/2019 2. Manufacturer's certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications, ASTM standards and a certificate of compliance from an independent third party lab. 3. Details on all lining materials and resins. 4. Name of resin supplier and liner fabric supplier. 5. Manufacturer's or Assembler's certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 6. Test reports on testing of CIPP products 7. Manufacturer's or Assembler's recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 8. Manufacturer's or Assembler's data sheets for factory wet out and/or Contractor's data sheets for field wet out showing: quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 9. Manufacturer's or Assembler's certification that all Manufacturer's or Assembler's wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 10. Manufacturer's or Assembler's recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate installation. 11. Manufacturer's or Assembler's recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 12. Data on Contractor's equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make model, and technical data of all equipment used to generate heat for the curing process; make, model and technical data of backup equipment used to maintain curing temperature; rough size of vehicle(s) which carries the CIPP pipe and installation equipment. 13. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 14. Manufacturer or Assembler onsite Representative's Certification that the Contractor's installation meets all requirements of the Manufacturer or Assembler and will not void the Owner's warranty. 15. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 17. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 05/20/2019 18. Informational hand out that describes the materials, processes, and odors associated with the lining process. This handout shall be provided at the request of concerned residents. 19. Post -Installation CCTV inspection videos. 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 1. List of inspection items that should be observed and recorded. Inspection items include pre - installation activities, product identification, installation procedures, equipment operations, and post -installation activities. 2. Review all post -installation CCTV tapes of the installed liner. Following this review the Manufacturer's or Assembler's representative shall provide certification to the Engineer ensuring that the Contractor's installation meets the Manufacturer's or Assembler's requirements and will not void the warranty. The finished CIPP shall be continuous overthe entire length of an insertion run between two manholes or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and de -lamination. Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall be removed and repaired by the Contractor at the Contractor's expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de -lamination of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re -lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a "fully deteriorated" pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time -corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. lard 05/20/2019 The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer's or Assembler's name or identifying symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: Physical Properties Flexural Strength (ASTM D790) Flexural Modulus (ASTM D790) Short Term 4,500 psi 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. 1. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 2. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813, Section 6.3.1 or better. The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross -sectional pipe area possible. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 1. Manhole to Manhole designation 5321-010 to 5321-009 2. Pipe Nominal Diameter (inches) 3. Minimum Liner thickness (inches) 4. Proposed Liner Thickness (inches) The following parameters shall be assumed for the liner design: 1. Modulus of soil reaction, E's = 1,500 psi (fully deteriorated) 2. Unit weight of soil = 140 pcf 3. The minimum ovality for straight runs shall be 2.0 percent 139 05/20/2019 4. AASHTO H2O traffic loads 5. AREMA E-80 railroad loads 6. Groundwater at the surface 7. Factor of Safety, N=2.0 For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane 3. Polyethylene 4. Polypropylene 7-21.2(2) Resin The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods of ASTM D 5813. Prior to construction, the Contractor shall submit an infrared spectrum chemical fingerprint of the type of resin to be used for this project. 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Detergent 0.1 140 05/20/2019 Soap 0.1 The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. Physical properties shall be subject to ASTM D 2122. 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight -fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the rehabilitated sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on -site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private or public property, or create a nuisance or public menace. The bypass -pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping 141 05/20/2019 shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. When there exist situations where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be required prior to insertion of the liner system. The Contractor shall verify whether a property is able to be interrupted prior to lining operations. If the subject property's side sewer requires bypass pumping, the costs for the bypass pumping shall be covered by Force Account. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline including but not limited to open joints, fractures, cracks, and holes in the pipeline as follows: 1. Grout all defects as recommended by liner manufacturer or installer. 2. Grout all locations with active infiltration. The determination of an excessive leak shall be made by the Owner's representative and shall be based on PACP leak designations. Leaks that would be categorized as a Runner(IR) — Severity 4 or Gusher(IG) — Severity 5 shall be considered as excessive. Leaks categorized as Weeper(IW) — Severity 2 or Dripper(ID) — Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote controlled cutter. Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer's or Assembler's recommended installation process. The application of a 142 05/20/2019 hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. The liner shall be installed at a rate less than 10 feet per minute at all times. Liner shall not be installed through intermediate manholes unless specifically requested in advance in writing and approved by the Engineer. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. 7-21.3(2)B Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The calibration hose may or may not remain in the complete installation. Hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post -installation inspection. Hose materials that are to be removed after curing shall be of non-bonding material. Liner installation shall be in accordance with ASTM 1743, Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de -lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick -set cement products are not acceptable. 7-21.3(3) Service Connection Restoration Internally restore by using a pivot -headed CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe and cutting a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack -free edge. The hole shall be 95 percent minimum of the original service connection interior diameter. The invert of the reinstated service opening shall match the invert of the service connection. Service connection 143 05/20/2019 restoration shall be recorded on DVD disc and shall include a pan and tilt view of the entire lateral circumference following cutting. Other methods may be used as approved by the Engineer. 7-21.3(4) Testing 7-21.3(4)A Material Testing Provide certified test results of the properties of the cured lining material from the actual installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. Liner thickness shall be determined at a minimum of three (3) locations on a cut section of the liner using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point shall not be less than 87-1/2 percent of the design thickness. 7-21.3(4)B Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)C Post Installation CCTV Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as the Pre -Installation Inspection as specified in Section 7-20 of these special provisions. The post -installation CCTV inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-21.4 Measurement The length of sewer pipe CIPP rehabilitation will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. Measurement for "CIPP Lateral Reinstatement" will be per each. 7-21.5 Payment Measurement and Payment Schedule for X" Cured -in -Place Pipe (CIPP) and Reinstate CIPP Laterals is shown in Section 1-09.14 7-22 RESIN IMPREGNATED FABRIC CIPP New Section 144 05/20/2019 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin -impregnated fabric liners. 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non- woven material, or a combination of non -woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non -seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used, however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less that 180 degrees Fahrenheit. When properly cured the resin liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as Creallova° CHROMA CHEM 844-7260 Phthalo- Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi -purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. 145 05/20/2019 A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length. A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. The "wet -out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the "wet -out" process shall complete and sign a "wet -out" sheet for each liner to be delivered to the site. The certified "wet -out" sheet shall include, but is not limited to, "wet -out" date, resin identification, fabric tube length, diameter, and thickness. The Contractor must submit to the Engineer the signed "wet -out" sheet for each liner delivered to the site. Additionally, the Contractor shall submit a sample "wet -out" sheet from a previous job for the Engineer's review prior to the start of the "wet -out" process for the current project. The Owner reserves the right to inspect all phases of production and testing of materials, from manufacturing, shipping, "wet -out", installation, and cure, to finished product Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer's or Assembler's recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. 146 05/20/2019 Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin Manufacturer or Assembler, and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to temperature specified by Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-23 RESIN IMPREGNATED FIBERGLASS CIPP New Section 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics 147 05/20/2019 ASTM D 790 ASTM D 883 ASTM D 1600 ASTM F 412 ASTM F 1216 ASTM F 2019 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials Definitions and Terms Relating to Plastics Abbreviations, Acronyms, and Codes for Terms Relating to Plastics Definitions of Terms relating to Plastic Piping Systems Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured -in -Place Thermosetting Resin Pipe (CIPP) 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP liner being considered defective work which will be handled in accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above -stated sampling shall be performed for each separate installation of CIPP. For example: one flat plate sample from each individual pipeline liner installed. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting -out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 148 05/20/2019 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the manufacturer's recommendations and approval by the Engineer before proceeding further; and at the Contractor's expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for review. Contractor shall be responsible for control of all material and process variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable and supplemented herein. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable. The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non -corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. 149 05/20/2019 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17-21. Properties for these or any other enhanced resins shall be substantiated with test data. 7-23.2(5) Dimensions Contractor shall make allowances in determining the in -liner tube length and circumference for stretch during installation and shrinkage during curing. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the in -liner tube is cut and impregnated. Individual installation runs may include one or more manhole - to -manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor's responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to increase the diameter only as much as necessary. 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to "wet -out" in -liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. The Contractor has to make sure that at no time resin can come in contact to the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre -liner is part of the installation and is included without any additional costs. Before pulling the in -liner in, a protective foil has to be installed. The in -liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air. The in -liner has to be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre -curing video inspection of the inflated liner must be recorded and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on the rear of the light chain to insure the entire length of the liner has been properly inflated. Curing must be done under UV — Light only. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that the design physical properties are attained. 150 05/20/2019 Pressure, temperature and curing process shall be monitored by both, computer and video at any time as determined by the liner manufacturer. 7-23.3(2) Finished Product The finished CIPP shall be continuous over the entire length of an installation run. Defects such as foreign inclusions, dry spots, pinholes, de -lamination, and wrinkling beyond the specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the Contractor's expense. E:1 S 17140 :Z07_1111411014 :l �71 I M R-11 I M 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: The contractor shall provide a material submittal for topsoil prior to use. 8-02.3(16) Lawn Installation Section 8-02.3(16) is revised and supplemented as follows: 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been deleted and superseded with the following: 8-02.3(16)A1 Qualifications of Workmen Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2 Submittals 8-02.3(16)A2a Certification of Material 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on -site 12" x 12" sample of each sod specified for inspection and approval in advance by the City. 151 05/20/2019 3. Supply Grower's written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A2b Manufacturer's Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 8-02.3(16)A3 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City's inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. 8-02.3(16)A4 Site Information If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)AS Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration 152 05/20/2019 from the Contractor's operations. Sod shall conform to section 9-14.6(8) as shown in the Special Provisions. 8-02.3(16)A5a Other Materials All other materials not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Engineer. 8-02.3(16)A6 Execution Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy, immediately notify the Engineer for specific instructions. 8-02.3(16)A6a Installation Preparation 1. Prepare subgrade in all lawn areas by scarifying to a 8" minimum depth and removing rocks and debris over 1" in diameter. Subgrade soils should be free -draining and without any impervious soils or other materials harmful to plant growth. Notify the Inspector of any subgrade conditions deleterious to plant growth. 2. Spread topsoil to a minimum depth of 6" after settlement in all lawn areas. 3. Thoroughly rototill topsoil to a minimum depth of 6 inches. 4. Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire surface to conform to site grading. Grade edges to 1" below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector. 5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. 8-02.3(16)A6b Sod Installation 1. Moisten sod bed and roll lightly for compaction. 2. Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to conform to smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick -like fashion. 3. Remove any bumps, undulations, or low -high spots with a light rolling. 153 05/20/2019 4. Water daily for a minimum of two weeks to prevent dehydration. 5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent trampling. 6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(16)B Lawn Establishment Section 8-02.3(16)B has been deleted and superseded with the following: 8-02.3(16)B Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than the second mowing. The Contractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. 8-02.3(16)B1 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower's written recommendations. Lawns shall be maintained weed -free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 154 05/20/2019 Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 8-02.3(16)B3 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 1", per each. "Raised Pavement Marker Type 2", per each. "Raised Pavement Marker Type 3- In.", per each. "Recessed Pavement Marker", per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In" and "Recessed Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a separate pay item. 155 05/20/2019 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: 156 05/20/2019 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the Plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk' and the per each contract price for "Curb Ramp, Cement Concrete." 157 05/20/2019 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre -approved Plans. 2. Signal standards with or without pre -approved Plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. 158 05/20/2019 Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two- lane or three -lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot ga p. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment Section 8-22.5 is supplemented as follows: "Approach Stripe," per linear foot. 159 05/20/2019 "Remove Paint Line ....." wide," per linear foot.* "Remove Plastic Line ......" Wide," per linear foot.* "Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under "Traffic Control," if that item is included as a bid item. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", W, %", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% 160 05/20/2019 Asphalt Binder ±0.5% ±0.7% VMA V FA Va 1.5% below minimum value in 9-03.8(2) minimum and maximum as listed in 9-03.8(2) 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.22 Cement -based Grout for Abandoning Existing Utilities (Additional Section) Section 9-03.22 is a new section: The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for "Cement -base Grout for Abandoning Existing Utilities" shall be approved by the Engineer prior to commencing work on this item. Cement -based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9- 03.1. Water: Water shall conform to the provisions of Section 9-25.1. Minimum Strength: 100 psi 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type 11. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 161 05/20/2019 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three -edge -bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasketjoints shall be performed in accordance with ASTM C361 orAWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a 162 05/20/2019 maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. 163 05/20/2019 For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) Section 9-05.19 is replaced with the following: 9-05.20(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high -density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.20(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 9-05.20(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.20(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer -approved lubricant prior to pushing pipe into fitting. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEXTm 4100 High -density Polyethylene Piping 164 05/20/2019 1 General Terms and Conditions 1.1 Scope -This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high -density polyethylene piping. All Work shall be performed in accordance with these Specifications. 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered Construction Plans for the Work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits — The Contractor shall be licensed and bonded. 1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion, these Specifications or standard construction practices are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice, order further construction to cease until all deficiencies are corrected. 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, with a standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- 165 05/20/2019 contractors or distributors are prohibited. 2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through -bore length to be clamped in a butt fusion -joining machine without the use of a stub -end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations) to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. 166 05/20/2019 This section is supplemented with the following new sub -sections: 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D. 4. Fittings shall be factory welded, injection molded or PVC. 9-05.24(2) Polypropylene Sanitary Sewer Pipe Polypropylene sanitary sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall conform to ASTM F2764. Bell & spigot connections shall utilize a spun - On, welded or integral bell and spigot with gaskets meeting ASTM F477. Fitting joints shall be watertight joint performance requirements of ASTM D3212. 9-05.52 Dense Foam Section 9-05.52 is a New Section as follows: Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent. 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane 167 05/20/2019 Surfaces: Concrete Surface In accordance with SSPC Preparation: SP-7 (Sweep or brush off blast) Application: Shop/Field: The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC- Aroshield (min. 4.0 DFT) Color: White 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: Planting soil / topsoil shall consist of loose, moderately well -drained, friable soil of sandy loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil should be fertile and free -flowing (pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: Parameter Range pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50%max (by weight) Clay 25%max (by weight) Silt 15%max (by weight) Organic matter 10%max (by weight) 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: 168 05/20/2019 Sod shall be nursery -grown (farm -grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: Non -net "Premium Shadow Master" Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for "approved equal". Sod shall contain 65% perennial turf -type ryegrass by weight and 35% hard fescue by weight. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is revised as follows: All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer's name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised to read as follows: 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. Non -restrained joint shall be rubber gasket, push -on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. 169 05/20/2019 The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is revised as follows: Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a polyethylene encasement, tube -type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is revised as follows: Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement -lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push -on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth - inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push -on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single -piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 Manufacturer's Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 170 05/20/2019 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section: Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot -dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new section: Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop -applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer's recommended thickness. Coating type shall be a polyamide epoxy -coal tar equal to Tnemec Hi -Build Theme -Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4)C Spacers and Seals for Steel Casing Pipe Section 9-30.2(4)C is a new section: Casing spacers shall be "centered positioning" type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer's instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion -bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Pipe and Fittings Section 9-30.2(6), with title change, is revised as follows: Restrained joint (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push -on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained -joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 171 05/20/2019 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat -treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. 9-30.2(7) Bolted, Sleeve -Type Couplings for Plain End Pipe Section 9-30.2(7) is revised as follows: Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti -seize compound. Heavy hex nuts shall be used. The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. 9-30.3 Valves Section 9-30.3 is supplemented as follows: Valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with "NSF APPROVED" and "DI". Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 to 16 inches) Section 9-30.3(1) is supplemented as follows: /******X All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non -rising stem, and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 psi. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA C509 172 05/20/2019 and C515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented as follows: The valve shall be short -body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI 1316.1 Class 125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes Section 9-30.3(4) is revised as follows: Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word "WATER" cast in it and shall have cast-iron "ears" installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C504. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is revised as follows: Valve markers shall be Carsonite composite utility marker 0.375"x 6'-0", or approved equal, with blue label "water". The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is revised as follows: 173 05/20/2019 Valve stem extensions shall have a 2-inch square operating nut and self -centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) is supplemented as follows: Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy -Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented as follows: Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. 9-30.3(9) Blow -Off Assembly Section 9-30.3(9) is a new section: Installation of blow -off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow -off assembly shall be installed at location(s) shown on the plans. Temporary blow -off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow -off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is revised as follows: Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 174 05/20/2019 9-30.5(1) End Connections Section 9-30.5(1) is revised as follows: Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is revised as follows: Fire hydrants shall have a main valve opening with minimum diameter of 5-1/4 inches, "O" ring stem seal, two 2-1/2-inch National Standard Thread (N.S.T.) hose nozzle connections, one 4-inch pumper port connection with City of Seattle standard threads and with a 4.875" Seattle thread x 5" Storz adapter attached with a 1/8" stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly -Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.5(5) Hydrant Restraints Section 9-30.5(5) is revised as follows: Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised as follows: Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing Section 9-30.6(3)C is revised as follows: PEX-a tubing shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) is revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 175 05/20/2019 9-30.6(5) Meter Setters Section 9-30.6(5) is supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 9-30.6(7) Meter Boxes Section 9-30.6(7) has been supplemented as follows: Meter boxes shall be installed per the City of Renton Standard Details for water meters, latest revision. SECTION 10 MARKING PAINT REMOVAL 10-01 MARKING PAINT REMOVAL Section 10-01 is a new section: The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. 176 CITY OF G`t Y O� e n t o n vFrvToP CONSTRUCTION PLANS Reduced 11 x 17 r- T C) A� 1 N (L U) H W m LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS Renton High School Renton Library Q Cedar v� 6 Rivet Park s`xm s L,tl St • sL,tl SI s—st P ' 3,es au Yy 3 Renton History MuseumQ yz"en s Freddie s Casino a Renton pBM10 McLendon Hardware s f Sw Suns,n Bt"d Fred McYero sans s > w Maplewood .'______ ______________ Q ___ 1*F—A Buffet Burned Linear Park V (19 Roadside Park Outlying Perk Sheller se sms ssms -N 9 r Cedar River Tail S s 2 3 A s DKMarket o Q-,—s Lsnns SG Ps Louisiana Kitchen y ,qsq seam ff `` 3 Walman Supercenter Q Philip stuns Arnold Park anA d .s Wells Fargo Bank © L 4 a 3 "- 0 g,a,lywai s 9Asian grocer tore PROJECT e,.mwm sam �w. Royal Hills Apanmems,9odchffe ' 'A GoodChevrolet9 MtSharif9 Apartment omes� LOCATION ;:1 ® Q ® Gen ta,e RentonQ s, at The Lodge \I x m,q� "s Cleldreno. ,tuns 9 Regency Woods u[ure Chil Futur 9 Wizards of the Coast V 0 2 Apartment Homes ,pN Tiffany Park s rt a*Elementary School w"g� g Providence v, rnn ny a 9 Health &Services ran s, 655~ ,vns a sx ,snna Tiffany Park smv, p, O seaian s[tbmnv ff,b Montclair Heights Q tnw sv v,ea szsas Apartments Thomas Nelsen Middle School Teesdale P s„>xms a QCBece a :, , Cascade i Elementary School Cae Park ark Y SE,baMs p _ g 22 V Philips 66 Terminal Renton Academy se,eaes IA AA •- o F s't¢ --_•^ sa,euns s,Wxns R VICINITY MAP 0. flow whets below. Cell before wu CHECKED FOR COMPLIANCE TO CITY STANDARDS pS SW: - DATE 05/09/2019 WATER UTILITY � W: agafour OS/1 fi/2019 O DATE MAINT: Richard W Marshall DATE 05/09/2019 EXP. I1/21/2019 mCDO was IST J A S`S'ONAL 05/09/19 Sheet Index Sheet Number Sheet Number Sheet Title 1 C100 COVER SHEET 2 C101 STANDARD PLAN NOTES & CONSTRUCTION SEQUENCE 3 C200 TESC & DEMO PLAN 4 C201 GENERAL NOTES, CONSTRUCTION SEQUENCE NOTES, TESC & DEMO DETAILS 5 C300 PAVING & RESTORATION PLAN 6 C301 PAVING & RESTORATION DETAILS 7 G400 STORM DRAINAGE PLAN 8 G401 STORM DRAINAGE PROFILE & DETAILS 9 G402 STORM DRAINAGE DETAILS 10 G403 STORM DRAINAGE DETAILS 11 C500 WATER SYSTEM PLAN 12 C501 WATER SYSTEM DETAILS 13 C502 WATER SYSTEM DETAILS 14 SHT#1 TOPOGRAPHIC MAPPING GENERALNOTE ALL RESIDENTIAL PROPERTY LINES SHOWN ARE APPROXIMATE BASED UPON CITY OF RENTON GIS MAPS BASIS OF BEARING WASHINGTON STATE PLANE COORDINATE SYSTEM NORTH ZONE (4601), NAD83(91), US SURVEY FOOT (GRID) N 65° 39' 57" E [SET MAG ( 1-ALLIANCE #102) TO SET MAG (1-ALLIANCE #10011 MEASUREMENT ARE US SURVEY FEET. VERTICAL DATUM NAVD88 CITY OF JMM RENTON ' JMM u DATUM I I Planning/Building/Public Works Dept. NO. REVISION BY DATE APPR �^a**a 4b1E1C0°fO"0L LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS COVER SHEET 05/09/2019 C100 eu 1 14 r- T A� 1 N 2L U) 3^: EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES: THE vLNOTNERFnIrvISTING OF TOEVNV RtOJeCF�THEAPPLICANTOa Ow E0. HEEBv aOTES THATSHAU. BE INCORPOFATED IEFNREDN THE �OIAS APPLICANON AND ITEMAV STNT a KE 0OL 1�FFELLEEVANTNOTESSET ALL EENOT NI ON THE LAPPUCABLE TO THE PROJECT. HOWEVER, THE APPUCANTSHALL NOT RENUMBER HER EDIT THE REMAIUING NOTES, IF All -AL NOTES ARE uEEOED FOR SPECIFIC ASPECTS THEY SMALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES 1 , BEFORE ANY CONSTRU-N M DEVELOPMENT ACTIVITY OCCU- A PRE -CONSTRUCTION MESETING SNALL BE HELD MON. THE CITY OF RENTON. NEREBI REFERRED TO AS THE CITY, THE PLICANT IS ISFEWI DNPOR THE PRIOBTAINING THE THE FJCANT SENILE PRO ETIEO COPEON STATE DEPARTIENT OF S OF ALLLOSYL MONIECOLTORINGCONSTRUCTION PMVlEDEDATO EEC0.GOGNv RAL AS D WITH THE ION STCRMWKTER GENERAL PERMIT. 3 E ERIC PLANSETSET MALL NCLUDETAN ESC WNSTNNRT SEWENCE DETAIUNG THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION EME ZE SOUNENNESE. OF THE L3NAREAS DnNTwION PRESERVATION TFTTION AS PaIMDONEPAS)SLLBECRLTDBVEWINGADPEoINHEFlEDACOCEIl�NDxDOECm OF R Re NG LIMITS SHALL BE EIRNTON SWDMLPRIDI TO THE STARTOF CONSTRUCTION. DVRINGTHECON UCnONPERN)D,,WDIS U'& E BEYOND THE ��CON 5. STAITHE CEARING LIMITS SHALL BE MKINTANED SY THE APPU­EC SUPERVISOR FOR THE DURITION OF IZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CORSTRUCTON AND UNINTUNED FOR THE DURATION OF THE PROJECT. =ONALTM UF.ES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WVVM PAGE. MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE HEFT AND X BE CLEANED THOROUGHLY AT THE END OF EACH DAY. OR MORE FRE-ENTLY DURING WET WEATHER AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE TRU.C.ONTOTIE R HE -TO Tr ILIHIME THAT -'NIANDR-NITRU 'ON " COMPLETE AND P"'- FOR "IFFE SEES ON P ED ALL IC IMPS SHALL BE REMOVED A R MAINTENANCE,IEPLACEMEN . ENHANCEMENT, ANDD AND THE SETS EEN EMOVAALIESED To OF ESC BMPS SHALL BE THE RESPO SIBILIWOF THE APPL ICAxT%ESNGTE T. THE IMPLEMENTATGN. S. ANY H­ MATERIALS OR LIQUID PRODUCTS THAT H-E THE POTENTIAL TO POLLUTE RUNOFF SINALL BE DISPOSED OF PROPEN-. R. REOUIREMENTS,, ASRMAY ENEE ED,TO(PROTECT ALEACNT PROPErzTES AND WATER QUALITY GF TH 1I E wG DRUNAGE SYSi MER AND ABOVE MINIMUM 10. AP AL OF THIS PLAN IS FOR E`C ONLY. IT DOES NOT CONKlITUTE AN AFFRDVAL OF STORM DRAINAGE DESIGN, SUIE ROSE LOCATION OF PIPES. RESITUCT.M. CH=VUE OR STOFMWATER FACILITIES SYSTEM NECESSARY FOR THE CONSTRU­ OF STORMIANNTER FIES OR REVIEW AND APPR­ t AREAS OF¢ ED SO INCLUDING ROADWAY RMBANKMENTS, THAT WILL NOT BE IOSHALL STIRBED FF OR TWO DAYS DURING THE SEASON (OCTOBER t3T 00TH) OR SEVEN DAYS WRING THE DRY SEASON (A1AT iST THROUGH SEPTEMBER 00TXI SHALL BE IMMEDIgTELY STgBIL12ED WITH THE APPROVED METHODS (E.G.. SEEDING. MDECMINO FIASTIC COVERING. ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON MEN. WEASON ESC REOVIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1ST AND APRIL WE, UNLESS OTHERWISE APPROVED er THE CITY, 11. MY AREA NEEDING ADDETIONAL EW MEASURES, NOT REQUIRING IMMEDMTE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS. 1 ED AND-LVTASNED AT MINIM HOF E CITY A MONTH OR WITHIN SH HOURS FOLLOWING ASTORM EVENT. '6 BEFORE COMMENCEMENT OF ANY ;T­�TRUCTUION ACTNITY. CATCH BASIN INSERTS PER THE CITY STANDARD PEAK 216,S) S­ BE PROVIDED FOR ALL STORM GRAIN INLEIE DOWNSLOPE AND W MIN FE OF A DISFFURBED OR CONSTRUCTION AFUSA. UNLESS THE RUNOFF THAT ENTERS THE INLET IMUL BE CONVEYED CWDITIONENT FOND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING 11. AT NO TIME ' SEDIMENT ACCUMULATION EXCEED " IF THE CAPA"' OF " E C ATC N:W"NE. UM P,,A1­ L ICAM H:AS I N . AN G�C 0 -A NO E U N ES S - S E 1PROVIDE ADEOIMTE 9TORgGEENT STORM RCPPACI 7 FGTGq,1E EMPORMT FACIT'ON CIA LITYTSTOULRY TIMATEUNI LBY FUNCTI'HALL GN AS ANDNFILORWPTNN SEVSTEM IINNECESSITS ERMANNTT SST' ANDATE THE TENTRARY FACILEFY SNALL BE POLIGH GRADED SO THAT THE BOTTOM AND SIDES ME AT LEAST THREE FEET ABO­ THE F­ GRACE OF THE PERNMENT END TY 1 LPN(' FIRTAINING E%ISTING STORMWATERFACILITIES ORWSITE BMPS(AMEN DED SOILS-REENTION. PERMEABLE PAVEMENT. TIC.) SHALL BE CTLEAY FENCEDPND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION WRING CONSTRUCTION. M. PRIOR To THE BEGINNING OF THE WET REASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY MMH ONES SHPll BE SODDED OR SEEDEDIN PREPARATION FOR THE WINTER 'AS D OR ON E WISEN OF THE BE. 21, PRIOR TO FINALarUCTIgH ADCCEKANOCE, THE NFIDJECT SITE SKAU. BE MBILVED TO PREVENT SEDIMENT-ILADER AWTER FROM LEAVING THE PROJECT SITE, ALL ESC BMPS BE RI VE MOST FUNCTIONING CONDI�M.AULDISTURSED =PIA01% CONVEYANCE SNETEMS. FACILIFFIES. AND ON -SITE BMPS SI BE RESTORED TO THEIR FULLY SE PER E. UIED AT WITHOUT SEEDING IS ADEOUn EDFOR AREAS TO ELArvOSCAPED BEFORE WTOERtDISTURBED AREAS S E DED OR SEEDED AND MULCHED TO THAISTICP ETA IENTCWNwaL DEVELOP 3HORRV AFTER FMALAPPROVAL.MULCH E INSTRUCTED TO SE ROAD RICXTS-0E- AY SHPLLE EI CON3TRUC EDDINACCORDANCE SEAR TESOCNRrvATOnuEERIBU LDINGW E. NOTM CITY STANDARDS. ROCKERIESFETAININ­ ALLOMIDEOF LICE Ixisl THEAwIsN PUBLIC WORKS EROSION AND SEDIMENT CONTROL STD.PLANG268.00 DEPARTMENT STANDARD PLAN NOTES PPGAZ 9/za/zols 1 :45 SURFACE WATER STANDARD PLAN NOTES: LETOT EP.N, .NOPER IwE EN. E A'PL 'ANT OT=M ER N.OR EDIT THE REMAINING NOTES, 11 ACKNETIONAL NOTES ARE NEEDED PER WEC?11C ASPECTS, THEY SNALL BE ADDED AFTER THE SURFACE WVTE`R IN RE=ED'T.-.' TNRU.­ HS DEIELI.PIENT All- 1, CCUR.1, A PR-NST UCTION MEETING FALL E AEUD AMONG THE CITY .1 RENTON, AEREW THE APPLICANT SHAL. SE RESPONSIBLE FOR SEW RING ALL NECESSARY Cm, STATE, AND FEDERAL PERMnS PRIOR TO CONSTRUCTION. rATETROD UAL1(PENTONSWTMq.RNTON MUNCIIE PAL CODE(RMc)nrvo THEE sGTgIRiDALtO S ECE1ILPICATIo.FORGROAD.BRDG11 E oMUNICIPIETY U SURFACE C0N"RUCTANPREPARED BY ISDT AND THE AMERICAN ON (AP -I. IT SHALL BE THE SOLE RESPoxS!10 OF THE APP"MT TO Y ERROR, OMISSION OR VPRWTION '...THE PROVE REpUIREMEN 91 FOI END IN THE PLANS. ALL CORRECTIONS SHALL BE AT NO ADDITIONAL COSTTO OTHERTHE CFFY. AIPIOIAL OF THE ROAD IINI. PARKING, BUILDING, ME DRABAGE PLAN DOES NOT CONSTITUTE AS APPRO­ OF MY CONSTRUCTION (E.G. WATER, NEWER GAS TTIE CITY PRIOR M N). PLANS FORSTaUCn1RESSUCH AS BRIDGES, vAUL 6, ANO aETNNING wgLLS REQUIEPSEFARgTE RCONSTRUCTED ACC.I TO THE NEEVIEW PNDMPROVAL BT 'ROM SYSTEM PLANS, ANY DEVIAICN APPROVAL FRO. THE CITY I A COPY OF THE APPROVED PLANS SI BE ON THE JOB SITE MENEVER CONSTRUCTION IS IN PROGRESS. NNECESSANBYIEM COMPCEIS TIS THE 80 EVRESPONS S TY OF MEAVALAPRICANT AND TxEAPPLgCANT3 CONTRACTORTOINDSPINGENTLvVERFTTHE ACCURACY OF ALL UTILITY WCATWS SHOWN, AND TO FURTHER OISCOVE AND AVOID MY OTHER UFIL11-NOT CONFLICT EXISTS REFERENCE BENDATUMCHMARK, SHALLB DATUM, PND ELNATWS SHALL BE NOTED ON THE R- STATE PLANE. NORTH). UNLESS 0THERWISE APPROVED BYTHE CITY. 8. RNCHBACKFIU-Ml ROADwgY SUBGRADE MAL,11 ARONSIPNPERMTEP88E%PF EMENTDAY CARY OTHEa NFlDENSITY PEI REETION AS11PTENCXA-COMPCTION AND SHALL BE COMPACTED TO MORE g2% TY APPROVE = E RGADWAYILF.R OR"D IS NOTILOWED NLENSCSHS.ICIF12�,LLOYNIPR.-DDBY THE CITY AND NOTED ON THESE o aEm3D BVTxE CIFv,THE ExISnNG w.NHOLES,CAT10ALL PIPE AND STRUCTUES BE ­ED FOR CH BASINSAOR INLETS SRiuLL BEADJUSTEDORM TT0 EGMDE AS STAKEDICNE SHOWN WTHE PLANS OR WHERE I I ALL EL OLE FACILITIES $HALL BE INSTALLED ME IN OPERATTON PRIOR TO, OR IN CONJUNCTION WITH, MY CONSTRUCTION ACTIVITY UNLESS -MISE By THE CITY MATERIAL, AS MILE AS PLACEMENT AND COMPACTION OF EIOUIRED BEDDING MATERIIAA LTO UNEF IORM GRADE 80 THAT THE ENRRE LENGTH OF THE PIPE WILL BE ,SrUNP2P07D ON AUNIFORMLY DENSE, UNYIELDING BASE, ALL PIPE BEDDING AND BACKFILL SHALL BE AS SHOWN ON THE CITY STANDARD RAN Y20.00, 2M.10, AND 13, STEEL PIPE SHALL BE AUUMIN1­ OR ­NIZED WITH ASPHAEJ TTB­MENT 1. 2. OR 5 INSIDE AND OETTSIDE. 11. 1LD. MIIGESIRUCTURISUC�A.S.&TCH:IINIMD INHOLES SHAUL E FITTED ATEH DUCTILE - .0-LOCAGN. U. PER THE CITY STANDAPID PLAN SOLID LIM MEN NOT C-LECTING RUNOFF. AND OUTSIDE OF THE . ROENDN SOLIDLIDS WxEN NOTCOLLECTING RUNOFF, AND OCATED WITHIN TIE ROADWAY, BUT OUTSIDE OF THE CURSAGUTTER LINE. ROUND. SOLID LIDS DISPLANING THE CITY LOGO MEN WITHIN THE PUBLIC RIGI IN AN ­EWTO THE CITY. PRIVATE STRUCTURE LIDS OUESIDE PUBLIC RIGH�O�MD�S�EN�TOTHEC�S�N�DIS��ECEFTE 11 BUILDINGS AND OTHER STRUCTURES SHALL BE PLACED IN ACCORDANCE WITH TABLE 1.1 EASEMENT WIDTHS AND BUILDING SETBACKS LINES OF THE RENTON SWDM. 11 SM OF MgNXOLESMATCH BASINS WITHIN PUBLIC RIG- SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL AFTER PAVING. ALL MAN- BASIN RIMS EDAL BE ADJUSTED TO BE FLUSH WITH FINAL FINISHED MADES. UNLESS CIEERWSE SHOWN, ALL DRIVEWAY CULVERTS ­TED WITHIN CITY RIGH­ SHALL BE OF SUFFICIENT LENGTH TO PROVIDE A MINIMUM 3 1 SLOPE FROM THE EDGE OF THE DRIVEWAY M THE BEFETOM OF THE DITCH 15 NOTED uLE (I l mHExwxSTD.PLANNG267.00 'RjPUBLIC WORKS SURFACE WATER STANDARD PLAN g/28/2018 1 :45 DEPARTMENT NOTES (1 OF 2) FFGAZ EROSION AND SEDIMENT CONTROL STANDARD PLAN NOTES SURFACE WATER STANDARD PLAN NOTES 1 NOT TO SCALE 2 NOT TO SCALE CONSTRUCTION SEQUENCE NOTES 1. CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, TESC PLAN, STAGING PLAN, UTILITY PROTECTION PLAN AND MATERIALS SUBMITTALS. 2. WATER SERVICES TO LOCAL RESIDENTS MUST REMAIN OPERATIONAL DURING CONSTRUCTION. TRANSFER OF SERVICES SHALL BE IMPLEMENTED PER NOTES ON SHEET C500-0503. CONTRACTOR SHALL SUBMIT A CONSTRUCTION SEQUENCE PLAN PRIOR TO CONSTRUCTION. 3. CONTRACTOR SHALL ATTEND A PRE CONSTRUCTION CONFERENCE 4. CONTRACTTR SHALL IMPLEMENT DEWATERING SYSTEM IF NEEDED GENERAL PROJECT NOTES 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF RENTON STANDARDS AND SPECIFICATIONS AND WASHINGTON STATE DEPARTMENT OF TRANSPORTATION 'STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION", 2018 AND AS AMENDED BY THE CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS AND THE CONTRACT SPECIAL PROVISIONS. 2. ALL WORK SHALL BE SUBJECT TO THE INSPECTION OF THE CITY ENGINEER OR DESIGNATED REPRESENTATIVE. 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PREPARATION OF TRAFFIC CONTROL PLANS. CONTRACTOR SHALL SUBMIT PLANS TO THE ENGINEER FOR APPROVAL PRIOR TO IMPLEMENTATION. EXCEPT FOR AS SPECIFICALLY NOTED, CONTRACTOR SHALL MAINTAIN A MINIMUM OF ONE LANE OPEN IN EACH DIRECTION AT ALL TIMES ON ALL ROADS WITHIN THE PROJECTAREA. 4. SITE CONSTRUCTION LIMITS (PRESERVATION LINES) COINCIDE WITH CITY RIGHT-OF-WAY UNLESS SHOWN OTHERWISE. 5. NO STAGING AREA IS PROVIDED TO THE CONTRACTOR. ALL STAGING AREAS SHALL BE ON A CONTRACTOR SECURED AREA. ALL TESC REQUIREMENTS APPLY TO THE CONTRACTOR'S OBTAINED STAGING AREA. Q ACDO 4� DY was7Y F a� �E'GISTERY'� �w 70NAL r Wbam below. %N' i) before TOM dia 05/09/ 19 WATER UTILITY GENERAL NOTES 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS, THE CITY OF RENTON DEVELOPER EXTENSION AGREEMENT, AND WSOOT STANDARD SPECIFICATIONS, LATEST EDITION AS AMENDED BY THE CITY OF RENTON. 2. THE LOCATIONS OF ALL EXISTING UTILITIES SHOWN HEREON HAVE BEEN ESTABLISHED BY FIELD SURVEY OR OBTAINED FROM AVAILABLE RECORDS AND SHOULD THEREFORE BE CONSIDERED APPROXIMATE ONLY AND NOT NECESSARILY COMPLETE. IT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR TO INDEPENDENTLY VERIFY THE ACCURACY OF ALL UTILITY LOCATIONS SHOWN, AND TO FURTHER DISCOVER AND AVOID ANY OTHER UTILITIES NOT SHOWN HEREON WHICH MAY BE AFFECTED BY THE IMPLEMENTATION OF THIS PLAN. 3. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL CALL 1-800424-5555 OR 811 TO VERIFY UTILITY LOCATIONS A MINIMUM OF 72 HOURS BEFORE BEGINNING EXCAVATION. 4. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED, AND "CATALOG CUTS" FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY MATERIALS ON -SITE. S. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT -LINED DUCTILE IRON PIPE, THICKNESS CLASS 52 PER ANNA C151 AND C104 STANDARDS. PIPE JOINTS SHALL BE PUSH -ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS PER ANSI/AW WA C110/A21.10-82 STANDARDS. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8-MIL BLACK, TUBE -TYPE, POLYETHYLENE PLASTIC PER AMA C105 STANDARDS. 6. ALL PIPE AND FITTINGS NOT TO BE DISINFECTED IN PLACE SHALL BE SWABBED WITH 1 % AVAILABLE CHLORINE SOLUTION PRIOR TO INSTALLATION. 7. IN CUT AND FILL AREAS, THE WATER MAIN SHALL BE INSTALLED ONLY AFTER THE TRENCH AND ROADWAY SUBGRADE MATERIALS HAVE BEEN GRADED AND COMPACTED. 8. BEFORE COMMENCEMENT OF TRENCHING, THE CONTRACTOR SHALL PROVIDE CATCH BASIN INSERTS FOR ALL CATCH BASINS THAT WILL RECEIVE RUNOFF FROM THE PROJECT SITE. THE CONTRACTOR SHALL PERIODICALLY INSPECT THE CONDITION OF ALL INSERTS AND REPLACE AS NECESSARY. 9. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES (36') FOR PIPE DIAMETER OF 10 INCHES (10") OR LESS AND 48 INCHES (48") FOR PIPE DIAMETER OF 12 INCHES (12") AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 72 INCHES (72-L ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR, THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE 12-INCH (12") MINIMUM VERTICAL CLEARANCE BETWEEN UTILITIES AND MINIMUM COVER. PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST METHOD (MOD) IN ROADWAYS, ROADWAY SHOULDERS, ROADWAY PRISM AND DRIVEWAYS, AND 85 PERCENT MOD IN UNPAVED AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MOD. 10. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED, INSTALLED, AND POURED INTO PLACE IN ACCORDANCE WITH THE CITY OF RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS, FITTINGS, AND BASE OF HYDRANTS. MEGALUGS (OR SIMILAR PRODUCT) MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO CONCRETE BLOCKING. 11. ALL SERVICES SHALL BE 1-INCH BY 1-INCH (I-X I-) PER STANDARD DETAILS UNLESS OTHERWISE SPECIFIED. ADAPTERS FOR 314-INCH BY 5/8-INCH (3/4' X 51 METERS SHALL BE USED WHERE APPLICABLE. NO. I REVISION SURFACE WATER STANDARD PLAN NOTES: aaaEc*�xincauCANTON owNenExEREer aEEEa o.oLas naaucAANT 1sTnl ourIaaELEvAN•rEioTEs IFH" AFF �cnB�E,o Tx�Pao,.0 HOWEVER T. APMI M "LL OT RMUMWR MM EDIT TIE REMAINING NOTES, IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE SURXETUTER IN TANDAND PLAN NOTES AN. SEVAL EETTHE MI S. 11. ROCK FOR I -ION PROTECTION TION3. WHEREREQUIRED, SHPLL BE OF BOUND pUARRV ROCK PLACED TO MINIMUM DEPTH GFGNE (1) FODT IS CONVEYANCE SYSTEM OR FLM`FNID .. IS SYSTEMOW CONTROLFACILITY ON THE SITE. UNUBSAPPR­ SHALL NOT 11M BYTHE CITY. FOOTRCONNEIII AND ING DAN SHALL NO TBECONNECTDFLOWSTETHES 'I PPE 1111111OLIFICEINIUD FIRED MY 111L.IE LOCATED AT THE PROPERTY 21. ALL STORM SYSTEM EXTENSIONS SHALL BE STAKED FOR LINE ME GRACE BY A SUEZVEYOR LICENSED IN WASHING- STATE. AND OUT MEETS SNA-1- BE P-DED To THE CITY PRIM To CONSTRUCTION ALL NEWLY ""LEI 11 NEWLY R ED ((UBLICNUD PRIVATEDSTORM CONVEYANCE SYSTEMS SHNL ErNSPECTED BY MEANS OF EMAPPROTE CCN STALL ACCORDING TO THE CITY STAND_ = 2. BID ANDI. 'HE PRESENCE OF A REPESEMECnON'ATNE OF THE CITY. "'TING HESTORM DRNN STUE SHALL BE TESTED FOR AWEFTANCE(�p OTHE SAME TIME THE NNN MEN IS F THE WSDOT STANDARD SPECIFICATIONS . FOR ILL =WERSTIOCKPaEANOED REIOUS DS BU AREAS EXGiSTING DUAFE LAVER AND NATIVE TOPE L ORAMEND THE WIL OF THE DEVE-ENT WITH MAINTAIN THE COMPOST IxnCCORTURE DANCE PACEFY OF THE SOL TH STArvwaO PLAN 11. ISSUANCE OF THE IIJBILDIN' OR CONSTRUCTION PE-111 BY THE CITY DOES NOT RELIEVE THE APPUCr OF '" E�­ N U = A ZIN -N M-C �`O X T. STIR L-1- SYSTEM PROVIDED DURING CONSERU­ N. EPANDTGPROT UATCSECT PFOE AFEGUARDS, SAFETY DEVICE R1YN CONNECTIONCONNECTION WITINEQUIPMENT, PERFORMANCE OFwORKSOTHER HAU,EPROVIED. WORKWTHINLIFE, TEETMAVELED AND SAFETY GF THE GE4FwgY THAT MAY INTERRUPT NORMAL TRAFFIC FLOW SHALL REQUIRE ATRAFFIC CONTROL FLAN APPROVED BY THE CITY. ALL SECTIONS OP THE MOOT STAN AND SPECIFICATIONS 1-10 PORARY TRAFFIC CONTROL SHALL APPEY, 27. PROJECTS PROTECTION GTEDWONI9 (RMC SSA'UIFER PROTECTION ARE,DFA) SHAL COMPLY WITH SPECIAL REQUIREMENT IS OF THE RENTON SW1MI AND AQUIFER N,81 E-P"CE"ENT OF SURFACE APPUFTENANCES S, AND CROSSWALI(S SHACH LL BE AVOIDED WHENEVER POSSIBLEE. IN THE MY SURFACE APPURTENANCEPET TRAVEL LANE WHEEL PATH.(NTERSELACED IN ATON80F SIDEWALK ORC WSwAU(SHALL BE FITTED WIN A NONSLIP OR NONSKID UD PER ADA NEW IRNENTS. 29, CUENN- LABEL PUBLIC AND PRIVATE BY— ON THE PLANS. PRIVATE SYSTEMS WALL BE M­ NED BY THE APPLICANT. X. MIN IMUM COVER OVER STORM DRAI NAGE PIPE MALL CONFORM TO TABLE 4.2. ­ OF THE R-N SM.. 31 CONSTRUCTED NTSURFACE HAS BENVwEFTEO CONFNE ILv FORAY LEAST10 M�iNUTES.COMPLLANE IwITH THIS., I MIANTE SNALL RECHECKED PRIOR ER THE CTION APPROVAL OF THE PAVEMENT. COJPUANCE MAT BE CHECKED USING A SIMPLE SUCKET TEST Iu WHICH 5 GALLONS OF wgTER IS FOURED ONTO THE PONLYA PIVEMENT SURFACE ALL AT ONCE "'AMOUNT OF WATER PONDS OR RUNS IF THE SURFACE. THEN THE FAVE.ENT IS CONSIDERE. T. EST THE M MUM RATE OF A ­ON. AT LEAST ONE TEST STALL BE CONDUCTED PTPAEREAB (.SG SPPRNING AREASa TEST NGLOENVAiUON MPTIBE ACCOMPL SHED WHILIEE.1MILAIR TO THE BUCKET TEST. PEWENBLE PAVERS SINALL BE TESTED USING ON 1xR) oixea SM. PLANN- 267.10 PUBLIC WORKS SURFACE WATER STANDARD PLAN DEPARTMENT NOTES (2 OF 2) �GA:Z�2018 1 :45 12. UNIFORM PLUMBING CODE REQUIRES THE INSTALLATION OF PRIVATELY OWNED AND OPERATED PRESSURE REDUCING VALVES WHERE THE OPERATING PRESSURE EXCEEDS 80 PSI. 13. WHERE NEW UTILITY LINE CROSSES BELOW AN EXISTING ASBESTOS CONCRETE (AC) MAIN, THE AC PIPE SHALL BE REPLACED WITH DUCTILE IRON (DI) PIPE TO FEET (3) PAST EACH SIDE OF THE TRENCH AS SHOWN ON CITY OF RENTON STANDARD PLAN 330.8. WRAP DI PIPE AND COUPLINGS WITH 8-MIL POLYETHYLENE CONFORMING TO AW WA C105. ALTERNATIVELY, WHERE DIRECTED BY THE ENGINEER, THE TRENCH SHALL BE BACKFILLED WITH CONTROLLED DENSITY FILL (CDF, FLOWABLE FILL) FROM BOTTOM OF TRENCH TO THE INVERT OF THE AC MAIN. 14. WHEN WORKING WITH ASBESTOS CEMENT PIPE, THE CONTRACTOR IS REQUIRED TO MAINTAIN WORKERS' EXPOSURE TO ASBESTOS MATERIAL AT OR BELOW THE LIMIT PRESCRIBED IN WAC 296-62-07705. 15. AVOID CROSSING WATER MAINS AT H IGHLY ACUTE ANGLES. THE SMALLEST ANGLE MEASURE BETWEEN UTILITIES SHOULD BE 45 TO 90 DEGREES. 16. WHERE WATER MAIN CROSSES ABOVE OR BELOW SANITARY SEWER, ONE FULL LENGTH OF WATER PIPE SHALL BE CENTERED FOR MAXIMUM JOINT SEPARATION. 17. AT POINTS WHERE EXISTING THRUST BLOCKING IS FOUND, MINIMUM CLEARANCE BETWEEN THE CONCRETE BLOCKING AND OTHER BURIED UTILITIES OR STRUCTURES SHALL BE 5 FEET (5'). I& ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED, DISINFECTED, AND TESTED. CLEANING, PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY, INSTALL, AND REMOVE PLUGS, CORPORATION STOPS, BLOW -OFF ASSEMBLIES, AND THRUST RESTRAINTIBLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET -TAP VALVE TO AN EXISTING MAIN UNTIL THE NEW PIPING HAS BEEN FOAM -PIGGED, DISINFECTED, FLUSHED, AND PASSED BOTH PRESSURE AND PURITY TESTING. 19. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING THE ENTIRE TEST PERIOD. UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST, THE LINE SHALL BE DISINFECTED, FLUSHED, AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY A CITY OF RENTON UTILITY INSPECTOR. 20. AFTER DISINFECTING THE WATER MAIN, DISPOSE OF CHLORINATED WATER BY DISCHARGING TO THE NEAREST OPERATING SANITARY SEWER. 21. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS A MINIMUM OF 10 WORKING DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM. WATER MAIN SHUTOFFS SHALL NOT BE SCHEDULED TO OCCUR ON FRIDAYS, CITY HOLIDAYS, NOR ON THE FIVE DAYS OR ONE DAY AFTER A CITY HOLIDAY, UNLESS APPROVED BY THE CITY OF RENTON WATER UTILITY. THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE, REMOVE ALL SURFACE MATERIALS, AND PROVIDE SHORING AND ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL, CONCRETE CLOCKING, AND COMPLETE SURFACE RESTORATION. SEE SECTION 3-08 CONNECTIONS TO EXISTING SYSTEM OF THE CITY OF RENTON GENERAL DESIGN AND CONSTRUCTION STANDARDS FOR WATER MAIN EXTENSIONS. I,BRB�MLI IL�°I�„N, JMM wr«. JMM ATZ!Lu DATUM BY DATE APPR - 22. ABANDONMENT OF EXISTING WATER SERVICES SHALL BE ACCOMPLISHED AS FOLLOWS: A. REMOVE EXISTING SERVICE SADDLE FROM WATER MAIN AND REPLACE WITH NEW STAINLESS STEEL REPAIR BAND, ROMAC SS2, FORD SERVICE SADDLE FC101, CC THREADED SADDLE AND A CC THREAD BRASS PLUG, OR APPROVED EQUAL (WILL NOT BE REQUIRED WHEN WATER MAIN IS TO BE ABANDONED). B. REMOVE AND DISPOSE OF EXISTING SETTER AND METER BOX. C. CAP OR CRIMP (IF COPPER) EXISTING SERVICE LINE TO BE ABANDONED IN PLACE, EACH END. D. RETURN EXISTING METER TO CITY OF RENTON UTILITY INSPECTOR. 23. THE CONTRACTOR SHALL USE A VACUUM STREET SWEEPER TO REMOVE DUST AND DEBRIS FROM PAVEMENT AREAS AS DIRECTED BY THE ENGINEER. FLUSHING OF STREETS SHALL NOT BE PERMITTED WITHOUT PRIOR CITYAPPROVAL. 24. TRENCH BACKFILL AND SURFACE RESTORATION OF EXISTING ASPHALT PAVEMENT SHALL BE AS REQUIRED BY THE RIGHT-OF-WAY USE PERMIT. 25. THE CONTRACTOR SHALL RESTORE THE RIGHT-OF-WAY AND EXISTING PUBLIC UTILITY EASEMENT(S) AFTER CONSTRUCTION TO A CONDITION EQUAL OR BETTER THAN CONDITION PRIOR TO ENTRY. THE CONTRACTOR SHALL FURNISH A SIGNED RELEASE FROM ALL AFFECTED PROPERTY OWNERS AFTER RESTORATION HAS BEEN COMPLETED. 26. WHEN WORK IS TO OCCUR IN EASEMENTS, THE CON TRACTOR SHALL NOTIFY THE EASEMENT GRANTOR AND THE CITY OF RENTON WATER UTILITY IN WRITING A MINIMUM OF 48 HOURS IN ADVANCE OF BEGINNING WORK (NOT INCLUDING WEEKENDS OR HOLIDAYS). FAILURE TO NOTIFY GRANTOR AND THE CITY OF RENTON WATER UTILITY WILL RESULT IN A STOP WORK ORDER BEING POSTED UNTIL THE MATTER IS RESOLVED TO THE SATISFACTION OF THE CITY OF RENTON WATER UTILITY. A WRITTEN RELEASE FROM THE EASEMENT GRANTOR SHALL BE FURNISHED TO THE CITY OF RENTON UTILITY INSPECTOR PRIOR TO PERMIT SIGN -OFF. 27. WORKERS MUST FOLLOW CONFINED SPACE REGULATIONS AND PROCEDURES WHEN ENTERING OR DOING WORK IN CITY OF RENTON OWNED CONFINED SPACES. 28. MANHOLES, CATCH BASINS AND VAULTS ARE CONSIDERED TO BE PERMIT -REQUIRED CONFINED SPACES. ENTRY INTO THESE SPACES SHALL BE IN ACCORDANCE WITH CHAPTER 296-809 WAG. CITY OF RENTON Planning/Building/Public Works Dept. LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS STANDARD PLAN NOTES & CONSTRUCTION SEQUENCE 05/09/2019 C101 R.LR 2 BE 14 r- O N (L U) Lu 0 m I \ \ I \ I � \ I \ oo, 8645500190 a \ 8645500200 \ 8 ♦\ \ 3 \ / 12 / 4 Ei FEE \ /\ 664E \ / SDCB TYPE 1J / RIM )=386.2' 4" PVC (NE)=386.1' TESC & DEMOLITION NOTES 1. ALL EXISTING IMPROVEMENTS WITHIN CLEARING LIMITS SHALL BE DEMOLISHED AND REMOVED FROM THE SITE UNLESS OTHERWISE IDENTIFIED. 2. THE WORK UNDER THE CONTRACT INCLUDES ALL CLEARING NECESSARY TO COMPLETE ALL WORK ASSOCIATED WITH THIS PROJECT. IT IS THE CONTRACTOR'S RESPONSIBILITY TO FULLY REVIEW THE SITE CONDITIONS AND TO CORRELATE THESE OBSERVATIONS WITH THE PROJECT WORK AND INCLUDE ALL NECESSARY DEMOLITION, WHETHER SHOWN OR NOT, AND INCLUDE ALL SUCH COSTS IN THE SCOPE OF THE WORK. 3. CONTRACTOR SHALL LEGALLY DISPOSE OF ALL DEMOLISHED AND REMOVED MATERIALS FROM THE SITE UNLESS OTHERWISE NOTED. 4. ALL EXISTING WATER METER BOXES TO BE REMOVED UPON TRANSFER OF DOMESTIC SERVICES. 5. THE TEMPORARY EROSION AND SEDIMENT CONTROL (TESC) PLAN OUTLINED HEREIN IS CONCEPTUAL. THE CONTRACTOR IS REQUIRED TO SUBMIT A FINAL TEMPORARY WATER POLLUTION AND EROSION CONTROL PLAN IN ACCORDANCE WITH SPECIAL PROVISIONS SECTION 1-07.15. 6. THE IMPLEMENTATION OF THESE ESC PLANS AND THE CONSTRUCTION, MAINTENANCE, REPLACEMENT, AND UPGRADING OF THESE ESC FACILITIES IS THE RESPONSIBILITY OF THE APPLICANT/ESC SUPERVISOR UNTIL ALL CONSTRUCTION IS APPROVED. 7. THE ESC FACILITIES SHOWN ON THESE PLANS ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED SITE CONDITIONS. DURING THE CONSTRUCTION PERIOD, THESE ESC FACILITIES , SDCB TYPE 1 RIM=367.58' / 6" RCP (SW)=366.1' / 8645600040 / SIGN "LAKE YOUNGS CT SE/ / LAKE YOUNGS WAY SE" B SDMH TYPEA RIM=368 6" RC (NW)=364.7' 4 6" P (SE)=364.5' 6 Y� CMP (NW)=355.2' CMP (SE)=354.9' ANN�G \ tic RIGHT OF .., . n (TYPICAL) LSSMH TYPE 2 RIM-' \ 8" GONG ONC (SW)=j60.2' 8" PVC (NW)V360.1' \ 8" PVC (SFj}=360. 0' V A S 2 3 1�x / S �V s - , � P d9 NgMp 5 3 i\ 1 q \ / iI// �4 WOOD FENCE 8645500240 P _ 8 )210 2 �� __` ___ ___ _ �'M 3 \ =E° /KEY :_=oW \ \\ NOTES 10 3 2 / \ 1� PRESERVE AND PROTECT EXISTING ASPHALT. 8645500230 / �2 PROVIDE NEAT SAWCUT. 8645500220 I / \ \ �3 PRESERVE AND PROTECT EXISTING SIDEWALK AND/OR DRIVEWAY. � SSMH TYPE 2 RIM=386.43' ❑4 PRESERVE AND PROTECT EXISTING UTILITY. 8" CONS (NW)=377.0' 8" CONC (NE)=376.9' \ �5 PLUG PIPE(S) PER 2018 WSDOT STANDARD SPEC 7-08.3(4) I \ �6 PRESERVE AND PROTECT EXISTING TREE. GENERAL NOTES KEYNOTE NOT APPLIED SHALL BE BE UPGRADED AS NEEDED FOR UNEXPECTED STORM EVENTS AND MODIFIED TO 1. SEE DRAWING C300 FOR PAVING AND RESTORATION ACCOUNT FOR CHANGING SITE CONDITIONS (E.G., ADDITIONAL SUMP PUMPS, RELOCATION OF IMPROVEMENTS. SEE DRAWING C400 FOR STORM �g PRESERVE AND PROTECT EXISTING CURB AND GUTTER. DITCHES AND SILT FENCES, ETC.). IMPROVEMENTS. SEE DRAWING C500 FOR WATER IMPROVEMENTS. ABANDON IN PLACE EXISTING WATER MAIN AND EXISTING WATER 8. THE ESC FACILITIES SHALL BE INSPECTED DAILY BY THE APPLICANT/ESC SUPERVISOR AND LATERALS UPON TRANSFER OF DOMESTIC SERVICES. MAINTAINED TO ENSURE CONTINUED PROPER FUNCTIONING. WRITTEN RECORDS SHALL BE KEPT 1 2. SEE DRAWING C101 FOR ADDITIONAL TESC NOTES C101 10 SAWCUT TO BE DONE AT EXISTING JOINT. OF WEEKLY REVIEWS OF THE ESC FACILITIES DURING THE WET SEASON (OCT. 1 TO APRIL 30) AND OF MONTHLY REVIEWS DURING THE DRY SEASON (MAY 1 TO SEPT. 30). TESC p DEMOLTION LEGEND al 11 EXISTING NEWSPAPER STAND SHALL BE PERMANENTLY RELOCATED 9. PUBLIC STREETS SHALL BE CLEANED ONCE PER DAY OR AS DIRECTED BY THE CITY. FLUSHING OF STREETS WITH WATER WILL NOT BE ALLOWED. 10. IN ACCORDANCE WITH DEPARTMENT OF ECOLOGY REQUIREMENTS, WASTEWATER FROM CEMENT CONCRETE MASONRY, OR ASPHALT CONCRETE CUTTING, OR POURING OPERATIONS SHALL NOT BE DISCHARGED INTO STORM DRAINAGE SYSTEMS OR SURFACE WATERS. IMPERVIOUS SURFACES CONTAMINATED WITH SEDIMENT FROM GRIT AND CUTTING, PLANNING OR PULVERIZING OPERATIONS SHALL BE VACUUM -CLEANED TO PREVENT CONTAMINANTS FROM ENTERING THE STORM DRAINAGE SYSTEM OR SURFACE WATERS. 11. ALL DEWATERING WATER AND RUNOFF WITHIN CONSTRUCTION AREAS SHALL BE TREATED VIA SEDIMENTATION, FILTRATION THROUGH VEGETATION IN APPROVED AREAS, OR PORTABLE FILTRATION SYSTEMS (UTILIZING TANKS AND FILTERS), AS NEEED, PRIOR TO DISCHARGE TO DOWNSTREAM SYSTEM IN ORDER TO MEET ALL APPLICABLE LOCAL, STATE AND FEDERAL WATER QUALITY REGULATIONS. CONTRACTOR MAY ALSO DISCHARGE TO THE SANITARY SEWER SYSTEM AFTER OBTAINING APPLICABLE PERMITS AND MEETING PRETREATMENT REQUIREMENTS. CLEARING LIMITS -------------- INLET SEDIMENT PROTECTION 0 1 C201 SAWCUT: APPROX. 2"TO 3" DEPTH ------------ REMOVE SIDEWALK/DRIVEWAY REMOVE ASPHALT REMOVE CURB AND GUTTER -xxxxxxxxxxxxxxxx- ACROSS THE STREET. SEE SHEET C300 FOR MORE INFORMATION. EXISTING MAILBOX STAND SHALL BE TEMPORARILY RELOCATED 12 ACROSS THE STREET DURING CONSTRUCTION AND THEN RETURNED ONCE THE PROPOSED SIDEWALKS HAVE BEEN CONSTRUCTED. SEE SHEET C300 FOR MORE INFORMATION. EXISTING 2" BLOW -OFF ASSEMBLY TO BE ABANDONED, LID AND TOP 13 SECTION OF VALVE BOX TO BE REMOVED. ENCASE ASSEMBLY WITH Fd CDF. EXISTING SECTION OF CONCRETE SIDEWALK TO BE REMOVED AND REPLACED. EXISTING 4" GATE VALVE ON STEEL WATER MAIN, TO BE ABANDONED, LID AND TOP SECTION OF VALVE BOX TO BE REMOVED, UPON 14 COMPLETION OF NEW WATER MAIN; SEE SHEET C500. ENCASE GATE VALVE WITH CDF. EXISTING SECTION OF ROADWAY TO BE REMOVED AND REPLACED. 1.-20' w "' CITY OF JMM RENTON JMM u DATUM I I Planning/Building/Public Works Dept. Il wham below. Nilbeforewudia N0. REVISION BY DATE APPR 0 2a 4a 1240 Feet � MCDO Q ti it ssw2 $ SOT R4'clsrea4.° �� @SS'ONAL 05/09/19 LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS TESC & DEMO PLAN 05/09/2019 C200 snn 3 14 8645600030 It / \ I SDMH TYPE 2 / ' \ ` RIM=369.39' 60" CMP (NW)=354.9' \ N \ / \ 60" CMP (SE)=355.0' / A (L \ / \ / > \ 8645500170 \ SDCB TYPE 1 // \ 8645500160 / \ / \ / RIM=367.5/ � 6" RCP (SW)=366.1' / WSMH TYPE 2 \ / / Bg \8645600040 / \ m Y / RIM=388.41' \ \ o / 6" GONG (NW)=380.4' SIGN Y / _ 'LAKE YOUNGS CT SEA / \ co 6" 6" ON(NE)=380.4' LAKE YOUNGS WAY SE" / / \ _ b yi - & 8" GONG (SE)=380.3' \ � 6" GONG (W)=380.3' SDCB TYPE 8645500180 da•� T / RIM=367.44 \ SDMH TYPE4 ACC}\ / 6" RCP (W)=365.7' RIM=368 6" RC (NW)-364.7' 3 P ay 8645500110 / / 6" RCP (E)=365.9' EX. CB#2 A 1 6" P (SE)=364.5' C301 CG \ dp \ EX. MH#1 _ _ 6 CMP (NW)=355.2' 38 \ CB#9 CB#8 0� V CB#6 8 / 8645500130 SIGN EX. CB#1c�� , V 'EO" CMP (SE)=354.9' _ _ o "DEAD END" N 173433.27 S61° 10' 14.00"W 30793' CG 3 � / T ® � � E 1106703.80 0 CO#5 6 \ WOOD FENCE F 000 \ CB#10 \4> 8845500190 / / V I J 6> EX. CB#3 �CB#5 ` A / \ MATCH EXISTG CB#1 T RELOCATED NEWSPAPER \ CROWN (TYPICAL)IN/�M _ STAND. FOUNDATION AND / I l \ ✓� 1 .00 STAND TO BE INSTALLED IN -KIND Y �/ 3 TO EXISTING CONDITION. / �Y L� -1 / C301 CG \ 8645500140 I A SSMH TYPE 2 / RIM=387.40' / , I \ G \ RELOCATED MAILBOX STAND TO BE \ 0 4" PVC ( (NW)= 78. / I INSTALLED IN -KIND. SIDEWALK SHALL BE Y o 5 0 8" GONG (NW)=378.4' RIGHT OF WAY `J WIDENED AROUND MAILBOX TO PROVIDE A4' -(•. 8" GONG (SE)=378.0' / y0 i r� SDCB TYPE 1 8645500250 (TYPICAL) \`• \ RIM=367.36" MIN. CLEAR ZONE TO MEET ADA STANDARDS. Q / ,Lq3 �/ I I Gj� \ 8645500200 00 I / 6" RCP (NE)=365.9' V h \ c0 n �� SSMH TYPE 2 8 O q RIM=36829' �l \ V •. C fl'a �� \ 8" GONG W)==60.1' \ / CB#4 7 � � / RIGHT OF WAY 8" PVC (NW)g2360.1' /-387-- �� / �\ 8" PVC (S 360.0' V A PROVIDE SMOOTH TRANSITION FROM ' x � � BACK OF SIDEWALK TO EXISTING Y\ 00 2" 0 \ \ \ GROUND. MAXIMUM SLOPE ALLOWED IN VEGETATED AREA IS 33 % Z0 - \ CG CB \ Y 4, 0_ 66� 5;4g6.0 \ / CO#3#3 CB#2 '�� \ 4' WOOD FENCE \ / 864550024( \ 8645500210 \ / CO#1 \ / 3 \/\ / / C301 CC' 8645500230 \ 8645500220 SSMH TYPE 2 I \ \ � RIM=386.43' \ / 8" CONC (NW)=377.0' \ \ 8" GONG (NE)=376.9' ao Feet PAVING & RESTORATION LEGEND PAVING & RESTORATION NOTES RESTORED CEMENT CONCRETE 1 4 1. ALL PROPOSED WORK IS TO MATCH EXISTING GRADES UNLESS TRAFFIC CURB AND GUTTER CG C301 C301 OTHERWISE NOTED. 2, LANDSCAPED AREAS IMPACTED BY CONSTRUCTION WORK SHALL RESTORED CEMENT CONCRETE 2 BE FULLY RESTORED TO EXISTING CONDITION. SIDEWALK C301 3. CENTERLINE ALIGNMENT LAYOUT SHOWN ON SHEET C300 TO BE USED FOR LOCATING PROPOSED UTILITIES ON SHEETS C400 - C502 RESTORED UTILITY PATCH FOR 5 4. UNLESS NOTED OTHERWISE, RESTORE AND ADJUST ALL UTILITY FLEXIBLE PAVEMENT C301 CASTINGS TO FINAL GRADE. RESTORE PAVEMENT MARKINGS WITHIN AREAS DISTURBED BY CONSTRUCTION. RESTORED CONCRETE DRIVEWAY O 6 C301 5. ALL EXISTING PAVEMENT MARKINGS THAT ARE DISTURBED ARE TO BE REPLACED IN KIND PER THE CONTRACT DOCUMENTS. 6. SEE DRAWING C400 FOR STORM IMPROVEMENTS. SEE DRAWING C500 FOR WATER IMPROVEMENTS. 0 Al C I. 911fE1FR J 1•-20' "' CITY OF w 0 A JMM RENTON BOA R�15TtiK1� JMM ess'orvaL ti �� ArM., DATUM Planning/Building/Public Works Dept. KnoCallbi are you 05/09/19 NO. REVISION BY DATE APPR �^^**a ��� before you dig LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS PAVING & RESTORATION PLAN 05/09/2019 C300 snn 5 14 r- 0 N U) ,RR - -- RFa�GFNaM � i r•" R �� IF daaaY WM IN BDG6 ti CEM ao CRETE t P STRI URB AT IF CEMENT CONCRETE - Facea TRAFFIC CURB AND GUTTER - - NRE. a aLTHs CE 1. M� DE P SEED CMU SESON CTION FOR RESSED CURB SEC Face OF cuRe �. GNT,FReUP— RM DWAY xrvliLeRe E -DE XPAN S ION JO ere' CEMENTCONCR TRAFFIC CURB EPRESSED CURBTAIL AT VE uLFvs MTwwtm hetel.lbww aNv p epewN. Non qw rNll M MII Eepw, a/a In 1 oremel a. Fw Dewwae MmgMk MrenyCuns Gunn Sawm, we sMnaM Pbnta3 O PUBIIC WORKS 81D. PLAN - 101 DEPARTMENT CEMENT CONCRETE CURBS PI'I . CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1 NOT TO SCALE 2.0 MIN. (SEE NOTE 2) SAWCUT— (SEE NOTE 2) J" H losa B) (SEE JI( SHED ROCK I" MATI� STREET Mml UM 1 (S HMA ( ACP OVER B) J17 (SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SA UT SHALL BE POSITIONED 1' - 0" BEYOND EDGE OF DAMAGED PAVEMENT. 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN FOR CEMENT CONCRETE CURBS. NEW CURS k GUTTER we KS I CURB AND GUTTER DEPARTMENTPUBllCWORREPLACEMENT DETAIL\ RAIDE Rmm r a t,r Ne wm DE— P trnmemmN W+THRaeeoeDGs r..Gi"NTw-c..uwux.aro. aw..xaxwwunwcwca �� 1- � ,, � ronwwmu aweGwrEarowrewoaeoR ' waeHR.w�w ax"wTe�mfOB�c°�r�n �� aa. NY TO .�aawlPea / 1R a waerowxla cwrw:rnxm / I xemm.1 emnAxrn. 0nerwu eEa wT.. eTiw"✓.rr� aJXMceNTT.. AND .NGaRWATE n AnJa -- Fu FeR—P ©memacnON. NT cmveeanw wmlewme NOTES lee mHwuR x•'•i 4�: x'ememwuw Eamw TOmA —Z' PWFam io'I`om. STD PLAN IW eee epp®N'�e a ba0.aoa Fa. ' PUBLC WORKS CEMENT CONCRETE STD.PLAN - 102 DEPARTMENT SIDEWALK I'1'It(I, h,D. l0 7 CEMENT CONCRETE SIDEWALK 2 NOT TO SCALE VARIES: 4.5' MIN. (SEE NOTE 2) 1• MIN. I 2- HMA (SEE NOTE 2j 2SAWCUT AND REMOVE OR PLANE, SEAL MH AR-40DOW WIDTH OF TRENCH AS REQUIRED BY SIZE OF O PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN p ALLOWANCE FOR ANY SHORING. SHORING, IF R NEEDED, SHALL MEET THE REQUIREMENTS OF F� F NEEDED. STANDARD SPECIFICATION EMENT (1 )B TRENCH WIDTH AWCUT AFTER BACKFILL DEPTH OF EXISTING PAVEMENT EDGE OF PAVEMENT, ED� OF CURB & GUTTER, OR CENTER OF LANE MARKING 6' CRUSHED SURFACING TOP COURSE (CSTC) (9-03.9(3)) PER WSDOT STANDARD SPECIFCARONS, COMPACTED TO 95R MODIFIED PROCTOR CSTC. BANK RUN GRAVEL FOR TRENCH BACKFILL (9-03.19). GRAVEL BORROW (9-03.14(i)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95R MODIFIED PROCTOR. PE ZONE BEDDING MATERIAL AND COMPACTI NO ES: 1. WHEN EXISTING PAVEMENT IN A LANE REQUIRING A FULL WIDTH REPLACEMENT IS BROKEN OR DETERIORATED TO A PAVEMENT CONDITION INDEX RATING OF 70 OR LESS, THE EXISTING PAVEMENT IN THAT LANE. AND FOR THAT DISTANCE SO CLASSIFIED. SHALL BE REMOVED AND REPLACED WITH HMA MATCHING THE DEPTH USED IN THE EXISTING STREET OR THE DEPTH PER CITY STANDARD. WHICHEVER IS GREATER. RESIDENTIAL ACCESS STREETS - HMA CL )' PG 64-22, THE THICKNESS SHALL BE THAT OF THE EXISTING PAVEMENT SECTION AND IN NO CASE LESS THAN 4". 3. WHEN THE "SAWCUT AFTER SACKFUL' ENCROACHES INTO AN ADJACENT LANE, CURB & GUTTER OR SHOULDER, THE AFFECTED LANE SHALL BE PLANED AND OVERLAID WITH HMA FULL WIDTH. THE CURB & GUTTER SHALL BE REMOVED AND REPLACED. OR ME SHOULDER SHALL BE PLANED OR REMOVED AND OVERLAID WITH HMA. 4. IF TRENCH UNDERMINES EXISTING SIDEWALK AND/OR CURBS, THEN THE SIDEWALK AND/OR CURB SHALL BE REPLACED FROM EXPANSION JOINT TO EXPANSION JONT, 5, IF TRENCHING THROUGH EXISTING DRIVEWAY OR SIDEWALK RAMP, THE DRIVEWAY OR SIDEWALK RAMP SHALL - PLACED TO MEET ALA STANDARDS. TYPICAL LONGITUDINAL PATCH PUBLIC WORKS FOR FLEXIBLE PAVEMENT OR IulfzI/k DEPARTMENT RIGID PAVEMENT WITH OVERLAY )0 1 — „•R X e/ra —MY —1 OMIT JOINT r - OMIT flRW 1 IN H a w Kee m PLAN NEW I/2' R (I'U9 r •I�tloR i w<eeeAxPeenaemmw , • iJ SECDON O GENERAL NOTES: , 1. TnelntenlofthisdeeIpn lebfacIlMolhommovel ! ; of a catch bean WTm minimel BsWIINItHe OF me arch. OMIT JOINT 2. The enpanslo lk,eill ray ✓ �j✓,t - ed)eaNrted Walkehall aeln I ' Ilne vA01 Nose aRr IN. r� '�II axpanelon161nts. �I'' • / Ilr � � d ISDWIAC VIEW OMIT JOINT GCMENT CONCRETE CURB 5"• PLAN - ID3.1 H PUELIC TTOW INSTALLATION AT PRO 0: DEPARTMENT CATCH BASINS CEMENT CONCRETE CURB INSTALLATION AT CATCH BASINS 3 NOT TO SCALE CEMENT CONCRETE T CLASS 4000 4"� 4" P CRUSHED SURFACING PER WSDOT 9-03.9(3) COMPACTED SUBGRADE RESTORED CONCRETE DRIVEWAY 6 NOT TO SCALE CURB AND GUTTER UTILITY PATCH FOR FLEXIBLE 4 REPSCALELACEMENT DETAIL 5 PAVEMENT NOT TO CITY OF JMM ' RENTON ' JMM u DATUM I I Planning/Building/Public Works Dept. W wills below. , Nil6eforewudla N0. REVISION BY DATE APPR N1CD, 4� OF WAS I � c ACT j L aele2 4 �OF P`E'CISTF3R� 2�� /oNALU1 05/09/19 LAKE YOUNGS CT SE 05/09/2019 STORM & WATER IMPROVEMENTS °Oe0°1° PAVING & RESTORATION DETAILS C301 NWED 6 14 8645500170 \ 8645600030 / \ \ SDMH TYPE 2 / \ \ \ RIM=369.39' V 60" CMP (NW)=354.9' \ / \ 60" CMP (SE)=355.0' - A / O , EX 0 RIM: 367.58 / IE: 366.1 8" (SW) / SMH TYPE 2 - -� \ 8645600040 / / RIM=388.41' `Tp / 6" GO NO (NW)=380.4' "LAKE YOUNGS CT SEA _ SIGN / 6" CONC (N)=380.4' 6" GO NC (NE)=380.4' V / AV I ��G \ LAKE YOUNGS WAY SE" 8" GONG (SE)=380.3' STA:4+33.68, -I - 6" GONG (W)=380.3' / EX. CB#1 \ 16.07 LF 8" C900 , 864550�, 24.99'LT y' RIM: 367.44 E 33.35LF8"C90p @'871/ SDMH TYPEQ 9 LF 8"C900@1.00%MIN. / / J' /�\ IE: 365.98"(E) RIM=368 IE:365.7 EX. 6"(W) 1 @ 3.60% 6 x 6" RC (NW)=364.7' CB#y gy �) 8645500150 / - \ 0 6" P (SE)=364.5' C401 SOLID LID \p+gg \ I SD C, ,r 60Y' CMP (NW)=355.2' STA:4+38.10, W Q CB#6, SIGN 10" CMP (SE)=354.9' 33.03'LT Y Ell -DIRECTIONAL VANED GRATE e / \ 8645500130 DEAD END' EX.MH#1; b \- / 1 ( STA:3+93.05, C402 / NEW 12" STORM n ` 25.75'RT / 1 CB#1 20 LF 8" C900 @ 1.00% MIN. �� 0 0 \ / \ ROUND FRAME AND COVER 0 o / / A C403 STA:0+72.81, / A 1 NEW STORM Y NEW 12"C900 STORM 6' WOOD FENCE 2,40'RT asassoolso � A � - � � i� T \ / \. \ \ \ SSI @ 4. LF 8" C900 @475% _ A 5 LID LID Y� NEW 12" STORM SOLID LID C401 STA:4+09.34, L CO#5 3'�� 43.00'LT STA:22119 LT G �� CB#7� 8645500140 \ I \ STA:3+85.72, / 19.33'LT NEW 12" \ SSMH / \ TYPE 2 V STORM M387.4CB#5 R STA:3+88.97, =PVC (W)8" GONG (NW)=378.4' 11.63LT /^^ \ \ \I RIGHT OF WA V" / CO#4 S� Q�:y 8" GONG (SE)=378.0' / I I I )c Rim: C'36 8645500250 (TYPICAL) STA:3+22.89, /� �C / 8 0200 13.41'LT G �� \ IE: 365.98"(NE) \ \ SSMH TYPE 2 \ C402 8LF 8"@100% MIN. -� GONG RIM9' v , a .� � � I � a" coNc (sw)=,yso.2' 8" PVC (NW)V360.1' \ / s ID LID Og01 SOLID LID 1 �� � W S � \ 8" PVC (S=360.0' V A �$TA:3+23.07, 4 22.28'LT / CB#3 STA:3+08.39, 4 S- 5� � \ - 15.02'I T NEW 12" STORM Q / 4' WOOD FENCE \ / CO#3 \ / STA:2+98.25, 2 \ 864550024( \ / 22.51'LT, \ 24 LF 8" @ 1.00 % MIN.921 CO#2 - C402STA:2+80.60, % \ \ - 23.44'LT / 2 CB#2 � 2 ' STA:2+55.98, CB#7 RIM: 27 LF 8" @ 1.00%MIN. / - RIM: 387.46 RIM: 387.76 \ C402 CO#1 15.60'LT \ PROPOSED GRADE IE: 384.50 12" (NE) IE: 384.1512" (SW) STA:2+61.13, - 2 8645 23.52'LT)0220 10 LF 8" @ 1.00% MIN. C402 \ \ (TO MATCH EXISTING) IE: 384.83 8" (NW) IE: 384.1512" (SE) � \ CB#8 EX. 4" WATER EST. LOCATION IE: 384.15 12" (NE [EX, 4" WATER EST. LOCATION / SSMH TYPE 2 RIM:388.22 EX. WATER RIM=386.43' \ IE: 385,558"(SE) LOCATIONo zo ae / RIM: 387.53 CONC !'4W1=37Z0' V IE:383.688"(NE) [VR�M#388.06r20 FPP� \ IE: 384.5312"(SW) \ ( \ 390 IE CONNECTION: 390 385.20 8" (SW) STORM DRAINAGE LEGEND KEY NOTES STORM DRAINAGE NOTES 38LF12"C900 @ 1.00% STORM DRAIN D El CONNECT EXISTING 3" STORM DRAIN(S) TO CATCH BASIN. 385 385 1. SEE SHEET C101 FOR ADDITIONAL STORM NOTES. 2 9. STORM SEWER LENGTHS ARE MEASURED BETWEEN CENTERS OF C101 1.00' MIN. 4 MANHOLES AND CATCH BASINS UNLESS OTHERWISE NOTED. CATCH BASIN TYPE I ■ � CONNECT EXISTING 3" STORM DRAIN(S) TO NEW STORM SYSTEM. C402 2. ALL PIPES TO BE POLYPROPYLENE PIPE UNLESS OTHERWISE NOTED. EX. 6" SE R 8LF 12" @ 4.51% 10. EXCEPT AS OTHERWISE NOTED, CATCH BASIN AND MANHOLE RIM IE: 38 .00 RELOCATED NEWSPAPER STAND, SEE SHEET C300 FOR MORE�118" WATER 2 ® 3. EXISTING OUT OF SERVICE WATER LATERALS G CONFLICT WITH ELEVATIONS GIVEN WITHIN PAVED AREAS ARE APPROXIMATED. FINAL 2 48" CATCH BASIN TYPE II INFORMATION. 1" W TER 48 LF 8" @ 1.50 % IE: 382.70 C403 PROPOSED STORM ARE TO BE CUT AND PLUGGED OR REMOVED PER ELEVATIONS SHALL MATCH FINAL GRADE. 380 C4 1 380 RELOCATED MAILBOX STAND, SEE SHEET C300 FOR MORE WSDOT STANDARD SPECIFICATION 7-08.3(4). SEE PROFILE FOR e e IE: 84.16 1 INFORMATION. POTENTIAL LOCATIONS OF CONFLICT. 1 1 11. FOR BEDDING AND BACKFILLING AROUND EXISTING OR NEW EX. 8" SEWER STORM CLEANOUT e • C400 C401 C402 UTILITIES USE CDF WHERE STANDARD METHODS DO NOT PERMIT IE: 379.86 CONNECT NEW STORM DRAIN TO EXISTING MANHOLE. 4. SEE SHEETS C500-0502 FOR WATER IMPROVEMENTS. COMPACTION REQUIREMENTS TO BE MET, AS SHOWN ON THE DWGS, EXISTING GR DE PROPOSED GRADE 2 SUBSURFACE UNDERDRAIN C401 ElSTORM. 1.00' MIN VERTICAL SEPARATION BETWEEN WATER AND 5. ALL EXISTING UTILITIES INTERSECTING WITH PROPOSED OR AS DIRECTED BY ENGINEER. 375 375 STORM. IMPROVEMENT SHALL BE VERIFIED HORIZONTALLY AND VERTICALLY 12. TEMPORARY SHORING IS REQUIRED FOR ALL STORM DRAIN WORK N rn rn W ro n PRIOR TO CONSTRUCTION. CONTRACTOR TO PROVIDE THE PROJECT AND ASSOCIATED MANHOLES. MINIMUM SHORING TECHNIQUE SHALL c6 MANAGER WITH m A PLAN SHOWING LOCATION OF EXISTING UTILITIES BE USE OF TRENCH BOX. SPECIAL SHORING TECHNIQUES ARE r1 M THAT INTERSECT WITH PROPOSED IMPROVEMENTS. REQUIRED WHERE WORKING IN CLOSE PROXIMITY TO UTILITIES. SEE SPECIAL PROVISIONS SECTION 7-08. PRIOR TO CONSTRUCTION, -0+50 0+00 6. SEE STORM PROFILES FOR ADDITIONAL INFORMATION. C400 C401 CONTRACTOR SHALL SUBMIT TO CITY PROJECT MANAGER, A SHORING AND UTILITIES PROTECTION PLAN. 7. CATCH BASINS SHALL BE INSTALLED PER C402 STORM PROFILE CB#6 TO CB#8 8. ALL GRATES SHALL BE RECTANGULAR VANED GRATES UNLESS 8 O \4 C D O OTHERWISE NOTED. C402 SCALE: 1"=20'H, 1"=5 V �� aF WAS J 91. "-20'"° °� "' CITY OF LAKE YOUNGS CT SE o5/09/2019 as iMM STORM & WATER IMPROVEMENTS RENTON JMM DATUM C4OO �SSroNA� sy�r fuu'ruc Planning/Building/Public Works Dept. STORM DRAINAGE PLAN mmwnambelow. o5iosits N0. REVISION BY DATE APPR �^^**a 4b11C0°'•"0L C8116eforeyoudig ""` 7 - 14 864550016 O 39C N >a 38E U) 38C LLI co37F 37C 36, 36C 35E 35C EX. WATER EST. LOCATION RIM: 387.13 CB#5 EX. WATER EST. LOCATION IE CONNECTION: RIM: 387.76 rG6#2 ,1 IE: 383. 5 B" (SW) RIM: 386.95 IE: 384.1512" ( E) EX. WATER EST. LOC TION IE: 382. 2 12" (NW) IE 383.3412" (NW) EX. WATER ZST. LOCATION ' 1" WATER O LF 12" @ 1.00 1" WATER IE: 382 47 ER IE: 383.77 1" WATER-"81 IE: 382.99 62 LF 12" @ 1.00 % EX. COMM EE T. LOCATION EX. MH#1 E . POWER EST. L CATION 1" WATER V W RIM: 367.93 PROPOSED GRADE IE: 378.79 IE: 382.37 (TO MATCH EX ISTING) 48" CATCH BASIN TYPE II RIM: 370.38 EX. WAT R EST. LOCATI N 190 LF 12" �64' I - V WATER IE: 370.00 12" @ 5.05% EXISTING GRADE EX. 8" SEWER IE: 364. W) IE: 377.10 IE: 355.2 EX. 60" ( W) @ 9.41 % IE: 354.9 EX. 60" ( E) EX. GAS W000r1 73 LF EX. 8" SEW R IE: 360.16 PROPOSED G ZADE r MM r a0 Mp�j rn CoO MM N of Mti v O o r'l MM a O N ^ Mti vi O a O 01 N ^i MM Mt�"� o UJ �i 4 MM M v N Mt�"� co o0 cc V) MM n r ui MM o N< r r W W r b M Mt�i N 1c r .0 r r r r 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 JSTORM PROFILE EX. MH#1 TO C13#5 SCALE: 1"=20'H, 1"=5'V TRENCH AND BACKFILL (3� NOT TO SCALE KDowwb f5W Call before VPUBLIC WORKS COMPACOT ON EDDIXIB E PIPE oGGA DEPARTMENT R Y 9/zs/zoia SEC Z PIPE ZONE BEDDING & COMPACTION C 4 NOT TO SCALE NO. REVISION BY DATE APPR o O ■III _ - 390 385 380 375 370 365 360 355 350 � I I I i � _T µP I � L o�T-0owx"s�or o - L TOPa r��1 ®o 0000 00 � sEE��, 000®000® o®oa o®o ao 000A®oQQo o® �. ®000®000 ECT,ox E SECTION wa. sEE xorEz xOTEB: r�Wl SURFACE RESTORATION PER SHEET C300 NOTES UNDERDRAIN o 0 0 1. 6 UNDERDRAIN AGGREGATE SHALL MEET STD. PLAN C401 AGGREGATE 2' MIN. 262.60 DEPTH CENTERED 2. UNDERDRAIN TO BE 8" SLOTTED PVC PER ASTM D1785 ON PIPE o 0 o SCH 40. SLOTS SHOULD BE CUT PERPENDICULAR TO THE LONG AXIS OF THE PIPE AND BE 0.04 TO 0.069 INCHES BY 1 INCH LONG AND BE SPACED 0.25 INCHES SUBGRADE //�//�// APART (SPACED LONGITUDINALLY). SLOTS SHOULD BE / ARRANGED IN FOUR ROWS SPACED ON 45-DEGREE CENTERS AND COVER 4 OF THE CIRCUMFERENCE OF UNDERDRAIN AGGREGATE THE PIPE. SLOPE PIPE PER PLAN. 2.5' MIN. WIDTH 3. LOCATE UNDERDRAIN BELOW STRUCTURAL SECTION A -A PAVEMENT BASE DEPTH. SLOTTED UNDERDRAIN PIPE, I I iiiiiiiiiiiiS, A I srD. PUN-zos.Eo PUBLIC WORKS RECTANGULAR SOLID METAL COVER o- 9/ze/zois DEPARTMENT GAZ SEE PLAN AND PROFILE FOR MORE INFORMAITON UNDERDRAIN AGGREGATE, SEE NOTE 1 SUBSURFACE UNDERDRAIN 2 NOT TO SCALE RECTANGULAR SOLID METAL COVER C NOT TO SCALE ;� CITY OF JMM RENTON JMM u DATUM I I Planning/Building/Public Works Dept. SEE PLAN AND PROFILE FOR MORE INFORMAITON ® PUBLICWORKS UNDERDRAIN AGGREGATE, 'hO mh DEPARTMENT BIORETENTION SOIL MIX, AND MULCH I GAL 9/za/zoia SPECIFICATIONS me,µ UNDERDRAIN AGGREGATE LAKE YOUNGS CT SE STORM & WATER IMPROVEMENTS STORM DRAINAGE PROFILE & DETAILS 05/09/2019 C401 xEEn a 14 05/09/19 r- T C) N d U) xlovexvicxxose t oxee oweo�,cacF PLAN VRON o- �a T P8 RAME 9ECTIOX �F,xxrPwr COVEN `� s H � I sxtvnnory °a vsavw. omxcw°asmws o TYPICAL CLEANOUT IR CONFIGUNATIONrvosocoxxscnox xrs o,xmw+sSM PLAN-s 6.00 PDEucwoEKs DEPARTMENT STORM SYSTEM CLEANOUT AZ E/za/zole t STORM CLEANOUT 1 NOT TO SCALE xm�m zm=.I x°x. L rr L rT B.'Fr8 FAT BLAB TO zw—Fr PROUREERICAInKI LAI31DER 91Y srEP � r T3• T SIAB TOP a N6 �eEVix.� xe _m T, 60•, Fr RIF 3usTOP . TYPICAL ORIE ION ECCENTHE SECTION FOR ACCESS STEPS 1 sosawxp. CIRCU ADJUS ENT SECTION RECTANGULAR ADJUSTMENT SECTION NOTES: xrs °,xwvnsSTDF°PIANX- PUBLIC WORKS DEPARTMENT O MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES 20i.6Drsu �KZ B/za/zols mNxD°xr I I raaw°ri rosHcsv sro w.w xt �°/ swu esooms / x CONTROLLED DENSITY FILL SUBSURFACE CHECK DAM �s[avrcusccxcaErsaArl�oEy svnuxc w� s,°Mwn's ec �ory w x°�ma sUS CONCRETE BAND SUBSURFACE CHECK DAM sE°°mc L, xwUTEr. °� rvw°xEao ow xaxwx r 1 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII f srf aoEnm Acsnsw,s. f aUsav I ^'1 `x�a wuxrexwce suscxrosvwsro.vw.xsr,oJ M UNDERDMIN AND OVERFLOW �sumv NOTES: CONTROL STRUCTURE WITH RISER 111 NOTE!'x —10 1111-1 SE111° ore GENERAL. ® cnox wens roasasu wscr aswmsNsn.s. a ,xsxwsSTD oPLAN- 261.20scusm PUBLIC WORKS PERMEABLE PAVEMENT: SUBSURFACE DEPARTMENT CHECK DAMS AND UNDERDRAIN CAZ 9/2a/zDlB STORM UNDERDRAIN 2 NOT TO SCALE 0 SEGnox eoLT-oowx DErnn TOP I SEDTKINA m \ 1\ ,r<� \ � / x«��aaFea.wxwa°,xMa DETAIL / uauiaBnsms. ®mxr PUN.2N.00PUELICWORKSRECTANGULAR FRAME DEPARTMENT t7__ FMME AND VANED OMTE aaus,msxT ssc,wry s CTION I I I I I v BASE SECTION N wmaxNuvu¢wnacawusswxxswsoorwmn sEoumsysv Mrwxr µa. max vm aasu,saixs Ni*sxevmssxuxssaro r 1Y wx x ,owu,e,m,xx�x"xaxooaneao. ®mxww'STO oP1AN 6202.00srur rs PUBLIC WORKS CATCH BASIN INSTALLATION 8/za/zols DEPARTMENT GAZ CATCH BASIN INSTALLATION 3 NOT TO SCALE \ I o� � wLT-oowx SLOT o6rnD. TOP r, UIOMETMC 1T�NI I I � ' � J ES—B. A SECTION B NOTES' arso�nxwssvnmssry ,sx ,xsnw STD oPLANN.20,130snasmrs PUBLIC WORKS RECTANGULAR BI-DIRECTIONAL DEPARTMENT VANED GRATE GAZ B/28/2028 4ma xooN.D, I z I T I I I \ I s I y NMa�matatacxw.. �/ PREWI8T BASE SECTION DNnx000 I i I �,xM,x Km. I I STD. PIAN-200.00 m,r PUBLIC WORKS CATCH BASIN TYPE 1 9/28/ ..... DEPARTMENT GAZ 2018 I CATCH BASIN TYPE 1 4 NOT TO SCALE ® r I wLr-oowx SLOT DErnD. MOMETRIC xrw,.T SECTION NOTES: ®mxwwxSTD oP1AN 6200.20srurmro PUBUCWORKS RECTANGULAR VANED GRATE DEPARTMENT GAZ D/28/2018 PREFABRICATED LADDER & RECTANGULAR RECTANGULAR ADJUSTMENT c RECTANGM ULAR FRAE -J BI-DIRECTIONAL VANED GRATE Q RECTANGULAR VANED GRATE 5 NOT TO SCALE 6 NOT TO SCALE ! NOT TO SCALE A/ NOT TO SCALE 1d C D o91 911NESTD I, CITY OF LAKE YOUNGS CT SE 5/09/2019 FP JMM N RENTON STORM & WATER IMPROVEMENTS ' JMM DATUM vMe mF RscrsrrVE°w� Planning/Building/Public Works Dept. 7402 amxwhambelow. FSsroNAc E�61 NO. REVISION BY DATE APPR wwMAD "°°"N"°Li STORM DRAINAGE DETAILS Call before you dig RELE 9 " 14 O \ 8645600030 SDMH TYPE,2 / CV ( \ RIM=369.39' \ \ V A �60" CMP ()=354A 60" CMP (SESE)=355A' / A > \ \ (E) 12" STEEL CONCRETE -LINED PIPE \ �! WATER MAIN j 8645500170 I (590 PRESSURE ZONE) / \ I 2 STA:4+42.97, 24.3TRT \ V '\ /- SDCB IYPL 1 / / RIM-367.58' / (E)2"BLOW EABAN ABANDONED 7 8645500160 �6" RCP (SW)=366.1' / 2 STA:4+42.01, 25.57'RT W TO BE ABANDONED (E) 12" STEEL WATER MAIN, (E) FENCE, PROTECT IN PLACE \ ABANDONED (E) FIRE HYDRANT ASSEMBLY m SSMH TYPE 2 / / \ 8645600040 V m RIM=388.41' A\ V 6" GONG (NW)38084'' SIGN LAKE YOUNGS CI SL/ i9 A / \ LAKE YOUNGS WAY SE" 6" CONC (NE)=380.4' / T \ \ �� G 1 STA: 0+12.57, 11.46'R 8" CONC (SE)=380.3' � � POC g 6" CONC (W)=380.3' SDCB TYPE 1\��� S / (1) 12"X8" CUT -IN TEE (MJ X FL) 8645500180 3 STA:4+16.18,40.86'RT / O SDMH TYPEQ STA:4+16.09, 9.07'RT s \ �' \ (1) FIRE HYDRANT ASSEMBLY / RIM=367.44' (1) 4" PLUG (MJ) 6 (1) 12" GATE VALVE (MJ X J) (1)8"X6"TEE (MJ XFL) `t' 6" RCP (W)=365.7' (1)4"CAP RIM-368 (1)8"GATE VALVE (FLXMJ) (1) 8" GATE VALVE (FLXMJ) \ WI 8645 00150 CONCRETE PAD / 6" RCP (E)=365.9' �� 5 6" RR (NW)=364.7' (3) 12" SPOOL WITH THRUST BLOCKING / \ A' 6" P (SE)=364.5' (2) 12" TRANSITION COUPLING c� 6Y CMP (NW)=355.2' WITH THRUST BLOCKING W 4 (E) 2" STEEL PIPE, \ SIGN SD `� \ O0 CMP (SE)=354-9' - _ \ TO BE ABANDONED / \ 8645500130 "DEAD END' �� \ 4 (E) 12" STEEL WATER MAIN, PLACE / s.2' STA:4+42.36, 27.12'LT 2 ( S IN I (E) 4" STEEL WATER MAIN, STA:0+g4.38, 22.85'RT 2 ,/ / ABANDONED 2 STA:3+80.11, 23.65'R� TO BE ABANDONED �� (E) 12" STEEL CONCRETE -LINED PIPE T / A IN PLACE �i � WATER MAIN \ (E) 4" STEEL WATER MAIN, \ 6' WOOD FENCE / c�5 SS \ (590 PRESSURE ZONE) TO BE ABANDONED IN PLACE 8645500190 J' (E) 6�VQ / STA:4+14.31, 41.82'LT 2 \ \ ,%" 4 (E) 6" STEEL WATER MAIN, " STEEL WATER MAIN, 4 A \ ABANDONED � S 13 V ABANDONED (E) UNDERGROUND S \ ELECTRIC UTILITY 8645500140 s'S ,(\ (E) SANITARY SEWER PIPE (TYP.) Oo \ (E) UNDERGROUND i �,1x� `` I \ �\ qlp \ SSMPROPOSED H TYPE 2 TELECOMMUNICATIONS J- c� \ \ RIM=387.40' / 1 �' STORM DRAIN PIPE (TYP.) O/' PROPOSED \ F 2 STA:2+21.84, 22.48'RT/ A \ v " STORM DRAIN PIPE (TYP.) 4" PVC (SW)=386.2' / O �/^^ (E) 6" STEEL WATER MAIN, 4 8" GONG (NW)=378.4' / V" SD TYPE iJ 8645500250 RIGHT OE w, / s� 8" GONG (SE)=378.0' O RIM=367.36" (TYPICAL) �/ \ / ABANDONED JOINT RESTRAINT SYSTEM 6" RCP (NE)-365.9' \ / 86455027.1 \ BEGIN APPROX. STA 32.0 00 S 2 STA:1+05.79, 22.74'LT �SSMH TYPE 2 /\ STA:3+27.19, 24.12'LT 2 END GENERA. STA 3+32.00 RIM=368.29' / V SEE GENERAL NOTE 6 _ S 8" CONC (SW)=,b60.2' / STA:3+17.94, 23.29'LT 2 \ T / \ \� M / cc .f � 8" PVC (NW)g360.1' \ 8" PVC (S/i=360.0' \ S \ / \ (E) SANITARY SEWER PIPE (TYP.) / � V ♦ / 2 STA:1+73.61, 23.321T \ 0 \ �4' WOOD FENCE \ / (E) FW45500240 / \ / \ ENCE, \ / \ 8645500210 \ \ 2 STA:2+19.15, 23.0 'LT REMOVE AND RESTORE AS NEEDED \ / STA:2+92.77, 4.60'RT � � / (1) 22.5" BEND (MJ X MJ) STA:2+40.92, 4.68'RT \ / WITH THRUST BLOCKING (1) 45" BEND (MJ X MJ) \ STA:2+52.72, 23.40'LT 2 WITH THRUST BLOCKING \ / / I 8645500230 / \ / 8645500220 SMHT I \ \ / SSMH TYPE 2 \ RIM- 386.43' \ � 8" CONC (NW)=377.0' \ \ 8" CONC (NE)=376.9' I \ KEY NOTES C501 GENERAL NOTES ❑ POINT OF CONNECTION TO EXISTING WATER MAIN. 1. WATER MAIN SHALL BE CLASS 52 DUCTILE IRON PIPE WITH 5. TRENCH REQUIREMENTS SHOWN ON DETAIL 2, SHEET C301. 11. TRANSFER OF WATER SERVICES TO BE PERFORMED BY POLYETHYLENE ENCASEMENT. CONTRACTOR; METER SETTING TO BE PERFORMED BY CITY INSTALL 1" DOMESTIC WATER SERVICE AND METER BOX AND 6. RESTRAINT SYSTEM FOR PUSH -ON PIPES SHALL BE FORCES. CONNECT TO EXISTING PRIVATE SERVICE LINE BEHIND ROW LINE. CITY 2. WATER MAIN SHALL BE INSTALLED WITH NO LESS THAN INSTALLED AT THE LOCATIONS INDICATED AND SHALL BE FORCES TO REINSTALL EXISTING AMI METER TO NEW SETTER. 5 THREE FEET (3') AND NO MORE THAN SIX FEET (6) COVER HARNESS -TYPE, MEGALUG SERIES 1700, ROMAC 600 SERIES, 12. CONTRACTOR SHALL RESTORE DISTURBED AREAS TO REMOVE AND SALVAGE EXISTING MET OX D SETTER. C502 FROM FINISHED GRADE TO TOP OF PIPE. WATER MAIN OR EQUAL. RESTRAINT SYSTEM SHALL BE INSTALLED A ORIGINAL CONDITION OR BETTER. ❑3 INSTALL FIRE HYDRANT ASSEMBLY. 3 2 SHALL BE INSTALLED NO LESS THAN SIX INCHES (W) ABOVE MINIMUM TWO JOINTS OR 36' FROM EACH FITTING. C501 C501 NEW AND EXISTING STORM DRAIN AND SANITARY SEWER ❑ EXISTING, ABANDONED STEEL WATER INTO E CUT AND CAPPED PIPES, MEASURED FROM EDGE OF PIPE TO EDGE OF PIPE. 7. ALL MECHANICAL JOINT FITTINGS AND VALVES SHALL HAVE 4 AS NEEDED FOR CONSTRUCTION OF NEW WATER MAIN AND STORM WEDGE -TYPE RESTRAINED RETAINER GLANDS EQUAL TO DRAIN IMPROVEMENTS. 3. NEW WATER MAIN SHALL BE INSTALLED NO LESS THAN MEGALUG SERIES 1100 OR ROMAC ROMAGRIP. FOUR FEET (4') HORIZONTALLY FROM EXISTING (TO BE INSTALL WATER MAIN USING PIPELINE DEFLECTION PER ABANDONED) WATER MAIN. 8. INSTALL ALL CONCRETE THRUST BLOCKING PER CITY MANUFACTURER GUIDELINES TO ACHIEVE DESIGN ALIGNMENT. STANDARD PLANS; SEE DETAILS 1-3, SHEET C502. UPON FINAL CONNECTION OF NEW WATER MAIN TO EXISTING SYSTEM 4. INSTALLATION OF CUT -IN TEE SHALL BE FACILITATED BY AND TRANSFER OF ALL DOMESTIC SERVICES, CUT AND CAP EXISTING SHUTTING THE WATER VALVES (TO BE DONE BY CITY 9. INSTALLATION OF NEW WATER SERVICES SHALL BE ❑6 4" STEEL WATER MAIN AND INSTALL 4" MJ PLUG ON EXISTING GATE FORCES) AT THE FOLLOWING LOCATIONS: PERFORMED VIA HOLE HOG METHOD BENEATH EXISTING VALVE. REMOVE LID AND TOP SECTION OF VALVE BOX. EXISTING 4.1. APPROXIMATELY 405' NORTHWEST OF THE POINT OF SIDEWALK. SECTION OF ROADWAY TO BE REMOVED AND REPLACED. CONNECTION, IN LAKE YOUNGS WAY SE, SOUTH OF THE INTERSECTION WITH SE ROYAL HILLS DRIVE. 10. CONSTRUCTION AND TRANSFER OF DOMESTIC SERVICES EXISTING 2" BLO-OFF ASSEMBLY TO BE ABANDONED, LID AND TOP 42. APPROXIMATELY 245' SOUTHEAST OF THE POINT OF SHALL BE PERFORMED SUCH THAT EACH SERVICE IS WATER UTILITY ❑7 SECTION OF VALVE BOX TO BE REMOVED. EXISTING SECTION OF CONNECTION, AT THE NORTHERN CORNER OF THE MINIMALLY DISRUPTED. agafOur 05/161201 J A NI ES CONCRETE SIDEWALK TO BE REMOVED AND REPLACED. INTERSECTION OF LAKE YOUNGS WAY SE AND SE 16TH STREET. � of POLYPIG STATION. 0046 CITY OF LAKE YOUNGS CT SE M,M1rCHELL t•-20 �`� STORM &WATER IMPROVEMENTS ��F R6CISf w'� �yE� l R E N TO N MARCHD ess�orval.Oti o zo 4a DATUM planning/Building/Public Works Dept. WATER UTILITY PLAN Know. wham below. Calibeforewudia EXP.11/21/2019 a ,._�• Faa1 N0. REVISION BY DATE APPR 05/09/2019 C500 sn 11 14 Lu m II -II I (E) SANITARY SEWER PIPE x (E) 12" STEEL WATER MAIN, ABANDONED m til (E) 12" STEEL CONCRETE -LINED WATER MAIN (E) 6" STEEL WATER MAIN, z ABANDONED N (E) 12" X 4" STEEL TEE (E) 4" STEEL WATER MAIN, (\\\w�� WTO� E ABANDONED m W �l W I W STA:-0+12.57,11.46'RT (1) 8" CROSS (MJ x FL) POC I (1) BLIND FLANGE ON TOP WITH 2" TAP & 2" PLUG W (1) 12"X8" CUT -IN TEE (MJ X FL) (1) BLIND FLANGE ON BOTTOM cn W (1) 12" GATE VALVE (MJ X MJ) I WITH TEMPORARY BLOCKING 10'i ' (1) 8" GATE VALVE (FL X MJ) � (3) 12" SPOOL (2) 12" TRANSITION COUPLING WITH THRUST BLOCKING O NOTE: FIELD VERIFY OD OF STEEL PIPE PRIOR TO ORDERING ' TRANSITION COUPLING I (E) STORM DRAIN PIPE X D-------- ----------- I U (E) 12" STEEL CONCRETE -LINED WATER MAIN (1) 8" SPOOL (E) 12" STEEL WATER MAIN, (1) PLUG (MJ) WITH 2" TAP & 2" TEMPORARY BLOWOFF _ ABANDONED WITH TEMPORARY BLOCKING III TESTING CONNECTION UPON FINAL CONNECTION OF NEW WATER MAIN TO EXISTING SYSTEM, r CUT AND CAP EXISTING 4" STEEL D� ' WATER MAIN AND INSTALL IT _ I I I (1) 4" { MJ PLUG (1)4"CAP Z UPON COMPLETION OF TESTING, CLEANING BY POLYPIG, AND DISINFECTION, N REMOVE CROSS, TEMPORARY BLOCKING, D _ AND TEMPORARY BLOW -OFF ASSEMBLY; IT CONNECT TO EXISTING WATER LINE - WITH SLEEVES (MJ) AND DI SPOOLS; FINAL CONNECTION BY CITY FORCES I O rn W w � I N g„ DI N I LENGTH AS NEEDED � ' I to O O OS OS FINAL CONNECTION CONNECTION TO WATER MAIN 1 NOT TO SCALE �pMESg1 UTILITY �Fs,sTEG,� rwnelsbelow. FWATER gafour 05/16/2019 :111I1beforeyoudig. HAP.11/21/2019 NO. REVISION MARKER MARKER MARKER a D J J � T t M I O1 o • K 1 1 As" LLTACO' CR{ECK PAD 1 L S TWO LANE ROAD OFFSET MARKER ON SIDE STREETS WHERE THE HYDRANT TO INDICATE WHICH SIDE OF STREET IS WITHIN 20' OF A MAIN TRAVELED HYDRANT IS ON (4" FROM DOTS OR STREET, THE MARKER IS TO BE < PAINTED LINE) INSTALLED ON THAT MAIN STREET11 a U MI1. N. O R COMMENDAT ONTURER'S i W o O MARKER MARKER O Q O E 3 1'MIN. B < 4 I& FOUR LANE ROAD OFFSET MARKER FIVE LANE ROAD OFFSET MARKER MAIN TO INDICATE WHICH SIDE OF STREET TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4- FROM DOTS OR HYDRANT IS ON (4' FROM DOTS OR \ F PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS r 0M omil 0.]" 1 T�_4„_� RAISED PAVMENT MARKER TYPE 88-A STIMSONITE TWO-WAY BLUE REFLECTIVE ONW!!EANT MARKER LAYOUT PLAN VIEW krL OF WATERMAIN VEBOX LIDWITHEARS IRECTION OF WATER N AND CAST WITH RD'WATER" INSTALL 8" THICK HMA COLLAR FOR VALVES IN PAVED AREAS PER STD PLAN 106 OR 6" THICK, TX 3' 12' CONCRETE PAD IN UNPAVED AREAS 2-PIECE CASE IRON VALVE BOX, RICH-SEATTLE TYPE OR OLYMPIC FOUNDRY SECTION A -A EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN 3 FEET IT) BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF 1 FOOT (1') LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. VALVE MARKER NOTES VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER. VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS. / 2' SQUARE OPERATING NUT 4 X" DIA. 1/8" MIN. THICKNESS ILENGTH EEL AS REQUIRED /. THICKNESS 7 2& INSIDE MEASUREMENT 2 X" DEPTH VALVE OPERATING NUT EXTENSION Il; T 3^ 38" MIN. WIDTH WHITE POST 82" 2G" VALVE MARKER POST OFIRE HYDRANT SHALL BE COMPRESSION TYPE SUCH AS CLOW MEDALLION, MUELLER SUPER CENTURION 250, AND AMERICAN DARLING B-62-B WITH 6' MECHANICAL JOINT INLET WITH LUGS, 5-1/4" MAIN VALVE OPENING, TWO 2-1/2" HOSE CONNECTIONS, NATIONAL STANDARD THREADS, 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4' PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF SAFETY YELLOW DTM ACRYLIC GLOSS OR ENAMEL PAINT. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON REGIONAL FIRE AUTHORITY. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. OMAIN LINE TEE WITH 6' FLANGE SIDE OUTLET. OC 6' GATE VALVE (FL X M.)AWWA C-509, RESILIENT SEAT. OTWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD B' TOP SECTION WITH REGULAR BASE SECTION LENGTH TO FIT, VALVE NUT EXTENSION AS REQUIRED, SEE DETAIL 6, SHEET C502, O6' DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT. OME -LUG JOINT RESTRAINT OR 2-314" CORTEN STEEL TIE RODS FOR DISTANCES OVER ONE PIPE LENGTH. O1/2 CUBIC YARD OF 1-1/4' WASHED DRAIN ROCK V ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. Oi6"X8'XWMIN. SIZE CONCRETE BLOCK UNDER HYDRANT AND VALVE. 0 CONCRETE BLOCKING PER DETAILS 1-3, SHEET C502.. JO 3' MIN. RADIUS OF LEVEL GROUND AROUND OUTSIDE OF HYDRANT. O6' X 5' X 5' THICK CONCRETE PAD AROUND HYDRANT. FINISH TO MATCH SIDEWALK. ORAISED PAVEMENT MARKER TYPE W-A STIMSON ITE TWO-WAY BLUE REFLECTIVE, PER DETAIL 5, SHEET C502. O4.815' X 5' STORZ ADAPTER. FIRE HYDRANT ASSEMBLY 3 NOT TO SCALE `TEMPORARY 2" GALVANIZED PIPE AND 2' GATE VALVE FINISHED GRADE ELEVATION INSTALL 2" PLUG ON TOP BLIND FLANGE AFTER REMOVAL OF POLVPIG 3' MIN. COVER (10' DIAMETER AND UNDER) 4' MIN. COVER (12' DIAMETER AND OVER) NEW WATER MAIN POLVPIG " VERTICAL CROSS FOR POLYPIGGING STATION (1) 8' X 8' VERTICAL CROSS (MJ x FL) (1) BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW -OFF ASSEMBLY (REMOVE BLOW -OFF ASSEMBLY AND INSTALL 2' PLUG AFTER REMOVAL OF CLEANING POLVPIG) (1) BLIND FLANGE ON BOTTOM OF CROSS (1) PLUG (MJ) ON END OF CROSS WITH TEMPORARY CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN VALVE BOX & OPERATING NUT EXTENSION C POLYPIG STATION 4 NOT TO SCALE S NOT TO SCALE N.T.S. N0 °'"' LAKE YOUNGS CT SE os/09/2019 M.MRCHRL "`"` CITY OF STORM & WATER IMPROVEMENTS RENTON M.MRCHELL u DATUM I A*RKL i Planning/Building/Public Works Dept. WATER UTILITY DETAILS C501 BY DATE APPR �^^**a 4b11C0°fO"0LY snr: 12- 14 r PIPE CLAMPS & RODS 0 (SEE NOTE 4) SEE NOTE 9 � VERTICAL (TYPICAL) D BEND D N w L" A �! F- A� VERTICAL BLOCKING FOR 11 1/4' & 22 1/2° BENDS I- PIPE CLAMPS & RODS LLI (SEE NOTE 4) Q SEE NOTE 9 D 45' co(TYPICAL) A :y L F- A ----i 0 r whets below. Cell before wu NOTES: 1. NO CHANGE IN PIPE DIRECTION OR DIAMETER SHALL OCCUR WITHIN 36 FEET OF THE VERTICAL BEND. BENDS, TEES, REDUCERS, ETC., BEYOND THE 36-FOOT LIMIT SHALL BE RESTRAINED BY STANDARD CONCRETE BLOCKING PER DETAILS 2 & 3, SHEET C502. 2. CONCRETE BLOCKING SIZES BASED ON: PIPE CLAMPS & RODS A ) A TED F� A (SEE NOTE 7) VERTICAL BLOCKING FOR 90' BENDS (SEE NOTE 6) -36 FEET OF PIPE RESTRAINED EACH SIDE OF BEND. -THRUST BLOCK AREAS BASED ON SAFE BEARING LOAD OF 1,000 PSF. -2,500 PSI CONCRETE. - MINIMUM 3 FEET (3') OF COVER. - PIPE THRUST BASED ON 200 PSI PRESSURE. - PIPE AND FITTINGS ENCASED IN POLYETHYLENE. - VERTICAL BLOCK SIZE BASED ON CONCRETE WEIGHT OF 150 PCF. -TRENCH CONDITIONS BASED ON TYPE 2, FLAT BOTTOM TRENCH WITH LIGHTLY CONSOLIDATED BACKFILL, PER ANSI/AW WA C150/A21.50. - FACTOR OF SAFETY = 1.5. -SOIL FRICTIONAL RESISTANCE BASED ON COHESIVE GRANULAR SOIL TYPE (GC+SC), SAND, GRAVEL, CLAY MIXTURE. 3. BLOCKING DESIGN MUST BE ADJUSTED FOR OTHER SIZE PIPE, PRESSURES, AND SOIL CONDITIONS. 4. PIPE CLAMP (HOT DIPPED GALVANIZED), RODS (STAINLESS STEEL ALL -THREAD 316SS). SEE DETAIL 4, SHEET C502. 5. LINE SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100 FEET OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM COVER OF 3 FEET IT) OVER PIPE. 6. 90° VERTICAL BENDS SHALL ONLY BE INSTALLED WHERE GIVEN PRIOR APPROVAL BY THE UTILITY. 7. BACKFILL TRENCH BEYOND 90° VERTICAL BLOCK WITH CRUSHED SURFACING TOP COURSE MATERIAL COMPACTED TO 95%MAXIMUM DENSITY. CRUSHED BACKFILL SHALL EXTEND 20 FEET BEYOND BLOCK OR TO FIRM BEARING TRENCH WALL, WHICHEVER IS LESS. 8. LEAVE BLOCK OPEN OR SHEETED 24 HOURS MINIMUM. 9. MEGALUG FITTINGS. VERTICAL BLOCKING WITH RESTRAINED JOINTS 1 NOT TO SCALE WATER UTILITY agafour 05/16/2019 �PMES �ti of rv^asy �I� ffS'YI ONAL ElyO` EXP. 11/21/2019 NO. THRUST BLOCK - TABLE MINIMUM BEARING AREA AGAINST UNDISTURBED SOIL, IN SQUARE FEET PIPE SIZE PRESSURE PSI A B C D E X (100 PSI 4" 200 2/(1) /(NONE I(NONE /(NONE NONE NONE 300 3/(2) 2/(2) 21(1) 110) NONE 8" 200 300 4/(3) 6/(4) 3/(2) 4/(3) 3/(i) 3/(2) 1/(1) 2/(1) I(NNE /(NONE NONE 8" 200 300 7/(5) 11/(8) 5/(3) 8/(5) 4/(3) 6/(4) V(2) 3/(2) 1/(1) 2/(1) 3/(2) 10' 200 275 11/(8) 16/(11) 8/(6) 11/(7) 6/(4) 9/(6) 3/(2) 5/(3) 2/(1) 3/(2) 4/(3) 12" 200 161(11) 11/(8) 9/(6) 5/(3) 3/(2) 51(4) 250 24/(16) 17/(11) 13/(9) 7/(5) 4/(3) 14' 200 250 221(13) 33/(22) 1"(11) 23/(i6) 121(8) 18/(12) 6/(4) 9/(6 3/(2) 5/(3) 7/(6) 16" 200 225 29/(19) 32/(21) 21/(14) 23/(16) ifi/(11) 1]/(12) 8/(fi) 9/(6) 5/(3) 5/(3) 10/(7) 18" 200 36/(24) 26/(17) 20/(13) 10/(7) 5/(4) 13/(9) 20" 200 45/(29) 32](21) 24/(16) 24" 200 64/(43) 46/(30) 35/(23) SAFE BEARING LOADS IN LB./SQ.FT. THE SAFE BEARING LOADS GIVEN IN THE FOLLOWING TABLE ARE FOR HORIZONTAL THRUSTS WHEN THE DEPTH OF COVER OVER THE PIPE EXCEEDS TWO FEET IT). SOIL SAFE BEARING LOADS IN LB./SQ.FT. ' MUCK, PEAT, ETC. 0 SOFT CLAY 1,000 SAND 2,000 SAND&GRAVEL 3,000 SAND& GRAVEL, CEMENTED 4,000 WITH CLAY HARD SHALE 10,000 IN MUCK OR PEAT, ALL THRUSTS SHALL BE RESTRAINED BY PILES OR TIE RODS TO SOLID FOUNDATIONS OR BY REMOVAL OF MUCK OR PEAT AND REPLACEMENT WITH BALLAST OF SUFFICIENT STABILITY TO RESIST THRUST. CONCRETE BLOCKING 2 NOT TO SCALE B P � 90°BEND TEE C B CAP 45' BEND D [ p� E -�--I 22 1/2* BEND 11 1/4° BEND NOTES: 1. SQUARE FEET OF CONCRETE THRUSTS - BLOCK AREA BASED ON SAFE BEARING LOAD OF 2,000/(3,000) POUNDS PER SQUARE FOOT. 2. AREAS MUST BE ADJUSTED FOR OTHER SIZE PIPE, PRESSURES, AND SOIL CONDITIONS. 3. CONCRETE BLOCKING SHALL BE CAST IN PLACE AND HAVE MINIMUM 1/4 SQUARE FOOT BEARING AGAINST THE FITTING. 4. BLOCKS ALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP OR DISMANTLING JOINT. 5. CONTRACTOR SHALL INS TALL BLOCKING ADEQUATE TO WITHSTAND FULL TEST PRESSURE AS WELL AS TO CONTINUOUSLY WITHSTAND OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE. HOST PIPE HEAVY DUTY PIPE CLAMP (COOPER B-LINE B3132 PIPE CLAMP OR EQUAL) HOT DIPPED GALVANIZED NUT WITH FLAT WASHER, TOP AND BOTTOM (TYP.) ASTM A588, GRADE B, CORTEN ALL THREADED ROD (21 NUTS WITH FLAT WASHER (TYP.) NOTES: 1. THREADED ROD DIAMETER: - PIPE DIAMETER LESS THAN OR EQUAL TO 6": 7/8' - PIPE DIAMETER EQUAL TO 6" OR 8": V - PIPE DIAMETER EQUAL TO 10": 1 114' - PIPE DIAMETER GREATER THAN 12": 1 1/2' 2. TIGHTEN TOP NUTS TO TENSION BOLTS. 3. TIGHTEN LOWER NUTS TO COMPRESS CLAMP SNUG. :: PIPE CLAMP AND ANCHOR RODS 4)NOT TO SCALE REVISION N.T.S. M.M1rCHELL M.MRCHELL �� DATUM BY DATE APPR VERTICAL BLOCKING ®mm000 NOTES: 1. CONCRETE BLOCKING BASED ON 200 PSI PRESSURE AND 2,500 PSI CONCRETE. 2. LEAVE CLOCK OPEN OR SHEETED 24 HOURS MINIMUM. 3. JOINT RESTRAINT, SEE APPROVED MATERIALS LIST. 4. PIPE CLAMP (HOT DIPPED GALVANIZED), RODS (STAINLESS STEEL ALL -THREAD 316SS), SEE DETAIL 4, SHEET C502. PIPE CLAMP & RODS (SEE NOTE 4) VERTICAL D BEND e D L �L \• ?x 1 ,a A VERTICAL BLOCKING FOR 11 1/4° & 22 1/2' BENDS PIPE CLAMP & RODS T (SEE NOTE 4) SEE NOTE 3 (TYPICAL) D /45" L \ / 11 A L: \ m •"s+- i A � VERTICAL BLOCKING FOR 45* BENDS CONCRETE BLOCKING FOR VERTICAL FITTINGS 3 NOT TO SCALE PUBLIC I PRIVATE v\ R.O.W..W. I PROPERTY 9-12" 18" 24" MIN. 30" MAX. COVER 36"MIN. I COVER D I I NEW DUCTILE IRON WATER MAIN ------ ° R 1 - rwuiva �� PRIVATE PLUMBING SHALL CONNECT HERE � C 1" 22 1/2* GALV. PLUG � I qOEPDXY OR NYLON COATED HIGH TENSILE DI SERVICE SADDLE W/ STAINLESS STEEL STRAP AND EPDXY COATED BOSS, 1"AW WA TAPERED THREAD (CC) TAP, FORD FC101 OR EQUAL, SIZE AS REQUIRED. (FOR ASBESTOS CEMENT PIPE ONLY) O1" BALL CORPORATION STOP WITH BALL VALVE, AW WA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET (1" FB10004-Q) OR AY MCDONALD 4701B FOR COPPER. (DIRECT TAP DUCTILE IRON OR CAST IRON PIPE) CO V TYPE K SOFT COPPER TUBING Op METER SETTER FOR 1" METER: FORD VBH72-l5-4-A, MCDONALD BRASS 21-0iSWCQQ44, OR MUELLER 1-B-2410-2. BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. METER SETTER SHALL BE INSTALLED CENTERED AND PARALLEL WITH METER BOX. FOR 5/8" X 3/4" METER, PROVIDE METER ADAPTERS TO FIT WITHIN 1" METER SETTER. OARMORCAST PRODUCTS CO. METER BOX NO. A6001946TX1 SAND CAST IRON READ LID, 13" X 24" X 2', PART NO. A6001969RCI-H7. NOTES: 1. SERVICE LINE SHALL BE PERPENDICULAR TO THE WATER MAIN, UNLESS OTHERWISE APPROVED BY THE ENGINEER. 2. APPROVED BACKFLOW PREVENTION MUST BE INSTALLED WITH IRRIGATION SERVICE PER D.O.H. REQUIREMENTS. IRRIGATION SYSTEM SHALL NOT BE PUT INTO SERVICE UNTIL THE BACKFLOW PREVENTION DEVISE IS APPROVED BY A CITY OF RENTON WATER QUALITY TECHNICIAN. 3. AM WATER METER WITH RADIO & BATTERY UNIT TO BE SUPPLIED BY CITY OF RENTON PUBLIC WORKS DEPARTMENT. 4. IF SERVICE LINE TO PROPERTY IS TO BE INSTALLED IN THE FUTURE, INSTALL FORD C1433 OR 44 FIPT. COMPRESSION COUPLING. 1-INCH WATER SERVICE 5 NOT TO SCALE CITY OF LAKE YOUNGS CT SE o5/09/2019 RENTON STORM & WATER IMPROVEMENTS Planning/Building/Public Works Dept. WATER UTILITY DETAILS C502 o. 13 14 RIM=386.43' 8" CONC (NW)=377.0' 8" CONC (NE)=376.9' ■ • f f ■ ATTENTION IF ASSISTANCE IS NEEDED WITH NAVIGATING OR UTILIZING THIS BASE MAP IN CIVIL 3D PLEASE CONTACT KnowwnaVsuciPriir. 1—ALLIANCE AT (425) 598-2200. Call before you dig. PORTION OF SECTION 21, TOWNSHIP 23 N, RANGE 5 E, W.M. CONTRACTOR SHALL FIELD VERIFY EXISTING CONDITIONS. EXISTING UTILITIES MUST BE LOCATED AND PROTECTED BEFORE AND DURING CONSTRUCTION. CT WAY H TYPE 2 -368.28' RCP (NW)=364.7' RCP (SE)=364.5' CMP (NW)=355.2' CMP (SE)=354.9' 1-ALLIANCE CONTROL POINTS POINT # NORTHING EASTING ELEVATION TYPE 100 173411.11 1306692.31 367.71 MAGNAIL 101 173606.58 1306570.27 370.05 MAGNAIL 102 173310.67 1306470.21 387.15 MAGNAIL 103 173419.96 1306370.20 388.38 MAGNAIL NOTES: 1. HORIZONTAL DATUM: WASHINGTON STATE PLANE COORDINATE SYSTEM, NORTH ZONE (4601), NAD83(91), US SURVEY FOOT. 2. VERTICAL DATUM: NAVD88 3. BASIS OF BEARINGS: WASHINGTON STATE PLANE COORDINATE SYSTEM, NORTH ZONE (4601), NAD83/91, US SURVEY FOOT (GRID) N 55' 39' 57" E [SET MAG (1-ALLIANCE #102) TO SET MAG (1-ALLIANCE #100)11 4. PROJECT BENCHMARK: (1-ALLIANCE #101, SET MAG, ELEV = 370.05'). 5. FIELD WORK FOR THIS SURVEY WAS PERFORMED IN SEPTEMBER 2018. MONUMENTS AND CONTROL POINTS SHOWN HEREIN WERE VISITED AND/OR SET IN SEPTEMBER 2018. 6. ALL DISTANCES SHOWN ON THIS SURVEY ARE GROUND DISTANCES BASED UPON THE U.S. SURVEY FOOT. 7, THE EXISTING UNDERGROUND UTILITIES SHOWN HEREIN ARE APPROXIMATE LOCATIONS ONLY BASED ON THE FIELD LOCATION OF UTILITY LOCATE PAINT MARKS AND PHYSICAL FEATURES VISIBLE ON OR ABOVE THE GROUND SURFACE. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF ANY AND ALL UNDERGROUND UTILITIES BEFORE BEGINNING WORK. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR ANY AN ALL DAMAGES ARISING OUT OF HIS/HER FAILURE TO EXACTLY LOCATE AND PROTECT ALL EXISTING UTILITY FACILITIES. 8. UTILITY LOCATES FOR THIS PROJECT WERE PERFORMED BY APPLIED PROFESSIONAL SERVICES (APS). Q CONTROL POINT W WATER VALVE > STORM CULVERT 0 DECIDUOUS TREE ® WATER METER ❑ STORM CATCH BASIN EVERGREEN TTR OW WATER MANHOLE 55 SEWER MANHOLE JB❑ POWER PULL BOX jZ FIRE HYDRANT o MAILBOX LIGHT POLE ® WATER WELL a SIGN ® POWER CABINET FW WATER VAULT O POWER POLE O GAS VALVE POWER METER 1:9 GAS METER O GROUNDING ROD ® COMM PULL BOX -9 GUY POLE OT COMM MANHOLE E— GUY ANCHOR M COMM VAULT 0 YARD LIGHT TELL COMM RISER © POWER VAULT ® COMM CABINET ROAD CENTERLINE — RIGHT-OF-WAY T UNDERGROUND COMM LINE G UNDERGROUND GAS LINE P UNDERGROUND POWER LINE UNDERGROUND SEWER LINE UNDERGROUND STORM LINE UNDERGROUND WATER LINE SURVEYED BY. ELIJAH CARROLL DATE. 91218 1 ALLIANCE � E ❑ r, ATi c s SURVEYING & MAPPING 120TH AVE NE PH: (425) 598-2200 BELLL VUE,, WASHINGTON 98005 FAX: (425) 502-8067 K'a G a< ""s�% a` ' � � o• •P 43� Nni "Ho as LAKE YOUNGS CT SE STORM SYSTEM PROJECT RENTON WA s , N TOPOGRAPHIC MAPPING SHEET S H T#1 OF 1 SHEETS DRAWN BY: B. BOWIE DATE: 9 24 18 CHECKED BY: M. GROOT DATE: 10/23/18C�ST64F�'p�4 xx-xx-xx x x x xx xx FIELD BOOK(S): RNTN_18-199 1AG JOB# RNTN-18-199 DATE NO. REVISION BY • L\t Y O.a / 9FNTO[� STANDARD DETAILS 8 RAISED EDGE DETAIL 1 - LEVEL �J 1/2 EXTEND SIDEWALK TRANSVERSE 1'-0" 1'-0" 1/2" (IN) R. I JOINTS TO INCLUDE RAISED EDGE ROU DING 2.0% o E(I • • t SEE RAISED EDGE SIDEWALK DETAIL - THIS SHEET ALL CUTES MIN. SLOP 1/2" (IN) R. (TYP.) 2.0% 1 4 1 5% FOR CURB DETAILS N OR - - SEE STD PLAN 101 ADJACENT TO CURB 1 1/2 (IN) R (TYP.) LTYPICAL LINDE SIDEWALK WITH RAISED EDGE 2'-0" SIDEWALK 0„ MIN. ING 1/2" (IN) R. (TYP.) 2.0% � 1 1v 1.5% BRIDGE OR PEDESTRIAN RAILING ADJACENT TO CURB BARRIER - SEE SIDEWALK FOR CURB DETAILS SEE STD PLAN 101. (STEEP FILL SLOPES) CONTRACT PLANS �NALL OR BARRIER 1/2" (IN) R. (TYP.) �/ / SIDEWALK FLUSH < 1.5% _ "r • Y' ••r 1/2' N) R. VERTICAL WALL - SEE DETAIL •a t , • �. 3/8" (IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL PREMOLDED JOINT FILLER FOR SIDE TREATMENT -'SEE SIDEWALK BUFFER STRIP SIDEWALK ADJACENT TO WALL DETAIL OTHE SIDEWALK (SEE NOTE 10) SECTIONS 1/2" (IN) R. 1 1.5 % (TYP.) FOR CURB DETAILS 1.5% MIN, SEE STD PLAN 101 a� FINISHED GRADE 1" (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING - FLUSH IF PAVED - ADJACENT TO BUFFER STRIP 3/8" (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLE FOR CURB DETAILS SEE STD PLAN 101 EXISTING ROADWAY CRUSHED ROCK BAS CRUSHED SURFACING TOP COURSE (CSTC) COMPACT TO 95% MODIFIED PROCTOR (UNLESS REQUIREMENT WANED BY ENGINEER) TYPICAL UNDER ALL CURB, GUTTER & SIDEWALK. CSTC UNDER CURB & GUTTER TO BE 6" THICKNESS OR MATCH EXISTING ROADWAY CRUSHED ROCK BASE, WHICHEVER IS GREATER (TYP. FOR ALL CURB & GUTTER). 1 FINISHED GRADE 1" (IN) BELOW TOP OF CONCRETE SURFACE FOR CURB DETAILS SEE STD PLAN 101 BROOMED FINISH OR MATCH EXISTING 4" WIDE, SMOOTH TROWELED PERIMETER CEMENT CONCRETE CURB ~ (CURB AND GUTTER SHOWN) FOR CURB DETAILS SEE STD PLAN 101. i 1/8" TO 1/4" NOTES 1. Four feet of the sidewalk width shall � / CONTRACTION JOINT ►� • ' ��a' be the minimum pedestrian IN SIDEWALK ONLY TF ♦ accessible route Tana; free of vertical ♦ . TO and horizontal obstructions. Gratings, ♦' Covers, Junction Boxes, �/ FULL -DEPTH EXPANSION JOINT IN BOTH Cable P Cable Vaults, Pull Boxes and other � CURB AND SIDEWALK (SEE STD PU1N 101.1) • appurtenances within the sidewalk 3a" CONTRACTION JOINT must be flush with surface, and match 9� grade of the sidewalk. JOINT AND FINISH DETAIL • . 2. Monolithic Cement Concrete Curb and • �' Sidewalk is not permitted in new For other referenced NOTES see . ► • •; �' �o •' , • P construction. When replacement work �• STD PLAN 104.2. necessitates a Monolithic Cement Concrete Curb build per WSDOT PREMOLDE Standard Plan F-30.10-03. JOINT FILLER Paved surfaces must comply with (E) FULL -DEPTH 3. Concrete to be 4,000 PSI. STD PLAN 102.1 as applicable. EXPANSION JOINT ftL STD PLAN - 102 PUBLIC WORKS CEMENT CONCRETE RO� FD pp DEPARTMENT SIDEWALK PP �C % // A DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 FRAME AND VANED GRATE 2", 4", 6", 12", OR 24" OOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 RECTANGULAR ADJUSTMENT SECTION _,6 �o �<_ 26 � #3 BAR EACH CORNER #3 BAR EACH SIDE #3 BAR EACH WAY #3 BAR HOOP SFF V' PRECAST BASE SECTION #3 BAR EACH CORNER 18" MIN. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION o PUBLIC WORKS jL-H'%AF DEPARTMENT PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR PLAIN 12" CONCRETE ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1) 15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2) 15" CORRUGATED POLYETHYLENE STORM SEWER PIPE NOTES: 1. AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2. THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4. THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5. THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6. THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7. ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON -SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8. ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10. FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN TYPE 1 UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 200.00 GAZ :45 wo.k: namm�s�raror DATE DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 1 4" MIN. 28" MAX. 16" MAX. r •. 48", 54", 60", 72", 84, " 96", 120" OR 144" CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) — MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6. TYP. 15MAX. FOR MAINTENANCE STEPS OR LADDER i 12" (TYP.) 1" MIN. "O" RING 24" 2.5" MAX. REINFORCING STEEL, (TYP.) MIN. 12" MAX. 12" GRAVEL BACKFILL FOR PIPE ZONE 12" BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) 6" 6" SEPARATE BASE INTEGRAL BASE PRECAST PRECAST WITH RISER NOTES: 1. NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2. THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3. THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5. ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6. WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8. FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48" 4" 6" 36„ 8" 54" 4.5" 8" 42„ 8" 60" 5" 8" 48" 8" 72" 1 6" 8" 60" 12" 84" 8" 12" 72" 12" 96" 8" 12" 84" 12" 120" 10" 12" 96" 12" 144" 12" 12" 108" 12" PIPE ALLOWANCES CATCH BASIN PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER DIAMETER CONCRETE ALL METAL CPSSP SOLID WALL PVCZ PROFILE WALL PVC; 48" 24" 30" 24" 30" 30" 54" 30" 36" 30" 36" 36" 60" 36" 42" 36" 42" 42" 72" 42" 54" 42" 48" 48" 84" 54" 60" 54" 48" 48" 96" 60" 72" 60" 48" 48" 120" 66" 1 84" 60" 48" 48" 144" 78" 1 96„ 60" 48" 48" CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) s STD. SPEC. 9-05.12(2) UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 201.00 �o PUBLIC WORKS PRO D: �I� DEPARTMENT CATCH BASIN TYPE 2 GAZ 9/28/2018 r"nr, W,,k: Aammisuacor DATE :45 AI DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 1p� FRAME AND VANED GRATE SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION ADJUSTMENT SECTION BASE SECTION NOTES: 1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3. A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4. ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR Y BOND. 5. BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6. MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7. PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON -SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9. FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 202.00 a } PUBLIC WORKS PRO DEPARTMENT CATCH BASIN INSTALLATION GAZ 9/28/2018 1 9 G Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 25 /4" 29 1 /4" BOLT -DOWN HOLE (TYP.) - 5/8", 11 NC, SEE DETAIL AND NOTE 2 TOP 24 1 /4" SECTION A SEE DETAIL 7/8" \ 3/4" \ ' 11/4" 1 NOTES: RECESSED ALLEN HEAD CAP SCREW 5/8" - 11 NC x 2" GRATE - FRAME SECTION BOLT -DOWN DETAIL SEE NOTE 2 ISOMETRIC VIEW 1. THIS FRAME IS DESIGNED TO ACCOMMODATE 20" x 24" GRATES OR COVERS, 4 1/2" SEE STANDARD PLANS 204.10, 204.20, 204.30, AND 204.40. I\ 1 5/8'. I 2. BOLT -DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND / COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE 1 5/8" FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY 3/4" + BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF \ BOLT -DOWN HOLES VARIES BY MANUFACTURER. 3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. \ DETAIL UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) PUBLIC WORKS ° STD. URIPLAN - 204.00 DEPARTMENT RECTANGULAR FRAME GAZ 9/28/2018 r,tu, W,,k: Aammirtramr DATE :45 M DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 24" / F -1 1/2" n L BOLT -DOWN SLOT, 3/4" SEE DETAIL AND I 2 1/2" DIA. HOLE NOTE 1 1 1/4" 20" A � 5/8" O O O O O�O�ODO O�O�O�ODO BOLT -DOWN SLOT DETAIL ODOD DODO _ _ SEE NOTE 1 TOP ISOMETRIC r4 3/4" 1 1/2" 1 5/8 R39", SEE NOTE 2 SECTION A f 3/4" r 5/8" 4" DIA. HOLE 1/2/2" DIA. HANDLE 1 1/2" SECTION C 69Xgid[a]Z1-1 1: [•i 111 *A R26", SEE NOTE 2 ,2" 1. BOLT -DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT -DOWN HOLES VARIES BY MANUFACTURER. 2. ALTERNATIVE REINFORCING DESIGNS ARE ACCEPTABLE IN LIEU OF THE RIB DESIGN. 3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 4. FOR FRAME DETAILS, SEE CITY OF RENTON STANDARD PLAN 204.00. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 204.10 a } PUBLIC WORKS ° DEPARTMENT RECTANGULAR SOLID METAL COVER GAZ 9/28/2018 I Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 I BOLT -DOWN SLOT, 1/2" SEE DETAIL AND NOTE 1 3/4" 1 1I/4" �I LETTERING ISOMETRIC 24" OR 8 7DIRECTION EQUAL DIOF FLOW ITT � 1 5/8" MAX. J SECTION A BOLT -DOWN SLOT DETAIL L _ _ _ SEE NOTE 1 SECTION B NOTES: 1. BOLT -DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT -DOWN HOLES VARIES BY MANUFACTURER. 2. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3. FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 204.20 PUBLIC WORKS PRO DEPARTMENT RECTANGULAR VANED GRATE GAZ 9/28/2018 1 �G%NZ­ Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 BOLT -DOWN SLOT, SEE DETAIL AND NOTE 1 hL LETTERING I LT.I ,1J i d r7 ra 24" 4 EQUAL SPACES —1 r-4EQUALSPACES-1 1 5/8" MAX. - SECTION A -------- 1/2" 3I4„ 1 1/4" + I 5/8" BOLT -DOWN SLOT DETAIL SEE NOTE 1 — — — cccTlnw Q NOTES: 1. BOLT -DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT -DOWN HOLES VARIES BY MANUFACTURER. 2. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3. USE ONLY IN SAGS ON VERTICAL CURVES. 4. FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 204.30 PUBLIC WORKS RECTANGULAR BI-DIRECTIONAL PR D DEPARTMENT VANED GRATE r GAZ 9/28/2018 1 %,�# Public Works Administrator DATE :45 AN DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 RENTO DRAIN PLAN VIEW 1/2" LETTERING BOLT HOLES - 3 PLACES EQUALLY SPACED 120' APART ON 23 1/16" DIA. B.C. (1) 1" DIA. PICKHOLE 1 1/4" LETTERING 25" DIA. 3/4" 8 3/4" (TYP.) COVER SECTION VIEW COVER BOTTOM VIEW (3) BLT SOC. (ALLEN HEAD) 5/8"-11 x 1.5 SS RUBBER WASHER EON BOLTING DETAIL 26 1/2" DIA. 25 1/4" DIA. 1/4" DIA. NEOPRENE GASKET 1/4" 1 1/16" 6" 1/8" R1 /8" 5/8" 23 3/8" DIA. CL OPEN GASKET GROOVE DETAIL 27 5/16" DIA. 34 1/8" DIA. FRAME SECTION VIEW NOTES: 1. ALL COVERS SHALL BE LOCKING LID PER EJ No. 3717C1 OR APPROVED EQUAL. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DS�p STD. PLAN - 204.50 o PUBLIC WORKS STORM ROUND FRAME AND COVER PPnz 9/28/2018 jL-H'%Ar DEPARTMENT Gregg zim—Zan DATE Public Works Ad minis[ra[" :45 AN DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 5" MAX. DRAINAGE GRATE TRIM GRATE FRAME _ C— OVERFLOW BYPASS 8 ° BELOW INLET GRATE DEVICE SEDIMENT AND DEBRIS FILTERED WATER SECTION VIEW DRAINAGE GRATE (RECTANGULAR GRATE SHOWN) RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE ISOMETRIC VIEW NOTES: 1. PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2. INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3. THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4. SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5. THE BIGD SHALL HAVE A BUILT-IN HIGH -FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6. THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7. PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8. ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 216.30 �o PUBLIC WORKS APPR ED: DEPARTMENT CATCH BASIN INSERT GAZ 9/28/2018 P,tu,W,,k,Aammi,t,, r DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 SEE NOTE 4, LIMIT OF PIPE ZONE PIPE ZONE BEDDING AND T BACKFILL, SEE NOTE 5 } 6" FOUNDATION LEVEL FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 rl rvioi r ninc • ■ GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) 1. PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2. HAND TAMP UNDER HAUNCHES. 3. DIRECTLY OVER PIPE, HAND TAMP ONLY. 4. SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5. PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6. EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. MINIMUM ALLOWED IN ZONE 1 PIPE TYPE COVER (FT) PUBLIC? PRIVATE? OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE) 20 YES YES YES CORRUGATED POLYETHYLENE PIPE (CPE)- TRIPLE WALL 2 0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC) 3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE) 2 0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24" 12" 30" TO 96" DIAMETER / 3 102" TO 180" 48" UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) AlOSTD. PLAN - 220.10 o�� PUBLIC WORKS PIPE ZONE BEDDING AND TPPR DEPARTMENT Gr4Z 9/28/2018 COMPACTION -FLEXIBLE PIPE Putu,W,,k:AAd,mi ,,- DATE :45 M SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT RESTORATION REQUIREMENTS SURFACE RESTORATION AS � SPECIFIED IN CONTRACT DOCUMENTS i 12" MIN. EXISTING PAVEMENT SURFACE ------------------ r-- M \ EE NOTE4 NEAT LINE TRENCH "CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), COMPACTED TO 95 % OF MAXIMUM DENSITY "CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), "BANK RUN GRAVEL FOR TRENCH BACKFILL" PER WSDOT STD. SPEC 9-03.19, OR "GRAVEL BORROW" PER WSDOT STD. SPEC 9-03.14(1), COMPACTED TO95% OF MAXIMUM DENSITY BENCH AS NEEDED FOR SHORING SYSTEM WHEN \ DEPTH IS 4' OR GREATER / PIPE \\ PIPE ZONE BEDDING AND BACKFILL PER STD. PLANS 220.00 AND 220.10 �— SEE NOTE 1 ►� UNPAVED AREAS I PAVED AREAS \1f1TCC. 1. SEE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 2-09.4 FOR MEASUREMENT OF TRENCH WIDTH. 2. EXCAVATIONS OVER 4' DEEP SHALL COMPLY WITH THE SAFETY STANDARD DESCRIBED IN CHAPTER 295-155 PART N OF THE WAC. 3. MAXIMUM BACKFILL DEPTH ABOVE PIPE SHALL NOT BE EXCEEDED, AS DETERMINED BY PIPE MANUFACTURER. 4. IN PAVED AREAS, IF PIPE HAS LESS THAN 3' OF COVER, USE "CRUSHED SURFACING TOP COURSE" FOR THE ENTIRE BACKFILL DEPTH ABOVE PIPE ZONE. 5. SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 220.20 } PUBLIC WORKS APPROVED: DEPARTMENT TYPICAL TRENCH AND BACKFILL creme ,,k, Addmi,i nistrator Public WDATE Works DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 (1) OPEN PICKHOL t- rLA I rAUL UU i nii, (2) 3/8"-16 SS SOCKET HEAD CAP SCREW (ALLENHEAD) W/WSHRS ON A 8" DIA BOLT CIRCLE PLAN VIEW CAST IRON FRAME AND COVER, SEE NOTE 3 — V Q v 8" CLASS "B" ASPHALT, SEE NOTE 4 CLEANOUT RISER, SEE NOTE 2 SOIL TIGHT 45° BEND — WYE SOIL TIGHT COUPLER UNDERDRAIN, FOOTING DRAIN COLLECTOR, OR ROOF DRAIN COLLECTOR PIPE, SEE NOTE 1 , h 000000000 TO OVERFLOW STRUCTURE OR STORM MAIN I� 9„ DIA 5/ „ 4„ 8-1/8" DIA 10-1/2" DIA 15" DIA FRAME SECTION PAVED AREA (TYP.) EXTEND CLEANOUT RISER D 2" ABOVE DESIGNSIGN PONDING ELEVATION OR PER PLAN — a DESIGN PONDING ELEVATION /•i •i 4" COMPACTED SAND OR GRAVEL BACKFILL FOR DRAINS PER WSDOT 9-03.12(4)� CLEANOUT RISER, SEE NOTE 2 — MECHANICAL PLUG OR CONTINUED CONNECTION TYPICAL CLEANOUT CONFIGURATION 8-13/16" DIA 5/8" COVER SECTION FERNCO GASKETED QUIK CAP OR SIMILAR 4"STREAMBED COBBLES FPER WSDOT 9-03.11(2) CLEANOUT RISER LOCATED WITHIN BIORETENTION PONDING AREA NOTES: 1. DIAMETER TO BE 6-INCHES MINIMUM PRIVATE, 8-INCHES MINIMUM PUBLIC. UNDERDRAIN PIPE PER STD. PLAN 262.10. 2. CLEANOUT RISER SHALL BE SAME SIZE AND MATERIAL AS CONNECTED UNDERDRAIN, FOOTING DRAIN COLLECTOR, OR ROOF DRAIN COLLECTOR PIPE. 3. FRAME AND COVER SHALL BE EJ PRODUCT NO. 00367549B01 OR APPROVED EQUAL. COVER TO BE LOCKING WITH ALLEN HEAD BOLT, MARKED "STORM". 4. FOR CLEANOUTS FULLY OR PARTIALLY WITHIN UNPAVED AREAS OUTSIDE OF BIORETENTION PONDING AREA, POUR 8" THICK, 2'x2' SQUARE CONCRETE COLLAR AROUND FRAME. CONCRETE COLLAR SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 3,000 PSI. GENERAL NOTES: 1. CLEANOUTS FOR UNDERDRAIN, FOOTING DRAIN COLLECTOR, AND ROOF DRAIN COLLECTOR PIPES SHALL BE INSTALLED AT A MINIMUM OF EVERY 100 FEET, AT EVERY 90 DEGREE OR SECOND 45 DEGREE BEND, AT THE END OF EVERY COLLECTOR PIPE, AND AT EACH END OF AN UNDERDRAIN PIPE NOT CONNECTED TO AN OVERFLOW STRUCTURE. CLEANOUTS SHALL BE INSTALLED TO ALLOW FOR MAINTENANCE ACCESS TO ALL PIPES. 2. ALL FITTINGS SHALL BE SOIL TIGHT. 3. CLEANOUT RISER SHALL BE LOCATED OUTSIDE OF BIORETENTION PONDING WHERE POSSIBLE. 4. CLEANOUTS SHALL NOT BE LOCATED WITHIN THE STREET TRAVEL LANE, UNLESS OTHERWISE APPROVED BY THE CITY. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 226.00 PRI PUBLIC WORKS APPROVED: DEPARTMENT STORM SYSTEM CLEANOUT GAZ 9/28/2018 Public Works Administrator DATE : 4 5 AP DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 UNDERDRAIN AGGREGATE TABLE: UNDERDRAIN AGGREGATE GRADATION SIEVE SIZE PERCENT PASSING 3/4-INCH 100 PERCENT 1/4-INCH 30 TO 60 PERCENT U.S. NO. 8 20 TO 50 PERCENT U.S. NO. 50 3 TO 12 PERCENT U.S. NO. 200 0 TO 1 PERCENT UNDERDRAIN AGGREGATE MUST CONSIST OF SCREENED SAND, GRAVEL OR OTHER INERT MATERIALS, OR COMBINATIONS THEREOF, FROM SOURCES APPROVED BY THE ENGINEER, HAVING HARD, DURABLE PARTICLES FREE FROM ADHERENT COATINGS. THE MATERIALS MUST BE WASHED THOROUGHLY TO REMOVE CLAY, LOAM, ALKALI, ORGANIC MATTER, OR OTHER DELETERIOUS SUBSTANCES. PARTICLES HAVING A SPECIFIC GRAVITY LESS THAN 1.95 MUST NOT EXCEED 1.0 PERCENT OF THE TOTAL WEIGHT. ORGANIC MATTER, BY CALORIMETRIC TEST, MUST NOT BE DARKER THAN THE REFERENCE STANDARD COLOR (ORGANIC PLATE NO. 3) AASHTO T21 UNLESS OTHER TESTS PROVE A DARKER COLOR TO BE HARMLESS. BIORETENTION SOIL MIX BIORETENTION SOIL MIX (BSM) SHALL BE A WELL -BLENDED HOMOGENEOUS MIXTURE OF 60 TO 65 PERCENT BY VOLUME MINERAL AGGREGATE FOR BIORETENTION SOIL AND 35 TO 40 PERCENT BY VOLUME COMPOST AS DETAILED IN THE TABLES BELOW. MINERAL AGGREGATE FOR BIORETENTION SOIL TABLE: MINERAL AGGREGATE GRADATION SIEVE SIZE PERCENT PASSING 3/8-INCH 100 PERCENT U.S. NO. 4 95 TO 100 PERCENT U.S. NO. 10 75 TO 90 PERCENT U.S. NO. 40 25 TO 40 PERCENT U.S. NO. 100 4 TO 10 PERCENT U.S. NO. 200 2 TO 4 PERCENT MINERAL AGGREGATE FOR BIORETENTION SOIL MUST BE FREE OF WOOD, WASTE, COATING, OR ANY OTHER DELETERIOUS MATERIAL, AND ALL AGGREGATE PASSING THE NO. 200 SIEVE SIZE MUST BE NON -PLASTIC. MINERAL AGGREGATE MUST BE ANALYZED BY AN ACCREDITED LAB USING THE SIEVE SIZES NOTED IN THE TABLE TO THE LEFT, AND MUST MEET THE REQUIRED GRADATIONS. COMPOST TABLE: COMPOST GRADATION SIEVE SIZE MIN. PERCENT PASSING 2-INCH 100 PERCENT 1-INCH 99 PERCENT 5/8-INCH 90 PERCENT 1/4-INCH 75 PERCENT COMPOST MUST ORIGINATE A MINIMUM 65 PERCENT BY VOLUME FROM RECYCLED PLANT WASTE COMPRISED OF YARD DEBRIS, CROP RESIDUES, AND BULKING AGENTS, AND MEET THE DEFINITION OF "COMPOSTED MATERIAL" IN WAC 173-350-100. COMPOST SHALL HAVE A MOISTURE CONTENT THAT HAS NO VISIBLE FREE WATER OR DUST PRODUCED WHEN HANDLING THE MATERIAL. COMPOST SHALL HAVE AN ORGANIC MATTER CONTENT OF 40 PERCENT TO 65 PERCENT BY DRY WEIGHT, A CARBON TO NITROGEN RATIO BELOW 25:1, AND A pH BETWEEN 6.0 AND 8.0 ABORIST WOOD CHIP MULCH TABLE: ARBORIST WOOD CHIP MULCH GRADATION SIEVE SIZE PERCENT PASSING 6-INCH 100 PERCENT 2-INCH 95 TO 100 PERCENT 1-INCH 70 TO 100 PERCENT 5/8-INCH 0 TO 50 PERCENT U.S. NO. 4 0 TO 30 PERCENT ARBORIST WOOD CHIP MULCH SHALL BE COARSE GROUND WOOD CHIPS (APPROXIMATELY 1/2" TO 6" ALONG THE LONGEST DIMENSION) DERIVED FROM THE MECHANICAL GRINDING OR SHREDDING OF THE ABOVE -GROUND PORTIONS OF TREES. IT MAY CONTAIN WOOD, WOOD FIBER, BARK, BRANCHES, AND LEAVES, BUT MAY NOT CONTAIN WEEDS, WEED SEEDS, OR VISIBLE AMOUNTS OF SOIL. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) UNDERDRAIN AGGREGATE, PPR D STD. PLAN - 262.60 o® PUBLIC WORKS BIORETENTION SOIL MIX AND MU DEPARTMENT LCH GqZ 9/28/2018 SPECIFICATIONS Putu, works Aammisuacor DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 SURFACE WATER STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE DRAINAGE PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE SURFACE WATER STANDARD PLAN NOTES. 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE -CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2. THE APPLICANT SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY CITY, STATE, AND FEDERAL PERMITS PRIOR TO CONSTRUCTION. 3. ALL STORM DRAINAGE IMPROVEMENTS SHALL BE DESIGNED AND CONSTRUCTED IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM), RENTON MUNICIPAL CODE (RMC), AND THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION PREPARED BY WSDOT AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA). IT SHALL BE THE SOLE RESPONSIBILITY OF THE APPLICANT TO CORRECT ANY ERROR, OMISSION OR VARIATION FROM THE ABOVE REQUIREMENTS FOUND IN THE PLANS. ALL CORRECTIONS SHALL BE AT NO ADDITIONAL COST TO THE CITY. 4. APPROVAL OF THE ROAD, GRADING, PARKING, BUILDING, AND DRAINAGE PLAN DOES NOT CONSTITUTE AS APPROVAL OF ANY OTHER CONSTRUCTION (E.G. WATER, SEWER, GAS, ELECTRICAL. ETC.). PLANS FOR STRUCTURES SUCH AS BRIDGES, VAULTS, AND RETAINING WALLS REQUIRE A SEPARATE REVIEW AND APPROVAL BY THE CITY PRIOR TO CONSTRUCTION. THE SURFACE WATER DRAINAGE SYSTEM SHALL BE CONSTRUCTED ACCORDING TO THE APPROVED PLANS. ANY DEVIATION FROM THE APPROVED PLANS WILL REQUIRE COORDINATION FOLLOWED BY WRITTEN APPROVAL FROM THE CITY. 5. A COPY OF THE APPROVED PLANS SHALL BE ON THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS. 6. THE LOCATIONS OF ALL EXISTING UTILITIES SHOWN HEREON HAVE BEEN ESTABLISHED BY FIELD SURVEY OR OBTAINED FROM AVAILABLE RECORDS AND SHALL THEREFORE BE CONSIDERED APPROXIMATE ONLY AND NOT NECESSARILY COMPLETE. IT IS THE SOLE RESPONSIBILITY OF THE APPLICANT AND THE APPLICANT'S CONTRACTOR TO INDEPENDENTLY VERIFY THE ACCURACY OF ALL UTILITY LOCATIONS SHOWN, AND TO FURTHER DISCOVER AND AVOID ANY OTHER UTILITIES NOT SHOWN HEREON THAT MAY BE AFFECTED BY THE IMPLEMENTATION OF THIS PLAN. THE APPLICANT SHALL RECORD ON THE AS -BUILT DRAWINGS ALL UNDOCUMENTED UTILITIES DISCOVERED AND ANY CHANGES TO THE APPROVED PLANS. THE APPLICANT SHALL IMMEDIATELY NOTIFY THE ENGINEER OF RECORD IF A CONFLICT EXISTS. 7. VERTICAL DATUM SHALL BE NAVD 88 AND HORIZONTAL DATUM SHALL BE NAD 83 (WA STATE PLANE, NORTH), UNLESS OTHERWISE APPROVED BY THE CITY. REFERENCE BENCHMARK, DATUM, AND ELEVATIONS SHALL BE NOTED ON THE PLANS. 8. ALL UTILITY TRENCH BACKFILL AND ROADWAY SUBGRADE SHALL BE COMPACTED TO 95 % MAXIMUM DRY DENSITY PER SECTION 2-03.3(14)D - COMPACTION AND MOISTURE CONTROL TESTS OF THE WSDOT STANDARD SPECIFICATIONS. IN PERMEABLE PAVEMENT AND OTHER INFILTRATION AREAS, ALL TRENCH BACKFILL SHALL BE FIRM AND UNYIELDING BUT IN NO CASE SHALL BE COMPACTED TO MORE THAN 92 % OF MAXIMUM DRY DENSITY. 9. OPEN CUTTING OF EXISTING ROADWAYS FOR STORM DRAINAGE WORK IS NOT ALLOWED UNLESS SPECIFICALLY APPROVED BY THE CITY AND NOTED ON THESE APPROVED PLANS. ANY OPEN CUT SHALL BE RESTORED IN ACCORDANCE WITH THE CITY TRENCH RESTORATION STANDARDS. 10. ALL PIPE AND STRUCTURES SHALL BE STAKED FOR SURVEY LINE AND GRADE PRIOR TO THE START OF CONSTRUCTION. WHERE SHOWN ON THE PLANS OR WHERE DIRECTED BY THE CITY, THE EXISTING MANHOLES, CATCH BASINS, OR INLETS SHALL BE ADJUSTED TO THE GRADE AS STAKED. 11. ALL FLOW CONTROL FACILITIES SHALL BE INSTALLED AND IN OPERATION PRIOR TO, OR IN CONJUNCTION WITH, ANY CONSTRUCTION ACTIVITY UNLESS OTHERWISE APPROVED BY THE CITY. 12. ALL PIPE AND APPURTENANCES SHALL BE LAID ON A PROPERLY PREPARED FOUNDATION IN ACCORDANCE WITH THE CURRENT STATE OF WASHINGTON STANDARD SPECIFICATION FOR ROAD AND BRIDGE CONSTRUCTION. THIS SHALL INCLUDE NECESSARY LEVELING OF THE TRENCH BOTTOM OR THE TOP OF THE FOUNDATION MATERIAL, AS WELL AS PLACEMENT AND COMPACTION OF REQUIRED BEDDING MATERIAL TO UNIFORM GRADE SO THAT THE ENTIRE LENGTH OF THE PIPE WILL BE SUPPORTED ON A UNIFORMLY DENSE, UNYIELDING BASE. ALL PIPE BEDDING AND BACKFILL SHALL BE AS SHOWN ON THE CITY STANDARD PLAN 220.00, 220.10, AND 220.20. 13. STEEL PIPE SHALL BE ALUMINIZED, OR GALVANIZED WITH ASPHALT TREATMENT 1, 2, OR 5 INSIDE AND OUTSIDE. 14. ALL DRAINAGE STRUCTURES SUCH AS CATCH BASINS AND MANHOLES SHALL BE FITTED WITH DUCTILE IRON, BOLT -LOCKING LIDS PER THE CITY STANDARD PLAN 204.10, 204.20, 204.30, AND 204.50. STRUCTURES SHALL HAVE: • RECTANGULAR OR ROUND, SOLID LIDS WHEN NOT COLLECTING RUNOFF, AND OUTSIDE OF THE ROADWAY. • ROUND, SOLID LIDS WHEN NOT COLLECTING RUNOFF, AND LOCATED WITHIN THE ROADWAY, BUT OUTSIDE OF THE CURB/GUTTER LINE. • ROUND, SOLID LIDS DISPLAYING THE CITY LOGO WHEN WITHIN THE PUBLIC RIGHT-OF-WAY OR IN AN EASEMENT TO THE CITY. PRIVATE STRUCTURE LIDS OUTSIDE PUBLIC RIGHT-OF-WAY AND EASEMENTS TO THE CITY SHALL NOT DISPLAY THE CITY LOGO. 15. BUILDINGS AND OTHER STRUCTURES SHALL BE PLACED IN ACCORDANCE WITH TABLE 4.1 EASEMENT WIDTHS AND BUILDING SETBACKS LINES OF THE RENTON SWDM. 16. LIDS OF MANHOLES/CATCH BASINS WITHIN PUBLIC RIGHT-OF-WAY SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL AFTER PAVING. ALL MANHOLE/CATCH BASIN RIMS SHALL BE ADJUSTED TO BE FLUSH WITH FINAL FINISHED GRADES, UNLESS OTHERWISE SHOWN. 17. ALL DRIVEWAY CULVERTS LOCATED WITHIN CITY RIGHT-OF-WAY SHALL BE OF SUFFICIENT LENGTH TO PROVIDE A MINIMUM 3:1 SLOPE FROM THE EDGE OF THE DRIVEWAY TO THE BOTTOM OF THE DITCH. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 267.00 PUBLIC WORKS SURFACE WATER STANDARD PLAN PPR D: GAZ 9/28/2018 DEPARTMENT NOTES (1 OF 2) Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 SURFACE WATER STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE DRAINAGE PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE SURFACE WATER STANDARD PLAN NOTES. 18. ROCK FOR EROSION PROTECTION OF ROADSIDE DITCHES, WHERE REQUIRED, SHALL BE OF SOUND QUARRY ROCK PLACED TO A MINIMUM DEPTH OF ONE (1) FOOT AND SHALL MEET THE FOLLOWING SPECIFICATIONS: • 4 - 8 INCH ROCK / 40 - 70% PASSING; • 2 - 4 INCH ROCK / 30 - 40% PASSING; AND • LESS THAN 2 INCH ROCK / 10 - 20% PASSING. 19. FOOTING DRAINAGE SYSTEMS AND ROOF DOWNSPOUT SYSTEMS SHALL NOT BE INTERCONNECTED AND SHALL SEPARATELY CONVEY COLLECTED FLOWS TO THE CONVEYANCE SYSTEM OR FLOW CONTROL FACILITY ON THE SITE, UNLESS APPROVED BY THE CITY. FOOTING DRAINS SHALL NOT BE CONNECTED TO ON -SITE BMPS. 20. THE END OF EACH STORM DRAIN STUB SHALL BE CAPPED. A CLEANOUT TOPPED WITH A BOLT -LOCKING LID MARKED "STORM" SHALL BE LOCATED AT THE PROPERTY LINE OR AT THE POINT OF CONNECTION OF A PRIVATE STORM DRAINAGE CONVEYANCE SYSTEM PER THE CITY STANDARD PLAN 227.00. 21. ALL STORM SYSTEM EXTENSIONS SHALL BE STAKED FOR LINE AND GRADE BY A SURVEYOR LICENSED IN WASHINGTON STATE, AND CUT SHEETS SHALL BE PROVIDED TO THE CITY PRIOR TO CONSTRUCTION. 22. ALL NEWLY -INSTALLED AND NEWLY -REHABILITATED (PUBLIC AND PRIVATE) STORM CONVEYANCE SYSTEMS SHALL BE INSPECTED BY MEANS OF REMOTE CCTV ACCORDING TO THE CITY STANDARD PLAN 266.00. CCTV INSPECTIONS AND REPORTS SHALL BE SUBMITTED TO THE CITY PRIOR TO RECEIVING APPROVAL TO INSTALL PROJECT CURBS, GUTTERS AND/OR PAVEMENT. 23. ALL STORM SYSTEMS AND CONNECTIONS TO EXISTING MAINS SHALL BE TESTED IN ACCORDANCE WITH SECTION 7-04.3(1) OF THE WSDOT STANDARD SPECIFICATIONS AND IN THE PRESENCE OF A REPRESENTATIVE OF THE CITY. STORM DRAIN STUBS SHALL BE TESTED FOR ACCEPTANCE AT THE SAME TIME THE MAIN STORM IS TESTED. 24. FOR ALL DISTURBED PERVIOUS AREAS (COMPACTED, GRADED, LANDSCAPED, ETC.) OF THE DEVELOPMENT SITE, TO MAINTAIN THE MOISTURE CAPACITY OF THE SOIL EITHER STOCKPILE AND REDISTRIBUTE THE EXISTING DUFF LAYER AND NATIVE TOPSOIL OR AMEND THE SOIL WITH COMPOST IN ACCORDANCE WITH STANDARD PLAN 264.00. 25. ISSUANCE OF THE BUILDING OR CONSTRUCTION PERMITS BY THE CITY DOES NOT RELIEVE THE APPLICANT OF THE CONTINUING LEGAL OBLIGATION AND/OR LIABILITY CONNECTED WITH STORMWATER DISPOSAL. THE CITY DOES NOT ACCEPT ANY OBLIGATION FOR THE PROPER FUNCTIONING AND MAINTENANCE OF THE STORM SYSTEM PROVIDED DURING CONSTRUCTION. 26. ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK SHALL BE PROVIDED. ANY WORK WITHIN THE TRAVELED RIGHT-OF-WAY THAT MAY INTERRUPT NORMAL TRAFFIC FLOW SHALL REQUIRE A TRAFFIC CONTROL PLAN APPROVED BY THE CITY. ALL SECTIONS OF THE WSDOT STANDARD SPECIFICATIONS 1-10 TEMPORARY TRAFFIC CONTROL SHALL APPLY. 27. PROJECTS LOCATED WITHIN THE CITY'S AQUIFER PROTECTION AREA (APA) SHALL COMPLY WITH SPECIAL REQUIREMENT #6 OF THE RENTON SWDM AND AQUIFER PROTECTION REGULATIONS (RMC 4-3-050). 28. PLACEMENT OF SURFACE APPURTENANCES (CATCH BASIN/MANHOLE LIDS, CLEANOUTS, INLETS, ETC.) IN THE STREET TRAVEL LANE WHEEL PATH, INTERSECTIONS OF STREET TRAVEL LANES, BIKE LANES, SIDEWALKS, AND CROSSWALKS SHALL BE AVOIDED WHENEVER POSSIBLE. ANY SURFACE APPURTENANCE PLACED IN A SIDEWALK OR CROSSWALK SHALL BE FITTED WITH A NON -SLIP OR NON-SKID LID PER ADA REQUIREMENTS. 29. CLEARLY LABEL PUBLIC AND PRIVATE SYSTEMS ON THE PLANS. PRIVATE SYSTEMS SHALL BE MAINTAINED BY THE APPLICANT. 30. MINIMUM COVER OVER STORM DRAINAGE PIPE SHALL CONFORM TO TABLE 4.2.1.A2 OF THE RENTON SWDM. 31. CONSTRUCTED PERMEABLE PAVEMENT SHALL BE PERMEABLE ENOUGH TO ABSORB WATER AT A MINIMUM RATE OF 20 INCHES PER HOUR IMMEDIATELY AFTER THE PAVEMENT SURFACE HAS BEEN WETTED CONTINUOUSLY FOR AT LEAST 10 MINUTES. COMPLIANCE WITH THIS MINIMUM RATE SHALL BE CHECKED PRIOR TO CONSTRUCTION APPROVAL OF THE PAVEMENT. COMPLIANCE MAY BE CHECKED USING A SIMPLE BUCKET TEST IN WHICH 5 GALLONS OF WATER IS POURED ONTO THE PAVEMENT SURFACE ALL AT ONCE. IF ONLY A MINOR AMOUNT OF WATER PONDS OR RUNS OFF THE SURFACE, THEN THE PAVEMENT IS CONSIDERED TO MEET THE MINIMUM RATE OF ABSORPTION. AT LEAST ONE TEST SHALL BE CONDUCTED PER 1,000 SQUARE FEET OF PERMEABLE PAVEMENT. IF THIS TEST IS NOT CONCLUSIVE, THEN ANOTHER TEST PER ASTM C1701 SHALL BE CONDUCTED. FOR LARGE AREAS (E.G., PARKING AREAS), TESTING OBSERVATION MAY BE ACCOMPLISHED WHILE WALKING BEHIND A SLOWLY MOVING WATER TRUCK DISCHARGING WATER AT A RATE SIMILAR TO THE BUCKET TEST. PERMEABLE PAVERS SHALL BE TESTED USING ASTM C1781. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 267.10 PUBLIC WORKS SURFACE WATER STANDARD PLAN PPR D: DEPARTMENT NOTES (2 OF 2) GAZ 9/28/2018 1 Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 EROSION AND SEDIMENT CONTROL (ESC) STANDARD PLAN NOTES: THE FOLLOWING IS A LISTING OF GENERAL NOTES THAT SHALL BE INCORPORATED IN THE EROSION AND SEDIMENT CONTROL (ESC) PLAN SET. ALL THE NOTES ON THE LIST MAY NOT PERTAIN TO EVERY PROJECT. THE APPLICANT OR OWNER, HEREBY REFERRED TO AS APPLICANT, MAY STRIKE OUT IRRELEVANT NOTES IF NOT APPLICABLE TO THE PROJECT. HOWEVER, THE APPLICANT SHALL NOT RENUMBER NOR EDIT THE REMAINING NOTES. IF ADDITIONAL NOTES ARE NEEDED FOR SPECIFIC ASPECTS, THEY SHALL BE ADDED AFTER THE ESC STANDARD PLAN NOTES. 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE -CONSTRUCTION MEETING SHALL BE HELD AMONG THE CITY OF RENTON, HEREBY REFERRED TO AS THE CITY, THE APPLICANT, AND THE APPLICANT'S CONTRACTOR. 2. THE APPLICANT IS RESPONSIBLE FOR OBTAINING THE WASHINGTON STATE DEPARTMENT OF ECOLOGY (ECOLOGY) CONSTRUCTION STORMWATER GENERAL PERMIT, IF IT IS REQUIRED FOR THE PROJECT. THE APPLICANT SHALL PROVIDE THE CITY COPIES OF ALL MONITORING REPORTS PROVIDED TO ECOLOGY ASSOCIATED WITH THE CONSTRUCTION STORMWATER GENERAL PERMIT. 3. THE ESC PLAN SET SHALL INCLUDE AN ESC CONSTRUCTION SEQUENCE DETAILING THE ORDERED STEPS THAT SHALL BE FOLLOWED FROM CONSTRUCTION COMMENCEMENT TO POST -PROJECT CLEANUP IN ORDER TO FULFILL PROJECT ESC REQUIREMENTS. 4. THE BOUNDARIES OF THE CLEARING LIMITS, SENSITIVE AREAS AND THEIR BUFFERS, AND AREAS OF VEGETATION PRESERVATION AND TREE RETENTION AS PRESCRIBED ON THE PLAN(S) SHALL BE CLEARLY DELINEATED BY FENCING AND PROTECTED IN THE FIELD IN ACCORDANCE WITH APPENDIX D OF THE CITY OF RENTON SURFACE WATER DESIGN MANUAL (RENTON SWDM) PRIOR TO THE START OF CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO DISTURBANCE BEYOND THE CLEARING LIMITS SHALL BE PERMITTED. THE CLEARING LIMITS SHALL BE MAINTAINED BY THE APPLICANT/ESC SUPERVISOR FOR THE DURATION OF CONSTRUCTION. 5. STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE PROJECT. ADDITIONAL MEASURES, SUCH AS CONSTRUCTED WHEEL WASH SYSTEMS OR WASH PADS, MAY BE REQUIRED TO ENSURE THAT ALL PAVED AREAS ARE KEPT CLEAN AND TRACK -OUT TO ROAD RIGHT OF WAY DOES NOT OCCUR FOR THE DURATION OF THE PROJECT. IF SEDIMENT IS TRACKED OFFSITE, PUBLIC ROADS SHALL BE CLEANED THOROUGHLY AT THE END OF EACH DAY, OR MORE FREQUENTLY DURING WET WEATHER, AS NECESSARY TO PREVENT SEDIMENT FROM ENTERING WATERS OF THE STATE. 6. WASHOUT FROM CONCRETE TRUCKS SHALL BE PERFORMED OFF -SITE OR IN DESIGNATED CONCRETE WASHOUT AREAS ONLY. DO NOT WASH OUT CONCRETE TRUCKS ONTO THE GROUND, OR TO STORM DRAINS OR OPEN DITCHES. ON -SITE DUMPING OF EXCESS CONCRETE SHALL ONLY OCCUR IN DESIGNATED CONCRETE WASHOUT AREAS. 7. ALL REQUIRED ESC BMPS SHALL BE CONSTRUCTED AND IN OPERATION PRIOR TO LAND CLEARING AND/OR CONSTRUCTION TO PREVENT TRANSPORTATION OF SEDIMENT TO SURFACE WATER, DRAINAGE SYSTEMS AND ADJACENT PROPERTIES. ALL ESC BMPS SHALL BE MAINTAINED IN A SATISFACTORY CONDITION UNTIL SUCH TIME THAT CLEARING AND/OR CONSTRUCTION IS COMPLETE AND POTENTIAL FOR ON -SITE EROSION HAS PASSED. ALL ESC BMPS SHALL BE REMOVED AFTER CONSTRUCTION IS COMPLETED AND THE SITE HAS BEEN STABILIZED TO ENSURE POTENTIAL FOR ON -SITE EROSION DOES NOT EXIST. THE IMPLEMENTATION, MAINTENANCE, REPLACEMENT, ENHANCEMENT, AND REMOVAL OF ESC BMPS SHALL BE THE RESPONSIBILITY OF THE APPLICANT. 8. ANY HAZARDOUS MATERIALS OR LIQUID PRODUCTS THAT HAVE THE POTENTIAL TO POLLUTE RUNOFF SHALL BE DISPOSED OF PROPERLY. 9. THE ESC BMPS DEPICTED ON THIS DRAWING ARE INTENDED TO BE MINIMUM REQUIREMENTS TO MEET ANTICIPATED SITE CONDITIONS. AS CONSTRUCTION PROGRESSES AND UNEXPECTED OR SEASONAL CONDITIONS DICTATE, THE APPLICANT SHALL ANTICIPATE THAT MORE ESC BMPS WILL BE NECESSARY TO ENSURE COMPLETE SILTATION CONTROL ON THE PROPOSED SITE. DURING THE COURSE OF CONSTRUCTION, IT SHALL BE THE OBLIGATION AND RESPONSIBILITY OF THE APPLICANT TO ADDRESS ANY NEW CONDITIONS THAT MAY BE CREATED BY THE ACTIVITIES AND TO PROVIDE ADDITIONAL ESC BMPS, OVER AND ABOVE MINIMUM REQUIREMENTS, AS MAY BE NEEDED, TO PROTECT ADJACENT PROPERTIES AND WATER QUALITY OF THE RECEIVING DRAINAGE SYSTEM. 10. APPROVAL OF THIS PLAN IS FOR ESC ONLY. IT DOES NOT CONSTITUTE AN APPROVAL OF STORM DRAINAGE DESIGN, SIZE NOR LOCATION OF PIPES, RESTRICTORS, CHANNELS, OR STORMWATER FACILITIES. 11. ANY DEWATERING SYSTEM NECESSARY FOR THE CONSTRUCTION OF STORMWATER FACILITIES SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL. 12. ANY AREAS OF EXPOSED SOILS, INCLUDING ROADWAY EMBANKMENTS, THAT WILL NOT BE DISTURBED FOR TWO DAYS DURING THE WET SEASON (OCTOBER 1ST THROUGH APRIL 30TH) OR SEVEN DAYS DURING THE DRY SEASON (MAY 1ST THROUGH SEPTEMBER 30TH) SHALL BE IMMEDIATELY STABILIZED WITH THE APPROVED ESC COVER METHODS (E.G., SEEDING, MULCHING, PLASTIC COVERING, ETC.) IN CONFORMANCE WITH APPENDIX D OF THE RENTON SWDM. 13. WET SEASON ESC REQUIREMENTS APPLY TO ALL CONSTRUCTION SITES BETWEEN OCTOBER 1 ST AND APRIL 30TH, UNLESS OTHERWISE APPROVED BY THE CITY. 14. ANY AREA NEEDING ADDITIONAL ESC MEASURES, NOT REQUIRING IMMEDIATE ATTENTION, SHALL BE ADDRESSED WITHIN SEVEN (7) DAYS. 15. THE ESC BMPS ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED AT A MINIMUM OF ONCE A MONTH OR WITHIN 24 HOURS FOLLOWING A STORM EVENT. INSPECTION AND MAINTENANCE SHALL OCCUR MORE FREQUENTLY AS REQUIRED BY THE CITY. 16. BEFORE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITY, CATCH BASIN INSERTS PER THE CITY STANDARD PLAN 216.30 SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE INLET WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. ALL CATCH BASIN INSERTS SHALL BE PERIODICALLY INSPECTED AND REPLACED AS NECESSARY TO ENSURE FULLY FUNCTIONING CONDITION. 17. AT NO TIME SHALL SEDIMENT ACCUMULATION EXCEED 213 OF THE CAPACITY OF THE CATCH BASIN SUMP. ALL CATCH BASINS AND CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT -LADEN WATER INTO THE DOWNSTREAM SYSTEM. 18. ANY PERMANENT STORMWATER FACILITY LOCATION USED AS A TEMPORARY SETTLING BASIN SHALL BE MODIFIED WITH THE NECESSARY ESC BMPS AND SHALL PROVIDE ADEQUATE STORAGE CAPACITY. IF THE TEMPORARY FACILITY IS TO ULTIMATELY FUNCTION AS AN INFILTRATION SYSTEM IN ITS PERMANENT STATE, THE TEMPORARY FACILITY SHALL BE ROUGH GRADED SO THAT THE BOTTOM AND SIDES ARE AT LEAST THREE FEET ABOVE THE FINAL GRADE OF THE PERMANENT FACILITY. 19. AREAS DESIGNATED ON THE PLAN(S) CONTAINING EXISTING STORMWATER FACILITIES OR ON -SITE BMPS (AMENDED SOILS, BIORETENTION, PERMEABLE PAVEMENT, ETC.) SHALL BE CLEARLY FENCED AND PROTECTED USING ESC BMPS TO AVOID SEDIMENTATION AND COMPACTION DURING CONSTRUCTION. 20. PRIOR TO THE BEGINNING OF THE WET SEASON (OCTOBER 1ST), ALL DISTURBED AREAS SHALL BE INSPECTED TO IDENTIFY WHICH ONES SHALL BE SODDED OR SEEDED IN PREPARATION FOR THE WINTER RAINS. DISTURBED AREAS SHALL BE SODDED OR SEEDED WITHIN ONE WEEK OF THE BEGINNING OF THE WET SEASON. AN EXHIBIT OF THOSE AREAS TO BE SODDED OR SEEDED AND THOSE AREAS TO REMAIN UNCOVERED SHALL BE SUBMITTED TO THE CITY FOR REVIEW. 21. PRIOR TO FINAL CONSTRUCTION ACCEPTANCE, THE PROJECT SITE SHALL BE STABILIZED TO PREVENT SEDIMENT -LADEN WATER FROM LEAVING THE PROJECT SITE, ALL ESC BMPS SHALL BE REMOVED, AND STORMWATER CONVEYANCE SYSTEMS, FACILITIES, AND ON -SITE BMPS SHALL BE RESTORED TO THEIR FULLY FUNCTIONING CONDITION. ALL DISTURBED AREAS OF THE PROJECT SITE SHALL BE VEGETATED OR OTHERWISE PERMANENTLY STABILIZED. AT A MINIMUM, DISTURBED AREAS SHALL BE SODDED OR SEEDED AND MULCHED TO ENSURE THAT SUFFICIENT COVER WILL DEVELOP SHORTLY AFTER FINAL APPROVAL. MULCH WITHOUT SEEDING IS ADEQUATE FOR AREAS TO BE LANDSCAPED BEFORE OCTOBER 1 ST. 22. ROCKERIES ARE CONSIDERED TO BE A METHOD OF BANK STABILIZATION AND EROSION CONTROL. ROCKERIES SHALL NOT BE CONSTRUCTED TO SERVE AS RETAINING WALLS. ALL ROCKERIES IN CITY ROAD RIGHTS -OF -WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH CITY STANDARDS. ROCKERIES OUTSIDE OF ROAD RIGHTS -OF -WAY SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 268.00 PUBLIC WORKS EROSION AND SEDIMENT CONTROL PPR D DEPARTMENT GAZ 9/28/2018 STANDARD PLAN NOTES Public Works Administrator DATE :45