Loading...
HomeMy WebLinkAboutContract Printed on Recycled Paper Award Date: May 24, 2021 CAG-21-038 Awarded to: Diversified Holdings NW, LLC 9811 192nd Ave E Bonney Lake, WA. 98391 City of Renton Heather Downs Detention Pond Water Quality Retrofit Project Project No. SWP-27-3989 April 2021 The project is funded in part by the Washington State Department of Ecology City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Ken Srilofung 206-422-9720 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications CITYOFRENTONRENTON,WASHINGTONCONTRACTDOCUMENTSfortheHeatherDownsDetentionPondWaterQualityRetrofitProjectPROJECTNO.SWP-27-39$9April2021BIDDINGREQUIREMENTSCONTRACTFORMSCONDITIONSOFTHECONTRACTSPECIFICATIONSPLANS03/9/2021CITYOFRENTON1055SouthGradyWayRenton,WA98057PrintedonRecycledPaper Owner or tradesperson Principals WEBB, MATTHEW STEVEN, PARTNER/MEMBER Doing business as DIVERSIFIED HOLDINGS NW LLC 9811 192ND AVE E BONNEY LAKE, WA 98391 253-312-7350 PIERCE County WA UBI No. 604 399 638 Business type Limited Liability Company Construction Contractor Active Meets current requirements. License specialties GENERAL License no. DIVERHN802DR Effective — expiration 03/19/2020— 03/19/2022 American Contractors Indem CO Bond account no. 100489460 $12,000.00 Received by L&I 03/19/2020 Effective date 03/18/2020 Expiration date Until Canceled Associated Industries Ins Co I Policy no. AES1196211-01 $1,000,000.00 Received by L&I 03/17/2021 Effective date 03/18/2021 Expiration date 03/18/2022 DIVERSIFIED HOLDINGS NW LLC License Verify the contractor’s active registration / license / certification (depending on trade) and any past violations. Bond Insurance  (https://lni.wa.gov) Page 1 of 2DIVERSIFIED HOLDINGS NW LLC 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/1FT78YS2.htm L&I Account ID 842,280-00 Account is current. 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. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business. Washington allows the use of apprentices registered with Oregon or Montana. Contact the Oregon Bureau of Labor & Industries or Montana Department of Labor & Industry to verify if this business has apprentices. Workers’ Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers’ comp premiums. Doing business as DIVERSIFIED HOLDINGS NW Estimated workers reported Quarter 1 of Year 2021 ''0'' Workers L&I account contact T0 / DALE MCMASTER (360)902-5617 - Email: MCMS235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training– Effective July 1, 2019 Completed the training on 3/23/2020 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 & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. Page 2 of 2DIVERSIFIED HOLDINGS NW LLC 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/1FT78YS2.htm Department of Labor & Industries Certificate of Workers' Compensation Coverage June 7, 2021 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of WA UBI No. 604 399 638 L&I Account ID 842,280-00 Legal Business Name DIVERSIFIED HOLDINGS NW LLC Doing Business As DIVERSIFIED HOLDINGS NW Workers' Comp Premium Status: Account is current. Estimated Workers Reported (See Description Below) Quarter 1 of Year 2021 ''0'' Workers Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. DIVERHN802DR License Expiration 03/19/2022 Page 1 of 2DIVERSIFIED HOLDINGS NW LLC 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/D1F8SC6Y.htm subrogation (See RCW 51.12.050 and 51.16.190). Page 2 of 2DIVERSIFIED HOLDINGS NW LLC 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/D1F8SC6Y.htm General Business License 2021 License Number 54551 UBI 6043996383505668 www.FileLocal.org Zoning Restrictions: Expires: 1/31/2022 Licensee: Diversified Holdings NW, LLC. Diversified Holdings NW, LLC. 9811 192nd Ave E Bonney Lake, WA 98391-8008 City of Renton 1055 Grady Way Renton, WA 98057 425-430-6851 http://www.rentonwa.gov tax@rentonwa.gov City of Renton Issued: 6/3/2021 03 Contents-2019-HeatherDowns\ CITY OF RENTON Heather Downs Detention Pond Water Quality Retrofit Project SWP-27-3989 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Instructions to Bidders Call for Bids Contract Section *Bid Bond Form *Dept. of Labor and Industries Certificate Registration *Proposal and Combined Affidavit & Certificate Form: (Non-Collusion, Anti-Trust Claims, Minimum Wage) *Schedule of Prices *Acknowledgement of Receipt of Addenda *Certification of Compliance with Wage Payment Statues ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal – Aid FHWA) ❖Retainage Selection Insurance Requirements Wash. State Prevailing Hourly Wage Rates Reference Renton Certificate of Payment of Prevailing Wages City of Renton SPECIAL PROVISIONS WSDOT Amendments Reference Traffic Control Information Geotechnical Report Construction Stormwater Pollution Prevention Plan (CSWPPP) King County Industrial Waste Program Construction Dewatering Application Construction Plans (Full Size 22x34) Standard Plans and 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 CITY OF RENTON - Public Works Department 06a-Scope 202020\ CITY OF RENTON Heather Downs Detention Pond Water Quality Retrofit Project SWP-27-3989 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: Creating stormwater water quality treatment storage within an existing detention pond by excavating and disposing of native materials. Other works will include. • Installation of low permeable liner materials • Installation of one 54” diameter of type 2 catch basin with overflow structure • Installation of one 54” diameter of type 2 catch basin with control structure • Installation of one 48” diameter of type 2 catch basin • Installation of four type 1 catch basin • Installation of approximately 110 linear feet of 12-inch DI • Installation of 50 linear feet of 18-inch CPEP • Installation of 22 linear feet of 24-inch CPEP • Removal and installation of chain link fence and gates • Removal of structures and obstructions • Planting, surveying, temporary dewatering and final project restorations. The estimated project cost is $265,000 to $355,000. A total of 60 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. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted The bids will be publicly opened and read via Zoom video conference 60 minutes after the bid closing, after which the bids will be considered and the award made as early as practicable.No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. It is anticipated that this project will be funded by the Washington State Department of Ecology. Neither the State of Washington nor any of its department or employees are, or shall be, a party to this contract or any subcontract. 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. Submit questions via e-mail to ksrilofing@rentonwat.gov. The bidder shall include “Bid Question- Heather Downs Detention Pond Water Quality Retrofit Project” in the subject line. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. 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 by check or electronic transfer 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 therefor 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 issue 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 "2020 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 Certification of Compliance with Wage Payment Statutes Form?  Have you reviewed the Prevailing Wage Requirements?  Have you submitted Dept. of Labor and Industries Certificate of Registration Form?  Have you submitted Proposal and Combined Affidavit & Certificate Form?  Have you certified Receipt of Addenda, if any? CAG-21-038 CITY OF RENTON CALL FOR BIDS Heather Downs Detention Water Quality Retrofit Project SWP-27-3989 Sealed bids will be received until 2:00 p.m. Thursday, April 15, 2021, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be accepted. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m. Thursday, April 15, 2021 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. • Please include bidder’s name, address, and the name of the project on the envelope • The bid opening meeting can be accessed via videoconference by clicking this link to join the ZOOM meeting: https://us02web.zoom.us/j/84760564617?pwd=TUJRZm5keCtYM2JlR1Q4SkpKZkM0dz09 • Using the Zoom app: Meeting ID: 847 6056 4617; Password: 120496 • Via telephone by dialing: 253-215-8782, 84760564617#, 120496# • Zoom is free to use and is available at https://zoom.us/ The work to be performed within 60 working days from the date of commencement under this contract shall include, but not be limited to: • Constructing stormwater water quality treatment storage within an existing detention pond by excavating and disposing of native materials. • Installing permeable liner materials and chain link fence and gates. • installing storm drain pipes, catch basins, flow control structure, overflow structure. • Removing structures and obstructions. • Planting, surveying, temporary dewatering, and final restoration. • Temporary traffic control measures in accordance with contract documents and applicable to City of Renton and MUTCD standards and requirements The estimated project cost is $265,000 to $355,000. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids. 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 March 29, 2021. 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”, “Project’s Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Call for Bids.” Should you required further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Questions about the project shall be addressed to, Ken Srilofung, City of Renton, Public Works Dept., (206) 422-9720 or ksrilofung@rentonwa.gov. 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. Jason A. Seth, MMC, City Clerk Published: Daily Journal of Commerce March 29, 2021 Daily Journal of Commerce April 5, 2021 ‘4’‘IProposalBidBondKNOWALLMENBYTHESEPRESENTS,Thatwe,[Contractor)DiversifiedHoldingsNWLLC_____________of[address]9811192ndAveE,BonneyLake,WA98391•asPrincipal,OldRepublicSuretyCompanyand[Surety)acorporationdulyorganizedunderthelawsoftheStateofWisconsinandauthorizedtodobusinessintheStateofWashington,asSurety,areheldandfirmlybounduntotheCityofRentoninthesumoffive(5)percentofthetotalamountofthebidproposalofsaidPrincipalfortheworkhereinafterdescribed,forthepaymentofwhich,wellandtrulytobemade,webindourselves,ourheirs,executors,administratorsandassigns,andsuccessorsandassigns,jointlyandseverally,firmlybythesepresents.Theconditionofthisbondissuch,thatwhereasthePrincipalhereinisherewithsubmittinghis/herorItssealedproposalforthefollowingproject,towit:HeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-3989saidbidandproposal,byreferencethereto,beingmadeaparthereof.NOW,THEREFORE,ifthesaidproposalbidbysaidPrincipalbeaccepted,andthecontractbeawardedtosaidPrincipal,andifsaidPrincipalshalldulymakeandenterintoandexecutesaidcontractandshallfurnishperformancebondasrequiredbytheCityofRentonwithinaperiodoften(10)daysfromandaftersaidaward,exclusiveofthedayofsuchaward,thenthisobligationshallbenullandvoid,otherwiseitshallremainandbeinfullforceandeffect,INTHEEVENTthePrincipal,followingaward,failstoexecuteanAgreementwiththeCityofRentoninaccordancewiththetermsoftheProposalandfurnishaperformancebondwithSuretyorSuretiesapprovedbytheCityofRentonwithinten(10)daysfromandaftersaidaward,thenPrincipalshallforfeittheBidBond/BidProposalDepositorSuretyshallimmediatelypayandforfeittotheCityofRentontheamountoftheProposalBidBond,assetforthinRCW35A.40.200andRCW35.23.352.INTESTIMONYWHEREOF,thePrincipalandSuretyhavecausedthesepresentstobesignedandsealedthis15thdayofApril2021DiversifiedHoldingsNWtCC[Princial_______aorizèdofficia’natur[Title]QidRepublicSuretyCompanyfurety\IA[S;gnure.auth&izedofficial]-\By:l<ara0Skinner[Attorney-In-Fact]doIntegritySuretyLLC17544MidvaleAveN#300[Address]SeattleWA98133ApprovedbythecityAttorneyon6/03/13(206)546-1397submIssionsintegritysurety.com[TelephoneNumber]ProvidedtoBuildersxchanqcofW,Inc.ForunageConditionsAgreementseewww.bxwa.com-AlwaysVerityScal OLDREPtJBLICSURETYCOMPANYPOWEROFATTORNEYKNOWALLMENBYTHESEPRESENTS:ThatOLDREPUBLICSURETYCOMPANY,aWisconsinstockinsurancecorporation,doesmake,constituteandappoint:Kara0Skinner,CameronL.HuntsuckerofSeattle,WAitstrueandlawfulAttorney(s)-in-Fact,withfullpowerandauthorityforandonbehalfofthecompanyassurety,toexecuteanddeliverandaffixthesealofthecompanythereto(ifasealisrequired),bonds,undertakings.cecognizancesorotherwrittenobligationsinthenaturethereof,(otherthanbailbonds,bankdepositorybonds,mortgagedeficiencybonds,mortgageguarantybonds,guaranteesofinstallmentpaperandnoteguarantybonds,self-insuranceworkerscompensationbondsguaranteeingpaymentofbenefits,asbestosabatementcontractbonds,wastemanagementbands,hazardouswasteremediatlonbondsorblacklungbonds),asfollows:ALLWRITTENINSTRUMENTSandtobindOLDREPUBLICSURETYCOMPANYthereby,andalloftheactsofsaidAttorneys-in-Fact,pursuanttothesepresents,areratifiedandconfirmed.ThisappointmentismadeunderandbyauthorityoftheboardofdirectorsataspecialmeetingheldonFebruary18.1982.ThisPowerofAttorneyissignedandseatedbyfacsimileunderandbytheauthorityofthefollowingresolutionsadoptedbytheboardofdirectorsoftheOLDREPUBLICSURETYCOMPANYonFebruary18.1982.RESOLVEDthat,thepresident,anyvice-presidentorassistantvicepresident,inconjunctionwiththesecretaryoranyassistantsecretary,mayappointattorneys-in-factoragentswithauthorityasdefinedorlimitedintheinstrumentevidencingtheappointmentineachcase,forandonbehalfofthecompanytoexecuteanddeliverandaffixthesealofthecompanytobonds,undertakings,recognizances,andsuretyshipobligationsofallkinds:andsaidofficersmayremoveanysuchattorney-in-factoragentandrevokeanyPowerofAttorneypreviouslygrantedtosuchperson.RESOLVEDFURTHER,thatanybond,undertaking,recognizance,orsuretyshipobligationshallbevalidandbindingupontheCompany(I)whensignedbythepresident,anyvicepresidentorassistantvicepresident,andattestedandsealed(ifaseatberequired)byanysecretaryorassistantsecretary:or(ii)whensignedbythepresident,anyvicepresidentorassistantvicepresident,secretaryorassistantsecretary.andcountersignedandsealed(ifasealberequired)byadulyauthorizedattorney-In-factoragent:or(hi)whendulyexecutedandsealed(ifasealberequired)byoneormoreattorneys-in-factoragentspursuanttoandwithinthelimitsoftheauthorityevidencedbythePowerofAttorneyissuedbythecompanytosuchpersonorpersons.RESOLVEDFURTHERthatthesignatureofanyauthorizedofficerandtheseatofthecompanymaybeaffixedbyfacsimiletoanyPowerofAttorneyorcertificationthereofauthorizingtheexecutionanddeliveryofanybond,undertaking,recognizance,orothersuretyshipobligationsofthecompany:andsuchsignatureandsealwhensousedshallhavethesameforceandeffectasthoughmanuallyaffixed.INWITNESSWHEREOF,OLDREPUBLICSURETYCOMPANYhascausedthesepresentstobesignedbyitsproperofficer,anditscorporatesealtobeaffixedthis30thdayofMatch,2020OLDREPUBLICSURETYCOMPANYProsdentSTATEOFWISCONSIN,COUNTYOFWAUKESHA-SSOnthis30thdayofMarch,2020,personallycamebeforeme,AlanPavlicandKarenJHaffner,tomeknowntobetheindividualsandofficersottheOLDREPUBLICSURETYCOMPANYwhoexecutedtheaboveinstrument,andtheyeachacknowledgedtheexecutionofthesame,andbeingbymedLllysworn,didseverallydeposeandsay:thattheyarethesaidofficersofthecorporationaforesaid,andthatthesealaffixedtotheaboveinstrumentIsthesealofthecorporation,andthatsaidcorporatesealandtheirsignaturesassuchofficersweredulyaffixedandsubscribedtothesaidinstrumentbytheauthorityoftheboardofdirectorsofsaidcorporation.A%44v(.&i16DXo1ayPiIiMyCommissionExpires:Seotembet28,2022CERTIFICATEExplrationofnotary’scommissiondoesnotinvalidatethisinstrument)I,theundersigned,assistantsecretaryoftheOLDREPUBLICSURETYCOMPANY,aWisconsincorporation,CERTIFYthattheforegoingandattachedPowerofAttorneyremainsinfullforceandhasnotbeenrevoked:ana1urthi:’more,thattheResolutionsoftheboardofdirectorssetforthinthePowerofAttorney,arenowinforce.SU,,°°“15thApril20789240SEALSignedandsa)edatthet.ityofDrookileki.WIthis_____________dayof___________________________OSC226il3-°JcZAJ4Lt4ILL)L’IntegritySurety,Inc DepartmentofLaborandIndustries®CertificateofRegistrationNameonRegistration:vc-s1\iz.l’Js)LL—ReisfrationNumber:(0999c.o2ExpirationDate:I9—0Note:Acopyofthecertificatewillberequestedaspartofcontractexecutionwhenprojectisawarded. Proposal-Pagelof2CITYOFRENTONHeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-3989Proposal&CombinedAffidavit&CertificateFormTOTHECITYOFRENTONRENTON,WASHINGTONLadiesand/orGentlemen:Theundersignedherebycertifythatthebidderhasexaminedthesiteoftheproposedworkandhavereadandthoroughlyunderstandtheplans,specificationsandcontractgoverningtheworkembracedinthisimprovement,andthemethodbywhichpaymentwillbemadeforsaidwork,andherebyproposetoundertakeandcompletetheworkembracedinthisimprovement,orasmuchthereofascanbecompletedwiththemoneyavailable,inaccordancewiththesaidplans,specifications,contractandscheduleofprices.Theundersignedfurthercertifiesandagreestothefollowingprovisions:NON-COLLUSIONAFFIDAVITBeingdulysworn,deposesandsays,thatheistheidenticalpersonwhosubmittedtheforegoingproposalorbid,andthatsuchbidisgenuineandnotshamorcollusiveormadeintheinterestoronbehalfofanypersonnotthereinnamed,andfurther,thatthedeponenthasnotdirectlyinducedorsolicitedanyotherBidderontheforegoingworkorequipmenttoputinashambid,oranyotherpersonorcorporationtorefrainfrombidding,andthatdeponenthasnotinanymannersoughtbycollusiontosecuretohimselfortoanyotherpersonanyadvantageoverotherBidderorBidders.ANDCERTIFICATIONRE:ASSIGNMENTOFANTI-TRUSTCLAIMSTOPURCHASERVendorandpurchaserrecognizethatinactualeconomicpracticeoverchargesresultingfromanti-trustviolationsareinfactusuallybornebythepurchaser.Therefore,vendorherebyassignstopurchaseranyandallclaimsforsuchover-chargesastogoodsandmaterialspurchasedinconnectionwiththisorderorcontract,exceptastooverchargesresultingfromanti-trustviolationscommencingafterthedateofthebid,quotation,orothereventestablishingthepriceunderthisorderorcontract.Inaddition,vendorwarrantsandrepresentsthatsuchofhissuppliersandsubcontractorsshallassignanyandallsuchclaimstopurchaser,subjecttotheaforementionedexception.ANDMINIMUMWAGEAFFIDAVITFORMI,theundersigned,havingbeendulysworn,deposed,sayandcertifythatinconnectionwiththeperformanceoftheworkofthisproject,Iwillpayeachclassificationoflaborer,workman,ormechanicemployedintheperformanceofsuchwork;notlessthantheprevailingrateofwageornotlessthantheminimumrateofwagesasspecifiedintheprincipalcontract. Ct0r.3ci)4-_cor1-a)CCuo_a)—Cua)VI•CoVIoIa)4-,C0C-)a)4-,0C-a)4-,ct.4-ta)-CCCD‘cIjVI3—’DCa)a)—0t>E.9.Ca)4-,-.9Cciia).C>4-,o.c-Ctía0‘4-a)4--a)4-’VIVICaa)a)I-C-)Ca)Ca>4--’0zuJU,UD0HC-tI-JUH(I,DITHzU-0HzU-)z(9(FlVIH>0UU05DO0<UUJ0<-JvD0z0U-VII\N000U“00JGi0CC.a)VIía-a)-arZCf,4-’íaa)3--’CC0o-UQVIa)L.Cxa)4-,Ca)S4-’C0CCía4-,0>zr32(i(:4-VD>00.-cVII.a)C4-,Iíaa).0E3-’VIía12C4-’ot,o0Ca)12VIía4-a)oa)03-,C‘I]324-0VItaCC.2.2-c.4-’4-’4--’íaCaI—_I..o0C.C.%o0ou-4-4-a)oo.4-’>CC-taa)ía12VI4-CC-C-fl.24-4-4-’ooa)a)0CCC.4-4_4-caíaQzzoSI—J) CITYOFRENTONSCHEDULEOFPRICESHeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-3983SalesTaxRule171AppliesToThisProject(TaxExempt)SEESECTION1-09.14OFTHESPECIALPROVISIONSFORBIDITEMS.*Note:ShowUNITPRICEandTOTALAMOUNTinFIGURESonlyITEMWITHUNITPRICEDBIDAPPROX.1UNITPRICE*1TOTALAMOUNT*QUANTITYJDollarsCentsJDollarsCentsAlMOBILIZATION1$10000.00$10,000.00LSPerLSA2MINORCHANGES1$15,000.00$15000.00EST.PerEST.PROJECTTEMPORARYTRAFFICA3CONTROL1$6,000.00$6,000.00LSPerLSCONSTRUCTIONSURVEYING,A4STAKINGANDAS-BUILTS1$3,000.00$3,000.00LSPerLSA5SITEPOTHOLES3$200.00$600.00EAPerEATEMPORARYWATERPOLLUTIONA6PREVENTIONANDIMPLEMENTATIONI$1,000.00LSPerLSREMOVALOFSTRUCTURESANDAZOBSTRUCTIONS1$8,000.00$8,000.00LSPerLSA8REMOVEANDREPLACECONCRETE7$3,500.00SIDEWALKSYPerSYREMOVEANDREPLACECONCRETEA9CURBANDGUTTER12$100.00$1,200.00LFPerLFCONTROLOFWATER(INCLUDESAlOSTORMDRAINBYPASSES)I$500.00LSPerLSSTORMDRAINPIPE18INCHAllDIAMETER-CPEP50$1,250.00LFPerLFSTORMDRAINPIPE24INCHA12DIAMETER-CPEP22$25.00$550.00LFPerLFA13SELECTIMPORTEDTRENCHBACKFILL30$35.00$1,050.00TNPerTNScheduleofPricesPage1of5 CITYOFRENTONSCHEDULEOFPRICESHeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-39$9SalesTaxRule171AppliesToThisProject(TaxExempt)SEESECTION1-09.14OfTHESPECIALPROVISIONSFORBIDITEMS.*Note;ShowUNITPRICEandTOTALAMOUNTinFIGURESonlyITEMAPPROX.UNITPRICE*TOTALAMOUNT*NO.ITEMWITHUNITPRICEDBIDQUANTITYDollarsCentsDollarsCentsEXISTINGTYPE2CATCHBASIN#2165A14MODIFICATIONSI$500.00$500.00LSPerLSTYPE2CB54-INCHDIAMETERWITHA15OVERFLOWSTRUCTURE1$2,718.18$2,718.18EAPerEAA16TYPE2CATCHBASIN48’DIAMETERI$1,299.49EAPerEATYPE2CB54-INCHDIAMETERA17CONTROLSTRUCTURE1$1,211.41$1,211.41____EAPerEACONNECTTOEXISTINGSTORMA18STRUCTURE3$1,500.00EAPerEAA19DEWATERING1$500.00LSPerLSPONDEXCAVATIONINCL.HAULANDA20DISPOSALI$2,500.00$2,500.00LSPerLSA21TRENCHSAFETYSYSTEMSI$500.00LSPerLSREMOVALANDREPLACEMENTOF6-FTHEIGHCHAINLINKFENCE(INCLUDINGA22SLATS)338—$60.00$20,280.00LFPerLFREMOVALANDREPLACEMENTOF6-FrA23HIGHCHAINLINKGATE(INCLUDING2$2•00$500.00SLATS)EAPerEAA24HMACLASSI/2”-64-222$370.00____TONPerTONScheduleofPricesPage2of5 CITYOFRENTONSCHEDULEOFPRICESHeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-3989SalesTaxRule171AppliesToThisProject(TaxExempt)SEESECTION1-09.14OFTHESPECIALPROVISIONSFORBIDITEMS.*Note:ShowUNITPRICEandTOTALAMOUNTtnFIGURESOnlyITEM[ITEMWITHUNITPRICEDBIDAPPROX.UNITPRICE*TOTALAMOUNT*NO.jQUANTITYDollarsCentsDollarsCentsTEMPORARYCOLDMIXASPHALTA25CONCRETEPATCHI$250.$250.00TONPerTONA26REVEGETATIONWITHHYDROSEED1$3,900.00$3,900.00LSPerLSA27PONDACCESSROAD95$1°$11,875.00SYPerSYA28CONTROLDENSITYFILL(CDF)5$175.00$875.00CYPerCYDECOMMISSIONINGEXISTINGA29MONITORINGWELLI$2,000.00$2,000.00EAPerEAA30COMPOSTAMEMDEDSOIL250$40.00sio,ooo.ooSYPerSYA31PSIPE-JUNCUSEFFUSUS300$11.00$3,300.00EAPerEAA32300$330000PSIPE-SCIRPUSACUTUSEAPerEAA33PSIPE-SCIRPUSMICROSCARPUS300$3,300.00EAPerEAA34LOWPERMEABLECOMPACTEDTILLLINE130$40.00$5,200.00CYPerCYA35PROJECTSIGNI$500.00EAPerEAARCHEOLOGICALANDHISTORICALA36SALVAGEI$20,000.00$20,000.00EST.PerEST.A37CCTVNEWSTORMDRAINPIPE72$360.00LFPerLFScheduleofPricesPage3of5 CITYOFRENTONSCHEDULEOFPRICESHeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-3989SalesTaxRule171AppliesToThisProject(TaxExempt)SEESECTION1-09.14OFTHESPECIALPROVISIONSFORBIDITEMS.*Note:ShowUNITPRICEandTOTALAMOUNTinFIGURESonlyITEMITEMWITHUNITPRICEDBIDAPPROX.UNITPRICE*TOTALAMOUNT*NO.QUANTITYDollarsCentsDollarsCentsA38COVID-19HEALTHANDSAFETYPLANI$500.00$500.00(CHSP)ANDIMPLEMENTATIONLSPerLSBiMOBILIZATIONI$3,000.00$3,000.00LSPerLSB2MINORCHANGES1$7,500.00$7500.00EST.PerEST.B3PROJECTIEMPOPARYTRAFFIC1$3,500.00$3,500.00CONTROLLSPerLSB4CONSTRUCTIONSURVEYING,I$3,000$3,000.00STAKINGANDAS-BUILTSLSPerLSB5TEMPORARYWATERPOLLUTIONI$1,000.00$1,000.00PREVENTIONLSPerLSB6REMOVALOFSTRUCTURESANDI‘°°°°°$3,000.00OBSTRUCTIONSLSPerLSB7REMOVEANDREPLACECONCRETE6$3,000.00SIDEWALKSYPerSYB8REMOVEANDREPLACECONCRETE25$2,500.00CURBANDGUTTERLFPerLFB9CONTROLOFWATER(INCLUDESI$500.00$500.00STORMDRAINBYPASSES)LSPerLSBlOSTORMDRAINPIPE12INCH15$10.00$5Q0DIAMETER-CONCRETELFPerLFRuSTORMDRAINPIPE12INCH100$100.00$10,000.00DIAMETER-DILFPerLFB12SELECTIMPORTEDTRENCHBACKFILL150$5,250.00TNPerTNScheduleofPricesPage4of5 ‘pCITYOFRENTONSCHEDULEOFPRICESHeatherDownsDetentionPondWaterQualityRetrofitProjectSWP-27-3989SalesTaxRule171AppliesToThisProject(TaxExempt)SEESECTION1-09.14OFTHESPECIALPROVISIONSFORBIDITEMS.*Note:ShowUNITPRICEandTOTALAMOUNTinFIGURESonIyITEMITEMWITHUNITPRICEDBIDAPPROX.UNITPRICE*TOTALAMOUNT*NO.QUANTITYDollarsCentsDollarsCentsB13TYPE1CATCHBASIN4$3.32$1,469.28EAPerEAB14CONNECTTOEXISTINGSTORMI$500.00$500.00STRUCTUREEAPerEAB15DEWATERING1$500.00LSPerLSB16TRENCHSAFETYSYSTEMI$500.00LSPerLSB17HMACLASS1/2-64-2260sii,;oo.ooTONPetTONB18TEMPORARYCOLDMIXASPHALT9$200.00CONCRETEPATCHTONPerTONB19CONTROLDENSITYFILL(CDF)5$150.00$750.00CYPerCYB20CCTVNEWSTORMDRAINPIPE115$575.00LFPerLFB21COVID-19HEALTHANDSAFETYPLANI(CHSP)ANDIMPLEMENTATIONLSPerLSSalesTaxRule171AppliesToThisProject(TaxExempt)TOTAL=$208,983.36ScheduleofPricesPage5of5 CITYOFRENTONHeatherDownsDetentionPondWaterQualityRetrofitProject$WP-27-3989ACKNOWLEDGEMENTOFRECEIPTOFADDENDABysigningbelow,BidderacknowledgesreceiptandunderstandingofdiefollowingAddenda:ACKNOWLEDGEMENTOFRECEIPTOFADDENDANO._____DATE:________________NO._____DATE:_______________NO._____DATE:_________________NO._____DATE:_________________NO.DATE:1j0yiLI’-,tL’5TITLE:me-%-—NAMEOFCOMPANY:%.W\jU_C,ClADDRESS:78t’lj9va.ITY/STATE’ZIP:Dcw-eAVOAJ939ITELEPHONE:3--3-73Ø ThisformmustbesubmittedwiththeBidProposal.CertificationofCompliancewithWagePaymentStatutesThebidderherebycertifiesthat,withinthethree-yearperiodimmediatelyprecedingthebidsolicitationdate,thebidderisnota“willful”violator,asdefinedinRCW49.48.082,ofanyprovisionofchapters49.46,49.48,or49.52RCW,asdeterminedbyafinalandbindingcitationandnoticeofassessmentissuedbytheDepartmentofLaborandIndustriesorthroughaciviljudgmententeredbyacourtoflimitedorgeneraljurisdiction.IcertifyunderpenaltyofperjuryunderthelawsoftheStateofWashingtonthattheforegoingistrueandcorrect.flr-6eTitleL/7_aoajDatePnr’vPLA)iVeCity-JStateCheckOne:SoleProprietorshipEPartnershipJointVentureCorporationLLCStateofIncorporation,orifnotacorporation,Statewherebusinessentitywasformed:Ifaco-partnership,givefirmnameunderwhichbusinessistransacted:acorporation,proposalmustbeexecutedinthecorporatenamebythepresidentorvice-president(oranyothercorporateofficeraccompaniedbyevidenceofauthoritytosign),Ifaco-partnership,proposalmustbeexecutedbyapartner.MkoSb2PrintedNameTemplateupdated2-12-19 14-CONTRACT SECTION-HeatherDownsHeatherDowns\ CONTRACT SECTION INFORMATION ONLY Heather Downs Detention Pond Water Quality Retrofit Project SWP-27-3989 The contract documents in this section must be executed and submitted by the successful Bidder within ten (10) days following the Notice of Award. Bond to the City of Renton Fair Practices Policy Affidavit of Compliance Contract Agreement (Contracts other than Federal - Aid FHWA) Retainage Selection AGREEMENT Y O,o PFN7O CONTRACT NO. 21-038 THIS AGREEMENT, made and entered into this 21st day of June, 2021 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Diversified Holdings NW, LLC, hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECT, SWP-27-3989, [Enter Project number], 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.$208,993.36_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. Secretary CITY OF RENTON: Armando Pavone, Mayor ATTEST Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] Q\Z) L CHECK ONE: ® Limited Liability Company ❑ Partnership 1 ❑ Corporation STATE OF INCORPORATION: Washington CONTRACTOR CONTACT INFORMATION: Diversified Holdings NW, LLC 9811 192ND AVE E BONNEY LAKE, WA 98391 Matthew Webb, 253-312-7350 mwebb@diversifiedholdingsnw.com CITY CONTACT INFORMATION: City of Renton 1055 South Grady Way Renton, WA 98057 Surface Water Utility, Ken Srilofung, 425-430-7247 ksrilofung@rentonwa.gov Fax: 425-430-7241 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 manager must sign followed by his/her title. Heather Downs Detention Pond Water Quality Retrofit Project, [Enter Agreement Name] } SWP-27-3989 [Enter Date] ~' Contract Template Updated 12/29/2017 19a-Insurance Reqmts-Revised 6-17\ Insurance Requirements See City of Renton Insurance Guidelines, sample Acord Certificate, and sample Endorsement form following this page. Also see Special Provisions Section 1-07.18 The ACCORD Certificate holder should be address to: City of Renton ATTN: Ken Srilofung, Surface Water Utility 1055 South Grady Way Renton, WA 98057 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&I or excess coverage policy number). • Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. • $1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. • $1,000,000 Pollution Liability – Required if work involves a pollution risk to the environment. • Builders Risk – May be required up to the amount of the completed value of a new building or major construction project. • $1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property Damage Liability). Required coverage only for aircraft tie-down leases. Requirements unique to the City of Renton: • Name the City of Renton as a certificate holder and a Primary and Non-Contributory Additional Insured on the policy (applies to Commercial General, Auto Liability, Excess/ Umbrella, Special Event, and Aircraft Liability policies; does not apply to Professional Liability and Workers’ Compensation). • 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: Kelsey R. Ternes, Risk Manager 425-430-7669 kternes@rentonwa.gov Revised 12/14/20 05/25/2021 American Family Brokerage Inc 6000 American Parkway Madison WI 53783 Satina Marie Simeona (253) 299-6488 slopez1@amfam.com Diversified Holdings NW LLC 9811 192nd Ave E Bonney Lake WA 98391 Mesa Underwriters Specialty A Y Y MP0048003000512 05/14/2021 05/14/2022 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 N City of Renton 1055 South Grady Way Renton WA 98057 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS AUTOSAUTOS NON-OWNEDHIRED AUTOS SCHEDULEDALL OWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD x n/a 03753774 06/01/2021 06/01/2022 1,000,000.00 The Certificate Holder is listed as an Additional Insured and also holds Primary and Non-Contributory status Under-insured & uninsured Motorist Bodily Injury $1,000,000 combined single limit Under-insured & Uninsured Motorist Property Damage $25,000 each accident 2012 HONDA CIVIC VIN: 2HGFB2F5XCH952651 Endorsement # Named Insured: Policy Number:Effective Date: (The above information is required only when this form is added after the policy is issued) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. All other terms and conditions of this policy remain unchanged. MUS 01 01 10006 0412 MESA UNDERWRITERS SPECIALTY INSURANCE COMPANY Authorized Signature Date It is agreed and understood that City of Renton is added an additional insured on form CG2010, as reflected in the following pages. Per Insured's request. Additional Premium: $50.00 Surplus Lines Tax: $1.00 Stamping Fee:  $0.05 TOTAL: $51.05 1 Diversified Holdings NW LLC MP0048003000512 05/25/2021 05/25/2021 Insured Copy AuAuAuAuAuAuAuAuAuAuAuAuAuththththththththththththththorized Signature CG 20 10 04 13 Page 1 of 2© Insurance Services Office, Inc., 2012 The City of Renton As required by contract, only those operations described or classified in the Declarations ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION POLICY NUMBER:COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 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","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. B.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. Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. MP0048003000512 Insured Copy CG 20 10 04 13 Page 2 of 2© Insurance Services Office, Inc., 2012 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. PREVAILING MINIMUM HOURLY WAGE RATES Washington State Prevailing Wage Rate Reference City of Renton Certification of Payment of Prevailing Wages Form 24a-State Prevailing Wages Reference\ WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in _King_ County, may be found at the following website address of the Department of Labor and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx . Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is April 2021. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The Statee of Washinton “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages Paid-Public Works Contract” may be filed online with the Department of Labor and Industries. State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 05/24/2021 County Trade Job Classification Wage HolidayOvertimeNote *Risk Class King Asbestos Abatement Workers Journey Level $52.39 5D 1H View King Boilermakers Journey Level $70.79 5N 1C View King Brick Mason Journey Level $60.57 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non- Scaffold) $29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.98 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $64.84 7A 4U View King Cement Masons Application of all Epoxy Material $64.34 7A 4U View King Cement Masons Application of all Plastic Material $64.84 7A 4U View King Cement Masons Application of Sealing Compound $64.34 7A 4U View King Cement Masons Application of Underlayment $64.84 7A 4U View King Cement Masons Building General $64.34 7A 4U View Page 1 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Cement Masons Composition or Kalman Floors $64.84 7A 4U View King Cement Masons Concrete Paving $64.34 7A 4U View King Cement Masons Curb & Gutter Machine $64.84 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $64.34 7A 4U View King Cement Masons Curing Concrete $64.34 7A 4U View King Cement Masons Finish Colored Concrete $64.84 7A 4U View King Cement Masons Floor Grinding $64.84 7A 4U View King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View King Cement Masons Green Concrete Saw, self- powered $64.84 7A 4U View King Cement Masons Grouting of all Plates $64.34 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $64.34 7A 4U View King Cement Masons Gunite Nozzleman $64.84 7A 4U View King Cement Masons Hand Powered Grinder $64.84 7A 4U View King Cement Masons Journey Level $64.34 7A 4U View King Cement Masons Patching Concrete $64.34 7A 4U View King Cement Masons Pneumatic Power Tools $64.84 7A 4U View King Cement Masons Power Chipping & Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural Finish $64.84 7A 4U View King Cement Masons Screed & Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $64.34 7A 4U View King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $64.84 7A 4U View King Cement Masons Tunnel Workers $64.84 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $118.80 7A 4C View King Divers & Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers & Tenders Diver $118.80 7A 4C 8V View King Divers & Tenders Diver On Standby $76.98 7A 4C View King Divers & Tenders Diver Tender $69.91 7A 4C View King Divers & Tenders Manifold Operator $69.91 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $65.19 7A 4C View King Dredge Workers Assistant Engineer $70.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View King Dredge Workers Boatmen $70.62 5D 3F View Page 2 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Dredge Workers Engineer Welder $71.97 5D 3F View King Dredge Workers Leverman, Hydraulic $73.41 5D 3F View King Dredge Workers Mates $70.62 5D 3F View King Dredge Workers Oiler $70.07 5D 3F View King Drywall Applicator Journey Level $64.94 5D 1H View King Drywall Tapers Journey Level $65.31 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $92.57 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $99.46 7C 4E View King Electricians - Inside Certified Welder $89.44 7C 4E View King Electricians - Inside Certified Welder (tunnel) $96.02 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $86.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $92.57 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructors Mechanic In Charge $108.53 7D 4A View King Fabricated Precast Concrete Products All Classifications - In- Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $79.43 5J 4H View King Heating Equipment Mechanics Journey Level $89.61 7F 1E View King Journey Level $54.01 7A 4V 8Y View Page 3 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Hod Carriers & Mason Tenders King Industrial Power Vacuum Cleaner Journey Level $13.69 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.69 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $76.78 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $52.39 7A 4V 8Y View King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper-paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $53.35 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View Page 4 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $53.35 7A 4V 8Y View King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $53.35 7A 4V 8Y View King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $52.39 7A 4V 8Y View King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $53.35 7A 4V 8Y View King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker & Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $53.35 7A 4V 8Y View King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $54.01 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $53.35 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $52.39 7A 4V 8Y View King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $53.35 7A 4V 8Y View Page 5 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $53.35 7A 4V 8Y View King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $44.40 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $53.35 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $53.35 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $53.35 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View Page 6 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Laborers Track Liner (Power)$53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $129.67 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $134.70 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $138.38 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $144.08 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $146.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $151.30 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $153.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $155.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $157.20 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $54.11 7A 4V 8Y View King Laborers Tunnel Work-Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $52.39 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $53.35 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $40.36 7A 4V 8Y View King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1H View King Marble Setters Journey Level $60.57 7E 1N View King Metal Fabrication (In Shop)Journey Level $41.70 15F 11A View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View Page 7 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $45.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $80.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $89.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $97.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $102.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $104.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 7A 4C View King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.69 1 View King Plumbers & Pipefitters Journey Level $92.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View Page 8 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View Page 9 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators $72.28 7A 3K 8X View Page 10 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi- lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators $73.49 7A 3K 8X View Page 11 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $69.12 7A 3K 8X View Page 12 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of $73.49 7A 3K 8X View Page 13 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Boom (including Jib With Attachments) King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road $73.49 7A 3K 8X View Page 14 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Equipment 45 Yards. & Over King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View Page 15 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi- lift Materials $72.28 7A 3K 8X View King Roto-mill, Roto-grinder $72.84 7A 3K 8X View Page 16 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King $74.99 7A 3K 8X View Page 17 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $55.03 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $52.24 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $55.03 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $49.21 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $37.47 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $87.01 6Z 1G View King Residential Brick Mason Journey Level $60.57 7E 1N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Applicators Journey Level $28.18 1 View Page 18 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers & Pipefitters Journey Level $92.19 6Z 1G View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $87.01 6Z 1G View King Residential Sheet Metal Workers Journey Level $89.61 7F 1E View King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $53.04 5C 2R View King Residential Stone Masons Journey Level $60.57 7E 1N View King Residential Terrazzo Workers Journey Level $55.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous Materials $60.30 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $38.54 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $38.54 7V 1 View King Shipbuilding & Ship Repair $38.54 7V 1 View Page 19 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm New Construction Welder / Burner King Shipbuilding & Ship Repair Ship Repair Boilermaker $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $51.56 0 1 View King Sign Makers & Installers (Non-Electrical) Journey Level $33.20 0 1 View King Soft Floor Layers Journey Level $51.91 5A 3J View King Solar Controls For Windows Journey Level $13.69 1 View King Sprinkler Fitters (Fire Protection) Journey Level $85.89 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.69 1 View King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Telephone Line Construction - Outside Cable Splicer $37.40 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $25.04 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $31.22 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $35.34 5A 2B View King Terrazzo Workers Journey Level $55.71 7E 1N View King Tile Setters Journey Level $55.71 7E 1N View Page 20 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm King Tile, Marble & Terrazzo Finishers Finisher $46.54 7E 1N View King Traffic Control Stripers Journey Level $49.13 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $64.55 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $64.55 5D 4Y 8L View King Truck Drivers Other Trucks $64.55 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $64.55 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.69 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 21 of 21 06/07/2021file:///C:/Users/KSRILO~1/AppData/Local/Temp/Q1A1KBJ5.htm 21b-City-Cert-PrevailingWages\ CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: ______________ Ref: Pay Estimate No. Final Project Heather Downs Detention Pond Water Quality Retrofit Project , SWP-27-3989 _ 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. Company Name By: Title: List of Subcontractors Used on the Project: CITY OF RENTON SPECIAL PROVISIONS i SPECIAL PROVISIONS .............................................................................................................. 1 1-01 DEFINITIONS AND TERMS ............................................................................................. 1 1-01.1 General ............................................................................................................................... 1 1-01.3 Definitions ......................................................................................................................... 1 1-02 BID PROCEDURES AND CONDITIONS ....................................................................... 4 1-02.1 Prequalification of Bidders .............................................................................................. 4 1-02.2 Plans and Specifications .................................................................................................. 4 1-02.5 Proposal Forms ................................................................................................................. 4 1-02.6 Preparation of Proposal ................................................................................................... 5 1-02.7 Bid Deposit ........................................................................................................................ 5 1-02.9 Delivery of Proposal ......................................................................................................... 5 1-02.12 Public Opening of Proposals ......................................................................................... 6 1-02.13 Irregular Proposals ........................................................................................................ 6 1-02.14 Disqualification of Bidders ............................................................................................ 6 1-02.15 Pre Award Information .................................................................................................. 7 1-03 AWARD AND EXECUTION OF CONTRACT ............................................................... 7 1-03.1 Consideration of bids ....................................................................................................... 7 1-03.2 Award of Contract ............................................................................................................ 7 1-03.3 Execution of Contract ...................................................................................................... 7 1-03.4 Contract Bond .................................................................................................................. 8 1-03.7 Judicial Review ................................................................................................................. 8 1-04 SCOPE OF WORK ............................................................................................................. 9 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda ......................................................................................................... 9 1-04.3 Contractor-Discovered Discrepancies ............................................................................ 9 1-04.4 Changes ............................................................................................................................. 9 1-04.4(1) Minor Changes ............................................................................................................. 9 1-04.8 Progress Estimates and Payments ................................................................................ 10 1-04.11 Final Cleanup ................................................................................................................ 10 1-05 CONTROL OF WORK .................................................................................................... 10 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................ 10 1-05.4(3) Contractor Supplied Surveying ................................................................................. 11 1-05.4(4) Contractor Provided As-Built Information ............................................................. 12 1-05.7 Removal of Defective and/or Unauthorized Work ...................................................... 12 1-05.10 Guarantees .................................................................................................................... 13 ii 1-05.11 Final Inspection ............................................................................................................ 13 1-05.11(1) Substantial Completion Date .................................................................................. 13 1-05.11(2) Final Inspection and Physical Completion Date ................................................... 14 1-05.11(3) Operational Testing ................................................................................................. 14 1-05.12 Final Acceptance........................................................................................................... 15 1-05.13 Superintendents, Labor and Equipment of Contractor ........................................... 15 1-05.14 Cooperation with Other Contractors ......................................................................... 15 1-05.16 Water and Power .......................................................................................................... 16 1-05.17 Oral Agreements ........................................................................................................... 16 1-05.18 Contractor's Daily Diary ............................................................................................. 16 1-06 CONTROL OF MATERIAL ............................................................................................ 17 1-06.1 Approval of Materials Prior to Use ............................................................................... 17 1-06.2(1) Samples and Tests for Acceptance ........................................................................... 17 1-06.2(2) Statistical Evaluation of Materials for Acceptance ................................................. 17 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................... 17 1-07.1 Laws to be Observed ...................................................................................................... 17 1-07.2 State Sales Tax ................................................................................................................ 18 1-07.2(1) General ....................................................................................................................... 18 1-07.2(2) State Sales Tax – Rule 171 ......................................................................................... 18 1-07.2(3) State Sales Tax – Rule 170 ......................................................................................... 19 1-07.2(4) Services ....................................................................................................................... 19 1-07.5 Environmental Regulations ........................................................................................... 19 1-07.5(3) State Department of Ecology .................................................................................... 19 1-07.5(3)1 Supplement Provisions for State Department of Ecology Funding for Water Quality Projects ................................................................................................................ 19 1-07.6 Permits and Licenses ...................................................................................................... 20 1-07.9 Wages ............................................................................................................................... 21 1-07.9(5) Required Documents ................................................................................................. 21 1-07.11 Requirements for Non-Discrimination ....................................................................... 21 1-07.11(11) City of Renton Affidavit of Compliance ............................................................... 21 1-07.12 Federal Agency Inspection .......................................................................................... 21 1-07.13 Contractor’s Responsibility for Work ........................................................................ 22 1-07.13(1) General ..................................................................................................................... 22 1-07.15 Temporary Water Pollution Prevention ..................................................................... 22 1-07.16 Protection and Restoration of Property ..................................................................... 23 iii 1-07.16(1) Private/Public Property .......................................................................................... 23 1-07.17 Utilities and Similar Facilities ..................................................................................... 24 1-07.17(1) Site Specific Potholing ............................................................................................. 25 1-07.17(3) Interruption of Services .......................................................................................... 26 1-07.17(4) Resolution of Utility Conflicts ................................................................................ 26 1-07.18 Public Liability and Property Damage Insurance ..................................................... 26 1-07.18(1) General ..................................................................................................................... 26 1-07.18(2) Coverages ................................................................................................................. 27 1-07.18(3) Limits ........................................................................................................................ 28 1-07.18(4) Evidence of Insurance: ............................................................................................. 29 1-07.22 Use of Explosives .......................................................................................................... 29 1-07.23 Public Convenience and Safety ................................................................................... 29 1-07.23(1) Construction Under Traffic .................................................................................... 29 1-07.23(2) Construction and Maintenance of Detours ........................................................... 31 1-07.24 Rights-of-Way ................................................................................................................ 31 1-07.28 Confined Space Entry .................................................................................................. 32 1-08 PROSECUTION AND PROGRESS ............................................................................... 32 1-08.0 Preliminary Matters ....................................................................................................... 32 1-08.0(1) Preconstruction Conference ..................................................................................... 32 1-08.0(2) Hours of Work ........................................................................................................... 33 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ............. 34 1-08.1 Subcontracting ............................................................................................................... 34 1-08.2 Assignment ...................................................................................................................... 34 1-08.3 Progress Schedule ........................................................................................................... 35 1-08.4 Notice to Proceed and Prosecution of the Work .......................................................... 36 1-08.5 Time For Completion ..................................................................................................... 36 1-08.6 Suspension of Work ........................................................................................................ 37 1-08.7 Maintenance During Suspension .................................................................................. 37 1-08.9 Liquidated Damages ...................................................................................................... 38 1-08.11 Contractor's Plant and Equipment ............................................................................. 38 1-08.12 Attention to Work ......................................................................................................... 38 1-09 MEASUREMENT AND PAYMENT ............................................................................... 38 1-09.1 Measurement of Quantities ........................................................................................... 38 1-09.3 Scope of Payment ........................................................................................................... 39 1-09.6 Force Account ................................................................................................................. 40 iv 1-09.7 Mobilization .................................................................................................................... 40 1-09.9 Payments ......................................................................................................................... 40 1-09.9(1) Retainage .................................................................................................................... 41 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts ........... 42 1-09.9(3) Final Payment .............................................................................................................. 43 1-09.11 Disputes and Claims ..................................................................................................... 43 1-09.11(2) Claims ....................................................................................................................... 43 1-09.11(3) Time Limitations and Jurisdiction ......................................................................... 44 1-09.13 Claims and Resolutions ................................................................................................ 44 1-09.13(3) Claims $250,000 or Less .......................................................................................... 44 1-09.13(3)A Administration of Arbitration .............................................................................. 44 1-09.13(3)B Procedures to Pursue Arbitration ....................................................................... 44 1-09.14 Payment Schedule ........................................................................................................ 45 1-09.14(1) Scope ......................................................................................................................... 45 1-09.14(2) Bid Items .................................................................................................................. 45 1-10 TEMPORARY TRAFFIC CONTROL ........................................................................... 59 1-10.1 General ............................................................................................................................ 59 1-10.2(1)B Traffic Control Supervisor ..................................................................................... 60 1-10.2(2) Traffic Control Plans ................................................................................................. 60 1-10.3 Flagging, Signs, and All Other Traffic Control Devices .............................................. 60 1-10.3(3) Construction Signs ..................................................................................................... 60 1-11 RENTON SURVEYING STANDARDS .......................................................................... 60 1-11.1(1) Responsibility for Surveys ......................................................................................... 60 1-11.1(2) Survey Datum and Precision .................................................................................... 60 1-11.1(3) Subdivision Information ........................................................................................... 61 1-11.1(4) Field Notes .................................................................................................................. 61 1-11.1(5) Corners and Monuments .......................................................................................... 61 1-11.1(6) Control or Base Line Survey ..................................................................................... 62 1-11.1(7) Precision Levels .......................................................................................................... 62 1-11.1(8) Radial and Station -- Offset Topography ................................................................. 62 1-11.1(9) Radial Topography .................................................................................................... 63 1-11.1(10) Station--Offset Topography .................................................................................... 63 1-11.1(11) As-Built Survey ......................................................................................................... 63 1-11.1(12) Monument Setting and Referencing....................................................................... 63 1-11.2 Materials ......................................................................................................................... 64 v 1-11.2(1) Property/Lot Corners ................................................................................................ 64 1-11.2(2) Monuments ................................................................................................................. 64 1-11.2(3) Monument Case and Cover ...................................................................................... 64 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................... 64 2-01.1 Description ...................................................................................................................... 64 2-01.2 Disposal of Usable Material and Debris ....................................................................... 64 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS .............................................. 64 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs ......................................................... 64 2-03 ROADWAY EXCAVATION AND EMBANKMENT ..................................................... 65 2-03.2 Pond Materials ................................................................................................................ 65 2-03.3 Construction Requirements .......................................................................................... 65 2-04 HAUL ................................................................................................................................. 66 2-04.5 Payment ........................................................................................................................... 66 2-06 SUBGRADE PREPARATION ......................................................................................... 66 2-06.5 Measurement and Payment .......................................................................................... 66 2-08 TEMPORARY DEWATERING ..................................................................................... 67 2-08.1 Description ................................................................................................................... 67 2-08.1(1) Submittals: Temporary Dewatering Plan .................................................................. 67 2-09 STRUCTURE EXCAVATION ......................................................................................... 68 2-09.1 Description ...................................................................................................................... 68 2-09.4 Measurement .................................................................................................................. 68 5-04 ASPHALT CONCRETE PAVEMENT ............................................................................ 68 5-04.2 Materials ......................................................................................................................... 68 5-04.3 Construction Requirements .......................................................................................... 68 5-04.3(5) Conditioning the Existing Surface ............................................................................ 69 5-04.3(5)A Preparation of Existing Surface ............................................................................. 69 5-04.3(10)B Control .................................................................................................................... 69 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ............................................ 69 5-06.1 Description ...................................................................................................................... 69 5-06.2 Materials ......................................................................................................................... 69 5-06.3 Construction Requirements .......................................................................................... 69 7-04 STORM SEWERS ............................................................................................................ 70 7-04.2 Materials ......................................................................................................................... 70 7-04.3(1) Cleaning and Testing .................................................................................................. 71 7-04.3(1)G Abandon Existing Storm Sewer Pipes .................................................................. 71 vi 7-04.3(2) CCTV Inspection ........................................................................................................ 71 7-05 MANHOLES, INLETS, AND CATCH BASINS ............................................................ 72 7-05.3 Construction Requirements .......................................................................................... 72 7-05.3(1) Adjusting Manholes and Catch Basins to Grade .................................................... 72 7-05.3(2) Abandon Existing Manholes ..................................................................................... 73 7-05.3(3) Connections to Existing Manholes ........................................................................... 73 7-05.3(5) Manhole Coatings ...................................................................................................... 73 7-06 TRENCH DRAINS (NEW SECTION) ............................................................................. 74 7-06.1 Description ........................................................................................................................ 74 7-06.2 Materials ........................................................................................................................... 74 7-06.3 Construction Requirements ............................................................................................ 74 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .............................................. 74 7-08.3 Construction Requirements .......................................................................................... 74 7-08.3(1)A Trenches .................................................................................................................... 74 7-08.3(1)C Bedding the Pipe ..................................................................................................... 75 7-08.3(1)D Pipe Foundation ...................................................................................................... 75 7-08.3(2)A Survey Line and Grade .......................................................................................... 75 7-08.3(2)B Pipe Laying – General ............................................................................................ 76 7-08.3(2)E Rubber Gasketed Joints ......................................................................................... 76 7-08.3(2)H Sewer Line Connections ......................................................................................... 76 7-08.3(2)J Placing PVC Pipe ..................................................................................................... 77 7-08.3(2)K Vertical Separation Between Utility Pipes ............................................................ 77 7-08.3(3)A Backfilling Pipe Trenches ....................................................................................... 77 7-09 PIPE AND FITTINGS FOR WATER MAINS ............................................................... 78 7-09.3(15)A Ductile Iron Pipe ................................................................................................... 78 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) .......................................... 78 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ............... 79 7-09.3(19)A Connections to Existing Mains ............................................................................ 79 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block .................................................. 80 7-09.3(23) Hydrostatic Pressure Test ....................................................................................... 81 7-09.3(24)A Flushing and "Poly-pigging" ............................................................................... 83 7-09.3(24)D Dry Calcium Hypochlorite ................................................................................... 83 7-09.3(24)K Retention Period ................................................................................................... 83 7-09.3(24)N Final Flushing and Testing ................................................................................... 84 7-09.3(25) Joint Restraint Systems ........................................................................................... 84 vii 7-12 VALVES FOR WATER MAINS ...................................................................................... 86 7-12.3(1) Installation of Valve Marker Post ............................................................................ 86 7-12.3(2) Adjust Existing Valve Box to Grade ......................................................................... 86 7-14 HYDRANTS ...................................................................................................................... 86 7-14.3(1) Setting Hydrants ........................................................................................................ 86 7-14.3(1) Hydrant Assembly ....................................................................................................... 86 7-14.3(3) Resetting Existing Hydrants ....................................................................................... 87 7-14.3(4) Moving Existing Hydrants .......................................................................................... 87 7-14.3(7) Remove and Salvage Hydrant .................................................................................... 87 7-15 SERVICE CONECTIONS ............................................................................................... 87 7-15.3 Construction Details ....................................................................................................... 87 7-17 SANITARY SEWERS ....................................................................................................... 88 7-17.2 Materials ......................................................................................................................... 88 7-17.3 Construction Requirements .......................................................................................... 88 7-17.3(1) Protection of Existing Sewerage Facilities ............................................................... 88 7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) ................. 89 7-21.1 Description ...................................................................................................................... 89 7-21.1(1) Related Work Specified Elsewhere .......................................................................... 89 7-21.1(2) Licensing ..................................................................................................................... 90 7-21.1(3) Contractor and Manufacturer Qualifications ......................................................... 90 7-21.1(4) Contractor Submittals ............................................................................................. 90 7-21.1(5) Quality Assurance ...................................................................................................... 91 7-21.1(6) Warranty .................................................................................................................... 92 7-21.2 Materials ......................................................................................................................... 92 7-21.2(1) Cured in Place Resin Impregnated Material in General ....................................... 92 7-21.2(2) Resin ........................................................................................................................... 93 7-21.2(3) Physical Properties .................................................................................................... 94 7-21.3 Construction Requirements .......................................................................................... 94 7-21.3(1) Preparation ................................................................................................................. 94 7-21.3(1)A Flow Management ................................................................................................... 94 7-21.3(1)B Cleaning ................................................................................................................... 95 7-21.3(1)C Point Repairs ........................................................................................................... 95 7-21.3(1)D Manholes ................................................................................................................. 95 7-21.3(2) Liner Installation ....................................................................................................... 96 7-21.3(2)A Inversion Method .................................................................................................... 96 viii 7-21.3(2)C Finished Pipe Liner ................................................................................................ 96 7-21.3(4) Testing ......................................................................................................................... 97 7-21.3(4)A Material Testing ...................................................................................................... 97 7-21.3(4)B Field Testing............................................................................................................. 97 7-21.3(4)C Post Installation CCTV Inspection ....................................................................... 97 7-21.4 Measurement .................................................................................................................. 97 7-22 RESIN IMPREGNATED FABRIC CIPP ....................................................................... 97 7-22.1 Description ...................................................................................................................... 97 7-22.1(1) Related Work Specified Elsewhere .......................................................................... 97 7-22.2 Materials ......................................................................................................................... 97 7-22.2(1) Cured in Place Pipe Liner ......................................................................................... 97 7-22.2(2) Resin ........................................................................................................................... 98 7-22.2(3) Physical Properties .................................................................................................... 98 7-22.3 Construction Requirements .......................................................................................... 98 7-22.3(1) Preparation ................................................................................................................ 98 7-22.3(1)A Cleaning ................................................................................................................... 98 7-22.3(2) Installation ................................................................................................................. 98 7-22.3(2)A Resin Impregnation ................................................................................................ 98 7-22.3(2)B Water, Air or Steam Curing ................................................................................... 99 7-22.3(2)C Cool Down ............................................................................................................... 99 7-23 RESIN IMPREGNATED FIBERGLASS CIPP ............................................................. 99 7-23.1 Description ...................................................................................................................... 99 7-23.1(1) Related Work Specified Elsewhere .......................................................................... 99 7-23.1(2) Reference Specifications, Codes, and Standards .................................................... 99 7-23.1(3) CIPP Liner Samples ................................................................................................ 100 7-23.1(4) CIPP Liner Handling............................................................................................... 100 7-23.2 Materials ....................................................................................................................... 101 7-23.2(1) General Specifications ............................................................................................. 101 7-23.2(2) Chemical Resistance ................................................................................................ 101 7-23.2(3) Component Properties ............................................................................................ 101 7-23.2(4) Finished and Cured CIPP Liner Properties .......................................................... 101 7-23.2(5) Dimensions ............................................................................................................... 101 7-23.3 Construction Requirements ........................................................................................ 102 7-23.3(1) Installation Procedures ........................................................................................... 102 7-23.3(1)A Installation Process ............................................................................................... 102 ix 7-23.3(1)B Curing .................................................................................................................... 102 7-23.3(2) Finished Product ...................................................................................................... 102 8-02 ROADSIDE RESTORATION........................................................................................ 102 8-02.3(4)A Topsoil Type A ....................................................................................................... 102 8-02.3(16) Lawn Installation ................................................................................................... 103 8-02.3(16)A Lawn Installation ................................................................................................ 103 8-02.3(16)A1 Qualifications of Workmen ............................................................................... 103 8-02.3(16)A2 Submittals ........................................................................................................... 103 8-02.3(16)A2a Certification of Material ................................................................................. 103 8-02.3(16)A2b Manufacturer’s Certificates of Conformance .............................................. 103 8-02.3(16)A2c Schedule for Installation ................................................................................. 103 8-02.3(16)A3 Product Handling.............................................................................................. 103 8-02.3(16)A4 Site Information ................................................................................................. 103 8-02.3(16)A5 Sod ....................................................................................................................... 103 8-02.3(16)A5a Other Materials ................................................................................................ 104 8-02.3(16)A6 Execution ............................................................................................................ 104 8-02.3(16)A6a Installation Preparation .................................................................................. 104 8-02.3(16)A6b Sod Installation ................................................................................................ 104 8-02.3(16)B Lawn Establishment ........................................................................................... 104 8-02.3(16)B Lawn Establishment and Final Acceptance ....................................................... 104 8-02.3(16)B1 Establishment Period ........................................................................................ 104 8-02.3(16)B2 Guarantee .......................................................................................................... 105 8-02.3(16)B3 Final Acceptance ............................................................................................... 105 8-12 CHAIN LINK FENCE AND WIRE FENCE ................................................................ 105 8-12.1 Description .................................................................................................................... 105 8-13 MONUMENT CASES .................................................................................................... 105 8-13.1 Description .................................................................................................................... 105 8-13.3 Construction Requirements ........................................................................................ 105 8-13.4 Measurement ................................................................................................................ 105 8-14 CEMENT CONCRETE SIDEWALKS ......................................................................... 106 8-14.3(4) Curing ....................................................................................................................... 106 8-17 IMPACT ATTENUATOR SYSTEMS ........................................................................... 106 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ............... 106 8-20.2(1) Equipment List and Drawings ............................................................................... 106 8-22 PAVEMENT MARKING ................................................................................................ 106 x 8-22.1 Description .................................................................................................................... 106 8-22.3(5) Installation Instructions .......................................................................................... 107 8-23 TEMPORARY PAVEMENT MARKINGS ................................................................... 107 8-23.5 Payment ......................................................................................................................... 107 9-03.8(7) HMA Tolerances and Adjustments ......................................................................... 107 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) ....................................................................................................................................... 108 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ................................. 108 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ...................................................................... 108 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) ....................................................... 108 9-05.7(2)A Basis for Acceptance (RC) .................................................................................... 109 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)................................................................ 109 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) .................................................. 109 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) .................................................................... 109 9-05.12 Polyvinyl Chloride (PVC) Pipe .................................................................................. 110 9-05.12(3) CPEP Sewer Pipe .................................................................................................... 110 9-05.14 ABS Composite Sewer Pipe ........................................................................................ 110 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe .................................................................. 110 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) .............................................. 110 9-05.20(1) Description .............................................................................................................. 110 9-05.20(2) Pipe Material and Fabrication .......................................................................... 110 9-05.20(3) Fittings and Gaskets ........................................................................................... 111 9-05.20(4) Installation........................................................................................................... 111 9-05.22 High Density Polyethylene Piping .............................................................................. 111 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe .......................................................................................... 112 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe ............................................. 112 9-05.24(2) Polypropylene Sanitary Sewer Pipe ....................................................................... 113 9-05.52 Dense Foam ................................................................................................................. 113 9-08 PAINTS ............................................................................................................................. 113 9-08.8 Manhole Coating System Products .............................................................................. 113 9-08.8(1) Coating Systems Specification ................................................................................. 113 9-14 EROSION CONTROL AND ROADSIDE PLANTING ............................................... 113 9-14.1(1) Topsoil Type A ........................................................................................................... 113 9-14.6(8) Sod .............................................................................................................................. 114 xi 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ...................................... 114 9-23.9 Fly Ash (RC) .................................................................................................................. 114 9-30 WATER DISTRIBUTION MATERIALS ...................................................................... 114 9-30.1 Pipe ............................................................................................................................... 114 9-30.1(1) Ductile Iron Pipe ....................................................................................................... 114 9-30.1(2) Polyethylene Encasement ......................................................................................... 115 9-30.2 Fittings ............................................................................................................................ 115 9-30.2(1) Ductile Iron Pipe ....................................................................................................... 115 9-30.2(2) Galvanized Iron Pipe ................................................................................................ 116 9-30.2(3) Steel Casing Pipe ....................................................................................................... 116 9-30.2(4) Steel Pipe .................................................................................................................... 116 9-30.2(4) Spacers and Seals for Steel Casing Pipe ................................................................. 116 9-30.2(6) Restrained Joint ........................................................................................................ 116 9-30.2(6) Restrained Joint Pipe and Fittings .......................................................................... 116 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ................................................ 117 9-30.3 Valves ............................................................................................................................ 117 9-30.3(1) Gate Valves (3 inches to 16 inches) .......................................................................... 117 9-30.3(3) Butterfly Valves ......................................................................................................... 118 9-30.3(4) Valve Boxes ................................................................................................................. 118 9-30.3(5) Valve Marker Posts ................................................................................................... 118 9-30.3(6) Valve Stem Extensions .............................................................................................. 118 9-30.3(7) Combination Air Release/Air Vacuum Valves ........................................................ 118 9-30.3(8) Tapping Sleeve and Valve Assembly........................................................................ 119 9-30.3(9) Blow-Off Assembly ................................................................................................... 119 9-30.5 Hydrants ......................................................................................................................... 119 9-30.5(1) End Connections ....................................................................................................... 119 9-30.5(2) Hydrant Dimensions ................................................................................................. 119 9-30.6 Water Service Connections (2 Inches and Smaller) ................................................ 120 9-30.6(3) Service Pipes .............................................................................................................. 120 9-30.6(4) Service Fittings ......................................................................................................... 120 9-30.6(5) Meter Setters ............................................................................................................ 120 9-30.6(7) Meter Boxes .............................................................................................................. 120 SECTION 10 ............................................................................................................................. 120 10-01 MARKING PAINT REMOVAL .................................................................................... 120 03/22/2021 1 SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 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 either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. In the event of a conflict between this contract document and the standard specifications, the more stringent requirements shall 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 "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”. 03/22/2021 2 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. 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 03/22/2021 3 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 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. 03/22/2021 4 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 contract provisions 3 Furnished automatically upon award Large Plans (22" x 34") 3 Furnished only upon request 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: (******) A geotechnical study was prepared for this project entitled Geotechnical Engineering Report, Heather Downs Detention Pond Retrofit Project, by HWA dated October 1, 2019, and is included within these specifications as an attachment. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). 03/22/2021 5 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. 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 Project Name and Project Number clearly marked on the outside of the envelope as stated in the Advertisement for Bids, or as otherwise stated in the Bid Documents. 03/22/2021 6 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; 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 i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders 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 prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) 03/22/2021 7 j. 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: (******) 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. 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. 03/22/2021 8 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; 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency’s headquarters are located. 03/22/2021 9 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. 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. 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. Minor changes, as order by Engineer, may consist of work not otherwise provided for the contract and paid in accordance with Section 1-09.4. such work may include; 1. Field conflicts or adjustment needed to complete the work. 2. Miscellaneous work directed by the contracting agency, not covered in the Contract and not exceed $10,000 per change. 3. Remove unexpected structures or obstructions. 03/22/2021 10 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 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. 03/22/2021 11 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. 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-Builts." 03/22/2021 12 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. 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-Builts", 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 03/22/2021 13 situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner’s property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency’s rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the Work as required. 1-05.10 Guarantees 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. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. 03/22/2021 14 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. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: (******) Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully 03/22/2021 15 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. 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. CenturyLink 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. 03/22/2021 16 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. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. 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 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. 03/22/2021 17 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. 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. 03/22/2021 18 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. In response to COVID-19, the Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP) in conformance with Section 1-07.4 and the Washington State Governor’s Phase 1 and/or 2 Construction Restart COVID-19 Job Site Requirements. A copy of the CHSP developed by the Contractor shall be submitted to the Engineer as a Type 2 Working Drawing. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: (******) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. 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. 03/22/2021 19 1-07.2(3) State Sales Tax – Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations Section 1-07.5 is supplemented as follows: (******) 1-07.5(3) State Department of Ecology Section 1-07.5(3) is supplemented as follows: (******) 1-07.5(3)1 Supplement Provisions for State Department of Ecology Funding for Water Quality Projects Section 1-07.5(3)1 is a New Section follows: (******) General Partial funding of this project is being provided by the Washington State Department of Ecology’s (Ecology) Stormwater Grant Program. Compliance with State and Local Laws The construction of the project, including all subcontracted work, shall conform to the applicable requirements of state and local laws and ordinances. State Interest Exclusion It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Third Party Beneficiary Partial funding of this project is being provided through the Washington State Department of Ecology Stormwater Grant Program. All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. 03/22/2021 20 Access to the Construction Site and to Records The contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Ecology personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner’s audit requirements and shall ensure that all subcontractors maintain auditable records. These Project records shall be separate and distinct from the Contractor’s other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. Protection of the Environment No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. Inadvertent Discovery of Archeological Resources The contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner. The contractor shall keep a copy of the inadvertent discovery plan for the project on the work site at all times. The contractor shall immediately stop all work if human remains, cultural, or archeological resources are discovered in the course of construction. The contractor shall follow the inadvertent discovery plan in dealing with the human remains, cultural, or archeological resources. Project Signs The Contractor shall display Ecology’s logo in a manner that informs the public that the project received financial assistance from the Washington State Stormwater Grant Program. Utilization of Minority and Women Business Enterprises All bidders are encouraged to utilize certified minority-owned and women-owned businesses to the extent possible in the performance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible. 1. Include qualified minority and women's businesses on solicitation lists. 2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources of services or supplies. 3. Divide the total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by qualified minority and women's businesses. 4. Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. 5. Use the services and assistance of the State Office of Minority and Women's Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. All prospective bidders must provide a list of the MBE/WBE subcontractors they intend to use during the project. This list must be provided with the bid package. 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). 03/22/2021 21 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 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, 03/22/2021 22 together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented 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 Prevention Delete the entire section 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 Contract Drawings provide a conceptual temporary erosion and sediment control plan. Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) . The TWPECP shall be developed in accordance with the erosion control standards contained in the 2016 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. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be described in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d. 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. 03/22/2021 23 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. A section on spill prevention, control and countermeasure (SPCC). The SPCC Plan shall include information in accordance with the City of Renton Surface Water Design Manual at a minimum. 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. 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: (******) 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. 03/22/2021 24 All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 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. 03/22/2021 25 In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility 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. 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 03/22/2021 26 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: (******) 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. 03/22/2021 27 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. 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 03/22/2021 28 liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured’s with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business 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. Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 03/22/2021 29 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 project 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". 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 03/22/2021 30 limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency’s expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency’s expense, except those damaged due to the Contractor’s operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency’s expense when approved by the Engineer, except when flow is impaired due to the Contractor’s operations. 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 remains closed to public traffic. Steel plates must be anchored. 03/22/2021 31 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 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. 03/22/2021 32 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: (******) 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: (******) The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: · Contractor's plan of operation and progress schedule (3+ copies) · Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) · List of materials fabricated or manufactured off the project · Material sources on the project · Names of principal suppliers · Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates) · Weighted wage rates for all employee classifications anticipated to be used on Project · Cost percentage breakdown for lump sum bid item(s) · Shop Drawings (bring preliminary list) 03/22/2021 33 · 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 · 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 03/22/2021 34 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. 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. 03/22/2021 35 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 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. 03/22/2021 36 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 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. 03/22/2021 37 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 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (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 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 03/22/2021 38 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 this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys 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. 03/22/2021 39 Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 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 8. Pay item number 9. Contract number and/or name 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. 03/22/2021 40 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: (******) 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 03/22/2021 41 Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented 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 03/22/2021 42 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: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(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. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. 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. 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 03/22/2021 43 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 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. 03/22/2021 44 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 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. 03/22/2021 45 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: (******) This section is an outline of the basic bid items. Measurement and Payment, where described in a bid item, shall supersede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. Where noted bid items descriptions shall apply to multiple bid schedules. The following subsections provide the bid Items on this project. 1-09.14(2)A Mobilization (Bid Items A1 & B1) – Lump Sum. Section 1-09.14(2)A is a new section: (******) Measurement for Mobilization will be per lump sum in conformance with the Contract Documents. The lump sum price 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 not furnished by the Owner as listed in these specifications, prepare the site for construction operations, providing sanitary facilities for Contractor’s personnel, 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 Right of Way (ROW) or residential access. For any proposed storage on private property outside 03/22/2021 46 the easement or work area, the Contractor shall obtain all applicable approvals and permits, and be responsible for any fees, applications, and work needed to obtain the approvals. No excavation shall occur with Contractor obtained staging areas. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 70% of bid price prior to completion of construction) based on the percent of completed Work as defined in the Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% of the bid price will be made upon completion and final clean-up of the construction site. Payment for the final 10% of the bid price will be made after the Final Pay Estimate is approved by the City Council. 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, 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. 1-09.14(2)B Minor Changes (Bid Items A2 & B2) – Estimated. Section 1-09.14(2)B is a new Section: (******) Measurement for Minor Changes will be per estimated in conformance with the Contract Documents. 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 shall be authorized in writing by the City Project Manager. Payment will be determined in accordance with Section 1-09.6 of the Standard Specifications. Payment for Minor Changes will be only for the changes and amounts approved by the City. If not used, the amount to be paid by the Contracting Agency is $0(zero). 1-09.14(2)C Project Temporary Traffic Control (Bid Items A3 & B3) – Lump Sum. Section 1-09.14(2)C is a new section: (******) Measurement for Project Temporary Traffic Control will be per lump sum and shall be based on the percentage of total Work complete, at the time of measurement in conformance with the Contract Documents. No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. Payment for Project Temporary Traffic Control will be made at the contract unit price, which will include a complete compensation for preparing and submitting a traffic control plan and pedestrian handling plan as well as all labor, tools, materials, equipment used, and other incidental costs 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 of WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. Payment shall include but not be limited to providing for public convenience and safety, flaggers, construction signs, barricades, traffic control devices, required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). All adjustments to the Traffic Control Plan as Work progresses are considered incidental, and no additional payment will be made for adjustments. 03/22/2021 47 Contractor is advised that the project is along a school and King County Metro bus route. Contractor is responsible for coordinating with the school district and King County Metro to ensure any changes in stop locations are approved. Such Coordination is included in this bid item. 1-09.14(2)D Construction Surveying, Staking and As-Builts (Bid Items A4 & B4) – Lump Sum. Section 1-09.14(2)D is a new section: (******) Measurement for Construction Surveying, Staking and As-Builts will be per lump sum in conformance with the Contract Documents and based on the percentage of total Work complete at the time of measurement. No more than 60% of the bid amount for this item will be paid prior to the review and acceptance of the as-constructed information by the Engineer. Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards on Special Provision Section 1-11. Payment for Construction Surveying, Staking and As-Builts will be made at the contract unit price, which will include a complete compensation for all labor, materials, equipment, travel, surveying, and other incidental costs needed to construct the improvements as shown on the Plans, to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of Work in conformance with the Contract Documents. 1-09.14(2)E Site Potholes (Bid Item A5) – Each. Section 1-09.14(2)E is a new section: (******) Measurement for Site Potholes will be per each in conformance with the Contract Documents. The item includes all work needed to pothole existing utilities as directed by the Plans or as directed by the Engineer. All potholes shall be pre-approved by the Engineer. Potholes shall include excavation, identification, measurement, refilling the hole, and temporary patch. The Contractor shall identify the utility, pipe type and size, and provide accurate measurements from the ground surface to the top of the utility in writing to the Engineer per Special Provisions Section 1-07.17 If the native material is unsuitable to use to refill the pothole, imported backfill may be used. Imported backfill and Permanent patch are considered incidental and no additional payment will be made. Payment for Site Potholes will be made at the unit contract price which will include a complete compensation for all materials, labor, equipment and other incidental costs as necessary including but not limited to, excavation, dewatering, potholing for utility locations, removal, hauling and disposal of all pavement, waste and excess materials, shoring, placement of backfill material, compaction, water, grading, permanent patch, and cleaning. Payment will also include all temporary traffic control operations, utility one-call and, coordination with utility owner, and temporary restoration work associated with site potholes. The site potholes bid item is exempt from section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)F Temporary Water Pollution Prevention and Implementation (Bid Items A6 & B5) – Lump Sum. Section 1-09.14(2)F is a new section: (******) Measurement for Temporary Water Pollution Prevention and Implementation will be per lump sum in conformance with the Contract Documents Temporary Erosion Control measures include cleaning catch basins, filter fabric fencing, construction entrance, straw mulch, plastic sheeting, sediment trap, etc. at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to, 03/22/2021 48 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 required high visibility construction fencing placed around all trees to be protected will also be included in this bid item. Payment for Temporary Water Pollution Prevention and Implementation will be made at the contract unit price, which will include a complete compensation for all labor, materials, tools, equipment, and other incidental costs required to prepare the Temporary Pollution Prevention Plan as describe in Special Provisions Section 1-07.15 and to 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, high visibility construction fencing, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, daily street sweeping and clean up, 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 portable filter tanks (e.g., Baker Tanks), as needed during construction and associated labor, tools, equipment and incidental costs including filter tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Other Works in this bid item will also include coordination, permitting, fees, and treatment required by King County as required in 1-07.15 if discharging to the sanitary sewer. The contractor shall update Construction Stormwater Pollution Prevention Plan (CSWPPP) included in this contract documents, develop a “red lined” CSWPPP and submit it to the City for review and approval. The CSWPPP shall be based upon the 2016 City of Renton Amendment to the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. 1-09.14(2)G Removal of Structures and Obstructions (Bid Items A7 & B6) – Lump Sum. Section 1-09.14(2)G is a new section: (******) Measurement for Removal of Structures and Obstructions will be per lump sum and will be based on the percentage of total Work completed at the time of measurement in conformance with the Contract Documents. Payment for Removal of Structures and Obstructions will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, hauling, excavation, disposal, etc. required to construct the Work of this project in conformance with the Contract Documents, including but not limited to storm drain pipes, catch basins, abandoned private utilities, and any other item required for construction of the Work and not included as a separate bid item. For the purposes of this Contract, “Removal of Structures and Obstructions” will also include the removing, resetting, protecting, storing, salvaging, replacement of miscellaneous objects required to complete the new construction, and plugging existing pipe to be abandoned. These items will not be limited to those mentioned on the Plans or specified herein. “Removal of Structures and Obstructions” will not be specifically measured. However, the following approximate quantities have been estimated for items to be removed, abandoned, salved, reset or relocated. Items to be Removed and Disposed of, Relocated, or Reset Approximate Quantity Work SCHEDULE A Remove and salvage Riser from Existing Control Structure SDMH#2165 1 EA 24” CMP with inlet debris rack 12 LF Chain Link Fence (including gates) (includes Ivy growth as required) 360 LF 03/22/2021 49 Moving existing pond side slopes and disposal of vegetation 3,000 SF SCHEDULE B Existing storm drain, 8-12inch diameter 20 LF Type 1 catch basins 3 EA Asphalt Pavement 70 SY 1-09.14(2)H Remove and Replace Concrete Sidewalk (Bid Items A8 & B7) – Square Yard Section 1-09.14(2)H is a new section: (******) Measurement for remove and replace cement concrete sidewalk will be per square yard in conformance with the Contract Documents. This item will include the demolition, removal and haul off existing cement concrete sidewalk as shown on plans and/or as directed by Engineer. All chipping, ripping and removal and removal of subgrade shall be considered incidental to this item. Concrete shall be removed separate from any subgrade or adjacent soil or other material that could prohibit recycling. All removed concrete shall be hauled and recycled off site. Payment for Remove and Replace Concrete Sidewalk will be made at the contract unit price, which will include a complete compensation for all labor, equipment, tools, and materials, and other incidental costs required for a complete installation and removal of concrete sidewalk including but not limited to pavement sawcutting, removing and disposal of sidewalk and other waste material including subgrade, materials hauling, foundation preparation, crushed surfacing and compaction, forming, placement, joint filler, finishing, cleanup, etc. in conformance with the Contract Documents. 1-09.14(2)I Remove and Replace Concrete Curb and Gutter (Bid Items A9 & B8) – Linear Foot. Section 1-09.14(2)I is a new section: (******) Measurement of remove and replace concrete curb and gutter will be per linear foot in conformance with the Contract Documents. Payment for Remove and Replace Concrete Curb and Gutter will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, hauling, pavement sawcutting, excavation, disposal, etc. required for a complete installation and removal of concrete curb and gutter including but not limited to removing and disposal of curb and other waste material including subgrade, materials hauling, foundation preparation, crushed surfacing and compaction, forming, placement, joint filler, and etc. The Contractor shall haul broken-up pieces to some lawful off-project site for disposal. All work shall conform to the Special provision Section 2-02.3 (3). For all removals bounded by existing roadway pavement, make a vertical sawcut across the full HMA and concrete and cut back farther if the sawcut edge ravels before new curbing and sidewalk is installed. Once the concrete curbing has been removed, backfill any void with crushed surfacing top course and compact before beginning new construction. 1-09.14(2)J Control of Water (includes storm drain bypasses) (Bid Items A10 & B9) – Lump Sum. Section 1-09.14(2)J is a new section: (******) Measurement for control of water (including storm drain bypasses) will be per lump sum and based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Control of Water (includes storm drain bypass) will be made at the contract unit price and, which will include a complete compensation for a bypass plan preparation and approval, furnishing all labor, materials, tools, and equipment, and other incidental costs required to design, 03/22/2021 50 plan and provide a complete system to control and temporarily divert water around excavation areas including temporary ditching, temporary piping, berming, pumping, temporary plugs, temporary connections, restoration of temporary connections, removing temporary piping and systems, and all other incidentals. 1-09.14(2)K Storm Drain Pipe = _ Inch Diameter [material] (Bid Items A11-12 & B10-11) – Linear Foot Section 1-09.14(2)K is a new section: (******) Measurement for Storm Drain Pipe- _-in Diameter [material] will be per 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 - __-in Diameter [material] will be made at the contract unit price, which will include a complete compensation for all labor, materials, equipment, tools, and other incidental costs including hauling, sawcutting, excavation, removal and disposal of waste material, 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 and pipe zone fill material, appurtenances, ethafoam pads, placement of subsequent backfill materials, compaction, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents. Where a quarry spall rock pad is called out on the plans, it shall be included with and incidental to the applicable Storm Drain Pipe bid item and shall include the excavation, furnishing and installing the rock and filter fabric. 1-09.14(2)L Select Imported Trench Backfill (Bid Items A13 and B12) – Ton. Section 1-09.14(2)L is a new section: (******) Measurement for Select Imported Trench Backfill will be per ton and be based on the weight of material installed into the Work in conformance with the Contract Documents. Select Imported Trench backfill shall be gravel borrow meeting Section 9-03.14(1) of the Standard Specifications. 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. This bid item shall also be used for fill for new access road as shown on the Plans. Payment for Select Imported Backfill will be made at the contract unit price, which will include a compensation for all labor, materials, tools, equipment, and other incidental costs 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. The select imported trench backfill bid item is exempt from section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)M Existing Type 2 Catch Basin #2165 Modifications (Bid Item A14) – Lump Sum. Section 1-09.14(2)M is a new section: (******) Measurement for Existing Type 2 Catch Basin #2165 Modifications will be per lump sum in conformance with the Contract Documents. Payment for Existing Type 2 Catch Basin #2165 Modifications will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, removal and disposal of waste material including riser and appurtenances, connections, temporary plugging, and all other incidental costs and measures required to complete this item of Work. 03/22/2021 51 1-09.14(2)N Type 1 Catch Basin (Bid Item B13) – Each Section 1-09.14(2)N is a new section: (******) Measurement for Type 1 Catch Basin will be measured per each in conformance with the Contract Documents. Payment for Type 1 Catch Basin will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs necessary including pavement sawcutting, excavation, removal and disposal of waste material, furnishing and placing foundation material, precast concrete catch basin sections, gaskets, coating system (sealer), catch basin frame and grate, round lid where shown on plans, installation, connections to new and existing pipe, adjustment of frames to grade, appurtenances, connection couplings and fittings, furnishing and placement of subsequent backfill materials, compaction, water, cleaning, placement , and testing, etc. required in conformance with the Contract Documents. Select imported backfill material is also included in the unit price of this bid item. 1-09.14(2)O Type 2 Catch Basin 54-inch Diameter With Overflow Structure (Bid Item A15) – Each. Section 1-09.14(2)O is a new section: (******) Measurement for Type 2 Catch Basin 54-inch Diameter With Overflow Structure will be per each in conformance with the Contract Documents. Payment for Type 2 Catch Basin 54-inch Diameter With Overflow Structure will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, sawcutting, excavation, removal and disposal of waste material, furnishing and placing foundation material, concrete base (including poured-in-place base for saddle manhole), precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and overflow debris barrier, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, additional height where required, furnishing and placement of subsequent backfill materials, compaction, water, cleaning, placement and removal of temporary pavement patching, and testing, etc. required in conformance with the Contract Documents. Select imported backfill material is also included in the unit price of this bid items. 1-09.14(2)P Type 2 Catch Basin 48-inch Diameter (Bid Items A16) – Each. Section 1-09.14(2)P is a new section: (******) Measurement for Type 2 Catch Basin 48-inch Diameter will be per each in conformance with the Contract Documents. Payment for Type 2 Catch Basin 48-inch Diameter will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, pavement sawcutting, excavation, removal and disposal of waste material, furnishing and placing foundation material, concrete base (including poured-in-place base for saddle manhole), precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, connecting to existing and new pipe, adjustment of frames to grade, ladder and rungs, appurtenances, connections, furnishing and placement of subsequent backfill materials, compaction, water, cleaning, placement , and testing, etc. required in conformance with the Contract Documents. Select imported backfill material is also included in the unit price of this bid items. Any lawn removed for installation along Union Ave SE shall be replaced with sod, which shall be incidental to this item. 03/22/2021 52 1-09.14(2)Q Type 2 Catch Basin 54-inch Diameter With Control Structure (Bid Item A17) – Each. Section 1-09.14(2)Q is a new section: (******) Measurement for Type 2 Catch Basin 54-inch Diameter With Control Structure will be per each in conformance with the Contract Documents. Payment for Type 2 Catch Basin 54-inch Diameter With Control Structure will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, sawcutting, excavation, removal and disposal of waste material, furnishing and placing foundation material, concrete base, precast concrete manhole sections, gaskets, coating system (sealer), riser with orifice and appurtenances, manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, furnishing and placement of subsequent backfill materials, compaction, water, cleaning, placement , and testing, etc. required in conformance with the Contract Documents. Select imported backfill material is also included in the unit price of this bid items. 1-09.14(2)R Connect to Existing Storm Structure (Bid Items A18 & B14) – Each. Section 1-09.14(2)R is a new section: (******) Measurement for Connect to Existing Storm Structure will be per each in conformance with the Contract Documents. Payment for Connect to Existing Storm Structure will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, excavation around and protection of existing facilities, core drilling existing structures, removal and disposal of waste material, materials hauling, relocate ladder and rungs (if necessary), connections, placement of subsequent backfill materials, compaction, water, cleaning and testing, etc. required to complete all the connections in conformance with the Contract Documents. Where a new connection results in the need to plug and abandon an existing pipe, plugging the pipe shall be included in this bid item. 1-09.14(2)S Dewatering (Bid Items A19 & B15) – Lump Sum. Section 1-09.14(2)S is a new section: (******) Measurement for Dewatering will be per lump sum based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. Payment for Dewatering will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, tools, and other incidental costs necessary for providing dewatering measures to complete the work, including but not limited to, preparation of the temporary dewatering plan (Note : If an excavation is planned for in the wet season (October 1 through April 30) the dewatering plan must be prepared by a Professional Engineer or Licensed Hydrogeologist), hauling, King County Industrial Waste Program Construction Permit Application Fee, excavation, backfill, dewatering wells/excavated sumps, installation operation and removal, temporary piping, pumps, sediment/baker tank, sediment and turbidity treatment of discharge water and/or obtaining permit approval from King County (Industrial Waste Program) if discharging to the sanitary sewer including all water quality testing, performance monitoring, or other methods deemed necessary to operate and maintain a system in accordance with the Contract Documents. 03/22/2021 53 1-09.14(2)T Pond Excavation Incl. Haul and Disposal (Bid Item A20) – Lump Sum. Section 1-09.14(2)T is a new section: (******) Measurement for Pond Excavation Incl. Haul and Disposal will be per lump sum and be based on the percentage of total Work complete, by dollar value, at the time of measurement in conformance with the Contract Documents. The estimated quantity of volume is 550 cubic yards, which include material excavated for the low permeable liner. Payment for Pond Excavation Incl. Haul and Disposal will be made at the contract unit price, which will include a complete compensation for all labor, materials, tools, equipment, excavation, haul, and disposal of waste material, etc., required to complete this item of Work. 1-09.14(2)U Trench Safety Systems (Bid Items A21 & B16) – Lump Sum. Section 1-09.14(2)U is a new section: (******) Measurement for Trench Safety Systems will be per lump sum and be based on a percentage defined as the amount of storm sewer pipelines installed divided by the total length of storm sewer pipe shown to be installed in conformance with the Contract Documents. Payment for Trench Safety Systems will be made at the measured percentage amount for the pay period times. Payment will be made at the contract unit price, which will include a complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting and steel roadway plate, 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 the Work. 1-09.14(2)V Removal and Replacement of 6-FT High Chain Link Fence (Including Slats) (Bid Item A22) – Linear Foot. Section 1-09.14(2)V is a new section: (******) Measurement of Removal and Replacement of 6-FT High Chain Link Fence (including slats) shall be per linear foot in conformance with the Contract Documents. Payment for Removal and Replacement of 6 FT High Chain Link Fence (Including Slats) will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, hauling, removal and disposal of existing fencing, slats, posts, wire, excavation, ivy and vegetation growth on existing fence, installation of new fencing, slats, and all appurtenances, etc. required to complete the Work. 1-09.14(2)W Removal and Replacement of 6-FT High Chain Link Gate (including Slats) (Bid Item A23) – Each. Section 1-09.14(2)W is a new section: (******) Measurement for Removal and Replacement of 6-Foot High Chain Link Gate (including slats) will be per each in conformance with the Contract Documents. Gate length to be per plan; one gate is 16 feet and one gate is 20 feet. Payment for Removal and Replacement of 6-Foot High Chain Link Gate (including slats) will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, hauling, removal and disposal of existing gates, furnishing and installing new posts, wire, slats, excavation, installation of new gate, locking posts and appurtenances, etc. required to complete the Work. 03/22/2021 54 1-09.14(2)X HMA Class 1/2" - 64-22 (Bid Items A24 and B17) – Ton. Section 1-09.14(2)X is a new section: (******) Measurement of Hot Mix Asphalt (HMA) Class 1/2" PG-64-22 will be per ton in conformance with the Contract Documents, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. This bid item will also be used for temporary pavement patch where hot mix is used. Payment for HMA Class 1/2 PG-64-22 will be made at the contract unit price, which will include a complete compensation for all labor, materials, equipment, tools, and incidental costs necessary for placing, compacting and constructing asphalt pavement in and along the Project including temporary hot patches, permanent trench patching, sealing all cold joints, tack coat, joint seal, asphalt sidewalk transitions, hauling, notifications, aggregate, sweeping, utility marking, adjustment of utilities to grade, preparing subgrade, furnishing and compacting crushed surfacing, cleanup, and all other incidentals necessary for a complete paving system restore roadway grade to the existing elevations. The Contractor shall assume multiple mobilization of HMA materials and equipment to coincide with multiple phases of restoration. The HMA Class ½” – 64-22 bid item is exempt from section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)Y Temporary Cold Mix Asphalt Concrete Patch (Bid Items A25 and B18) – Ton. Section 1-09.14(2)Y is a new section: (******) Measurement for Temporary Cold Mix Asphalt Concrete Patch will be per ton in conformance with the Contract Documents. Temporary Cold Mix Asphalt Concrete Patch shall conform to the requirements of HMA Class ½” 64- 22 except that the liquid asphalt shall be MC250. Payment for Temporary Cold Mix Asphalt Concrete Patch will be made at the contract unit price, which will include a complete compensation for all labor, materials, equipment, tools, and all appurtenances and incidental costs necessary for furnishing, placing, compacting, maintaining, removing, cleanup, hauling and disposing of the temporary pavement material. The Temporary Cold Mix Asphalt Concrete Patch bid item is exempt from section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)Z Revegetation With Hydroseed (Bid Item A26) – Lump Sum. Section 1-09.14(2)Z is a new section: (******) Measurement for Revegetation With Hydroseed will be per lump sum in conformance with the Contract Documents. Payment for Revegetation With Hydroseed will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, tools, and other incidental costs necessary for revegetation the area with hydroseed used for temporary cover/erosion control and permanent restoration. Hydroseeding shall be the method for seeding low-grow lawn and habitat restoration seeding areas. Wood cellulose fiber shall be used as the tracer/mulch when hydroseeding. Hydroseeding equipment shall be approved by the Engineer when hydroseeding. The hydroseeding shall be thoroughly cleaned before use and when switching seed blends to prevent cross contamination. All areas, except access road, above the normal pool elevation shall be permanently stabilized by hydroseeding. 03/22/2021 55 1-09.14(2)AA Pond Access Road (Bid Item A27) – Square Yard. Section 1-09.14(2)AA is a new section: (******) Measurement for Pond Access Road will be per square yard in conformance with the Contract Documents. Payment for Pond Access Road will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs necessary to the installation of Pond Access Road including furnishing quarry spalls, woven geotextile fabric and crushed surfacing top course compacted and installed per City of Renton Standard detail 234.50. 1-09.14(2)AB Control Density Fill (CDF) (Bid Item A28 & B19) – Cubic Yard. Section 1-09.14(2)AB is a new section: (******) Measurement for Control Density Fill (CDF) will be per cubic yard in conformance with the Contract Documents. All use of Control Density Fill (CDF) shall be pre-approved by the Engineer. Control Density Fill (CDF) will be used to fill and abandon pipes where shown on the drawings or requested by the Engineer. Payment for Control Density Fill (CDF) will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs necessary for the installation of Control Density Fill (CDF) in accordance with the Contract Documents and/or as directed by the Engineer. The Control Density Fill (CDF) bid item is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AC Decommissioning Existing Monitoring Well (Bid Item A29) – Each. Section 1-09.14(2)AC is a new section: (******) Measurement for Decommissioning Existing Monitoring Well will be each in conformance with the Contract Documents. The contractor shall file Notice of Intent (NOI) Form to Decommission a well through Washington State Department of Ecology (DOE). The well driller must be licensed. The NOI must be sent to DOE at least 72 hours before the work begins. The work shall comply with WAC173-160 and Chapter 18.104 RCW. The payment for Decommissioning Existing Monitoring Well will be made at the contract unit price, which will include a complete compensation for all labor, equipment, materials, tools, the well decommission fee and permit submittal and application fee, and other incidental costs necessary to complete the work. Information regarding monitoring well decommissioning may be obtained from the following web site: https://ecology.wa.gov/Water-Shorelines/Water-supply/Wells/Information-for-drillers/Abandoned- wells 1-09.14(2)AD Compost Amended Soil (Bid Item A30) – Square Yard. Section 1-09.14(2)AD is a new section: (******) Measurement for Compost Amended Soil will be per square yard in conformance with the Contract Documents. Compost amended soil shall be placed to the depths shown on the drawings. 03/22/2021 56 Payment for Compost Amended Soil will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs necessary for the complete installation of Compost Amended Soil. 1-09.14(2)AF PSIPE Juncus Effusus, PSIPE Scirpus Acutus, and PSIPE Scirpus Microscarpus (Bid Item A31-A33) – Each. Section 1-09.14(2)AE is a new section: (******) Measurement for PSIPE Juncus Effusus, PSIPE Scirpus Acutus, and PSIPE Scirpus Microscarpus will be per each in conformance with the Contract Documents. Payment for PSIPE Juncus Effusus, PSIPE Scirpus Acutus, and PSIPE Scirpus Microscarpus will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs necessary for planting area preparation, fine grading, planting, cultivating, plant storage and protection, planting soil, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment. Engineer may vary the quantities of those shown per plan as well as adjust plan locations. The PSIPE Juncus Effusus, PSIPE Scirpus Acutus, and PSIPE Scirpus Microscarpus bid item are exempt from section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AF Low Permeable Compacted Till Liner (Bid Item A34) – Cubic Yard. Section 1-09.14(2)AF is a new section: (******) Measurement for Low Permeable Compacted Till Liner will be per cubic yard as determined by the actual surface area placed and depth shown on the drawings. Payment for Low Permeable Compacted Till Liner will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs necessary for the complete installation of Low Permeable Liner Materials in accordance with the Contract Documents and/or as directed by the Engineer. The Low Permeable Compacted Till Liner bid item is exempt from section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)AG CCTV New Storm Drain Pipe (Bid Item A37& B20) – Linear Foot. Section 1-09.14(2)AG is a new section: (******) Measurement for CCTV New Storm Drain Pipe will be per lineal foot in conformance with the Contract Documents. The new storm pipes shall be inspected using a television camera per Special Provisions Section 7- 04.3. Contractor shall submit the written reports of the inspection and the video recordings to the City for review and final acceptance. The television inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise approved by the Engineer. The camera shall have rotational capabilities and be used by the operator to provide best views of any nonconforming items. Included in this item is the cost for any replications of the video inspection in the event that initial inspections reveal any deficiencies that require correction and then require a second (or more) video inspection to document the final condition. Payment for CCTV New Storm Drain Pipe will be made at the contract unit price, which will include a complete compensation for all labor, materials, tools, and equipment necessary to complete the storm drain pipe inspection. 03/22/2021 57 1-09.14(2)AH Project Sign (Bid Item A35) – Each. Section 1-09.14(2)AH is a new section: (******) Measurement for Project Sign will be per each in conformance with the Contract Documents. The payment for Project Sign will be made at the contract unit price, which will include a complete compensation for all materials, equipment, tools, labor, and other incidental costs as necessary to furnish and place the sign meeting the requirements of the plans and specifications. The Contractor shall provide one (1) Project sign; located near the intersection of SE 4th Street and Union Avenue SE. The actual sign installed location will be directed by the Engineer. The sign information shall be constructed per the specifications shown on the construction plans. 1-09.14(2)AI Archeological and Historical Salvage (Bid Item A36) – Estimated. Section 1-09.14(2)AI is a new section: (******) Measurement for Archeological and Historical Salvage will be per estimated in conformance with the Contract Documents. Payment for Archeological and Historical Salvage will only be made for the work authorized and approved by the City. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). Once an archeological or historical artifact is found, any added work necessary to further uncover, fence, dewater, or otherwise protect or assist in such testing, exploratory operations and salvaging of the objects as ordered by the Engineer will be paid per Section 1-09.6. To provide a common basis for all bidders, the Contracting Agency has entered an amount for the item "Archaeological and Historical Salvage" in the Proposal to become a part of the total bid by the Contractor. Payment for this item will be only for treating an artifact as directed by the Engineer. Work associated with assisting the Owner’s Representative Archeologist to conduct its inspection and exploratory operations prior to any discovery shall be incidental to other bid items. If the discovery and treatment activities require the Engineer to suspend the Contractor's work, any adjustment in time will be determined by the Engineer pursuant to Section 1-08.8. The Contractor shall not have cause for claim of downtime or any other additional costs associated with “waiting” when a City retained archaeological specialist is investigating an excavation for potential artifacts or cultural resource or if minor artifacts are found and removed within a reasonable time (e.g., less than an hour). 1-09.14(2)AJ Covid-19 Health and Safety Plan (CHSP) and Implementation (Bid Item A38& B21) - Lump Sum. Section 1-09.14(2)AJ is a new section: (******) Measurement for this bid item will be per lump sum in conformance with the Contract Documents. The Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. 03/22/2021 58 The CHSP shall address the health and safety of all people associated with the project including Contracting Agency workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall address all elements of the Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements. The Contractor shall grant full and unrestricted access to the Contracting Agency for CHSP Inspections. The Contracting Agency will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Contracting Agency becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately. The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. If a suspension is necessary, the Contractor shall satisfy the Contracting Agency that the noncompliance incident has been corrected before the suspension will end. Payment for COVID-19 Health and Safety Plan (CHSP) and Implementation will be made at the contract unit price, which will include a complete compensation for labor, equipment, materials, and other incidental costs necessary including but not limited to, preparing, submitting, revising, and resubmitting revisions for the plan. The lump sum bid unit price shall also include the health and safety measures, PPE, and implementation necessitated by the plan. 03/22/2021 59 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: (******) 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 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 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. 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. 03/22/2021 60 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. 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. 1-11 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. 03/22/2021 61 The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling 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 03/22/2021 62 · Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 03/22/2021 63 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, 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. 03/22/2021 64 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. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 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. 2-02 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 03/22/2021 65 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.2 Pond Materials Section 2-03.2 is a new Section: (****** Low Permeability Compacted Till Liner Low permeability compacted till liner shall be placed to the extent and depths shown on the Plans. Low permeability liner shall be an imported till material meeting the following requirements. 1. Liner thickness shall be 18 inches after compaction. 2. Soil shall be compacted to 95% minimum dry density, modified proctor method (ASTM D- 1557). 3. Soil should be placed in 6 inch lifts. 4. Soils may be used that meet the following gradation: Sieve Size Percent Passing 6 inch 100 4 inch 90 #4 70–100 #200 30–100 Compost Amended Soil Compost amended soil shall be a mixture of 50% compost and 50% native material by volume. Compost used for soil amendments shall be Fine Compost to support plant growth. All soil amendments shall be installed as shown in the Plans within 30 calendar days after delivery to the project site. 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, including the pond. 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 03/22/2021 66 Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. Engineer shall approve of all native material used in fill areas. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 2-04 HAUL 2-04.5 Payment 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. 03/22/2021 67 2-08 TEMPORARY DEWATERING Section 2-08 is a new section (******) 2-08.1 Description This section specifies the definition, responsibilities and execution for temporary dewatering for the project improvements and associated excavations. The Contractor shall review and become thoroughly familiar with the groundwater conditions and dewatering requirements presented in the Geotechnical Report included as an attachment to these specifications. The Contractor shall include in its Bid all costs to provide the dewatering facilities sufficient to control groundwater to maintain a dry and firm excavation. Groundwater elevations fluctuate throughout the year and the extent of the excavations below the groundwater will depend on the time of year when the excavations are completed (e.g. some of the excavations will be above the groundwater if they are excavated during the summer months when groundwater levels are typically low). Consequently, the level of dewatering effort for this project will highly depend on the time of year construction is accomplished. The Contractor is fully responsible for the cost of all dewatering activities and thus the sequencing of the construction and excavations will be a key component during construction. The City is not responsible for any costs associated with the Contractor’s failure to plan, schedule, design, and implement a temporary dewatering system, including any delays in the project schedule that result in or from the need for additional dewatering. The Contractor shall be fully responsible for acquainting itself with the available information, existing site conditions, and all relevant regulatory requirements prior to commencing temporary dewatering activities. The Contractor shall design, install, maintain and operate a temporary dewatering system that will prevent water from entering, or promptly remove all water entering, all trenches and excavations from the time that excavation begins until all backfill has been completed for that excavation. The Contractor shall control groundwater so as to maintain a dry excavation, prevent softening of the bottom of any excavation, or prevent formation of “quick” conditions or “boils” during excavation. Dewatering shall be sufficient to maintain the groundwater level 1 foot below the surface of the trench excavation, base of the low permeability material, or other foundation. Direct discharge to the storm drain system without settling out all sediment by the use of Baker tanks with baffles will not be allowed. Localized perched groundwater may occur above the aquifer groundwater. Provisions shall be also made to remove perched groundwater and other incidental ground or surface water entering the excavations using sump pumps. 2-08.1(1) Submittals: Temporary Dewatering Plan The Contractor shall submit a Temporary Dewatering Plan to the Engineer for review at least two weeks prior to the Preconstruction Conference. The Temporary Dewatering Plan shall be prepared by an experienced dewatering designer and who has experience in the design of dewatering systems for similar projects. The Temporary Dewatering Plan shall include: · A narrative of the Contractor’s proposed dewatering system methodology, · Sketches showing system layout and components, · Specifications of proposed materials and equipment, including pump curves, · Models of pumps and design of sumps for removal of incidental seepage, perched groundwater, etc. · Methods for treatment of water prior to discharge, 03/22/2021 68 · The collection and removal of water, incidental seepage and accumulation within or entering the excavation, including incident rainfall and any surface runoff, which would be prevented by appropriate means · Assessment of off-site groundwater drawdown and settlement risk to adjacent structures and design of settlement mitigation measures · Plan for discharge, and · Proposed plans of operation, including a contingency or back-up plan for power, pump, system failure. The Temporary Dewatering Plan shall be prepared in conjunction with and be fully compatible with the pond excavation and pipeline installation with any and all mechanical shoring systems and methods used by the Contractor to provide ground support that shall be designed to maintain and ensure the stability of the excavations. If partially or completely water-tight shoring is to be used by the Contractor, the Temporary Dewatering Plan must demonstrate that the sufficient groundwater control (if any) required to ensure stability of the water-tight shoring at all stages of excavation, construction and backfilling is provided under all reasonably anticipated hydrostatic conditions (including contingencies). Any subsequent changes to the proposed dewatering system as described in the Temporary Dewatering Plan shall be submitted to the Engineer for review prior to implementation. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: (******) This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: (******) There shall be no separate payment for structural excavation. Structural excavation 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. 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: (******) 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. 03/22/2021 69 Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks not shown as to be replaced in the construction plans, but damaged by construction of the project or the Contractor’s use and activity, shall be repaired at its own expense 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: (*****) 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. 5-04.3(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. 5-06 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 plates may also be used with Engineer’s approval, and shall be considered incidental. 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 03/22/2021 70 other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with HMA ½” 64-22 paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not 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. 7-04 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 12-24” Ductile Iron Pipe Corrugated Polyethylene Storm Sewer Pipe (CPEP) Concrete Pipe (Reinforced only), Class 3 (Min) 9-05-13 9-05.20 9-05.7(2) 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: (******) 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: (******) Dense foam shall meet 9-05.52 of these Special Provisions. 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 2-year peak flow for all pipe diversions required along Union Ave SE is 4.2 cfs. 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 03/22/2021 71 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. 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 or failure of the primary bypass pump(s) or diversion system. The Contractor’s bypass operation shall be sized to handle, at a minimum, the flow rates specified above, 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: (******) 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. “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 CDF, 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. 03/22/2021 72 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: (******) 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. 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 03/22/2021 73 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: (******) 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. 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) 03/22/2021 74 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 7-06 TRENCH DRAINS (NEW SECTION) Section 7-06 is a new section. (******) 7-06.1 Description This Work consists of the construction of new trench drain in accordance with the plans and specifications. 7-06.2 Materials Trench drain shall be Polydrain PDX 15” wide, or acceptable equal. Trench drain and supporting concrete shall be designed for HS20 loading. Grate shall be either Model #603 or #606 as determined by the City. Submittals: A. Shop Drawings: Show a schematic plan of the total drainage system including fabrication details. Shop drawing shall indicate the number and type of each pre-sloped channels and non pre-sloped channels. B. Product Data: Manufacturer's catalog sheets, specifications, and installation instructions for each item specified. C. Samples: Section of trench drain and grate (minimum 6-inch length) D. Product Data: 1. Concrete Design Mix: Submit proposed concrete design mix together with name and location of batching plant at least 28 days prior to the start of concrete work. 2. Portland Cement: Brand and Manufacturer’s name. 3. Air-entraining Admixture: Brand and manufacturer’s name. 4. Water-reducing or High Range Water-reducing Admixture: Brand and manufacturer’s name. 5. Curing and Anti-Spalling Compound: Manufacturer’s specifications and application instructions. 7-06.3 Construction Requirements Cement concrete shall be constructed with air entrained concrete Class 4000 confirming to the requirements of Section 6-02. Applicable requirements for concrete curbs and gutters in Section 8- 4.2 shall apply. Trench drain shall be installed per manufacturer’s recommendations and product installation procedures. 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: (******) 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. 03/22/2021 75 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: (******) 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. 03/22/2021 76 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. 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. 03/22/2021 77 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: (******) 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(2)K Vertical Separation Between Utility Pipes Section 7-08.3(2)K is an added new section: (******) If the minimum vertical distance between utility pipes is less than 6-inches, and such installation is approved by the City, a pad shall be placed between the pipes. The pad shall be O.D. x O.D. x 2.5 inches thick minimum or as required to protect the pipes. The “O.D” in the prior sentence shall be equal to the outside diameter of the larger pipe. The pad shall be a polyethylene foam plank per Section 9-05.52 or approved equal. Additional measures may be necessary to ensure system integrity and may be required as evaluated by the City on a case by case basis. 7-08.3(3)A Backfilling Pipe Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) (******) 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. 03/22/2021 78 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. 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) is revised to read 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 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 supplemented as follows: (******) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 03/22/2021 79 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been 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) is revised to read as follows: The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut- offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water 03/22/2021 80 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. 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 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. 03/22/2021 81 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 to read as follows: Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. 03/22/2021 82 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 in inches Test Pressure in psi 4” 6" 8" 10" 12" 16" 20" 24" 400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60 375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49 350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: L= SD√P 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. 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. 03/22/2021 83 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 shall be revised and supplemented 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 lbs/cubic-foot) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: (******) 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 has been revised as follows: (******) Treated water shall be retained in the pipe at least 16 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. 03/22/2021 84 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: (******) Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, two satisfactory reports taken at least 15 minutes apart from each sampling point shall be received from the local or State Health Department or from a State accredited testing laboratory on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 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 additional 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: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. 03/22/2021 85 Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie-rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4” 2 6” 2 8” 2 10” 4 12” 4 14” 6 Pipe Diameter Number of 3/4" Tie Rods Required 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. 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. 03/22/2021 86 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. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: (******) 7-14.3(1) Hydrant Assembly Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. 03/22/2021 87 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 with the following: 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 with the following: 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. 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 added as follows: Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: (******) Section 7-15.3 is revised and supplemented with the following: 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. 03/22/2021 88 All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-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. 7-17 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. 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. Sewer sections shall be inspected by means of remote CCTV. If a blockage hampers the inspection of the sewer in one direction, then the Contractor shall attempt to complete the section by televising from the other manhole to complete the section. The Contractor must immediately report the obstruction to the Owner or his representative 03/22/2021 89 (hereinafter referred to as “Owner”). All CCTV work shall conform to Current NASSCO- PACP standards. 2. CCTV inspections will be delivered entirely in a GraniteNet compatible format database using the latest software version on External HDD. 3. The Contractor shall perform all CCTV inspections in accordance with NASSCO’s Pipeline Assessment Certification Program (PACP). CCTV inspections will be delivered entirely in electronic format. The entire survey shall be recorded in an approved electronic format submitted with electronic links between the data and the video. All television inspection reports shall be with-in +/- two (2) feet of the measured linear footage between manholes along the existing sewer centerline from the start of pipe to end of pipe. 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 for payment and the Contractor shall be required to re-CCTV the work. 4. The documentation of the work shall consist of PACP CCTV Reports, PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 5. 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. The pipe should be clean enough to ensure all defects, features and observations are seen and logged. 6. All CCTV operators working on this project shall have current NASSCO PACP certification. 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes Section 7-17.3(2)I is a new section: (******) Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by filling with grout, both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. The grout mix design and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22 for Grout Mix requirements). 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. Resin Impregnated Fiberglass CIPP, Section 7-23. 03/22/2021 90 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. 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 03/22/2021 91 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. 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 over the 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. 03/22/2021 92 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. 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) 4,500 psi Flexural Modulus (ASTM D790) Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi 03/22/2021 93 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 4. AASHTO H20 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. 03/22/2021 94 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) Nitric Acid Phosphoric Acid Sulfuric Acid Gasoline Vegetable Oil Detergent Soap 100 5 10 10 100 100 0.1 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. 03/22/2021 95 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 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. 03/22/2021 96 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 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 03/22/2021 97 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. 7-22 RESIN IMPREGNATED FABRIC CIPP New Section 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. 03/22/2021 98 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 CreaNova® 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. 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 03/22/2021 99 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. 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 ifferences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. 03/22/2021 100 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 ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube ASTM F 2019 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. 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. 03/22/2021 101 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. 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. 03/22/2021 102 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. 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. 8-02 ROADSIDE RESTORATION 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: (******) The contractor shall provide a material submittal for topsoil prior to use. 03/22/2021 103 8-02.3(16) Lawn Installation Section 8-02.3(16) is revised and supplemented as follows: (******) 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been deleted and superseded with the following: (******) 8-02.3(16)A1 Qualifications of Workmen Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2 Submittals 8-02.3(16)A2a Certification of Material 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in advance by the City. 3. Supply Grower’s written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A2b Manufacturer’s Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 8-02.3(16)A3 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. 8-02.3(16)A4 Site Information If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)A5 Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as shown in the Special Provisions. 03/22/2021 104 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. 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. 03/22/2021 105 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 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. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description Section 8-13.1 is revised and supplemented as follows: (******) Chain link fence shall be meet the requirements of the standard specifications and in accordance with the City of Renton standard fence and gate details. Fence shall include privacy slats with color black. Privacy slats shall be made of high-density polyethylene with ultra violet (UV) light inhibitors. Slats shall be Bottom Lock style manufactured by Pexco, or approved equal. 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. 03/22/2021 106 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: (******) The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-17 IMPACT ATTENUATOR SYSTEMS 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. 03/22/2021 107 Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two- lane or three-lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line (Replacement) 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. 8-23 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 03/22/2021 108 Aggregate, percent passing 1”, ¾”, ½”, and 3/8” sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point’s section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) Section 9-03.22 is a new section: (******) The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities” shall be approved by the Engineer prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. Minimum Strength: 100 psi 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 II. 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. 03/22/2021 109 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 gasket joints shall be performed in accordance with ASTM C361 or AWWA 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 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 03/22/2021 110 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. 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. 03/22/2021 111 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: (******) DRISCOPLEX 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope - This Specification covers requirements for DriscoPlex 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-contractors or distributors are prohibited. 03/22/2021 112 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. 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. 03/22/2021 113 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-0n, 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 Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field: The drying time between coats shall not exceed 24 hours in any case System Thickness: 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) 03/22/2021 114 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: (******) Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: 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 supplemented and revised as follows: (******) All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised to read as follows: (******) 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 03/22/2021 115 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is supplemented and 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 supplemented and 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. 03/22/2021 116 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section and shall read as follows: (******) 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 and shall read as follows: (******) 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) Steel Pipe Section 9-30.2(4) including title is revised as follows: (******) 9-30.2(4) Spacers and Seals for Steel Casing Pipe 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 Section 9-30.2(6) including title is revised as follows: (******) 9-30.2(6) Restrained Joint Pipe and Fittings Restrained joints (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. 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, 03/22/2021 117 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 and revised as follows: (******) The 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 inches to 16 inches) Section 9-30.3(1) is supplemented and revised as follows: (******) All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 PSI. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C-509 and C-515 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. 03/22/2021 118 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 and revised as follows: (******) In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 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 supplemented and 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.) 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is supplemented and revised as follows: (******) Valve markers shall be Carsonite composite utility marker .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 supplemented and revised as follows: (******) Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) is supplemented and revised 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 Details, 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. 03/22/2021 119 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented and revised 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 supplemented and 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. 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 replaced with the following: (******) Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one 4-inches pumper port connection with City of Seattle standard threats 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. 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. 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. 03/22/2021 120 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 to read as follows: (******) Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: (******) Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been 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 10-01 MARKING PAINT REMOVAL 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. WSDOT AMENDMENTS The WSDOT Amendments are incorporated in their Entirety. The First 3 Pages are included as a Reference. See the WSDOT Construction Specifications Web Site for a Complete Copy (http://www.wsdot.wa.gov/Business/Construction/SpecificationsAmendmentsGSPs.htm) TRAFFIC CONTROL INFORMATION DEPARTMENT OF PUBLIC WORKS Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. Page 1 of 2 | Published: 11/25/2019 Transportation Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380 Website: rentonwa.gov TRAFFIC CONTROL PLAN (TCP) APPLICATION Published: 11/25/2019 TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION FOR REVIEW/APPROVAL NO LATER THAN FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK. The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a TCP and obtain City of Renton's approval of that plan when construction, repair, or maintenance work is to be conducted within the city's right-of-way. TO THE APPLICANT: Submit the TCP application form and required submittal documents to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name]” or the above address. The following items, electronic copies preferred, are all required for submittal of the TCP Application: 1.☐ A copy of the Traffic Control Plan (TCP) Application form. 2.☐ A copy of the required TCP layout, preferred 11” X 17” paper size format, which shall: ☐Include map(s) showing the location of the project and work area. ☐Be legible lettering and clear, contrasting, symbols of viewing or printing. ☐Must indicate street names, and north arrow and scale. ☐All signs and detour routes shall conform to the MUTCD, WSDOT TCPs, and the Washington State Traffic Control Flagger Certification handbook, by the Evergreen Safety Council. ☐Types of plans required: ☐Work hour plan – show all mobility impacts during construction hours. ☐Non-work plan - show all mobility impacts after work hours when limited or no work is happening in the right-of-way (ROW), if applicable. ☐Changing construction phases – show construction sequence and each construction phase change even if the traffic control is not modified, if applicable. ☐Pedestrian access/detour plan, if applicable. Project Name: ______________________________________________ Permit #: _____________________ Project Address: ____________________________________________________________________________ Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________ Description of Work, Work Schedule, Equipment Used: _____________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ Construction Company: ________________________________________ Phone/Cell: (_____) _____-________ Applicant Name: _________________________________ Email: ______________________________________ Business Address: _________________________________ City/State: __________________ Zip: __________ Approved By: _______________________________________________ Date: ________________________ Transportation Operations Engineering Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. Page 2 of 2 | Published: 11/25/2019 APPLICANT AGREES TO ALL THE FOLLOWING: •TCP must be approved prior to commencing the work, and all permit conditions shall be met. •Existing pedestrian access shall be maintained. The work on pedestrian facilities shall be limited to one corner at a time, with the least possible inconvenience or delay to pedestrians. •Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or slippery road conditions during work and non-work hours. •The start of Work Time begins when any street or travel lane is fully/partially closed or impacts the follow of traffic. This includes set up within the traveled way or immediately adjacent to the roadway. •Emergency services (253-852-2121) shall be notified twenty-four (24) hours before any street or lane closures. •Contractor or entity must call Renton School District (425-204-4455) or any public/private agency, including public transit, to be affected by a temporary lane or road closure. •TCP for all street and/or lane closures shall be implemented and performed in compliance with the Manual on Uniform Traffic Control Devices (MUTCD) and/or State of Washington Department of Transportation (WSDOT) and all traffic regulations of the City of Renton and Revised Code of Washington (RCW). •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 RCW 47.36.200 Signs or Flaggers at thoroughfare work sites and RCW 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 Applicant’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 the City within the scope of this Agreement, Applicant 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. •Total road closure lasting more than twenty-four (24) hours is subject to the approval by the City Council. •Approved Temporary TCP must be at the work site during work hours. •Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or walkway is impeded to safely redirect pedestrians around a work zone. •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 seventy-two (72) hours in advance of effective date and time. •The cover sheet of this TCP 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 2nd Street; 425-430-7423). _______________________________ _______________________________ _______________________ Applicant’s Signature Print Name Date Geotechnical Report GEOTECHNICAL ENGINEERING REPORT Heather Downs Detention Pond Water Quality Retrofit, Renton Washington HWA Project No. 2018-139-21 Prepared for Louis Berger Inc. & City of Renton October 1, 2019 Geotechnical Engineering Pavement Engineering Geoenvironmental Hydrogeology Inspection & Testing TABLE OF CONTENTS 1.0 INTRODUCTION ....................................................................................................1 1.1 GENERAL .......................................................................................................1 1.2 PROJECT UNDERSTANDING ............................................................................1 2.0 FIELD INVESTIGATIONS .....................................................................................1 2.1 SUBSURFACE INVESTIGATION ........................................................................1 2.2 LABORATORY TESTING ..................................................................................2 3.0 SITE CONDITIONS ................................................................................................3 3.1 SITE DESCRIPTION .........................................................................................3 3.2 GENERAL GEOLOGY ......................................................................................3 3.3 SUBSURFACE SOIL CONDITIONS ....................................................................4 3.4 GROUND WATER ...........................................................................................4 4.0 CONCLUSIONS AND RECOMMENDATIONS ...................................................4 4.1 GENERAL .......................................................................................................4 4.2 SEISMIC DESIGN CONSIDERATIONS ................................................................5 4.2.1 Seismic Design ..............................................................................5 4.2.2 Soil Liquefaction ...........................................................................6 4.3 SLOPE STABILITY ...........................................................................................6 4.3.1 Static Loading Condition ...............................................................6 4.3.2 Pseudo-Static Stability...................................................................6 4.3.3 Slope Stability Considerations ......................................................7 4.4 INFILTRATION RECOMMENDATIONS ...............................................................7 4.5 EARTHWORK .................................................................................................8 4.5.1 Structural Fill and Compaction .....................................................8 4.5.2 Temporary Excavations .................................................................8 4.5.3 Wet Weather Earthwork ................................................................9 5.0 LIMITATIONS .........................................................................................................9 REFERENCES .........................................................................................................10 2018-139-21 Report 10-1-19 ii HWA GEOSCIENCES INC LIST OF FIGURES (FOLLOWING TEXT) Figure 1 Vicinity Map Figure 2 Site and Exploration Plan Figure 3 through Figure 5 Slope Stability Analyses Figure 6 BH-2 Water Elevation Data APPENDICES Appendix A: Field Exploration Figure A-1 Legend of Terms and Symbols Used on Exploration Logs Figures A-2 and A-3 Logs of Boreholes BH-1 and BH-2 Appendix B: Laboratory Test Results Figures B-1 through B-3 Particle Size Analysis of Soils GEOTECHNICAL ENGINEERING REPORT HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT RENTON, WASHINGTON 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of geotechnical engineering studies for the Heather Downs Detention Pond Water Quality Retrofit project in Renton, Washington. This report includes the results of our field explorations and our geotechnical engineering analysis and recommendations completed to date for design and construction of proposed improvements. The approximate location of the project site is shown on the Vicinity Map, Figure 1, and on the Site Exploration Plan, Figure 2. 1.2 PROJECT UNDERSTANDING It is our understanding that the City of Renton proposes to retrofit the Heather Downs detention pond and improve its stormwater treatment performance. Improvements will include retrofitting the existing backup detention pond by creating a combined wetpond/ detention pond. This includes excavating wetpond cells ranging from 3 to 6 feet below the existing pond bottom. Additionally, improvements include intercepting stormwater along the northwest corner of the pond with a new catch basin and associated piping and potential modifications to the pond outlet control and overflow structure. Design of these improvements will require evaluation of the subsurface soil conditions and geotechnical recommendations. 2.0 FIELD INVESTIGATIONS 2.1 SUBSURFACE INVESTIGATION HWA GeoSciences Inc. (HWA) conducted two (2) geotechnical borings in support of the design of the Heather Downs Detention Pond Project. The locations of the boreholes are shown on the Site Exploration Plan, Figure 2. The borings, designated BH-1 and BH-2, were drilled to depths of 13 and 18 feet below ground surface (bgs), respectively. Both borings encountered auger refusal at these depths. The borings were drilled by Geologic Drill Partners, of Bellevue, Washington, on February 27, 2019 using a limited access Bobcat MT52 mounted track rig equipped with hollow stem augers. In each of the borings, Standard Penetration Test (SPT) sampling was performed using a 2-inch outside diameter split-spoon sampler driven by a 140-pound hammer raised using a rope and October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 2 HWA GEOSCIENCES INC. cathead. During the SPT, samples were obtained by driving the sampler 18 inches into the soil with the hammer free-falling 30 inches. The numbers of blows required for each 6 inches of penetration were recorded. The Standard Penetration Resistance (“N-value”) of the soil is calculated as the number of blows required for the final 12 inches of penetration. This resistance, or N-value, provides an indication of relative density of granular soils and the relative consistency of cohesive soils; both indicators of soil strength. A 2-inch diameter monitoring well was installed in boring BH-2 to a depth of 18 feet. The slotted screen portion of the well was located from 5 to 15 feet bgs. An electronic data logger transducer was installed in the well and set to record ground water level every 5 minutes from February 27 to May 13, 2019. A geotechnical engineer from HWA logged each exploration and recorded all pertinent information. Soil samples obtained from the boreholes were classified in the field and representative portions were sealed in plastic bags. Pertinent information including soil sample depths, stratigraphy, soil engineering characteristics, and ground water occurrence was recorded. These soil samples were then taken to our Bothell, Washington, laboratory for further examination and testing. The stratigraphic contacts shown on the individual exploration logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The soil and ground water conditions depicted are only for the specific date and locations reported and, therefore, are not necessarily representative of other locations and times. A legend of the terms and symbols used on the exploration logs is presented in Figure A-1. Summary logs of the borehole explorations are presented in Figures A-2 and A-3. 2.2 LABORATORY TESTING Representative soil samples obtained from the subsurface explorations were taken to the HWA laboratory for further examination and testing. Laboratory tests, as described below, were conducted on selected soil samples to characterize relevant engineering properties of the on-site soils. The tests included visual classifications, natural moisture contents, and grain size distributions. The tests were conducted in general accordance with appropriate American Society of Testing and Materials (ASTM) standards, as described below. The test results are also presented in Appendix B, and/or displayed on the exploration logs in Appendix A, as appropriate. Moisture Content of Soil: The moisture content of selected soil samples (percent by dry mass) was determined in accordance with ASTM D 2216. The results generally showed a moisture content from 6 to 20 %. The results are shown on the logs in Appendix A. Particle Size Analysis of Soils: Selected samples were tested to determine the particle size distribution of material in accordance with ASTM D422 (wet sieve or wet/hydrometer method). The results of the tests indicate that the soils at the project site are classified as SM, silty sand, October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 3 HWA GEOSCIENCES INC. according to ASTM soil classification. This corresponds to a NRCS hydraulic soil group A/D due to the presence of a relatively shallow perched water table. A summary of the general physical soil characteristics can be found in Section 3.3 Subsurface Soil Conditions. The results are summarized on the attached Appendix B, which also provide information regarding the classification of the samples and the moisture content at the time of testing. 3.0 SITE CONDITIONS 3.1 SITE DESCRIPTION The project site is shown on the Vicinity Map (Figure 1). The project site is located on the northeast corner of the intersection of Union Avenue SE and SE 4th Street. The detention pond is currently 5-6 feet deep with an access ramp at the gate on Union Avenue S. The site is adjacent to two residential lots. 3.2 GENERAL GEOLOGY The site is in the central portion of the Puget Sound Lowland, an elongated topographic and structural depression bordered by the Cascade Mountains on the east and the Olympic Mountains on the west. The Lowland is characterized by low-rolling relief with some deeply cut ravines. In general, the ground surface elevation is within 500 feet of sea level. The Puget Lowland was filled to significant depths by glacial and non-glacial sediments during the Pleistocene Epoch, although bedrock does outcrop in scattered locations throughout the area. Generally, the rock is deeply buried by Pleistocene and recent sediments. Geologists have generally agreed that the Puget Sound area was subjected to four or more major glaciations during the Pleistocene Epoch. Ice for these glacial events originated in the Coastal Mountains and the Vancouver Range of British Columbia. The maximum southward advance of ice was about halfway between Olympia and Centralia. The Pleistocene stratigraphic record in the central portion of the Puget Lowland is a complex sequence of glacially-derived and interglacial sediments. Erosion of certain deposits, as well as local deposition of sediments, further complicate the geologic setting. Review of Geologic Map of the Renton Quadrangle, King County, Washington (Mullineaux, 1965) indicates the local area is underlain by outwash along Cedar River valley, described as interbedded sand and pebble gravel. Advance outwash deposits generally consist of well-sorted sand and gravel deposited by streams issuing from advancing ice sheets. These deposits have been glacially overridden and are typically dense to very dense. October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 4 HWA GEOSCIENCES INC. 3.3 SUBSURFACE SOIL CONDITIONS The soils encountered in our explorations consist of near surface fill soils over native, glacial outwash deposits. Further descriptions of soils encountered in our explorations are presented below in order of deposition, beginning with the most recently deposited. The exploration logs in Appendix A provide more detailed description of subsurface conditions observed at specific locations and depths. Fill/ Disturbed Native: A layer of fill was encountered in boring BH-2 from ground surface to approximately 2.5 feet bgs. The fill consisted of medium dense, silty sand. The fill was likely placed during past construction operations in the area. Advance Outwash: Glacial advance outwash sediments were encountered in both borings. Both borings met refusal and were terminated in this deposit. The outwash typically consisted of dense to very dense, gravelly, slightly silty to silty, sand. The upper 4 to 8 feet of the outwash deposit was weathered and slightly less dense. 3.4 GROUND WATER Perched ground water was observed in both borings. Boring BH-1 (Elevation 369 feet) encountered ground water seepage from 4-6 feet bgs (approximate Elevation 363 to 365 feet). Boring BH-2 (Elevation 375 feet) encountered ground water seepage from 8-10 feet bgs (Elevation 365 to 366 feet). Ground water was observed to be perched over the very dense advance outwash layer. Shallow standing (ponded) water was observed in the detention pond at the time of drilling, likely a result of recent snow/rain. A monitoring well with electronic data logger transducers was installed in boring BH-2 and set to record water level every 5 minutes. A plot of the ground water level measured in this well, from February 27 to May 13, 2019, is shown in Figure 6. The ground water level was observed to vary between approximately 7.8 and 13.3 feet bgs (approximate Elevation 361.7 to 367.2 feet). We expect the ground water levels across the site to vary seasonally in response to precipitation. 4.0 CONCLUSIONS AND RECOMMENDATIONS 4.1 GENERAL Below the topsoil/fill at the site, the native subgrade soils consist of dense to very dense advance outwash (silty to slightly silty sand with gravel). Given the measured high ground water level (approximate Elevation 367 feet) there is not sufficient separation between the October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 5 HWA GEOSCIENCES INC. bottom of pond and ground water level to utilize infiltration. Additionally, a pond liner will be required to maintain the minimum design water level required. The existing pond side slopes stand at about 1H:1V with a height of about 5 feet. Slope stability analyses (described in Section 4.3) indicate a seismic factor of safety of less than 1.0 for deepening the pond at the current slope. Slopes of 2H:1V will be required to deepen the pond below the existing 1H:1V slope. The following sections provide geotechnical recommendations for slope stability, infiltration and earthwork considerations. 4.2 SEISMIC DESIGN CONSIDERATIONS 4.2.1 Seismic Design We understand the structures at the project site are being designed in accordance with the 2015 International Building Code (IBC), (ICC, 2011, 2014). The IBC requires above-grade structures be designed for earthquake loads consisting of the inertial forces induced by a “Maximum Considered Earthquake” (MCE), which corresponds to an earthquake with a 2% probability of exceedance (PE) in 50 years (approximately 2,475-year return period). Accordingly, the relevant probabilistic spectral response parameters were developed using the United States Geological Survey, and Structural Engineers Association of California (SEAOC) and Office of Statewide Health Planning and Development (OSHPD)’s website. The IBC accounts for the effects of site-specific subsurface ground conditions on the response of structures in terms of site classes. Site classes are defined by the average density and stiffness of the soil profile underlying the site. The Site Class can be correlated to the average standard penetration resistance (NSPT) in the upper 100 feet of the soil profile. Based on our characterization of the subsurface conditions, the subject site classifies as IBC Site Class D. Table 1 presents the design spectral seismic coefficients obtained for this site based on risk category I/II/III. Based on the SDS and SD1 values, the site is considered as Seismic Design Category D. Table 1. Design Seismic Coefficients for 2015 IBC Code Based Evaluation Site Class Spectral Acceleration at 0.2 sec. SS, g Spectral Acceleration at 1.0 sec S1, g Design Spectral Acceleration at 0.2 sec. SDS, g Design Spectral Acceleration at 1.0 sec. SD1, g Site Coefficients Peak Horizontal Acceleration PGA, (g) Fa Fv D 1.397 0.523 0.931 0.523 1.00 1.5 0.372 October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 6 HWA GEOSCIENCES INC. 4.2.2 Soil Liquefaction Soil liquefaction is a phenomenon where loose, saturated, granular deposits temporarily lose strength and behave as a liquid in response to moderate to strong earthquake shaking. Primary factors controlling the development of liquefaction include the intensity and duration of strong ground motions, the characteristics of subsurface soils, in-situ stress conditions and the depth to ground water. The native soils at the project site primarily consist of dense to very dense outwash sands. Given the density of these soils, liquefaction is unlikely. 4.3 SLOPE STABILITY HWA performed global slope stability analyses along the slopes of the detention pond assuming the current site geometry and an additional excavation depth of 6 feet. Global slope stability was analyzed under two loading scenarios: static loading and pseudo-static earthquake loading. Soil strength parameters and ground water conditions for these analyses were assumed based on field exploration observations and laboratory test results. Limit equilibrium analyses were performed using the computer program SLIDE 2018. Global factors of safety with respect to potential deep-seated failure surfaces were determined under the two load cases. The factor of safety computed is the ratio of the summation of the driving forces to the summation of the resisting forces. Where the factor of safety is less than 1.0, instability is predicted. For global slope stability design, minimum acceptable factors of safety under static loading conditions are commonly taken as 1.5 for slopes supporting structures or walls. For slopes adjacent to structures or minor walls where slope instability would have a lesser effect in terms of safety considerations, the factor of safety may be taken as 1.3. Minimum acceptable factor of safety for the pseudo-static case is 1.1. 4.3.1 Static Loading Condition If the current 1H:1V slope was extended for the pond deepening, the side slopes were found to be stable under static loading condition with factor of safety slightly less than 1.3, as shown in Figure 3. This factor of safety shows stability under static loading but is less than the minimum required. 4.3.2 Pseudo-Static Stability Seismic stability of the existing slope was evaluated using a pseudo-static horizontal acceleration of 0.186g, which is ½ of the peak ground acceleration (PGA) associated with the 1:1033-year design earthquake for this site location. From our analyses, we conclude that, under a design earthquake, a factor of safety for global stability less than 1 will exist for deepening the pond at 1H:1V, as shown in Figure 4. Therefore, slope instability is expected to occur as a result of the design earthquake. We October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 7 HWA GEOSCIENCES INC. expect that slope instability will manifest as a rotational failure of the sides which could cause damage to the adjacent residential properties. Additional analyses conclude that the pond deepening excavation will need to be sloped at a 2H:1V slope to maintain stability in the pseudo- static scenario. With this slope, we conclude that, under a design earthquake, a factor of safety for global stability above 1.1 will exist, as shown in Figure 5. 4.3.3 Slope Stability Considerations Our slope stability analyses indicate that deepening the pond 6 feet at a 1H:1V side slope is marginally stable under static loading conditions, but with a factor of safety less than desired. During the design earthquake the side slopes are expected to become unstable and undergo rotational slope failure, potentially impacting the nearby residences. To achieve adequate factors of safety, both static and seismic, side slopes for pond deepening excavations should be 2H:1V or flatter. We recommend that excavations occur during dry summer months when ground water levels are at their lowest. Several existing tree stumps and their roots exist around the top edge of the pond. We recommend that during construction these stumps are not removed. Removal may cause disturbances to the current slope stability. However, it should be noted that the tree stumps and roots will decay over time. This can cause the potential for ground subsidence which may likely require future maintenance. 4.4 INFILTRATION RECOMMENDATIONS It is our understanding that the design team would like to evaluate the feasibility of utilizing the detention pond to infiltrate stormwater. Use of onsite stormwater infiltration for design will be very limited due to the presence of relatively impermeable materials observed within 4 to 6 feet bgs in both borings. Ground water was observed to be perched in the weathered zone above the very dense advance outwash layer. Transducer readings in boring BH-2 indicated that the ground water level fluctuated between about 8 and 13.5 feet bgs from February 27 to May 13, 2019 (about 3 to 8.5 feet below the existing bottom of pond). It is our understanding that a 3 to 6 feet deep excavation below the existing pond bottom is proposed for the wetpond cell(s). At these depths, and given the observed high ground water levels, sufficient separation will not be available to utilize onsite infiltration at this site. Additionally, if the pond is deepened by 3 to 6 feet, excavation will likely intercept the local perched water level. This may result in standing (ponded) water at the new pond bottom during wet periods of the year but will not affect the local ground water level. We understand that the current pond outlet elevation will remain the same. October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 8 HWA GEOSCIENCES INC. It is our understanding that the water level in the pond must not drop more than 12 inches in any measurement period. As shown in Figure 6, the measured ground water level varied between a depth of over 5 feet during the time period from February 27 to May 13, 209. As a result, a pond liner will be required to maintain the water level in the pond. 4.5 EARTHWORK 4.5.1 Structural Fill and Compaction The native soils are expected to be moisture sensitive and contain high fines component (about 22 to 34% based on grain size analyses). We do not recommend the use of on-site materials as structural fill however, they could be suitable for limited re-use on site during the dry summer months. Native excavated material may be used to modify the access road. If structural fill is to be placed, we recommend that imported material, as described below, be used. Imported structural fill should consist of clean, non-plastic, free-draining sand and gravel free from organic matter or other deleterious materials. Such materials (Gravel Borrow) should contain particles of less than 4 inches maximum dimension, with less than 7% fines (based on the ¾-inch fraction) as described in Section 9-03.14(1), Gravel Borrow, of the WSDOT Standard Specifications (WSDOT, 2018). Structural fill should be placed in loose, horizontal, lifts of not more than 8 inches in thickness and compacted to at least 95% of the maximum dry density, as determined using test method ASTM D 1557 (modified Proctor). At the time of placement, the moisture content of structural fill should be at or near optimum. The procedure required to achieve the specified minimum relative compaction depends on the size and type of compaction equipment, the number of passes, thickness of the layer being compacted, and the soil moisture-density properties. Generally, loosely compacted soils are a result of poor construction technique or improper moisture content. Soils with a high percentage of silt or clay are particularly susceptible to becoming too wet, and coarse-grained materials easily become too dry, for proper compaction. Silty or clayey soils with a moisture content too high for adequate compaction should be dried as necessary, or moisture conditioned by mixing with drier materials, or other methods. For coarse- grained structural fill soils, moisture conditioning by sprinkling before and during compaction is sometimes required to achieve the required relative compaction. 4.5.2 Temporary Excavations Any excavations deeper than 4 feet should be sloped or shored in accordance with current State of Washington Labor and Industries Safety and Health guidelines. Per these guidelines, all site soils are classified as Type C Soil. Temporary unsupported excavations within Type C Soil should be sloped no steeper than 1.5H:1V. Flatter side slopes could be required for excavations below the water table or where ground water seepage is present. October 1, 2019 HWA Project No. 2018-139-21 2018-139-21 Report 10-1-19 9 HWA GEOSCIENCES INC. The contractor should monitor the stability of the temporary excavations and adjust the construction schedule and slope inclination accordingly. The contractor should be responsible for control of ground and surface water and should employ sloping, slope protection, ditching, sumps, dewatering, and other measures, as necessary, to prevent sloughing of soils and heave of the bottom of the excavation. 4.5.3 Wet Weather Earthwork As the native, on-site silty soils are highly moisture sensitive and will be unworkable when wet, we do not recommend earthwork be performed in wet conditions. General recommendations relative to earthwork that must necessarily be performed during wet weather or in wet conditions are presented below. These recommendations should be incorporated into the contract specifications. • Earthwork should be performed in small areas to minimize exposure to wet weather. Excavation or the removal of unsuitable soils should be followed promptly by the placement and compaction of clean structural fill. The size and type of construction equipment used may have to be limited to prevent soil disturbance. • The ground surface within the construction area should be graded to promote run-off of surface water and to prevent the ponding of water. • The ground surface within the construction area should be sealed by a smooth drum vibratory roller, or equivalent, and under no circumstances should be left uncompacted and exposed to moisture. • Excavation and placement of structural fill material should be performed under the full- time observation of a representative of the geotechnical engineer, to determine that the work is being accomplished in accordance with the project specifications and the recommendations contained herein. 5.0 LIMITATIONS We have prepared this report for Berger Louis Inc. and the City of Renton for use in design of a portion of this project. This report should be provided in its entirety to prospective contractors for bidding and estimating purposes; however, the conclusions and interpretations presented herein should not be construed as a warranty of the subsurface conditions. Experience shows that soil and ground water conditions can vary significantly over small distances. Inconsistent conditions may occur between explorations that may not be detected by a geotechnical study. If, during future site operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified to review the recommendations made in this REFERENCES AASHTO, 2017, LRFD Bridge Design Specification, 8th Edition, November 2017. American Association of State Highway and Transportation Officials, 1993, AASHTO Guide for Design of Pavement Structures, American Association of State Highway and Transportation Officials. American Association of State Highway and Transportation Officials (AASHTO), 2011, Guide Specifications for LRFD Seismic Bridge Design, 2nd Edition, Washington D.C. American Association of State Highway and Transportation Officials (AASHTO), 2011, Guide Specifications for LRFD Seismic Bridge Design, 2nd Edition, with 2012, 2014 and 2015 Interim Revisions, Washington D.C. International Code Council (ICC), 2015, International Building Code (IBC), Country Club Hills, Illinois. Mullineaux, 1965, Geologic map of the Renton quadrangle, King County, Washington, USGS, Geologic Quadrangle Map GQ-405, Scale: 1:24,000. SEAOC and OSHPD, Seismic Design Maps, https://seismicmaps.org/ USGS, 2019, Design Ground Motions, Earthquake Hazards Program, https://earthquake.usgs.gov/hazards/designmaps/index.php Washington State Department of Ecology, 2014, Stormwater Management Manual for Western Washington, as Amended in December 2014. WSDOT, 2015, Geotechnical Design Manual, Washington State Department of Transportation. WSDOT, 2018, Standard Specifications for Road, Bridge, and Municipal Construction, M 41-10. VICINITY MAP HEATHER DOWNS DENTENTION POND RENTON, WA 1 2018-139-21 FIGURE NO. PROJECT NO. MAP NOT TO SCALE BASE MAP FROM GOOGLE MAPS DATA © 2018 GOOGLE © 2016 Microsoft MDA Geospatial Services Inc. Approximate Project Site N © 2019 Microsoft Corporation © 2019 DigitalGlobe ©CNES (2019) Distribution Airbus DS SITE &EXPLORATION PLAN2FIGURE NO.PROJECT NO.2018-139-21DRAWN BY BFMCHECK BY SKDATE03.13.2019HEATHER DOWNS DETENTION PONDRENTON, WASHINGTONS:\2018 PROJECTS\2018-139-21 HEATHER DOWNS DETENTION POND\CAD\2018-139-21 HEATHER DOWNS DETENTION POND.DWG <Fig 2> Plotted: 3/13/2019 11:28 AM06121824SCALE: 1" = 12'HEATHER DOWNS DETENTION PONDScale: 1" = 12'-0"PONDUNION AVE SEEXPLORATION LEGENDBH-1Borehole Designation and Approximate Location (HWA GEOSCIENCES, INC., 2019)SE 4TH STREET BH-1BH-2 FIGURE NO. PROJECT NO. SLOPE STABILITY ANALYSIS USING SLIDE 1H:1V SLOPED EXCAVATION -STATIC CONDITION HEATHER DOWNS DETENTION POND RENTON, WASHINGTON 3 2018-139-21 Proposed Excavation at 1H:1V Slope Existing 1H:1V Slope Static Loading Condition Bishop Simplified Method FS=1.245 Required Factor of Safety = 1.3 FIGURE NO. PROJECT NO. SLOPE STABILITY ANALYSIS USING SLIDE 1H:1V SLOPED EXCAVATION – PSEUDO STATIC CONDITION HEATHER DOWNS DETENTION POND RENTON, WASHINGTON 4 2018-139-21 Pseudo- Static Condition Design PGA= 0.0.372 Kh= PGA/2 Bishop Simplified Method FS=0.856 Required Factor of Safety = 1.1 Proposed Excavation at 1H:1V Slope Existing 1H:1V Slope FIGURE NO. PROJECT NO. SLOPE STABILITY ANALYSIS USING SLIDE 2H:1V SLOPED EXCAVATION –PSEUDO STATIC CONDITION HEATHER DOWNS DETENTION POND RENTON, WASHINGTON 5 2018-139-21 Pseudo- Static Condition Design PGA= 0.372 Kh= PGA/2 Bishop Simplified Method FS=1.149 Required Factor of Safety = 1.1 Proposed Excavation at 2H:1V Slope Existing 1H:1V Slope 361 362 363 364 365 366 367 368 Ground Water Elevation (ft)Date and Time Water Elevation from February 27, 2019 to May 13, 2019 Ground Surface Elevation: 375 ft BH-2 WATER ELEVATION DATA 6 2018-139-21 FIGURE NO. PROJECT NO.HEATHER DOWNS DETENTION POND RENTON, WASHINGTON Proposed Pond Bottom APPENDIX A FIELD EXPLORATION A-1 SYMBOLS USED ON EXPLORATION LOGS LEGEND OF TERMS AND to 30 over 30 Approximate Undrained Shear Strength (psf) <250 250 - No. 4 Sieve Sand with Fines (appreciable amount of fines) amount of fines) More than 50% Retained on No. 200 Sieve Size Sand and Sandy Soils Clean Gravel (little or no fines) More than 50% of Coarse Fraction Retained on No. 4 Sieve Gravel with SM SC ML MH CH OH RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE Very Loose Loose Medium Dense Very Dense Dense N (blows/ft) 0 to 4 4 to 10 10 to 30 30 to 50 over 50 Approximate Relative Density(%) 0 - 15 15 - 35 35 - 65 65 - 85 85 - 100 COHESIVE SOILS Consistency Very Soft Soft Medium Stiff Stiff Very Stiff Hard N (blows/ft) 0 to 2 2 to 4 4 to 8 8 to 15 15 Clean Sand (little or no fines) 50% or More of Coarse Fraction Passing Fine Grained Soils Silt and Clay Liquid Limit Less than 50% 50% or More Passing No. 200 Sieve Size Silt and Clay Liquid Limit 50% or More 500 500 - 1000 1000 - 2000 2000 - 4000 >4000 DensityDensity USCS SOIL CLASSIFICATION SYSTEM Coarse Grained Soils Gravel and Gravelly Soils Highly Organic Soils GROUP DESCRIPTIONS Well-graded GRAVEL Poorly-graded GRAVEL Silty GRAVEL Clayey GRAVEL Well-graded SAND Poorly-graded SAND Silty SAND Clayey SAND SILT Lean CLAY Organic SILT/Organic CLAY Elastic SILT Fat CLAY Organic SILT/Organic CLAY PEAT MAJOR DIVISIONS GW SP CL OL PT GP GM GC SW COHESIONLESS SOILS Fines (appreciable LEGEND 00000.GPJ 2/27/15 FIGURE: Coarse sand Medium sand SIZE RANGE Larger than 12 in Smaller than No. 200 (0.074mm) Gravel time of drilling) Groundwater Level (measured in well or AL CBR CN Atterberg Limits: LL = Liquid Limit California Bearing Ratio Consolidation Resilient Modulus Photoionization Device Reading Pocket Penetrometer Specific Gravity Triaxial Compression Torvane 3 in to 12 in 3 in to No 4 (4.5mm) No. 4 (4.5 mm) to No. 200 (0.074 mm) COMPONENT DRY Absence of moisture, dusty, dry to the touch. MOIST Damp but no visible water. WET Visible free water, usually soil is below water table. Boulders Cobbles Coarse gravel Fine gravel Sand MOISTURE CONTENT COMPONENT PROPORTIONS Fine sand Silt and Clay 5 - 12% PROPORTION RANGE DESCRIPTIVE TERMS Clean Slightly (Clayey, Silty, Sandy) 30 - 50% Components are arranged in order of increasing quantities. Very (Clayey, Silty, Sandy, Gravelly) 12 - 30%Clayey, Silty, Sandy, Gravelly open hole after water level stabilized) Groundwater Level (measured at 3 in to 3/4 in 3/4 in to No 4 (4.5mm) No. 4 (4.5 mm) to No. 10 (2.0 mm) No. 10 (2.0 mm) to No. 40 (0.42 mm) No. 40 (0.42 mm) to No. 200 (0.074 mm) PL = Plastic Limit DD DS GS K MD MR PID PP SG TC TV Dry Density (pcf) Direct Shear Grain Size Distribution Permeability Approx. Shear Strength (tsf) Percent Fines%F Moisture/Density Relationship (Proctor) Approx. Compressive Strength (tsf) Unconfined CompressionUC (140 lb. hammer with 30 in. drop) Shelby Tube Small Bag Sample Large Bag (Bulk) Sample Core Run Non-standard Penetration Test 2.0" OD Split Spoon (SPT) NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation. Density/consistency, color, modifier (if any) GROUP NAME, additions to group name (if any), moisture content. Proportion, gradation, and angularity of constituents, additional comments. (GEOLOGIC INTERPRETATION) Please refer to the discussion in the report text as well as the exploration logs for a more complete description of subsurface conditions. Soil descriptions are presented in the following general order: < 5% 3-1/4" OD Split Spoon with Brass Rings (3.0" OD split spoon) TEST SYMBOLS SAMPLE TYPE SYMBOLS GROUNDWATER SYMBOLS COMPONENT DEFINITIONS Heather Downs Detention Pond Renton, Washington PROJECT NO.:2018-139-21 S-1 S-2 S-3 S-4 S-5 GS GS HYD GS GS SM SM SM SP SM 13-20-23 8-24-50/4" 35-50/5" 34- 50/5" 19-39-50/5.5" Medium dense, olive brown, silty, SAND, moist. (WEATHERED ADVANCE OUTWASH) Dense, olive brown, to olive gray, gravelly, very silty, SAND. moist to wet. Abundant dark brown organics and root debris. Grades to silty sand. (ADVANCE OUTWASH) Very dense, olive brown, to light yellow brown, gravelly, silty, fine to coarse SAND, wet. Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. 1" layer of rust mottling. Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. Gravel is sub-angular to rounded. Very dense, olive gray grades to gray, slighlty silty, fine SAND, moist. Boring encountered refusal at 13 feet below ground surface bgs. Boring was moved 3 feet east and encountered refusal at 11.5 feet bgs. Boring abandoned with hydrated bentonite chips. Perched ground water seepage observed from 4-6 feet bgs. 0 20 40 60 80 100 Water Content (%) Plastic Limit (140 lb. weight, 30" drop) Blows per foot (blows/6 inches)USCS SOIL CLASSDESCRIPTION SAMPLE TYPESAMPLE NUMBERPEN. RESISTANCEOTHER TESTSGROUNDWATERStandard Penetration Test A-2SYMBOL0 10 20 30 40 50 Liquid Limit BORING: BH-1 PAGE: 1 of 1 Water Content (%) Natural Water ContentNOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. PZO-DSM 2018-139-21.GPJ 3/14/19 FIGURE:PROJECT NO.:2018-139-21 Renton, Washington Heather Downs Detention PondDEPTH(feet)0 5 10 15 20 ELEVATION(feet)DRILLING COMPANY: Geologic Drill Partners, Inc. DRILLING METHOD: HSA, Mini Bobcat Drill Rig LOCATION: See Figure 2 SAMPLING METHOD: SPT w/ cathead DATE STARTED: 2/27/2019 DATE COMPLETED: 2/27/2019 LOGGED BY: S Khandaker SURFACE ELEVATION: 369 Feet >> >> >> >> S-1 S-2 S-3 S-4 S-5 S-6a S-6b S-7 GS GS GS SM SM SM SP 19-19-36 10-15-16 12-16-19 17-16-32 42-50/3" 19-22-25 50/0" Medium dense, dark brown, silty, fine to medium sand, moist. (TOPSOIL/ FILL) (WEATHERED ADVANCE OUTWASH) Very dense, dark brown grades to olive brown, silty, gravelly, fine to medium SAND, moist. Abundant organics and root debris. Heavily rust mottled at toe. Dense, olive gray, rounded gravelly, silty, fine to medium SAND, mist. Scattered coarse sand. 1/4" medium sand lense observed. Dense, olive gray, gravelly, silty, fine to medium SAND, wet. Dense, olive gray to olive brown, rounded gravelly, silty, fine to medium SAND, moist. Sample grades finer with depth. (ADVANCE OUTWASH) Very dense, olive gray, very gravelly, silty, fine to coarse SAND, moist. Minor rust mottling at toe, gravel grades finer than above. Dense, olive brown to olive gray, gravelly, silty SAND, moist. Dense, olive brown, gravelly, clean, medium SAND, moist. Black sand at contact. No recovery. Boring encountered refusal at 18 feet below ground surface bgs. Perched ground water seepage observed from 8-10 feet bgs at time of drilling. Highest recorded ground water at 7.8 feet bgs on May 13 3019. Well ID: BKU 673 0 20 40 60 80 100 Water Content (%) Plastic Limit (140 lb. weight, 30" drop) Blows per foot (blows/6 inches)USCS SOIL CLASSDESCRIPTION SAMPLE TYPESAMPLE NUMBERPEN. RESISTANCEOTHER TESTSPIEZOMETERStandard Penetration Test A-3SYMBOLSCHEMATIC0 10 20 30 40 50 Liquid Limit BORING: BH-2 PAGE: 1 of 1 Water Content (%) Natural Water ContentNOTE: This log of subsurface conditions applies only at the specified location and on the date indicated and therefore may not necessarily be indicative of other times and/or locations. PZO-DSM 2018-139-21.GPJ 5/21/19 FIGURE:PROJECT NO.:2018-139-21 Renton, Washington Heather Downs Detention PondDEPTH(feet)0 5 10 15 20 370 365 360ELEVATION(feet)DATE COMPLETED: 2/27/2019 DRILLING COMPANY: Geologic Drill Partners, Inc. DRILLING METHOD: HSA, Mini Bobcat Drill Rig LOCATION: See Figure 2 DATE STARTED: 2/27/2019 SAMPLING METHOD: SPT w/ cathead LOGGED BY: S. Khandaker >> >> >> SURFACE ELEVATION: 375.0 feet APPENDIX B LABORATORY TEST RESULTS 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-1 S-2 S-3 2.5 - 4.0 5.0 - 6.3 7.5 - 8.4 #10 47.6 58.5 52.7 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-1 Coarse #60#40#20 Fine Coarse SYMBOL Gravel % 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 18.4 16.9 21.4 Sand % (SM) Olive-brown, silty SAND with gravel (SM) Light olive-brown, silty SAND with gravel (SM) Dark gray, silty SAND with gravel Fines % 0.00050.005 CLAY BH-1 BH-1 BH-1 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 30 13 10 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 33.9 24.6 25.9 2018-139-21PROJECT NO.: HWAGRSZ 2018-139-21.GPJ 03/11/19 FIGURE: Heather Downs Detention Pond Renton, Washington 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-4 S-2 S-3 10.0 - 10.9 5.0 - 6.5 7.5 - 9.0 #10 52.7 61.1 56.2 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-2 Coarse #60#40#20 Fine Coarse SYMBOL Gravel % 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 25.6 16.5 21.9 Sand % (SM) Olive brown, silty SAND with gravel (SM) Olive-brown, silty SAND with gravel (SM) Olive-brown, silty SAND with gravel Fines % 0.00050.005 CLAY BH-1 BH-2 BH-2 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 7 14 12 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 21.7 22.4 21.8 2018-139-21PROJECT NO.: HWAGRSZ 2018-139-21.GPJ 03/11/19 FIGURE: Heather Downs Detention Pond Renton, Washington 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-4 10.0 - 11.5 #10 55.6 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-3 Coarse #60#40#20 Fine Coarse SYMBOL Gravel % 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 22.8 Sand % (SM) Olive-brown, silty SAND with gravel Fines % 0.00050.005 CLAY BH-2 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 12 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 21.7 2018-139-21PROJECT NO.: HWAGRSZ 2018-139-21.GPJ 03/11/19 FIGURE: Heather Downs Detention Pond Renton, Washington Construction Stormwater Pollution Prevention Plan (CSWPPP) 1 Construction Stormwater Pollution Prevention Plan (CSWPPP) Prepared for: City of Renton Public Works Department Heather Downs Detention Pond Water Quality Retrofit Project Prepared by: Ken Srilofung, PE Civil Engineer 3-Surface Water Utility Engineer 1055 South Grady Way, 5th floor Renton, WA. 98055 2 Project Overview The construction site is at the Heather Downs Detention Pond located near Union Ave SE and SE 4th St, Renton, WA. 98059. Work under this project includes re-creating stormwater quality treatment storage within an existing detention pond by excavating and disposing of approximately 510 cubic yards of native materials, installing permeable liner materials, storm drain pipes, catch basins, and removing and replacing chain link fence, asphalt concrete pavement, sidewalk, curb, and gutter. Construction activities will commence in summer 2021 and approximately complete in no later than September 2021. The following is the Erosion and Sediment Control (ESC) Plans and measures to minimize erosion and sediment transport off a construction site and protect areas of existing facilities; 1. Clearing limits Existing vegetation and trees will be preserved when the removal is not necessary throughout the project. Marking clearing limits will be considered by delineating the pond area with a continuous length of brightly colored survey tape/flagging or silt fence. Clearing limit will be installed at the beginning of project and/or prior to the clearing and/grading of the site. The Engineer will be notified 24 hours in advance of the clearing limits being staked. Marking clearing limits will be checked periodically and will be repaired or replaced if necessary. 2. Cover Measures Temporary cover such as plastic covering, mulching, seeding, and/or others equivalent BMPs as indicated in the City’s Surface Water Design Manual will be installed when an area is to remain unworked for more than seven days during dry season (May1 to September 30) or for more than two consecutive working day during the wet season (October 1 to April 30). When seeding and mulching are not possible, plastic covering will be applied or straw will be spread. If the exposed area is to remain unworked for more than 30 days, the area will be seeded with the temporary seed mix or an equivalent mix. 3. Perimeter Protection Temporary silt fence will be installed on the site downgrade prior to clearing and grading for perimeter protection to reduce the amount of sediment transported beyond the disturbed areas of construction site. Temporary silt fence will be located such that runoff from the site will be filter prior to leaving the construction site. Build-up of sediment will be removed from silt fence once it has reached 1/3 the height of the fence. Properties adjacent to the pond area will be protected from sediment deposition. 4. Traffic Area Stabilization There will be no work on SE 4th Street involved with roadway grading, but there will be minor curb, gutter, pavement repair and replacement on Union Ave SE. Stabilizing on actual traffic area is determined as not necessary. However, a temporary stone-stabilized pad or quarry spalls located at the points of vehicular ingress and egress on construction site will be installed as a temporary construction entrance to reduce the amount of mud, dirt, rocks, etc., transported onto public roads by motor vehicles. Storm drain inlet protection will be installed for nearby existing catch basins prior to project 3 construction to prevent sediment entering the storm drain system. Existing roadway will be swept clean at the end of the day. 5. Sediment Retention Surface water collected from disturbed areas of the site will be routed through low points of stormwater pond or sediment trap area. The sediment that comes with surface water will be trapped at sediment trap area, which will be installed prior to clearing and grading construction activities. Cut and fill slopes will be constructed in a manner that will minimize erosion. 6. Surface Water Collection The clearing and grading will occur in the detention pond. There will be no need to install surface water collection measures such as ditch or berms, etc. to convey the surface water to downstream sediment trap area due the fact that the clearing and grading in the detention pond is considered as a small area. 7. Dewatering Control The surface water resulting from construction activities will be treated prior to discharge or disposed of. Sediment trap will be installed to trap both sediment and surface water. Surface water will be discharged into sediment trap and pumped to a baker tank if necessary. 8. Dust Control To limit dust generation during project construction, the clearing and grading will only be performed the stormwater pond area as shown in the approved construction plans. Other approaches include the use of vacuum street sweepers, removing mud and other dirt immediately so that it does not dry and then turn into dust, limiting dust-causing work on windy days. 9. Flow Control This is a retrofit stormwater pond facility project. There will not be change in 2-year and 10-year runoff peak flow discharging from the project site during project construction; therefore, surface water from disturbed areas will not need to be routed through the project an onsite flow control facility. 10. Control Pollutants There will be a minor sidewalk, curb, and gutter removal and replacement for this project. The unused concrete (if any) remaining in the truck will not be dumped onsite. Concrete trucks will not be washed onto the ground or into storm drain system. Slurry and asphalt concrete cutting will be vacuumed during cutting and surfacing operation. Slurry and asphalt concrete cutting will not be drained to storm drain system. Sweeping materials from a pick-up sweeper will be disposed of at an appropriate disposal site. Spill response materials will be kept at the project site at all time and be used for cleaning petroleum product such as fuel, and oil. 11. Protect Existing and Proposed Stormwater Facilities and On-site BMPs Sedimentation and soil compaction resulting from construction activities are not expected to be adverse impacts to existing stormwater facilities. There are no on-site BMPs downstream or nearby needing to be protected. 4 12. Maintain Protective BMPs Pollutant protection BMPs and measures will be maintained and repaired as necessary within 24 hours to ensure its continued performance and to provide effective pollutant protection. All temporary pollutant control BMPs will be removed from the project site prior to final construction acceptance or within 30 days after achieving final site stabilization or after the temporary BMPs are determined by the engineer as no longer needed. 13. Manage the Project Installed BMPs will be inspected weekly and/or after any runoff-producing rain event. Weekly inspection will be performed at the end of work week and any needed repairs will be completed before the job is shut down for the weekend. The contractor will be responsible for maintaining, updating if necessary, and implementing SWPPP in accordance with the City’s Surface Water Design Manual. Stormwater Pollution Prevention and Spill Control (SWPPS) Stormwater Pollution Prevention and Spill Control (SWPPS) measures will be applied/installed, and maintained to prevent, reduce, and eliminate the discharge of pollutants to onsite or adjacent storm drain system or onto adjacent properties. SWPPS will address all phase of construction such as clearing, grading, and installation of storm drain pipes and catch basin structures. During project construction, SWPPS may be revised as necessary as directed by City staff to address changing site conditions or construction activities. A use of gasoline for refilling excavators and other heavy equipment is anticipated for this project. A gasoline container onsite will have a tide lip and be kept with a secondary containment. Spill cleanup and response materials will be kept onsite at all time. In the event of a spill, cleaning up the site will be immediately performed. The spill materials after the use will be disposed in accordance with applicable regulations. Asphalt concrete saw cutting, slurry, and waste materials removed from the project site (debris, earthwork, and chain link fence) will be disposed of in accordance with applicable regulations. The construction sequence is expected as follows; A. Conduct pre-construction meeting B. Flag or fence clearing limit with high visibility fencing C. Install catch basin inlet protection and other appropriate BMPs D. Remove riser from existing storm drain manhole and temporary plug storm drain pipe to pond E. Decommission monitoring well F. Grade and install stabilized construction entrance G. Construction sediment trap and set-up pump bypassing H. Remove existing concrete sidewalk, curb, and gutters I. Install storm drain pipes and catch basins and grading bottom and side slope of pond J. Repair existing concrete sidewalk, curb, and gutters K. Maintain erosion and sediment control measure or install new measures if site conditions change L. Cover all area that will not be worked more than 7 days during the dry seasons (May1 to September 30) or for more than two consecutive working day during the wet season (October 1 to April 30) 5 M. Seed any areas that remain unworked for more than 30 days N. Stabilize all areas that reach final grade within 7 days O. Remove all BMPs after project construction is completed City’s hired Contractor will be responsible for implementing ESC and SWPPS and for monitoring pollution prevention BMPs that need attention, including keeping records/reports of all inspections of pollution prevent BMPs. City’s hired contractor will also be responsible for providing spill prevention and cleanup report. Spill response materials will be kept onsite at all time. If spill cleanup materials are used, they will be disposed of in accordance with applicable regulations. King County Industrial Waste Program Construction Dewatering Application Industrial Waste Program General Authorization Application for Construction Dewatering Alternative Formats On Request 206-477-5300 TTY Relay: 711 Instructions It may be possible to send water from construction sites into the sanitary sewer if approved by the King County Industrial Waste Program (KCIW) and the local sewer agency. Who needs approval Most construction projects discharging to sanitary sewers in King County’s Wastewater Service area (including combined sewers that carry stormwater and sewage in the older parts of Seattle) need approval. • Single family residential construction projects should check with the local city or sewer agency. KCIW does not require applications from these projects. • Projects discharging to separated storm sewers or surface water bodies do not need approval from wastewater utilities. Check with the appropriate entity: • Contaminated site any size: Washington State Department of Ecology • Clean site more than 1 acre: Washington State Department of Ecology • Clean site less than 1 acre: Local jurisdiction’s stormwater utility How to get approval to discharge to sanitary sewers 1. Contact the local sewer agency. Confirm they accept water from construction sites. Confirm the location and conditions for discharging to their system. A list of local agencies is available: http://www.kingcounty.gov/environment/wtd/About/SewerAgencies.aspx 2. Select your King County construction dewatering application (individual or general). 3. Download, complete, print and sign your application. Scan your signed application and submit it to King County via email: info.KCIW@kingcounty.gov. 4. Contact the local sewer agency for permission to connect to their system and any additional requirements. Select your King County application KCIW offers two types of authorizations for discharging construction water to sanitary sewers: Individual and General. You may use this form, General Authorization Application for Construction Dewatering, if your project meets all of the criteria listed on page 2 and summarized here: • Site is not contaminated. • Site is less than 1 acre. • Project will discharge less than 25,000 gallons per day (gpd) to the sanitary sewer. • Site has a sedimentation tank. If your project does not meet all of the detailed criteria on page 2, you must use the Individual Authorization Application for Construction Dewatering, available at www.kingcounty.gov/industrialwaste. Applying for a General Authorization is easier and requires less documentation (no exhibits) than an Individual Authorization. No reporting is necessary once the General Authorization is approved. Tips for a Successful Application • Complete one application for each construction site. • Answer all questions; use additional pages, if needed. (See the application checklist on page 2.) • Make sure the authorized representative (site owner) signs this application. (See pages 3 and 4.) • Keep the original signed application in your records until the project is complete. • For questions, contact KCIW at info.KCIW@kingcounty.gov or 206-477-5300. Project Meets All Criteria Apply for General Authorization Apply for Individual Authorization Yes No Industrial Waste Program General Authorization Application for Construction Dewatering 2 General Authorization Eligibility Worksheet Check all that apply. Detailed Criteria for General Authorization for Construction Dewatering Criteria Check if project meets criteria The daily discharge volume to sewer system will be less than 25,000 gallons per day (gpd). ☐ There are no known chemical contaminants found at the site. ☐ The surface area generating stormwater from construction activities does not exceed one acre in aggregate for the site. ☐ A construction dewatering treatment system will be installed at the site that meets the King County Minimum Standards for Sedimentation Tanks. The system will use one of the following two sedimentation tank options: • Flow-through discharge: Use a rectangular sedimentation tank with a flow-rate restricted to provide a 90 minute hydraulic retention time. o For example: If the flow rate is 200 gallons per minute, use one 18,000 gallon tank to provide 90 minute hydraulic retention time (18,000 gal / 200 gal/min = 90 minute hydraulic retention time). o If water is pumped from the tank, the volume of the tank is based on the level of the pump intake. Under no circumstances will the pump intake be lower than one-half of the tank height. • Batch discharge: Use a circular sedimentation tank with a minimum volume of 5,000 gallons. This tank may process a maximum of five batch discharges per day. The project will allow at least one hour of quiescent (undisturbed) settling in the tank prior to discharge to the sewer. See this webpage for details: http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeApproval/Construction/Sedimenta tion_tanks.aspx ☐ The flow rate will not be greater than 200 gallons per minute. ☐ The following will be checked daily and recorded. Records will be available during inspections. • Discharge volume • Discharge rate • Settleable solids • In-tank settled solids levels ☐ The project has approval from the local sewer agency to connect to the sewer before discharging. The Local Sewer Agency (LSA) Contact Name: _____________________________ Date: _____________________________ Approved Discharge Rate (gallons per minute): _____________________________ ☐ If every line is checked yes, this project is eligible for the general authorization process. Complete the rest of this form, including appropriate signatures, and submit to King County using email: info.KCIW@kingcounty.gov. If one or more criteria are not checked, this project is not eligible for the general authorization process. STOP. Do not complete this form. You are required to complete the Individual Authorization Application for Construction Dewatering form available at www.kingcounty.gov/industrialwaste. Industrial Waste Program General Authorization Application for Construction Dewatering 3 Required Signature NOTE: A construction site owner must sign this page and/or the reverse page to delegate signature authority. King County Code 28.82.050 requires a signature from an “authorized representative” on all wastewater applications and reports. An authorized representative is responsible for the accuracy of the information provided. For construction projects, it is the site owner. The authorized representative may be one of the following: A. The president, secretary, treasurer, or a vice-president of the corporation in charge of a principal business function or any other person who performs similar policy or decision-making functions B. The manager of one or more manufacturing, production, or operating facilities, but only if the manager: 1. Is authorized to make management decisions that govern the operation of the regulated facility including having the explicit or implicit duty of making major capital investment recommendations, and initiate and direct other comprehensive measures to assure long-term environmental compliance with environmental laws and regulations; 2. Can ensure that the necessary systems are established or actions taken to gather complete and accurate information for control mechanism requirements and knowledgeable of King County reporting requirements; and; 3. Has been assigned or delegated the authority to sign documents, in accordance with corporate procedures C. A general partner or proprietor for a partnership or proprietorship D. A director or highest official appointed or designated to oversee the operation and performance of the industry if the industrial user is a government agency E. An individual and/ or position—delegated in writing by one of the first four (A–D above)—who is responsible for the overall operation of the facility from which the discharge originates or has overall responsibility for environmental matters for the company or agency. Use the form on reverse to delegate signature authority. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Name Street Address Title City, State, and Zip Company Name Email Phone Signature Cell Phone (optional ) Date Industrial Waste Program General Authorization Application for Construction Dewatering 4 Delegation of Signature Authority Form This form is only required if the authorized representative wishes to delegate signature authority. Use additional copies of this page to delegate to additional people or positions. Person Delegating Signature Authority By signing below, I certify that I am authorizing the following person(s) and/or position(s) to receive signature authority. I am an authorized representative for the company named in this application because I meet the following definition listed on the reverse page: A B C D Name Street Address Title City, State, and Zip Company Name Email Phone Signature Cell Phone (optional) Date Person(s) and/or Position(s) Receiving Signature Authority 1. 2. Name or Position Name or Position Title Title Company Name Company Name Phone Street Address Phone Street Address Email City, State, and Zip Code Email City, State, and Zip Code Signature Signature 3. 4. Name or Position Name or Position Title Title Company Name Company Name Phone Street Address Phone Street Address Email City, State, and Zip Code Email City, State, and Zip Code Signature Signature Industrial Waste Program General Authorization Application for Construction Dewatering 5 Project Information Applicant/Project Name Project Location (Address, City, and Zip Code) NOTE: The site owner will be issued the discharge approval; the contractor or consultant will be sent a copy. Site/Project Owner (Must be authorized or delegated signatory) Contractor/Consultant Name Title Company Mailing address City/state/zip code Office telephone no. Cellphone no. Fax no. Email address Primary person to be contacted about this application if not listed above (name, address, telephone, email) NOTE: Use attachments, if necessary, to provide the following information. Detailed description of project construction Start date of dewatering End date of dewatering Site size Environmental permits issued for the site that are relevant to this project (for example: NPDES, Ecology Notice of Intent) CONSTRUCTION PLANS 11 x 17 Plans included in Scan for Bid Advertisement COVER SHEETNLOCATION MAPHEATHER DOWNS DETENTION PONDWATER QUALITY RETROFIT PROJECTPlanning/Building/Public Works Dept.CITY OFRENTON999 Third Avenue, Ste 3200Seattle, WA 98104 ·206.382.5200HEATHER DOWNS DETENTION POND WATERQUALITY RETROFIT PROJECTMICHAEL S. GISEBURTPROFESSIONALENGINEERREGISTERED STATEOF WASHINGTONSWP - 27 - 3989 S W P - 3 9 8 9 TED-40-4133 R-413301NVICINITY MAPBYAPPROVED FOR CONSTRUCTIONBYDATESHEET INDEXSHEET NO.DWG NO.SHEET TITLEUTILITY CONTACTSWATER:CITY OF RENTON(425) 430-7400andSEATTLE PUBLIC UTILITIES(206) 953-0184SANITARY SEWER:CITY OF RENTON(425) 430-7400CABLE:COMCAST(206) 391-1763 or (253) 686-2592and/orCENTURYLINK(206) 733-8866 or (206) 733-8857POWER:PUGET SOUND ENERGY(425) 559-4647 KEN SRILOFUNG8-14-2020 NOTES & ABBREVIATIONS ” Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGI ST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 DETAILSECTION 8-14-2020 2048 SDMH 2048 RIM=374.09 IE 12" CMP SW=369.69 IE 12" CMP S=368.49 IE 12" CONC N=368.06 ABANDONED IE 12" CONC E=367.79 2165 24" CMP W/DEBRIS CAGE IE=368.22 2049 SDMH 2049 RIM=374.01 IE 12" PVC NW=367.66 IE 12" CONC E-W=367.58 SDMH 2165 RIM=375.31 TOP 12" VERT CMP O/F SE=373.61 IE=368.01 IE 8" PVC SW=371.61 IE 24" CONC NW=368.01 IE 24" CMP NE=368.01 2047 2045 SDCB 2045 TYPE I RIM=373.96 IE 15" CMP E=370.30 2169 SDCB 2047 TYPE I RIM=373.72 IE 8" CMP NE=372.02 2002 SDCB 2002 TYPE I STRUCTURE ROTATION RIM=373.47 IE 12" CMP N=370.34 IE 12" CMP NE=370.15 102 200 101 SDCB 2169 TYPE I RIM=373.64 IE 12" CMP N=370.79 CONC WALKCONC WALKROOTS RAISING CONC WALK2-8", 1-10", 2-12"CEDAR CLUSTER1-8", 2-6", 1-16"CEDAR CLUSTER"NO PARKINGHERE TO CORNER"24"1-12", 1-24" CEDAR ORANGE PAINTED CIRCLE12" STUMPGROUND=374.8'TOP=376.4'8"STUMPGROUND=374.7'TOP=375.0'24" STUMP GROUND=375.7 TOP=377.1' 30" STUMP GROUND=376.9 TOP=378.1'36" STUMPGROUND=377.4'TOP=379.4'36" STUMPGROUND=376.5'TOP=377.7'WV LID=373.87' TOP NUT=372.77'WV LID=373.46' TOP NUT=370.76' WMH LID=373.96' TOP OF NUT=371.46' TOP OF PIPE TO N=369.46' DOUBLE 6' CLF SWING GATEDOUBLE 6' CLFSWING GATE6' CLF "STOP" DOUBLE YELLOW RAISED LANE MARKERSYELLOW SKIP RAISED LANE MARKERSPONDDWY FND 5/8" REBAR, NO CAP W/WHITE CAP, "B&F INC 12870 & 129XX" (ILLEGIBLE) FND 5/8" REBAR, NO CAP 2046 STOP BARTOP CENTER 0.45' TALL RR TIES SHED LEAN TO 6' CLF GATE 6' BOARD FENCE TOP CENTER 0.3' TALL CONC WALL SSMH 2289 RIM=374.24 CTR CHANNEL N,E,S=359.59 2289 370370375374 374 3733753753693693743763 7 7 374374374SDMH 2046 RIM=374.48 IE 15" CMP W=369.43 IE 12" CMP N=368.13 IE 24" CONC SE=368.03 2069 2185 2203 36" SPU WATER Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGI ST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 TESC PLAN N PLAN 8-14-2020 2048 SDMH 2048 RIM=374.09 IE 12" CMP SW=369.69 IE 12" CMP S=368.49 IE 12" CONC N=368.06 ABANDONED IE 12" CONC E=367.79 2165 24" CMP W/DEBRIS CAGE IE=368.22 2049 SDMH 2049 RIM=374.01 IE 12" PVC NW=367.66 IE 12" CONC E-W=367.58 SDMH 2165 RIM=375.31 TOP 12" VERT CMP O/F SE=373.61 IE=368.01 IE 8" PVC SW=371.61 IE 24" CONC NW=368.01 IE 24" CMP NE=368.01 2047 2045 SDCB 2045 TYPE I RIM=373.96 IE 15" CMP E=370.30 2169 SDCB 2047 TYPE I RIM=373.72 IE 8" CMP NE=372.02 2002 SDCB 2002 TYPE I STRUCTURE ROTATION RIM=373.47 IE 12" CMP N=370.34 IE 12" CMP NE=370.15 102 200 101 SDCB 2169 TYPE I RIM=373.64 IE 12" CMP N=370.79 CONC WALKCONC WALKROOTS RAISING CONC WALK2-8", 1-10", 2-12"CEDAR CLUSTER1-8", 2-6", 1-16"CEDAR CLUSTER"NO PARKINGHERE TO CORNER"24"1-12", 1-24" CEDAR ORANGE PAINTED CIRCLE12" STUMPGROUND=374.8'TOP=376.4'8"STUMPGROUND=374.7'TOP=375.0'24" STUMP GROUND=375.7 TOP=377.1' 30" STUMP GROUND=376.9 TOP=378.1'36" STUMPGROUND=377.4'TOP=379.4'36" STUMPGROUND=376.5'TOP=377.7'WV LID=373.87' TOP NUT=372.77'WV LID=373.46' TOP NUT=370.76' WMH LID=373.96' TOP OF NUT=371.46' TOP OF PIPE TO N=369.46' DOUBLE 6' CLF SWING GATEDOUBLE 6' CLFSWING GATE6' CLF "STOP" DOUBLE YELLOW RAISED LANE MARKERSYELLOW SKIP RAISED LANE MARKERSPONDDWY FND 5/8" REBAR, NO CAP FND 1/2" REBAR W/WHITE CAP, "B&F INC 12870 & 129XX" (ILLEGIBLE) FND 5/8" REBAR, NO CAP 2046 STOP BARTOP CENTER 0.45' TALL RR TIES SHED LEAN TO 6' CLF GATE 6' BOARD FENCE TOP CENTER 0.3' TALL CONC WALL SSMH 2289 RIM=374.24 CTR CHANNEL N,E,S=359.59 2289 370370375374 374 3733753753693693743763 7 7 374374374SDMH 2046 RIM=374.48 IE 15" CMP W=369.43 IE 12" CMP N=368.13 IE 24" CONC SE=368.03 2069 2185 2203 36" SPU WATER CONSTRUCTION NOTES Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGIST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 SITE PLAN - HEATHER DOWNS N PLAN POINT NO.NORTHING EASTING ELEVATION DESCRIPTION 1 177580.1111311394.612 365.00 INLET PIPE 2 177579.6331311410.119 365.00 POND BOTTOM 3 177567.8491311409.151 365.00 POND BOTTOM 4 177509.4511311411.466 365.00 POND BOTTOM 5 177510.4591311385.012 365.00 POND BOTTOM 6 177515.4371311384.944 365.00 POND BOTTOM 7 177517.4431311393.652 365.00 POND BOTTOM / ACCESS ROAD 8 177534.646 1311403.308 365.00 POND BOTTOM / ACCESS ROAD 9 177553.3581311402.970 365.00 POND BOTTOM 10 177568.2871311400.268 365.00 POND BOTTOM 11 177589.3021311378.558 369.00 POND LINER 12 177586.0171311418.820 369.00 POND LINER 13 177502.354 1311419.848 369.00 POND LINER 14 177503.8231311376.923 369.00 POND LINER 15 177530.1901311378.254 369.00 POND LINER 16 177555.2011311392.867 369.00 POND LINER 17 177554.0971311375.087 371.50 ACCESS ROAD 18 177565.1921311385.686 370.50 ACCESS ROAD 19 177502.1541311377.724 368.14 OUTLET PIPE SYMBOL LEGEND GENERAL NOTES 8-14-2020 DETAIL CONSTRUCTION NOTES SECTION Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGI ST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 PROFILES & SECTIONS-SCHEDULE A WORK PROFILE 3PROFILE 1 PROFILE 2 DETAIL 8-14-2020 SDMH 2475RIM=374.57IE 12" CMP NW=371.82IE 8" CONC W=370.70IE 12" CONC S=369.57IE 12" CONC E=369.54IE 12" CONC N=369.532475SSMH 2303RIM=374.91CTR CHANNEL N,E,S=362.8623032374SDCB 2374 TYPE IRIM=374.20IE 8" CONC W=372.93UNABLE TO FINDCONNECTIONWV LID=375.83'TOP NUT=373.98'2401SDCB 2401 TYPE IRIM=374.46IE 8" CONC W=372.78TO MAIN LINE2441SDCB 2441 TYPE IRIM=374.61IE 12" CMP E=372.36TO MAIN LINEAPPROX X,Y,Z OF CURB& FACE OF WALK375 375 APPROX LOCOF UTILITYPOLE2" GAS4" GASCENTURY LINKCOMM36" SPU WATER LINE SDMH 2475RIM=374.57IE 12" CMP NW=371.82IE 8" CONC W=370.70IE 12" CONC S=369.57IE 12" CONC E=369.54IE 12" CONC N=369.532475SSMH 2303RIM=374.91CTR CHANNEL N,E,S=362.8623032374SDCB 2374 TYPE IRIM=374.20IE 8" CONC W=372.93UNABLE TO FINDCONNECTIONWV LID=375.83'TOP NUT=373.98'2401SDCB 2401 TYPE IRIM=374.46IE 8" CONC W=372.78TO MAIN LINE2441SDCB 2441 TYPE IRIM=374.61IE 12" CMP E=372.36TO MAIN LINEAPPROX X,Y,Z OF CURB& FACE OF WALK375 375 APPROX LOCOF UTILITYPOLE2" GAS4" GASCENTURY LINKCOMM36" SPU WATER LINE CONSTRUCTION NOTES Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGI ST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 PLAN & PROFILES-SCHEDULE B WORK PROFILE 4 PLAN GENERAL NOTES N8-14-2020 37537437436" SPU WATER NOTES CIVIL DETAILS SHT 1 OF 2Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGI ST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 CONSTRUCTION NOTES ” ” DETAIL DETAIL DETAIL DETAIL 8-14-2020 ISOMETRIC NTS SECTION A-A NTS ELBOW RESTRICTOR DETAIL NTS 1. USE A 54" DIAMETER TYPE 2 CATCH BASIN. 2. OUTLET CAPACITY: 100-YEAR DEVELOPED PEAK FLOW. 3. METAL PARTS PREFERRED TO BE STAINLESS STEEL, ALUMINIUM STEEL, OR ALUMINIUM. ALL OTHER ALL OTHER STEEL PARTS MUST BE GALVINIZED WITH TREATMENTS 1,2, OR 5. 4. FRAME AND LADDER OR STEPS OFFSET SO: A. CLEANOUT GATE IS VISIBLE FROM TOP. B.CLIMB-DOWN SPACE IS CLEAR OF RISER AND CLEANOUT GATE. C. FRAME IS CLEAR OF CURB. 5. IF METAL OUTLET PIPE CONNECTS TO CEMENT CONCRETE PIPE: OUTLET PIPE TO HAVE SMOOTH O.D. EQUAL TO CONCRETE PIPE I.D. LESS 1/4". 6.PROVIDE AT LEAST ONE 3" X .090 GAGE SUPPORT BRACKET ANCHORED TO CONCRETE WALL. (MAXIMUM 3'-0" VERTICAL SPACING). 7. LOCATE ELBOW RESTRICTOR(S) AS NECESSARY TO PROVIDE MINIMUM CLEARANCE AS SHOWN. 8. LOCATE ADDITIONAL LADDER RUNGS IN STRUCTURES USED AS ACCESS TO TANKS AND VAULT TO ALLOW ACCESS WHEN CATCH BASIN IS FILLED WITH WATER. 9. WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTOR OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTIING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 10. TEE SHALL BE CONSTRUCTED OF ALUMINUM CMP OR ALUMINIZED STEEL CMP MEETING WSDOT/APWA STANDARDS. NOTES:AADDITIONAL LADDER RUN (IN SETS) TO ALLOW ACCESS TO TANKS OR VAULTS WHEN CATCH IS FILLED WITH WATER. 2' MIN. CLEARANCE TO ANY PORTION OF FROP-T INCLUDING ELBOWS RESTRICTOR PLATE WITH 2.5 " ORIFICE DIAMETER PIPE SUPPORTS SEE NOTE 6 RIM 375.31 PLATE WELDED TO ELBOW WITH ORIFICE DIA 2 3 4 ". SEE NOTE 3 REMOVABLE WATERTIGHT COUPLING OR FLANGE ANGLE AS NECESSARY SEE NOTE 7 SHEAR GATE WITH CONTROL ROD FOR CLEANOUT/DRAIN (ROD BENT AS REQUIRED FOR VERTICAL ALIGNMENT WITH COVER) SEE STD. PLAN 237.30 HANDHOLDS, STEPS OR LADDER VERTICAL BAR GRATE FOR SECONDARY INLET INLET PIPE FRAME & SOLID COVER WITH LOCKING BOLTS PER COR STD PLAN 204.50 12" 12" 12" A 6" MAX. TOP OF RISER ELEV.=373.61 18" CPEP OUTLET PIPE 18" CMP "T" RISER IE 368.01 SEE NOTES 1 & 5 6" 2' MIN. 1.5 x D MIN.D ELBOW RESTRICTOR SEE DETAIL 2' MIN.2'2'2" MIN. 6" MIN. 2"+/- ACCESS ADJACENT TO TEE 18" RISER DIAMETER IE 366.14 ELEV.=371.11 SEE NOTE 9 (TYP.) ELBOW RESTRICTOR. SEE DETAIL AND NOTE 10 SEE NOTE 9 N PLAN VIEW 8" +/- 24" CPEP PIPE IE 368.01 ELEV.=371.11 PLANT SCHEDULE NO SPECIES COMMON NAME STOCK TYPE SPACING ON CENTER (FEET)QUANTITY CIVIL DETAILS SHT 2 OF 2Planning/Building/Public Works Dept. CITY OF RENTON 999 Third Avenue, Ste 3200 Seattle, WA 98104 · 206.382.5200 HEATHER DOWNS DETENTION POND WATER QUALITY RETROFIT PROJECTMICHAEL S . GIS E BURTPROF E SSIONA L E N G IN EERR EGI ST E R E DSTATEOF WASHI NGTONSWP - 27 - 3989S W P - 3 9 8 9TED-40-4133R-413301 DETAIL DETAIL SECTION DETAIL 8-14-2020 STANDARD PLANS AND DETAILS 1 1 VARIES 1 1 MIN MIN MIN I MIN SPECIAL NOTE: T < } x , 4 IN THE EVENT TRANSVERSE PATCHES EXIST I ; WITHIN THE AFFECTEO STREET, THE LENGTH I I IOFTHEPATCHSHALLBEEXTENDEDTO INCLUDE ANY EXISTING PATCH WITHIN 10 j FEET OF THE EDGE OF THE PATCH REQUIRED iFORTHENEWCROSSINGANDANYf . . SUBSEQUENT PATCH EDGE WITHIN 70 FEE7 OF THE EDGE OF THE SECOND PATCH AND SO ON UP TO A TOTAL OF 300 FEET. I FACE OF GUTTER OR i I EDGE OF PAVEMENT k -=f-- a ; TRAFFIC FLOW 2" HMA I r a d` i i CENTER LINE ORILANELWE 2" TO 8" HMA i I 6.5' MIN. 2" DEPTH OF PLANING OR SAWCUT AND REMOVE VARIES: 6.5' MIN. DEPTH OF EXISTING PAVEMENT MIN I MIN VARIES { MIN I MINI 2" SAWCUT AND REMOVE OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2) AR-4000W EACH SIDE) 6" CRUSHED SURFACWG TOP COURSE (CSTC) 2" HMA 9-03.9(3)) PER WSDOT STANDARO SPECIFICATIONS, COMPACTED TO 95% MODIFIED PROCTOR. SAWCUT AFTER BACKFILL EACH SIDE) CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL 9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95% MODIFIED PROCTOR. WIDTH OF TRENCH AS RE UIRED BY SIZE OF PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL- SEE STANDARDNEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1. STANDARD SPECIFICATION 7-08.3(1)B TRENCH WIDTH FOR NOTES, SEE STANDARD PLAN 110.1 TYPICAL TRANSVERSE PATCH FOR p - 110 PUBLIC WORKS FLEXIBLE PAVEMENT OR RIGID F'}'R 'E;D DEPARTMENT u j,.,, PAVEMENT WITN OVERLAY r T PRECAST BASE SECTION SEE NOTE 1 NOTES: 1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1)15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2) 15" CORRUGATED POLYETHYLENE STORM SEWER PIPE 26", S E E N O T E 6 22SE E N O T E 6 3"4"44" 21" MIN.4" MI N. (T Y P.)3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER 3 BAR EACH CORNER 18" MIN.3 BAR HOOP ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 STD. PLAN - 200. 00PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9 2' 11-1/2" 2' 2"4-3/4"4-3/4" 2' 7"1' 10" 4-1/2" 4-1/2" DRA I N 3' 4" 3' 3' 6-1/4" 1' 11-1/2" 2' 9-1/2"2' 5" 6" 8" 3' 8" 5-1/2" 6" 5' 5-3/4" ONE #4 BAR HOOP 4s EACH SIDE OF OPENING CONVERSION RISER Ø 2' 6" 8" CONVERSION RISER ADJUSTMENT RINGS CONVERSION RISER STD. PLAN - 200.40 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DEPTH: 3.52' TO IE OUT DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM NOTES: 1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3.THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6, TYP. REINFORCING STEEL, (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) INTEGRAL BASE PRECAST WITH RISER STEPS OR LADDER 4" MIN. 16" MAX.28" MAX. 48", 54", 60", 72", 84", 96", 120" OR 144" 12" (TYP.) 24" MIN. 12" MAX. 1" MIN. 2.5" MAX. 12" 6" 15' MAX. FOR MAINTENANCE SEPARATE BASE PRECAST O" RING 12" 6" CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48"4"6"36"8" 54"4.5"8"42"8" 60"5"8"48"8" 72"6"8"60"12" 84"8"12"72"12" 96"8"12"84"12" 120"10"12"96"12" 144"12"12"108"12" PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 1 SOLID WALL PVC 2 PROFILE WALL PVC 3 48"24"30"24"30"30" 54"30"36"30"36"36" 60"36"42"36"42"42" 72"42"54"42"48"48" 84"54"60"54"48"48" 96"60"72"60"48"48" 120"66"84"60"48"48" 144"78"96"60"48"48" 1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) 3 STD. SPEC. 9-05.12(2) CATCH BASIN TYPE 2 STD. PLAN - 201.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM FRAME AND VANED GRATE ADJUSTMENT SECTION NOTES: 1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND. 5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. BASE SECTION SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION CATCH BASIN INSTALLATION STD. PLAN - 202.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM COVER SECTION VIEW ASTM A48 CL35B00371780MO/ DA/YR X3717C1PTEON BOLTING DETAIL GASKET GROOVE DETAIL FRAME SECTION VIEW COVER BOTTOM VIEW PLAN VIEW DRAINIFCOMADEINUSA EJIW DUMPNO P OL L U T A N TS - DRAINS T O S T REAMR E N T O N NOTES:1.ALL COVERS SHALL BE LOCKING LID PER EJ No. 3717C1 OR APPROVED EQUAL.1/2" LETTERING BOLT HOLES - 3 PLACES EQUALLY SPACED 120° APART ON 23 1/16" DIA. B. C.1 1/4" LETTERING 1) 1" DIA. PICKHOLE 25" DIA.3/ 4"1"2 1/ 2"8 3/4"TYP.) 3) BLT SOC. (ALLEN HEAD)5/8"-11 x 1.5 SS RUBBER WASHER 5/ 8"25 1/4" DIA.26 1/2" DIA.23 3/8" DIA. CL OPEN 27 5/16" DIA.34 1/ 8" DIA.1 1/16"6"1/8" 1/4" 1 1/16"R1/8" 1/4" DIA. NEOPRENE GASKET STORM ROUND FRAME AND COVER STD. PLAN - 204. 50PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9 5" ECCENTRIC CONE SECTION 72" FLAT SLAB TOP RECTANGULAR ADJUSTMENT SECTION CIRCULAR ADJUSTMENT SECTION PREFABRICATED LADDER STEP 84" or 96" FLAT SLAB TOP NOTES: 1.AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS. 48", 54", or 60" FLAT SLAB TOP 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 6 BARS @ 7" SPACING 12" 2" (TYP.) 1" MIN. 2 1/2" MAX. 12" (TYP.) 12" 9" 6" 48" MAX. 24" MIN. 5 BARS @ 6" SPACING 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. TYPICAL ORIENTATION FOR ACCESS AND STEPS 6" 9 1/2" MAX. 12" MIN. 48" MIN. 24" MIN. 18" MIN. 42" MAX. 4 BARS @ 6" SPACING 20"x24" OR 24" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. 34" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 1", 2", 4", 6", 12", OR 24" MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STD. PLAN - 204.60 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM 1.CONDITIONS OF USE 1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE. 2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE. 3.MAINTENANCE STANDARDS 3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY. 3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT. 3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED. NOTES: JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS 2"x2" 14 GAUGE WIRE, OR EQUIVALENT, IF STANDARD STRENGTH FABRIC USED FILTER FABRIC 2' MIN. 12" MIN. 4"x4" MIN. TRENCH BACKFILL TRENCH WITH NATIVE SOIL OR 3/4" TO 1-1/2" WASHED GRAVEL 2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.) 6' MAX. POST SPACING MAY BE INCREASED TO 8' IF WIRE BACKING IS USED AOS (ASTM D4751) 30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM 50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1 MINIMUM GRAB TENSILE STRENGTH (ASTM D4632) 180 LBS. MIN. FOR EXTRA STRENGTH FABRIC 100 LBS. MIN. FOR STANDARD STRENGTH FABRIC GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN. SILT FENCE STD. PLAN - 214.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM EXIST I N G R O A D 1.CONDITION OF USE 1.1.CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WITHIN 1,000 FEET OF THE SITE. 1.2.FOR RESIDENTIAL CONSTRUCTION PROVIDE STABILIZED CONSTRUCTION ENTRANCES FOR EACH RESIDENCE IN ADDITION TO THE MAIN SUBDIVISION ENTRANCE. STABILIZED SURFACES SHALL BE OF SUFFICIENT LENGTH/WIDTH TO PROVIDE VEHICLE ACCESS/PARKING, BASED ON LOT SIZE/CONFIGURATION. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.A SEPARATION GEOTEXTILE SHALL BE PLACED UNDER THE SPALLS TO PREVENT FINE SEDIMENT FROM PUMPING UP INTO THE ROCK PAD. THE GEOTEXTILE SHALL MEET THE FOLLOWING STANDARDS: 2.2.DO NOT USE CRUSHED CONCRETE, CEMENT, OR CALCIUM CHLORIDE FOR CONSTRUCTION ENTRANCE STABILIZATION BECAUSE THESE PRODUCTS RAISE pH LEVELS IN STORMWATER AND CONCRETE DISCHARGE TO SURFACE WATERS OF THE STATE IS PROHIBITED. 2.3.HOG FUEL (WOOD BASED MULCH) MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN AREAS THAT WILL NOT BE USED FOR PERMANENT ROADS. HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS. THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT. 2.4.FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE. 2.5.WHENEVER POSSIBLE, THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM, COMPACTED SUBGRADE. THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE. 3.MAINTENANCE STANDARDS 3.1.QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2.IF THE ENTRANCE IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT, THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED. THIS MAY INCLUDE STREET SWEEPING, AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE, OR THE INSTALLATION OF A WHEEL WASH. IF WASHING IS USED, IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK, AND WASH WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND. 3.3.ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING. THE SEDIMENT COLLECTED BY SWEEPING SHALL BE REMOVED OR STABILIZED ON SITE. THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY. IF IT IS NECESSARY TO WASH THE STREETS, A SMALL SUMP MUST BE CONSTRUCTED. THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. WASH WATER MUST BE PUMPED BACK ONTO THE SITE AND CANNOT DISCHARGE TO SYSTEMS TRIBUTARY TO SURFACE WATERS. 3.4.ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5.IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S), FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. NOTES: CONSTRUCTION ENTRANCE NOTES: 1.DRIVEWAYS SHALL BE PAVED TO THE EDGE OF THE RIGHT-OF-WAY PRIOR TO INSTALLATION OF THE CONSTRUCTION ENTRANCE TO AVOID DAMAGING OF THE ROADWAY. 2.IT IS RECOMMENDED THAT THE ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT, AS PER CITY ROAD STANDARDS GEOTEXTILE 4"-8" QUARRY SPALLS 12" MIN. THICKNESS 15' MIN. PROVIDE FULL WIDTH OF INGRESS/EGRESS AREA 100' MIN. GRAB TENSILE STRENGTH (ASTM D4632)200 LBS. MIN. GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) CBR PUNCTURE STRENGTH (ASTM D6241)495 LBS. MIN. AOS (ASTM D4751)20-45 (U.S. STANDARD SIEVE SIZE) R = 25' MIN. STABILIZED CONSTRUCTION ENTRANCE STD. PLAN - 215.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM NOTES: SECTION VIEW ISOMETRIC VIEW DRAINAGE GRATE TRIM GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE 1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. 5" MAX. CATCH BASIN INSERT STD. PLAN - 216.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM RIGID PIPE NOTES: 1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION ZONE SHALL BE THE WALLS OF THE TRENCH. 2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE OUTSIDE SPAN OF PIPE-ARCH. 3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 5.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) CIRCULAR PIPE FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 SPAN 6" PIPE - ARCH 6" PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? CORRUGATED STEEL PIPE 2.0 YES YES YES SPIRAL RIB STEEL PIPE 2.0 YES YES YES PLAIN CONCRETE PIPE (PCP)2.0 NO YES NO REINFORCED CONCRETE PIPE RCP) 1.0 YES YES NO CORRUGATED OR SPIRAL RIB ALUMINUM PIPE 2.0 YES YES NO DUCTILE IRON PIPE 1.0 YES YES YES FOUNDATION LEVEL RISE TRENCH WIDTH, SEE NOTE 3 CIRCULAR PIPE DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" PIPE-ARCH SPAN MINIMUM DISTANCE BETWEEN BARRELS 18" TO 36"12" 43" TO 142"SPAN / 3 148" TO 199"48" TRENCH WIDTH, SEE NOTE 3 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 PIPE ZONE BEDDING AND COMPACTION - RIGID PIPE STD. PLAN - 220.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE) 2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE) 2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM 12" MIN. 6" MIN. , SEE NOTE 4 EXISTING PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED IN CONTRACT DOCUMENTS 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 TO 95% OF MAXIMUM DENSITY BENCH AS NEEDED FOR SHORING SYSTEM WHEN DEPTH IS 4' OR GREATER PIPE ZONE BEDDING AND BACKFILL PER STD. PLANS 220.00 AND 220.10 PIPE NEAT LINE TRENCH UNPAVED AREAS PAVED AREAS SEE NOTE 1 NOTES: 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. SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT RESTORATION REQUIREMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), COMPACTED TO 95% OF MAXIMUM DENSITY TYPICAL TRENCH AND BACKFILL STD. PLAN - 220.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM SECTION A PLAN VIEW NOTES: 1.METAL PARTS PREFERRED TO BE STAINLESS STEEL, ALUMINIZED STEEL, OR ALUMINUM. ALL OTHER STEEL PARTS MUST BE GALVANIZED WITH TREATMENTS 1, 2, OR 5. 2.CONTRACTOR TO VERIFY DIMENSIONS. A 3/4" DIA. BAR FRAME 4" CLEAR SPACING INSERT ALUMINUM TRASH RACK INTO BEVELED PIPE END GROUND SURFACE GROUND SURFACE 3" MIN. 4" CLEAR SPACING 4" CLEAR SPACING FLOW 45° ROLLED SMOOTH 16 GA. ALUMINUM PLATE TO FIT INNER DIAMETER OF PIPE 9" 1/4"x2" F.B. ANCHOR STRAPS. FASTEN WITH 1/2" GALVANIZED OR NON-CORROSIVE BOLTS AND NUTS (TYP., 4 PLACES) INSERT ALUMINUM TRASH RACK INTO BEVELED PIPE END 6" CLEAR FROM DEBRIS BARRIER TO FINISHED GRADE 6" CLEAR FROM DEBRIS BARRIER TO FINISHED GRADE DEBRIS BARRIER STD. PLAN - 223.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM 1.DIMENSIONS ARE FOR ILLUSTRATION OF 54" DIAMETER CB. FOR DIFFERENT DIAMETER CB'S ADJUST TO MAINTAIN 45°ANGLE OF VERTICAL" BARS AND 7" O.C. MAXIMUM SPACING OF BARS AROUND LOWER STEEL BAND. 2.METAL PARTS PREFERRED TO BE STAINLESS STEEL, ALUMINIZED STEEL, OR ALUMINUM. ALL OTHER STEEL PARTS MUST BE GALVANIZED WITH TREATMENTS 1, 2, OR 5. PLAN VIEW NOTES: SECTION A A 3/4" DIAMETER SMOOTH BARS EQUALLY SPACED (4" O.C. MAX.) 4 HOOK CLAMPS EVENLY PLACED, SEE DETAIL PROVIDE MAINTENANCE ACCESS BY WELDING 4 CROSSBARS TO 4 VERTICAL BARS AS SHOWN. HINGE UPPER ENDS WITH FLANGES/BOLTS AND PROVIDE LOCKING MECHANISM PADLOCK) ON LOWER END. LOCATE STEPS DIRECTLY BELOW 3/4" DIA. SMOOTH ROUND BARS WELDED EQUALLY SPACED. BARS SHALL BE WELDED TO UPPER AND LOWER BANDS (24 BARS EVENLY SPACED, SEE NOTE 1) LOWER STEEL BAND 3/4" x 4" WIDE FORMED TO FIT IN GROOVE OF CATCH BASIN RISER 15° (TYP.), SEE NOTE 1 24", SEE NOTE 1 UPPER STEEL BAND 3/4" x 4" WIDE STANDARD STEPS OR LADDER, SEE NOTE 2 TYPE 2 CB SMOOTH VERTICAL BARS HOOK CLAMP ANCHORED TO CATCH BASIN RISER CATCH BASIN CB) RISER 45° HOOK CLAMP DETAIL OVERFLOW STRUCTURE / RISER WITH DEBRIS BARRIER STD. PLAN - 234.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8: OPTION 5 - IMPORTED TOPSOIL OPTIONS 2, 3, AND 4 - AMEND IN PLACE OR STOCKPILE AND AMEND 3"-4" ARBORIST WOOD CHIP MULCH, SEE STD. PLAN 262.60 SUBSOIL SCARIFIED 4" BELOW COMPOST AMENDED LAYER 12" BELOW SOIL SURFACE) GRASS: SEED OR SOD 1.75" OF COMPOST INCORPORATED INTO 6.25" OF SITE SOIL (TOTAL AMENDED DEPTH OF 9.5", FOR A SETTLED DEPTH OF 8") SUBSOIL SCARIFIED 4" BELOW COMPOST AMENDED LAYER 12" BELOW SOIL SURFACE) PLANTING BEDS TURF (LAWN) AREAS 0" 8" 12" 3"-4" ARBORIST WOOD CHIP MULCH, SEE STD. PLAN 262.60 SUBSOIL IS SCARIFIED 6" BELOW IMPORTED TOPSOIL MIX GRASS: SEED OR SOD 6" IMPORTED TOPSOIL MIX COMPACTED DEPTH) SUBSOIL IS SCARIFIED 6" BELOW IMPORTED TOPSOIL MIX 0" 6" 12" PLANTING BEDS TURF (LAWN) AREAS 3" OF COMPOST INCORPORATED INTO 5" OF SITE SOIL (TOTAL AMENDED DEPTH OF 9.5", FOR A SETTLED DEPTH OF 8") GRASS: SEED OR SOD PLANTING BEDS/UNDISTURBED VEGETATION, SEE NOTE 1 UNDISTURBED TURF (LAWN) AREAS, SEE NOTE 1 0" OPTION 1 - NO DISTURBANCE UNDISTURBED NATIVE SOIL UNDISTURBED NATIVE SOIL 6" IMPORTED TOPSOIL MIX COMPACTED DEPTH) GENERAL NOTES: 1.TO MEASURE SETTLED DEPTH, WATER SOIL SUFFICIENTLY TO FULLY SATURATE WITHOUT CAUSING EROSION 2.COMPOST TO MEET STD. PLAN 262.60. 3.COMPACTION OF TOPSOIL (WHERE REQUIRED) TO BE TO 85% OF STANDARD PROCTOR. 4.SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. UNDISTURBED NATIVE VEGETATION NOTES: 1.AREAS OF NO DISTURBANCE TO BE FENCED AND EXISTING VEGETATION AND SOIL TO BE PROTECTED FROM CONSTRUCTION IMPACTS. SOIL AMENDMENT SECTIONS STD. PLAN - 264.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM d ISOMETRIC SECTION A PLAN VIEW ELBOW RESTRICTOR DETAIL 1.USE A MIMIMUM OF A 54" DIAMETER TYPE 2 CATCH BASIN. 2.OUTLET CAPACITY: 100-YEAR DEVELOPED PEAK FLOW. 3.METAL PARTS PREFERRED TO BE STAINLESS STEEL, ALUMINIZED STEEL, OR ALUMINUM. ALL OTHER STEEL PARTS MUST BE GALVANIZED WITH TREATMENTS 1, 2, OR 5. 4.FRAME AND LADDER OR STEPS OFFSET SO: A. CLEANOUT GATE IS VISIBLE FROM TOP. B. CLIMB-DOWN SPACE IS CLEAR OF RISER AND CLEANOUT GATE. C. FRAME IS CLEAR OF CURB. 5.IF METAL OUTLET PIPE CONNECTS TO CEMENT CONCRETE PIPE: OUTLET PIPE TO HAVE SMOOTH O.D. EQUAL TO CONCRETE PIPE I.D. LESS 1/4". 6.PROVIDE AT LEAST ONE 3" X .090 GAGE SUPPORT BRACKET ANCHORED TO CONCRETE WALL. (MAXIMUM 3'-0" VERTICAL SPACING). 7.LOCATE ELBOW RESTRICTOR(S) AS NECESSARY TO PROVIDE MINIMUM CLEARANCE AS SHOWN. 8.LOCATE ADDITIONAL LADDER RUNGS IN STRUCTURES USED AS ACCESS TO TANKS AND VAULTS TO ALLOW ACCESS WHEN CATCH BASIN IS FILLED WITH WATER. 9.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. 10.IF TEE SECTION IS USED ONLY FOR SPILL CONTROL, THEN ELBOW RESTRICTORS AND RESTRICTOR PLATES WITH ORIFICES ARE NOT REQUIRED. NOTES: 2" MIN. 6" MIN. 6" MAX. REMOVABLE WATERTIGHT COUPLING OR FLANGE PLATE WELDED TO ELBOW WITH ORIFICE AS SPECIFIED, SEE NOTE 3 DESIGN WATER SURFACE 16" MAX. 12" MIN. UNDER PAVEMENT 6" MIN. D 1.5 x D MIN.2' MIN. 2' MIN. 2' MIN. 12" 12" (TYP.) FRAME & SOLID COVER MARKED "DRAIN" WITH LOCKING BOLTS PER STD. PLANS 204.40 AND 204.50 VERTICAL BAR GRATE FOR SECONDARY INLET HANDHOLDS, STEPS, OR LADDER SHEAR GATE WITH CONTROL ROD FOR CLEANOUT/DRAIN (ROD BENT AS REQUIRED FOR VERTICAL ALIGNMENT WITH COVER) PER STD. PLAN 237.30 INLETPIPEOUTLETPIPE, SEE NOTES 1 & 5 INVERT AND ELEVATION PER PLANS WELDED RESTRICTOR PLATE WITH ORIFICE DIA AS SPECIFIED, SEE NOTE 10 2' MIN. CLEARANCE TO ANY PORTION OF FLOW RESTRICTOR TEE INCLUDING ELBOWS 2' MIN, ANGLE AS NECESSARY, SEE NOTE 7 ELBOW RESTRICTOR, SEE DETAIL AND NOTE 10 ADDITIONAL LADDER RUNGS (IN SETS) TO ALLOW ACCESS TO TANKS OR VAULTS WHEN CATCH IS FILLED WITH WATER ELBOW RESTRICTOR, SEE DETAIL AND NOTE 10 PIPE SUPPORTS, SEE NOTE 6 A ELEVATION PER PLANS SEE NOTE 9 (TYP.) 12" SECTION OF PIPE ATTACHED BY GASKETED BAND TO ALLOW REMOVAL FLOW CONTROL STRUCTURE - RESTRICTOR TEE STD. PLAN - 237.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8: LEVEL LINE SEE NOTE 5 1.SHEAR GATE SHALL BE ALUMINUM ALLOY PER ASTM B-26-ZG-32a OR CAST IRON ASTM A48 CLASS 30B AS REQUIRED. 2.GATE SHALL BE 8 INCH DIA. UNLESS OTHERWISE SPECIFIED. 3.GATE SHALL BE JOINED TO TEE SECTION BY BOLTING (THROUGH FLANGE), WELDING, OR OTHER SECURE MEANS. 4.LIFT ROD: AS SPECIFIED BY MFR. WITH HANDLE EXTENDING TO WITHIN ONE FOOT OF COVER AND ADJUSTABLE HOOK LOCK FASTENED TO FRAME OR UPPER HANDHOLD. 5.GATE SHALL NOT OPEN BEYOND THE CLEAR OPENING BY LIMITED HINGE MOVEMENT, STOP TAB, OR SOME OTHER DEVICE. 6.NEOPRENE RUBBER GASKET REQUIRED BETWEEN RISER MOUNTING FLANGE AND GATE FLANGE. 7.MATING SURFACES OF LID AND BODY TO BE MACHINED FOR PROPER FIT. 8.FLANGE MOUNTING BOLTS SHALL BE 3/8" DIA. STAINLESS STEEL. 9.ALTERNATE CLEANOUT/SHEAR GATES TO THE DESIGN SHOWN ARE ACCEPTABLE, PROVIDED THEY MEET THE MATERIAL SPECIFICATIONS ABOVE AND HAVE A SIX BOLT, 10 3/8" BOLT CIRCLE FOR BOLTING TO THE FLANGE CONNECTION. LIFT HANDLE FRONT SIDE MAXIMUM OPENING OF GATE NOTES: 6) EVENLY SPACED HOLES ON 10 3/8" BOLT CIRCLE FOR BOLTING TO FLANGE CONNECTION HANDLE WITH LOCK PIN ADJUSTABLE LOCK HOOK WITH LOCK SCREW 1" ROD OR TUBING, VARIABLE LENGTH LIFT HANDLE SHALL BE ATTACHED PER MANUFACTURER'SRECOMMENDATIONSLEVEL LINETEE SECTION SHEAR GATE STD. PLAN - 237.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM CCTV INSPECTION SPECIFICATIONS STD. PLAN - 266.00 GENERAL NOTES: 1.ALL NEWLY-INSTALLED AND NEWLY-REHABILITATED (PUBLIC AND PRIVATE) SANITARY SEWER AND STORM DRAIN MAIN LINES SHALL BE INSPECTED BY MEANS OF REMOTE CCTV. CCTV INSPECTIONS AND REPORTS SHALL BE SUBMITTED TO THE CITY OF RENTON INSPECTOR ASSIGNED TO THE PROJECT PRIOR TO RECEIVING APPROVAL TO INSTALL PROJECT CURBS, GUTTERS, AND/OR PAVEMENT. 2.THE CONTRACTOR SHALL PERFORM ALL CCTV INSPECTIONS IN ACCORDANCE WITH THE NATIONAL ASSOCIATION OF SEWER SERVICE COMPANIES (NASSCO) PIPELINE ASSESSMENT CERTIFICATION PROGRAM (PACP). 3.ALL CCTV OPERATORS SHALL HAVE CURRENT NASSCO PACP CERTIFICATION. 4.CCTV INSPECTIONS SHALL BE RECORDED IN A GRANITENET COMPATIBLE FORMAT DATABASE USING THE LATEST SOFTWARE VERSION AND SUBMITTED WITH ELECTRONIC LINKS BETWEEN THE DATA AND THE VIDEO ON AN EXTERNAL HDD, DVD, OR FLASH DRIVE. 5.ALL CCTV INSPECTION REPORTS SHALL BE WITHIN +/- TWO (2) FEET OF THE MEASURED LINEAR FOOTAGE BETWEEN MANHOLES ALONG THE EXISTING PIPELINE CENTERLINE FROM THE START OF PIPE TO END OF PIPE. 6.ALL OWNER AND PACP REQUIRED HEADER INFORMATION MUST BE FULLY AND ACCURATELY ENTERED ON ALL CCTV REPORTS. WORK NOT FOLLOWING THESE SPECIFICATIONS WILL BE REJECTED AND THE CONTRACTOR SHALL BE REQUIRED TO RE-CCTV THE WORK. 7.THE DOCUMENTATION OF THE WORK SHALL CONSIST OF PACP CCTV REPORTS, PACP DATABASE, LOGS, ELECTRONIC REPORTS, ETC. NOTING IMPORTANT FEATURES ENCOUNTERED DURING THE INSPECTION. THE SPEED OF TRAVEL SHALL BE SLOW ENOUGH TO INSPECT EACH PIPE JOINT, TEE CONNECTION, STRUCTURAL DETERIORATION, INFILTRATION AND INFLOW SOURCES, AND DEPOSITS, BUT SHOULD NOT, AT ANY TIME, BE FASTER THAN 30 FEET PER MINUTE, EXCEPT AS NOTED OTHERWISE IN THIS DOCUMENT. 8.THE CAMERA MUST BE CENTERED IN THE PIPE TO PROVIDE ACCURATE DISTANCE MEASUREMENTS TO PROVIDE LOCATIONS OF FEATURES IN THE SEWER AND THESE FOOTAGE MEASUREMENTS SHALL BE DISPLAYED AND DOCUMENTED ON THE VIDEO. ALL PACP OBSERVATIONS SHALL BE IDENTIFIED BY AUDIO AND ON A PACP LOG. ALL VIDEO MUST BE CONTINUOUSLY METERED FROM MANHOLE TO MANHOLE. ALL VIDEO RECORDING SHALL BE CONTINUOUS FROM STRUCTURE TO STRUCTURE WITH NO "PAUSING" OF THE VIDEO RECORDING DURING EACH PIPELINE INSPECTION. THE PIPE SHALL BE CLEANED PRIOR TO THE CCTV INSPECTION TO ENSURE ALL DEFECTS, FEATURE, AND OBSERVATIONS ARE SEEN AND LOGGED. 9.JUST PRIOR TO BEGINNING THE CCTV INSPECTION, WHILE THE CCTV CAMERA IS IN PLACE AND RECORDING, WATER (CONTAINING DYE) SHALL BE INTRODUCED INTO THE UPSTREAM MANHOLE OF EACH PIPE SEGMENT UNTIL IT IS OBSERVED AND RECORDED FLOWING PAST THE CAMERA'S FIELD OF VISION IN ITS ENTIRETY. 10.THE CCTV CAMERA SHALL HAVE A WATER-LEVEL MEASURING DEVICE (BALL, CYLINDER, ETC.) ATTACHED THAT HAS 1/4" MARKINGS TO SHOW THE DEPTH OF WATER IN THE PIPE DURING THE CCTV INSPECTION. 11.ALL MANHOLES SHALL BE CHANNELED AND COATED PRIOR TO CCTV INSPECTION. 12.PER CITY OF RENTON SPECIFICATION 7-08.3(2)B, SEWER AND STORM DRAIN PIPELINE SHALL HAVE NO MORE THAN 1/2" OF PONDING TO BE CONSIDERED ACCEPTABLE. PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM SURFACE WATER STANDARD PLAN NOTES (1 OF 2) STD. PLAN - 267.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) 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, 204.40, 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. DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48 SURFACE WATER STANDARD PLAN NOTES (2 OF 2) STD. PLAN - 267.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) 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” OR "DRAIN" 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. SURFACE WATER STANDARD PLAN NOTES: DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48