Loading...
HomeMy WebLinkAboutBid Manual Volume I - Details Award Date: CAG-22-343 Awarded to: City of Renton Sunset Gardens Off-Site Water Main Improvements Project WTR-27-4199 BIDDING DOCUMENTS Volume 1 of 2 This project is supported by grant awarded by the US Department of the Treasury. Points of view in this document are those of the author and do not necessarily represent the official position or policies of the US Department of the Treasury. Grant funds are administered by the America Rescue Plan Act, State and Local Fiscal Recovery Funds, Washington State Department of Commerce. City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Katie Nolan knolan@rentonwa.gov Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Specifications, and Plans CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Sunset Gardens Off-Site Water Main Improvements Project WTR-27-4199 November 2022 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS VOLUME 1 OF 2 CITY OF RENTON 1055 South Grady Way Renton, WA 98057 This project is supported by grant awarded by the US Department of the Treasury. Points of view in this document are those of the author and do not necessarily represent the official position or policies of the US Department of the Treasury. Grant funds are administered by the America Rescue Plan Act, State and Local Fiscal Recovery Funds, Washington State Department of Commerce. SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT Project: WTR-27-4199 CONTRACT DOCUMENT TABLE OF CONTENTS Volume I 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Scope of Work 4. Vicinity Map and Site Map 5. Instructions to Bidders 6. Call for Bids 7. *Proposal and Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage 8. *Proposal Bid Bond Form 9. *Department of Labor and Industries Certificate Registration 10. *Schedule of Prices 11. *Acknowledgement of Receipt of Addenda 12. *Certification of Compliance with Wage Payment Statutes 13. *Subcontractor List 14. Contract Bond to the City of Renton 15. Fair Practices Policy Affidavit of Compliance 16. Contract Agreement (Contracts other than Federal - Aid FHWA) 17. Retainage Selecton 18. City of Renton Insurance Requirements 19. Additional Insurance Requirements Unique to the Grant Contract 20. Washington State Prevailing Minimum Hourly Wage Rates 21. City of Renton Certification of Payment of Prevailing Wages 22. Traffic Control Information 23. City of Renton Special Provisions 24. City of Renton Standard Plans 25. Grant Contract with Dept. of Commerce (Contract #22-96720-204) Volume II - Construction Plans (reduced 11x17) Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid  Submit after Notice of Award (at the latest) CITY OF RENTON - Public Works Department 1 Summary of Fair Practices Policy\ 2 Summary of Americans with Disability Act Policy\ 3 Scope of Work\ SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT WTR-27-4199 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: • Installation of approximately 1,400 linear feet of 12-inch diameter class 52, push-on joint, cement-lined ductile iron water main with polywrap, restrained-joint fittings, gate valves, fire hydrant assemblies, and 5 water service connections of various sizes, • Testing, poly-pigging, disinfecting, and flushing of new water mains and connections to existing water mains, • Trench excavation, including removal of existing unsuitable material, disposal of excavated material, shoring, and dewatering, • Trench backfill with suitable material and compaction to required standards, • Removal and replacement of asphalt concrete pavement, asphalt grinding and hot mix asphalt overlay. • Protecting of existing utilities, utility potholing and resolution of utility conflicts, • Construction surveying, staking, and as-built drawings, • Temporary traffic control measures in accordance with the contract documents and applicable City of Renton and MUTCD standards, • Installing and maintaining adequate Temporary Erosion and Sediment Control measures and restoring all disturbed areas. The estimated project cost is $800,000 to $1,200,000 A total of 120 working days is allowed for completion of the project. Substantial Completion for this project must occur before June 30, 2023. For Bid Item Payment Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this Contract Document. The City reserves the right to reject any and all bids. Sunset Gardens Water Main Improvements - Vicinity Map This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. Legend 1,6050 803 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet1,605 WGS_1984_Web_Mercator_Auxiliary_Sphere 4 Vicinity Map\ Sunset Gardens Water Main Improvements - Site Map Legend 4010 201 4 Site Map\ Feet401 WGS_1984_Web_Mercator_Auxiliary_Sphere THIS MAP IS NOT TO BE USED FOR NAVIGATION This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. 5 Instructions to Bidders\ 1 SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT WTR-27-4199 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 a Zoom video-conferencing 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. 2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. If a bidder has any questions regarding the project, the bidder may: Submit questions via email to knolan@rentonwa.gov. The bidder shall include "Bid Question – Sunset Gardens Off-Site Water Main Improvements 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. Substantial Completion for this project must occur before June 30, 2023. 4. 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. 5. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by inspection of the site. 6. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 7. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 8. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 5 Instructions to Bidders\ 2 9. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 10. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 11. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 12. Payment for this work will be made in Cash Warrants. 13. The Contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”. 14. The Contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 15. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing to the jobsite and potentially exposing City of Renton Employees. 16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 17. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one Bidder. 18. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 19. Acknowledgment of Federal Funding This project is being funded with federal grant funds administered by the America Rescue Plan Act, State and Local Fiscal Recovery Funds, Washington State Department of Commerce. 20. Grant Management The Contracting Agency will be responsible for all communications and billings regarding the performance of the grant. 5 Instructions to Bidders\ 3 21. Grant Contract Terms and Conditions The Grant Contract has been included in the Contract Documents (under #25 of Table of Contents). The Contractor, and any subcontractors on the Project, shall follow all applicable Terms and Conditions of the Grant Contract. The Contractor, and any subcontractors on this project, must not be presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. 22. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction Lower Tier Covered Transactions i. The lower tier contractor certifies, by signing this contract that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. ii. Where the lower tier contractor is unable to certify to any of the statements in this contract, such contractor shall attach an explanation to this contract. 23. 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 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. 24. 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. 25. 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 "2022 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 5 Instructions to Bidders\ 4 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. 26. 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. 27. 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?  Substantial Completion for this project must occur before June 30, 2023  Sales Tax for this project is bid at 10.1%  Have you submitted the Subcontractors List?  Have you reviewed the Prevailing Wage Requirements?  Have you reviewed the Terms and Conditions of the Grant Contract as shown in the Contract Documents (under #25 of Table of Contents)?  Have you confirmed that you, and any subcontractors, are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency?  Have you submitted the Proposal and Combined Affidavit & Certificate Form?  Have you submitted Department of Labor and Industries Certificate of Registration Form?  Have you certified Receipt of Addenda, if any have been issued? CAG-22-343 6 Call for Bids\ 1 City of Renton CALL FOR BIDS Sunset Gardens Off-Site Water Main Improvements Project Submittal Deadline: 2:00 PM, December 16, 2022 Sealed bids will be received until 2:00 p.m., Friday, December 16, 2022, 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., Friday, December 16, 2022 (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/82264877877?pwd=ejZMcnUrdVJzd0ZXSGRxeHQ4QlcxUT09 • Using the Zoom app: Meeting ID: 822 6487 7877; Passcode: 057974; • One tap mobile: +12532158782,,82264877877#,,,,*057974# • Zoom is free to use and is available at https://zoom.us/. The improvement for which Bids will be received is described below: Construct the Sunset Gardens Off-Site Water Main Improvements project. The work includes but is not limited to: • Installation of approximately 1,400 linear feet of 12-inch diameter class 52, push-on joint, cement-lined ductile iron water main with polywrap, restrained-joint fittings, gate valves, fire hydrant assemblies, and 5 water service connections of various sizes, • Testing, poly-pigging, disinfecting, and flushing of new water mains and connections to existing water mains, • Trench excavation, including removal of existing unsuitable material, disposal of excavated material, shoring, and dewatering, • Trench backfill with suitable material and compaction to required standards, • Removal and replacement of asphalt concrete pavement, asphalt grinding and hot mix asphalt overlay. • Protecting of existing utilities, utility potholing and resolution of utility conflicts, • Construction surveying, staking, and as-built drawings, • Temporary traffic control measures in accordance with the contract documents and applicable City of Renton and MUTCD standards, • Installing and maintaining adequate Temporary Erosion and Sediment Control measures and restoring all disturbed areas. The estimated project cost is $800,000 to $1,200,000. A total of 120 working days is allowed for completion of the project. Substantial Completion for this project must occur before June 30, 2023. CAG-22-343 6 Call for Bids\ 2 This project is being funded with federal grant funds administered by the America Rescue Plan Act, State and Local Fiscal Recovery Funds, Washington State Department of Commerce. The Contracting Agency has included the Grant Contract in the City’s Contract Bid Documents for the Project. The Contractor, and any subcontractors on the Project, shall follow all applicable Terms and Conditions of the Grant Contract. 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 Monday, November 28, 2022. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. The recipient, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and Treasury’s implementing regulations at 31 C.F.R. Part 22, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction Lower Tier Covered Transactions i. The lower tier contractor certifies, by signing this contract that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. ii. Where the lower tier contractor is unable to certify to any of the statements in this contract, such contractor shall attach an explanation to this contract. CAG-22-343 6 Call for Bids\ 3 Questions about the project shall be addressed to: Katie Nolan, Public Works Department, knolan@rentonwa.gov. 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. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. Jason A. Seth, MMC, City Clerk Dates of Publication: Daily Journal of Commerce November 28, 2022 Daily Journal of Commerce December 5, 2022 7 Proposal & Combined Affidavit & Certificate Form\ 1 CITY OF RENTON Sunset Gardens Off-Site Water Main Improvements Project WTR-27-4199 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. 7 Proposal & Combined Affidavit & Certificate Form\ 2 I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name:______________________________ Signature:_____________________________________ Address: __________________________________________________________________________________ Contact Name (please print): _________________________________________________________________ Phone:____________________________________ Email: _______________________________________ OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this _______ day of _________________, 20____ Notary Public in and for the State of Washington Notary (Print)_________________________________ My appointment expires:________________________ Names of Members of Partnership: 8 Proposal Bid Bond Form\ Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ____________________of [address] _______________________________________________________as Principal, and [Surety] __________________________________________________________ a corporation duly organized under the laws of the State of , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project, to wit: Sunset Gardens Off-Site Water Main Improvements Project, WTR-27-4199 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this day of , . ________________________________ ________________________________ [Principal] [Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] _____________________________ By:_____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ ________________________________ ________________________________ [Telephone Number] Approved by the City Attorney on 6/03/13 9 Department of Labor and Industries Certificate of Registration\ SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT WTR-27-4199 Department of Labor and Industries Certificate of Registration Name on Registration: ___________________________________________________________ Registration Number: ___________________________________________________________ Expiration Date: ____________________________________________________________ Note: A copy of the certificate will be requested as part of contract execution when project is awarded. CITY OF RENTON PUBLIC WORKS DEPARTMENT  Sunset Gardens Off‐Site Water Main Improvements WTR‐27‐4199 SCHEDULE OF PRICES *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR PAYMENT INFORMATION ON BID ITEMS. ITEM SPEC APPROX.UNIT PRICE TOTAL AMOUNT NO. SECTION QUANTITY Dollars Cents Dollars Cents 11‐09 1            Lump Sum ________________ Per Lump Sum _____________________   22‐09 1            Lump Sum ________________ Per Lump Sum _____________________   31‐05 1            Lump Sum ________________ Per Lump Sum _____________________   41‐10 1            Lump Sum ________________ Per Lump Sum _____________________   51‐07 1            Lump Sum ________________ Per Lump Sum _____________________   61‐07 10           Each ________________ Per Each _____________________   77‐09 1400         Linear Foot ________________ Per Linear Foot _____________________   87‐09 20           Linear Foot ________________ Per Linear Foot _____________________   97‐09 30           Linear Foot ________________ Per Linear Foot _____________________   10 7‐09 85           Linear Foot ________________ Per Linear Foot _____________________   11 7‐09 70           Linear Foot ________________ Per Linear Foot _____________________   12 7‐12 13           Each ________________ Per Each _____________________   13 7‐12 3            Each ________________ Per Each _____________________   14 7‐12 3            Each ________________ Per Each _____________________   15 7‐12 2            Each ________________ Per Each _____________________   16 7‐12 3            Each ________________ Per Each _____________________   ITEM WITH UNIT PRICED BID Mobilization & Demobilization  (10% Maximum of Total Bid Pre‐Tax) Trench Excavation Safety Systems  Construction Surveying, Staking, and As‐Built  Drawings Temporary Traffic Control 10‐Inch Gate Valve Assembly 8‐Inch Gate Valve Assembly 6‐inch Gate Valve Assembly  4‐Inch Gate Valve Assembly  Erosion Control and Water Pollution Control Site Specific Utility Potholing Ductile Iron Cl 52 12‐inch Diameter Push‐on Joint  Water Pipe with Restrained Joint Fittings and  Polyethylene Encasement  Ductile Iron Cl 52 10‐inch Diameter Push‐on Joint  Water Pipe with Restrained Joint Fittings and  Polyethylene Encasement  Ductile Iron Cl 52 4‐inch Diameter Push‐on Joint  Water Pipe with Restrained Joint Fittings and  Polyethylene Encasement  12‐Inch Gate Valve Assembly  Ductile Iron Cl 52 8‐inch Diameter Push‐on Joint  Water Pipe with Restrained Joint Fittings and  Polyethylene Encasement  Ductile Iron Cl 52 6‐inch Diameter Push‐on Joint  Water Pipe with Restrained Joint Fittings and  Polyethylene Encasement   10 Schedule of Prices\Page 1 of 3    CITY OF RENTON PUBLIC WORKS DEPARTMENT  Sunset Gardens Off‐Site Water Main Improvements WTR‐27‐4199 SCHEDULE OF PRICES *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR PAYMENT INFORMATION ON BID ITEMS. ITEM SPEC APPROX.UNIT PRICE TOTAL AMOUNT NO. SECTION QUANTITY Dollars Cents Dollars CentsITEM WITH UNIT PRICED BID 17 7‐14 3            Each ________________ Per Each _____________________   18 7‐09 7            Each ________________ Per Each _____________________   19 7‐15 2            Each ________________ Per Each _____________________   20 7‐15 2            Each ________________ Per Each _____________________   21 7‐15 1            Each ________________ Per Each _____________________   22 7‐09 4            Each ________________ Per Each _____________________   23 7‐09 20           Cubic‐Yard ________________ Per Cubic-Yard _____________________   24 2‐03 10           Ton ________________ Per Ton _____________________   25 2‐03 800          Ton ________________ Per Ton _____________________   26 4‐04 300          Ton ________________ Per Ton _____________________   27 5‐04 250          Ton ________________ Per Ton _____________________   28 5‐04 500          Ton ________________ Per Ton _____________________   29 8‐22 1            Lump Sum ________________ Per Lump Sum _____________________   30 2‐02 15           Linear Foot ________________ Per Linear Foot _____________________   31 2‐02 10           Square Yard ________________ Per Square Yard _____________________   32 8‐02 1            Lump Sum ________________ Per Lump Sum _____________________  Landscape and Private Property Restoration Fire Hydrant Assembly Connection to Existing Water Main Gravel Borrow for Trench Backfill Removal and Replacement of Unsuitable Foundation  Materials Crushed Surfacing Top Course Hot Mix Asphalt for Final Trench Patch 2‐Inch Water Service 1.5‐Inch Water Service 1‐Inch Water Service Cut and Cap Existing Water Main Concrete for Thrust Blocking and Dead‐Man Anchor  Blocks Hot Mix Asphalt Overlay  HMA CL.1/2 IN. PG 58H‐22 Replace Crosswalk and Pavement Markings Remove and Replace Concrete Curb and Gutter Remove and Replace Concrete Sidewalk and Driveway  10 Schedule of Prices\Page 2 of 3    CITY OF RENTON PUBLIC WORKS DEPARTMENT  Sunset Gardens Off‐Site Water Main Improvements WTR‐27‐4199 SCHEDULE OF PRICES *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR PAYMENT INFORMATION ON BID ITEMS. ITEM SPEC APPROX.UNIT PRICE TOTAL AMOUNT NO. SECTION QUANTITY Dollars Cents Dollars CentsITEM WITH UNIT PRICED BID 33 7‐12 3            Each ________________ Per Each _____________________   34 7‐05 8            Each ________________ Per Each _____________________   35 8‐19 2            Each ________________ Per Each _____________________   36 7‐05 7            Each ________________ Per Each _____________________   37 8‐13 5            Each ________________ Per Each _____________________   38 1‐04 1            Estimate $20,000 Per Estimate $20,000 Subtotal 10.1% Sales Tax Total Adjust Existing Water Valve Box to Finish Grade Adjust Existing Manhole Cover to Finish Grade Adjust Existing Gas Valve Box to Finish Grade Adjust Catch Basin Adjust Existing Survey Monument Case and Cover Minor Changes  10 Schedule of Prices\Page 3 of 3    11 Acknowledgement of Receipt of Addenda\ SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT WTR-27-4199 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ SIGNED:_________________________________________________ TITLE:_________________________________________________ NAME OF COMPANY:_________________________________________________ ADDRESS:_________________________________________________ CITY/ STATE/ ZIP:_________________________________________________ TELEPHONE:_________________________________________________ Template updated 2-12-19 12 Certificate of Compliance with Wage Payment Statutes\ This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 13 Subcontractor List\ Revised 3/31/2021 clb SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT WTR-27-4199 SUBCONTRACTOR LIST In accordance with RCW 39.30-060: For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for the following work: • All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of the bid. • All structural steel installation and rebar installation subcontractors shall be submitted as part of the bid. If the work does not apply to this contract, check the box “Not Applciable”. If the work will be self performed by the bidder, check the box “Self Performed”. If the subcontractors names are not submitted with the bid OR if two or more subcontractors are named to perform the same work, the bid shall be considered nonresponsive and, therefore, void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, electrical (including automatic controls) work, structural steel installation, and rebar installation (If no subcontractors will be required, still submit the form indicating “not applicable” for each discipline) : The following list of subcontracts is due with the bid. Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. Category of Work Plumbing (per RCW 18.106) Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. Category of Work Electrical (per RCW 19.28) Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. Page 2 13 Subcontractor List\ Revised 3/31/2021 clb Category of Work Structural Steel and Rebar Installation Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. “I certify (or declare) under penalty of perjury under the laws of the State of Washington that the information provided by bidder in the subcontractor listing form is true and correct to the best of my knowledge and belief” Signature: __________________________________________ Printed Name: _______________________________________ Date: ______________________________________________ Sunset Gardens Off-Site Water Main Improvements Project Page 1 of 2 14 Contract Bond to the City of Renton\ WTR-27-4199 03/08/2022 F clb CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of________________________________________________ US Dollars ($________________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-22-343 providing for construction of the Sunset Gardens Off-Site Water Main Improvements Project; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. • The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. • This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. Sunset Gardens Off-Site Water Main Improvements Project Page 2 of 2 14 Contract Bond to the City of Renton\ WTR-27-4199 03/08/2022 F clb FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: • Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; • Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; • Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; • Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: 15 Fair Practices Policy Affidavit of Compliance\ Armando Pavone Mayor AGREEMENT      CONTRACT NO. CAG‐22‐343    THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY  OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter  Contractor name], hereinafter referred to as "Contractor."     Now, therefore the parties agree as follows:    1. Agreement.  This agreement incorporates the following documents as if fully set forth herein: the 2022 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 Sunset Gardens Off‐Site Water Main Improvements Project, WTR‐27‐4199, including all changes to the  Work and force account work, in accordance with the Contract Documents, as described in Section 1‐04.2 of the  Special Provisions.    3. Payments.  City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the  Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount  not to exceed $___________, unless modified by an approved change order or addendum. The payments to  Contractor include the costs for all labor, tools, materials and equipment for the Work.     4. Completion Date.  Contract time shall commence upon City's Notice to Proceed to Contractor.  The Work under this  Agreement shall be completed within the time specified in the Contract Bid Documents.  Substantial Completion for  this project must occur by June 30, 2023. 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. Grant Compliance.  The Contractor, and any subcontractors on the Project, shall follow all applicable terms of the  Grant Contract included in the Contract Documents (under #25 of Table of Contents).    7. Disclaimer.  No liability of Contractor shall attach to City by reason of entering into this Agreement, except as  expressly provided in this Agreement. The Department of Commerce and the State of Washington are not liable for  claims or damages arising from the Contractor’s performance of the Work or any subcontractor’s performance of  the Work.   Sunset Gardens Off‐Site Water Main Improvements Project   WTR‐27‐4199       CAG‐22‐343         Contract Template Updated 12/29/2017  16 Contract Agreement\    8. Counterparts.  This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for  all purposes be deemed an original.    IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and  the Contractor has hereunto set his hand and seal the day and year first above‐written.    CONTRACTOR:    CITY OF RENTON:          President/Partner/Owner Armondo Pavone, Mayor        ATTEST          Secretary Jason Seth, City Clerk      FIRM INFORMATION  d/b/a [Enter Firm name]    CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation    STATE OF INCORPORATION: [Enter state of incorporation]      CONTRACTOR CONTACT INFORMATION:    CITY CONTACT INFORMATION:  [Address Line 1] City of Renton (Katie Nolan)  [Address Line 2] 1055 South Grady Way  [City, State and Zip] Renton, WA 98057  [Enter Phone Number] 425‐430‐7335  [Enter Fax Number or Email Address] knolan@rentonwa.gov    Attention:  If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the  contract.  OR, if one signature is permitted by corporation by‐laws, a copy of the by‐laws shall be furnished to the City and made a  part of the contract document.    If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or  trade name.  Any one partner may sign the contract.    If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title.  17 Retainage Selection\ CITY OF RENTON Sunset Gardens Off-Site Water Main Improvements Project WTR-27-4199 RETAINAGE SELECTION Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City (non-interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: __ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the Contractor and bank; and are not allowed to be withdrawn without the City’s written authorization, or __ 2. The City, at its’ option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED:_________________________________________________ PRINT NAME:_________________________________________________ COMPANY:_________________________________________________ DATE:_________________________________________________ Insurance Guidelines for the City of Renton The City of Renton requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: $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. coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number). Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. $1,000,000 Professional Liability.Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. $1,000,000 Pollution Liability. Required if work involves a pollution risk to the environment. $2,000,000 Cyber Liability Insurance. Required for information technology professional services agreements. Limits may be higher for special liability exposures. Builders Risk.May be required up to the amount of the completed value of a new building or major construction project. $1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property Damage Liability). Required coverage only for aircraft tie-down leases. Additional requirements unique to the City of Renton: Name the City of Renton as a certificate holder and a Primary and Non-Contributory Additional Insured on the policy. This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special Event, and Aircraft Liability policies; it does not apply to Professional Liability, Compensation, nor Cyber Insurance. 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: [your & department] 1055 South Grady Way Renton, WA 98057 Direct any questions, comments, or concerns to: Kelsey Urban, Risk Manager 425-430-7669 kurban@rentonwa.gov Revised 10/26/21 18 City of Renton Insurance Requirements\ AmRLCERTIFICATEOFLIABILITYINSURANCETHISCERTIFICATEISISSUEDASAMATTEROFINFORMATIONONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER.THISCERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDORALTERTHECOVERAGEAFFORDEDBYTHEPOLICIESBELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEACONTRACTBETWEENTHEISSUINGINSURER(S),AUTHORIZEDREPRESENTATIVEORPRODUCER,ANDTHECERTIFICATEHOLDER.IMPORTANT:IfthecertificateholderisanADDITIONALINSURED,thepolicy(ies)mustbeendorsed.IfSUBROGATIONISWAIVED,subjecttothetermsandconditionsofthepolicy,certainpoliciesmayrequireanendorsement.Astatementonthiscertificatedoesnotconferrightstothecertificateholderinlieuofsuchendorsement(s).PRODUCERCONTACTPHONEFAXtAlC,No,Eat):(AIC,No):E-MAILADDRESS:PRODUCERCUSTOMERID#:INSURER(S)AFFORDINGCOVERAGENAIC#INSUREDINSURERA:INSURERB:INSURERC:INSURERD:INSURERE:INSURERF:COVERAGESCERTIFICATENUMBER:REVISIONNUMBER:THISISTOCERTIFYTHATTHEPOLICIESOFINSURANCELISTEDBELOWHAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIODINDICATED.NOTWiTHSTANDINGANYREQUIREMENT,TERMORCONDITIONOFANYCONTRACTOROTHERDOCUMENTWiTHRESPECTTOWHICHTHISCERTIFICATEMAYBEISSUEDORMAYPERTAIN,THEINSURANCEAFFORDEDBYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS,EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS.MDDLSUBRPOLICYEFI’poLIcyED’LTRTYPEOFINSURANCEiwvpPOLICYNUMBER{MM/DDIYYYY)(MM!DDIYYYY)LIMITSGENERALLIABILITYEACHOCCURRENCE$1.00i1QQ.QDAMAGETORENTEDCOMMERCIALGENERALLIABILITYCLAIMS-MADEOCCURr—r’”PREMISESlEaoccurrence)$MEDEXP(Anyoneperson)$5000GENERALAGGREGATE$2,000,000PERSONAL&ADVINJURY$1,000,000GENLAGGREGATELIMITAPPLIESPER:PRODUCTS-COMP/OPAGG$1000,000POLICYflr—iLOC—$AUTOMOBILELIABILITYCOMBINEDSINGLELIMIT$1,000,000(Eaaccident)><ANYAUTOBODILYINJURY(Perperson)$ALLOWNEDAUTOS—BODILYINJURY(Peraccident)$SCHEDULEDAUTOSPROPERTYDAMAGE$HIREDAUTOS(Peraccident)NON-OWNEDAUTOS$$UMBRELLALIARLiOCCUR——EACHOCCURRENCE$EXCESSLIABCLAIMS-MADEFJ”’AGGREGATE$DEDUCTIBLE$HRETENTION$—$WORKERSCOMPENSATIONIWCSTATU-0TH-ITORYLIMITSIERANDEMPLOYERS’LIABILITYY!NANYPROPRIETORIPARTNER/EXECUTIVE[‘EL.EACHACCIDENT$OFFICER!MEMBEREXCLUDED?LIN!A(MandatoryinNH)EL.DISEASE-EAEMPLOYCI$Ifyes,describeunderEL,DISEASE-POLICYLIMIT$SPFflIAIPROVISIONSheIrwDESCRIPTIONOFOPERATIONSILOCATIONS!VEHICLES(AttachACORD101,AdditIonalRemarksSchedule,IfmorespaceIsrequired)TheCityDfRentonisPrimaryandNOn-contributoryAdditionalInsured.CERTIFICATEHOLDERCANCELLATIONCityofRentonSHOULDANYOFTHEABOVEDESCRIBEDPOLICIESBECANCELLEDBEFORETHEEXPIRATIONDATETHEREOF,NOTICEWILLBEDELIVEREDINACCORDANCEWITHTHEPOLICYPROVISIONS.Attn:1055SouthGradyWayAUTHORIZEDREPRESENTATIVERenton,WA.98057DATE(MMIDDIYYYY)©1988-2009ACORDCORPORATION.Allrightsreserved.TheACORDnameandlogoareregisteredmarksofACORDACORD25(2009109) 19 Additional Insurance Requirements unique to the Grant Contract\ Additional insurance requirements unique to the Grant Contract: This page is provided for reference. The Contractor is required to provide insurance coverage that meets the insurance coverage requirements listed in Section 14 of the Special Terms and Conditions of the Grant Contract (see #25 of the Contract Documents). An additional COI Acord form with Washington State Department of Commerce named as Certificate Holder will be required with the following lines of coverage and minimum insurance limits: • No less than $1,000,000 per occurrence for Commercial General Liability. • Minimum limit of $1,000,000 combined single limit for Auto Liability. • No less than $1,000,000 per occurrence for Professional Liability. • The above lines of coverage and insurance limits do not represent the minimum required insurance coverage or limits that are adequate to protect the contractor/subcontractors from all liabilities. • Name the State of Washington, its agents, officers, and employees as Additional Insureds on the policy. This requirement applies to Commercial General Liability and Auto Liability policies; it does not apply to Professional Liability, Errors and Omissions Insurance. • The City Project Manager shall be provided with written notice of any policy cancellation within a minimum of two (2) business days of receipt of such notice by the policy holder. • The Certificate Holder should read: Washington State Department of Commerce ATTN: CHIP Program, Contract #22-96720-204 PO Box 42525 1011 Plum Street SE Olympia, WA 98504-2525 20 Washington State Prevailing Minimum Hourly Wage Rates\ WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in _King_ County, may be found at the following website address of the Department of Labor and Industries: https://secure.lni.wa.gov/wagelookup/ Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is December 2022. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The State of Washington “Statement of Intent to Pay Prevailing Wages – Public Works Contract” and “Affidavit of Wages Paid – Public Works Contract” may be filed online with the Department of Labor and Industries. 21 City of Renton Certification of Payment of Prevailing Wages\ CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: ______________ Ref: Pay Estimate No. __ Project _ Sunset Gardens Off-Site Water Main Improvements Project, WTR-27-4199 CAG No. 22-343 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: 22 Traffic Control\ TRAFFIC CONTROL INFORMATION 22 Traffic Control Information\ SUNSET GARDENS OFF-SITE WATER MAIN IMPROVEMENTS PROJECT WTR-27-4199 TRAFFIC CONTROL The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan and obtain City’s approval of that plan when construction, repair, or maintenance work is to be conducted within the City’s right-of-way. The plan shall be consistent with the provisions found in the State of Washington Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways, Section 1-10.2(2) and the Contract Documents. Traffic Control Plan shall be submitted to the City for review at or prior to the Preconstruction Meeting. Traffic Control Standard Plans, application and requirements can be found on the City’s website: https://rentonwa.gov/city_hall/public_works/transportation_systems/operations/traffic/traffic _control_plans Typical details for lane closures are attached. The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. See Special Provisions Section 1-10 for additional requirements. Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. DEPARTMENT OF PUBLIC WORKS Page 1 of 3 | Published: 10/27/2021 Transportation Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380 Website: rentonwa.gov TRAFFIC CONTROL PLAN APPLICATION Published: 10/27/2021 TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION FOR REVIEW/APPROVAL AT LEAST 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 traffic control plan (TCP) and obtain city's approval of that plan when construction, repair, or maintenance work is to be conducted within the city's right-of-way. 1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents. 2. The following items are all required for submittal of the TCP Application: ☐ Electronic Copy of the TCP Application ☐ Electronic Copy of the TCP Layout, on 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.  Types of plans required: o Work hour plan – show all mobility impacts during construction hours. o 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. o Changing construction phases – show construction sequence and each construction phase change even if the traffic control is not modified, if applicable. o Pedestrian access/detour plan, if applicable. - Shall conform to the Washington State Traffic Control Flagger Certification handbook, by the Evergreen Safety Council. 3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].” Project Name: Permit #: Site Address: Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________ Construction Company: Contact Name: Phone/Cell: _________________________ Business Address: City/State: Zip: Description of Work: Approval By: _________________________________________________ Date:____________________ Transportation Engineering Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. Page 2 of 3 | Published: 10/27/2021 PERMIT HOLDER AGREES TO ALL THE FOLLOWING:  Must have approved Traffic Control Plan (TCP) prior to commencing the work.  Maintain existing pedestrian access. The work on pedestrian facilities, shall be limited to one corner at a time, with the least possible inconvenience or delay to pedestrians.  WORK TIME begins when any street or travel lane is fully or partially closed. This includes set up within the traveled way.  Comply with all traffic regulations of the City of Renton and the State of Washington.  Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices.  Notify emergency services (253-852-2121) twenty-four (24) hours before any street or lane closures.  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 a minimum of five business days (excluding weekends and holidays) prior to starting any work.  Contractor or entity must notify King County Metro in writing at construction.coord@kingcounty.gov a minimum of five business days (excluding weekends and holidays) prior to starting any work impacting bus stops, a temporary lane or road closure. Work requiring removing a bus shelter or sign requires notification in writing a minimum of 30 business days (excluding weekends and holidays). Please call King County Metro at 206-477-1140 with any questions.  Any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs or Flaggers at thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable State and City codes.  Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments, including all costs of defense and attorney’s fees incurred in defending against same, arising from and related to implementation of the approved traffic control plans including claims arising from towing of private vehicles and the acts of the Permit Holder’s agents and employees.  The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable attorney’s fees and litigation costs incurred resulting from such claim.  In the event any claim or suit is brought against City within the scope of this Agreement, Permit Holder will pay for legal counsel chosen by the City to defend against same.  Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or pedestrian safety or travel.  All permit conditions shall be met. NOTES:  Total road closure lasting more than twenty-four (24) hours is subject to the approval by the City Council.  Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) and shown by a traffic control plan layout or reference to WSDOT.  Approved Temporary Traffic Control Plan 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.  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.  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. Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document. Page 3 of 3 | Published: 10/27/2021  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 Traffic Control Plan form must be attached to each Temporary No Parking Sign on the project site.  Temporary traffic control devices must be removed immediately when work is done or no construction activities are going on. If deemed abandoned, City crews will remove and store them at the City’s maintenance shop (3555 NE 2nd Street). I certify that the information on this application and within the submittal documents are accurate to the best of my knowledge and I acknowledge all the requirements on this application. Applicant’s Signature Date Applicant’s Name (Print) DRAWN BY: ELENA BRUNSTEINAPPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEETSHEET 1 OF 1 SHEET SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K-24.20-00 SHEET 1 OF 1 SHEET FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER25335THEODORE J. TR EPA NI EREXPIRES AUGUST 9, 2007 SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE ~ RECOMMENDED LEGEND PCMS EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE ARROW PANEL PORTABLE CHANGEABLE MESSAGE SIGN LATERAL BUFFER ~ 4’ EXISTING LANE EXISTING SHOULDER 2’ ASECTION WORK AREATEMPORARY LANE ~ 12’ MIN. EXISTING LANEEXISTING SHOULDER ROAD WORK AHEAD END ROAD WORK 100’ WORK AREA B L X X W20-1 PCMSSEE NOTE 5 RIGHT LANE CLOSED AHEAD W20-5R X1 ROAD NARROWS W5-1 A G20-2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA ~ SEE NOTE 6 SEE NOTE 2 W4-2L ~ COMPLIANCE DATE 12/23/13 1. 2. 3. 4. 5. NOTES 6. 7. 8. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) LOADED WEIGHT ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) 45 50 55 60 360 425 495 570 POSTED SPEED (MPH) LONGITUDINAL BUFFER SPACE = B LENGTH B (FEET) 1 4 YARD DUMP TRUCK, SERVICE TRUCK, FLAT BED, ETC. BUFFER DATA VEHICLE TYPE 25 30 35 155 200 250 40 305 25 30 35 40 45 50 55 540 550 600 550 605 660 660 720 POSTED SPEED (MPH) 10 11 12 MINIMUM TAPER LENGTH = L 60 65 70 (FEET) 450 495 500 780 840 LANE WIDTH (FEET) 125 165 180 205 225 245 270 294 320 105 115 150 --- -- 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 35 / 45 30 60 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 25 / 30 20 40 RURAL ROADS & URBAN ARTERIALS URBAN STREETS RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 MPH OR LESS 35 / 40 MPH 25 / 30 MPH 45 / 55 MPHRURAL ROADS 60 / 65 MPHRURAL HIGHWAYS 100’ 35/64 (2) 200’ 35/64 (2) 350’ 35/64 500’ 35/64 800’ 35/64 ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE SIGN SPACING = X (1) (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll-Ahead Stopping Distance. Extend device taper (L/3) across shoulder ~ recommended. Portable Changeable Message Sign (PCMS) ~ recommended. Traffic Safety Drums for all tapers on high speed roadway ~ recommended. Transverse Devices in closed lane every 1000’ 35/64 ~ recommended. Channelizing Device spacing for the downstream taper option shall be 20’ O.C. Use advanced notice for any overwidth loads prior to lane closure for altenative routes if applicable ~ recommended. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. Ken L. Smith 02-15-07NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST. APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEETSHEET 1 OF 1 SHEET RURAL ROADS & URBAN ARTERIALS URBAN STREETS RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 MPH OR LESS 35 / 40 MPH 25 / 30 MPH 45 / 55 MPHRURAL ROADS 350’ 35/64 500’ 35/64 DRAWN BY: ELENA BRUNSTEIN1. 2. 3. 4. NOTES ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 35 / 45 30 60 8040 POSTED SPEED (MPH) 50 / 70 IN TANGENT (FEET) IN TAPER (FEET) CHANNELIZING DEVICE SPACING 25 / 30 20 40 END ROAD WORK G20-2A WORK AREA ROAD WORK AHEAD W20-1 XROAD WORK AHEAD W20-1 X END ROAD WORK G20-2A W20-1 ROAD WORK AHEADXRIGHT LANE TURN RIGHT MUST R3-7R B/W ROAD WORK AHEAD W20-1 X END ROAD WORK G20-2A SIGN SPACING = X 100’ 35/64 200’ 35/64 XXXXLL/2XR4-7 B/W SIGN LOCATION CHANNELIZING DEVICES LEGEND 25 30 10 11 12 LANE WIDTH (FEET) 125 165 180 105 115 150 35 40 POSTED SPEED (MPH) 205 225 245 270 294 320 45 50 55 540 550 600 550 605 660 450 495 500 MINIMUM TAPER LENGTH = L (FEET) OBLITERATED MARKING R3-2 R/W R3-2 R/W R3-2 R/W ARROW PANEL SEE N O T E 1 ( T Y P. ) THRU TRAFFIC MERGE LEFT W4-7 W4-2L ~ COMPLIANCE DATE 12/23/13 STANDARD PLAN K-32.80-00 INTERSECTION ~ HALF ROAD CLOSURE WITH LANE SHIFT SHEET 1 OF 1 SHEET FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES BARRICADE ~ TYPE 3 L 45 270 POSTED SPEED (MPH) LONGITUDINAL BUFFER SPACE = B LENGTH B (FEET) 25 30 35 120 40 1705585 BW20-5L LEFT LANE CLOSED AHEAD END ROAD WORK G20-2A 5. 6. 7. ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND DRIVEWAYS.STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER25335THEODORE J. TR EPA NI EREXPIRES AUGUST 9, 2007 NO LEFT TURN signs are to be used if traffic volumes are too high or there is an operating signal. Close the left turn pocket if there is one on the side street. When turn prohibitions are implemented, two turn prohibition signs should be used, one on the near side and, space permitting, one on on the far side of the intersection. If the work space extends a crosswalk, the crosswalk should be closed (see Standard Plan K-34.20). Flashing Warning Lights (Type A per MUTCD) should be used, as needed, to mark barricades at night. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark channelizing devices at night. For long term projects conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary markings shall be used. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05.NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST.02-15-07Ken L. Smith 23 City of Renton Special Provisions\ CITY OF RENTON SPECIAL PROVISIONS 23 Special Provisions\ 1 CITY OF RENTON SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS ................................................................................. 12 1-01 DEFINITIONS AND TERMS ............................................................................................ 12 1-01.1 General .......................................................................................................................... 12 1-01.3 Definitions ..................................................................................................................... 12 1-02 BID PROCEDURES AND CONDITIONS ........................................................................... 15 1-02.1 Prequalification of Bidders ........................................................................................... 15 1-02.2 Plans and Specifications ............................................................................................... 15 1-02.4(1) General ...................................................................................................................... 15 1-02.4(2) Subsurface Information ............................................................................................. 16 1-02.5 Proposal Forms ............................................................................................................. 16 1-02.6 Preparation of Proposal ................................................................................................ 17 1-02.7 Bid Deposit .................................................................................................................... 17 1-02.9 Delivery of Proposal ...................................................................................................... 17 1-02.10 Withdrawing, Revising, or Supplementing Proposal .................................................. 18 1-02.12 Public Opening of Proposals ....................................................................................... 18 1-02.13 Irregular Proposals ..................................................................................................... 18 1-02.14 Disqualification of Bidders .......................................................................................... 19 1-02.15 Pre Award Information ............................................................................................... 20 1-03 AWARD AND EXECUTION OF CONTRACT ...................................................................... 20 1-03.1 Consideration of bids .................................................................................................... 20 1-03.2 Award of Contract ........................................................................................................ 20 1-03.3 Execution of Contract ................................................................................................... 20 1-03.4 Contract Bond ............................................................................................................... 21 1-03.7 Judicial Review .............................................................................................................. 22 1-04 SCOPE OF WORK ......................................................................................................... 22 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda .................................................................................................................................... 22 1-04.2(1) Contractor-Discovered Discrepancies ....................................................................... 22 1-04.4 Changes ........................................................................................................................ 23 1-04.6 Variation in Estimated Quantities ................................................................................. 23 1-04.8 Progress Estimates and Payments ................................................................................ 23 1-04.11 Final Cleanup .............................................................................................................. 24 23 Special Provisions\ 2 1-05 CONTROL OF WORK .................................................................................................... 24 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................... 24 1-05.4(3) Contractor Supplied Surveying ................................................................................. 25 1-05.4(4) Contractor Provided As-Built Information ................................................................ 26 1-05.7 Removal of Defective and/or Unauthorized Work ........................................................ 26 1-05.10 Guarantees ................................................................................................................. 27 1-05.11 Final Inspection ........................................................................................................... 28 1-05.11(1) Substantial Completion Date.................................................................................. 28 1-05.11(2) Final Inspection and Physical Completion Date ..................................................... 28 1-05.11(3) Operational Testing ................................................................................................ 29 1-05.12 Final Acceptance ......................................................................................................... 30 1-05.13 Superintendents, Labor and Equipment of Contractor ............................................... 30 1-05.14 Cooperation with Other Contractors .......................................................................... 30 1-05.15 Method of Serving Notices ......................................................................................... 31 1-05.16 Water and Power ........................................................................................................ 31 1-05.17 Oral Agreements ......................................................................................................... 32 1-05.18 Contractor's Daily Diary .............................................................................................. 32 1-06 CONTROL OF MATERIAL .............................................................................................. 33 1-06.1 Approval of Materials Prior to Use ............................................................................... 33 1-06.2(1) Samples and Tests for Acceptance........................................................................... 33 1-06.2(2) Statistical Evaluation of Materials for Acceptance .................................................. 33 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................................ 34 1-07.1 Laws to be Observed ..................................................................................................... 34 1-07.2 State Tax ....................................................................................................................... 35 1-07.2(1) General ..................................................................................................................... 35 1-07.2(2) State Sales Tax – Rule 171 ........................................................................................ 35 1-07.2(3) State Sales Tax – Rule 170 ........................................................................................ 35 1-07.2(4) Services ..................................................................................................................... 36 1-07.5 Environmental Regulations ........................................................................................... 36 1-07.5(1) General ..................................................................................................................... 36 1-07.6 Permits and Licenses ..................................................................................................... 36 1-07.9 Wages ........................................................................................................................... 37 1-07.9(5) Required Documents ................................................................................................ 37 23 Special Provisions\ 3 1-07.11 Requirements for Non-Discrimination ........................................................................ 37 1-07.11(11) City of Renton Affidavit of Compliance ................................................................ 37 1-07.12 Federal Agency Inspection .......................................................................................... 37 1-07.13 Contractor’s Responsibility for Work .......................................................................... 38 1-07.13(1) General ................................................................................................................... 38 1-07.15 Temporary Water Pollution/Erosion Control .............................................................. 38 1-07.16 Protection and Restoration of Property ...................................................................... 40 1-07.16(1) Private/Public Property .......................................................................................... 40 1-07.17 Utilities and Similar Facilities ...................................................................................... 42 1-07.17(3) Site Specific Utility Potholing .................................................................................. 43 1-07.17(4) Interruption of Services .......................................................................................... 44 1-07.17(5) Resolution of Utility Conflicts ................................................................................. 44 1-07.18 Public Liability and Property Damage Insurance ........................................................ 45 1-07.18(1) General ................................................................................................................... 45 1-07.18(2) Coverages ............................................................................................................... 46 1-07.18(3) Limits ..................................................................................................................... 48 1-07.18(4) Evidence of Insurance: ............................................................................................ 49 1-07.22 Use of Explosives ........................................................................................................ 49 1-07.23 Public Convenience and Safety ................................................................................... 50 1-07.23(1) Construction Under Traffic ..................................................................................... 50 1-07.23(2) Construction and Maintenance of Detours ............................................................ 51 1-07.24 Rights-of-Way .............................................................................................................. 51 1-07.28 Confined Space Entry .................................................................................................. 52 1-08 PROSECUTION AND PROGRESS .................................................................................... 53 1-08.0 Preliminary Matters ...................................................................................................... 53 1-08.0(1) Preconstruction Conference ..................................................................................... 53 1-08.0(2) Hours of Work .......................................................................................................... 54 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees .................... 55 1-08.1 Subcontracting .............................................................................................................. 55 1-08.2 Assignment ................................................................................................................... 56 1-08.3 Progress Schedule ......................................................................................................... 56 1-08.4 Prosecution of the Work ............................................................................................... 57 1-08.5 Time For Completion..................................................................................................... 58 23 Special Provisions\ 4 1-08.6 Suspension of Work ...................................................................................................... 59 1-08.7 Maintenance During Suspension .................................................................................. 60 1-08.9 Liquidated Damages ..................................................................................................... 60 1-08.11 Contractor's Plant and Equipment .............................................................................. 60 1-08.12 Attention to Work ....................................................................................................... 61 1-09 MEASUREMENT AND PAYMENT .................................................................................. 61 1-09.1 Measurement of Quantities.......................................................................................... 61 1-09.3 Scope of Payment ......................................................................................................... 62 1-09.6 Force Account ............................................................................................................... 63 1-09.7 Mobilization .................................................................................................................. 63 1-09.9 Payments ...................................................................................................................... 63 1-09.9(1) Retainage ................................................................................................................. 65 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts ................ 65 1-09.9(3) Final Payment ............................................................................................................ 66 1-09.11 Disputes and Claims.................................................................................................... 67 1-09.11(2) Claims ..................................................................................................................... 67 1-09.11(3) Time Limitations and Jurisdiction ........................................................................... 67 1-09.13 Claims Resolutions ...................................................................................................... 67 1-09.13(3) Claims $250,000 or Less ......................................................................................... 67 1-09.13(3)A Administration of Arbitration .............................................................................. 67 1-09.13(3)B Procedures to Pursue Arbitration ......................................................................... 68 1-09.14 Payment Schedule ...................................................................................................... 69 1-09.14(1) Scope ...................................................................................................................... 69 1-09.14(2) Bid Items................................................................................................................. 69 1-10 TEMPORARY TRAFFIC CONTROL .................................................................................. 83 1-10.1 General ......................................................................................................................... 83 1-10.2(1)B Traffic Control Supervisor ....................................................................................... 84 1-10.2(2) Traffic Control Plans ................................................................................................. 84 1-10.3 Traffic Control Labor, Procedures, and Devices ............................................................ 85 1-10.3(3)A Construction Signs ................................................................................................. 85 1-11 RENTON SURVEYING STANDARDS................................................................................ 85 1-11.1(1) Responsibility for Surveys ......................................................................................... 85 1-11.1(2) Survey Datum and Precision .................................................................................... 85 23 Special Provisions\ 5 1-11.1(3) Subdivision Information ........................................................................................... 86 1-11.1(4) Field Notes ................................................................................................................ 86 1-11.1(5) Corners and Monuments .......................................................................................... 87 1-11.1(6) Control or Base Line Survey ...................................................................................... 87 1-11.1(7) Precision Levels ........................................................................................................ 88 1-11.1(8) Radial and Station -- Offset Topography .................................................................. 88 1-11.1(9) Radial Topography ................................................................................................... 88 1-11.1(10) Station--Offset Topography .................................................................................... 88 1-11.1(11) As-Built Survey ....................................................................................................... 88 1-11.1(12) Monument Setting and Referencing ...................................................................... 89 1-11.2 Materials ...................................................................................................................... 89 1-11.2(1) Property/Lot Corners ................................................................................................ 89 1-11.2(2) Monuments .............................................................................................................. 89 1-11.2(3) Monument Case and Cover ...................................................................................... 89 DIVISION 2 EARTHWORK .................................................................................................... 91 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................ 91 2-01.1 Description .................................................................................................................... 91 2-01.2 Disposal of Usable Material and Debris ....................................................................... 91 2-01.3(1) Clearing .................................................................................................................... 91 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ........................................................... 92 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ............................................. 92 2-03 ROADWAY EXCAVATION AND EMBANKMENT ............................................................... 92 2-03.3 Construction Requirements .......................................................................................... 92 2-04 HAUL .......................................................................................................................... 93 2-04.5 Payment ........................................................................................................................ 93 2-09 STRUCTURE EXCAVATION ............................................................................................ 93 2-09.1 Description .................................................................................................................... 93 2-09.3(1)D Disposal of Excavated Material ............................................................................. 94 2-09.4 Measurement ............................................................................................................... 94 2-09.5 Payment ........................................................................................................................ 94 DIVISION 4 BASES ................................................................................................................ 95 4-04 Ballast and Crushed Surfacing ..................................................................................... 95 4-04.3(5) Shaping and Compaction .......................................................................................... 95 23 Special Provisions\ 6 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .......................................................... 96 5-04 HOT MIX ASPHALT ...................................................................................................... 96 5-04.1 Description ..................................................................................................................... 96 5-04.2 Materials ....................................................................................................................... 96 5-04.2(1) How to Get an HMA Mix Design on the QPL ............................................................. 97 5-04.2(2) Mix Design – Obtaining Project Approval .................................................................. 97 5-04.3 Construction Requirements ........................................................................................... 98 5-04.3(1) Weather Limitations .................................................................................................. 98 5-04.3(2) Paving Under Traffic .................................................................................................. 99 5-04.3(3) Equipment ................................................................................................................. 99 5-04.3(4) Preparation of Existing Paved Surfaces ................................................................... 102 5-04.3(5) Producing/Stockpiling Aggregates and RAP ........................................................... 105 5-04.3(6) Mixing ..................................................................................................................... 105 5-04.3(7) Spreading and Finishing .......................................................................................... 105 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ........................................... 106 5-04.3(9) HMA Mixture Acceptance ....................................................................................... 106 5-04.3(10) HMA Compaction Acceptance ............................................................................... 110 5-04.3(11) Reject Work ........................................................................................................... 113 5-04.3(12) Joints ..................................................................................................................... 114 5-04.3(13) Surface Smoothness .............................................................................................. 115 5-04.3(14) Planing (Milling) Bituminous Pavement ................................................................ 116 5-04.3(15) Sealing Pavement Surfaces ................................................................................... 120 5-04.3(16) HMA Road Approaches ......................................................................................... 120 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ....................................................... 120 5-06.1 Description ................................................................................................................... 120 5-06.2 Materials ...................................................................................................................... 120 5-06.3 Construction Requirements .......................................................................................... 121 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, WATER MAINS, AND CONDUITS ...... 123 7-04.2(2) Temporary Stormwater Diversion ............................................................................ 123 7-05 MANHOLES, INLETS, AND CATCH BASINS ................................................................... 123 7-05.3 Construction Requirements ........................................................................................ 123 7-05.3(1) Adjusting Manholes and Catch Basins to Grade .................................................... 124 7-05.3(2) Abandon Existing Manholes ................................................................................... 125 23 Special Provisions\ 7 7-05.3(3) Connections to Existing Manholes ......................................................................... 125 7-05.3(5) Manhole Coatings .................................................................................................. 126 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ........................................................... 126 7-08.3 Construction Requirements ........................................................................................ 126 7-09 WATER MAINS .......................................................................................................... 130 7-09.3(5) Grade and Alignment ........................................................................................... 130 7-09.3(15) Laying of Pipe on Curves ...................................................................................... 130 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement .................. 131 7-09.3(19) Connections .......................................................................................................... 132 7-09.3(21) Concrete Thrust Blocking and Dead-Man Anchor Blocks ..................................... 133 7-09.3(23) Hydrostatic Pressure Test ..................................................................................... 134 7-09.3(24) Disinfection of Water Mains ................................................................................. 136 7-09.3(26) Abandonment of Existing Water Pipe .................................................................... 138 7-12 VALVES FOR WATER MAINS ....................................................................................... 138 7-12.3Construction Requirements ........................................................................................... 138 7-12.3(1) Installation of Valve Marker Post ........................................................................... 138 7-12.3(2) Adjust Existing Valve Box to Grade......................................................................... 138 7-14 HYDRANTS ............................................................................................................... 139 7-14.3Construction Requirements ........................................................................................... 139 7-14.3(1) Setting Hydrants ..................................................................................................... 139 7-14.3(3) Resetting Existing Hydrants ..................................................................................... 139 7-14.3(7) Remove and Salvage Hydrant .................................................................................. 140 7-15 SERVICE CONECTIONS ............................................................................................... 140 7-15.3 Construction Requirements ........................................................................................ 140 7-18 SIDE SEWERS ............................................................................................................ 140 7-18.1 Description .................................................................................................................. 140 7-18.2 Materials .................................................................................................................... 141 7-18.3 Construction Requirements ........................................................................................ 141 7-18.3(6) Side Sewer Replacement ......................................................................................... 141 DIVISION 8 MISCELLANEOUS CONSTRUCTION ................................................................... 143 8-01EROSION CONTROL AND WATER POLLUTION CONTROL ................................................ 143 8-01.1Description .................................................................................................................... 143 8-01.3Construction Requirements ........................................................................................... 143 23 Special Provisions\ 8 8-01.3(1) General ..................................................................................................................... 143 8-01.3(8) Street Cleaning ......................................................................................................... 145 8-01.3(9)D Inlet Protection ...................................................................................................... 145 8-01.3(16) Removal ................................................................................................................. 146 8-01.3(17) Protection of Existing Trees and Shrubs .............................................................. 146 8-02 ROADSIDE RESTORATION ............................................................................................ 146 8-02.2 Materials ...................................................................................................................... 146 8-02.3(1) Responsibility During Construction .......................................................................... 147 8-02.3(2)A Roadside Work Plan ............................................................................................. 147 8-02.3(4) Topsoil .................................................................................................................... 147 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation ........................................ 148 8-02.3(6)B Fertilizers ................................................................................................................ 148 8-02.3(8)A Dates and Conditions for Planting ......................................................................... 148 8-02.3(8)B Plant Installation .................................................................................................... 148 8-02.3(10) Lawn Installation .................................................................................................. 149 8-02.3(11)B Bark or Wood Chip Mulch .................................................................................... 150 8-02.3(11)C Bark or Wood Chip Mulch Rings .......................................................................... 150 8-02.3(17) Protection of Private Property and Property Restoration ...................................... 150 8-04 CURBS, GUTTERS, AND SPILLWAYS............................................................................. 151 8-04.1 Description .................................................................................................................. 151 8-04.3Construction Requirements ........................................................................................... 151 8-04.3(3) Painting of Curbs ...................................................................................................... 151 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ................................................................ 152 8-06.1 Description ................................................................................................................... 152 8-06.2 Materials ...................................................................................................................... 152 8-06.3 Construction Requirements .......................................................................................... 152 8-12 CHAIN LINK FENCE, WIRE FENCE AND WOOD FENCE .................................................... 152 8-12.1 Description .................................................................................................................. 152 8-12.2 Materials .................................................................................................................... 153 8-12.3 Construction Requirements .......................................................................................... 153 8-13 MONUMENT CASES .................................................................................................... 153 8-13.1 Description .................................................................................................................. 153 8-13.3 Construction Requirements .......................................................................................... 153 23 Special Provisions\ 9 8-14 CEMENT CONCRETE SIDEWALKS ................................................................................ 154 8-14.1Description .................................................................................................................... 154 8-14.2Materials ....................................................................................................................... 154 8-14.3(4) Curing ..................................................................................................................... 155 8-14.3(6)Curb Ramps ............................................................................................................... 155 8-14.3(7)Cold Weather Work ................................................................................................... 156 8-17 IMPACT ATTENUATOR SYSTEMS ................................................................................. 156 8-17.5 Payment ...................................................................................................................... 156 8-19ADJUST UTILITY APPURTENANCES ............................................................................... 157 8-19.1Description .................................................................................................................... 157 8-19.3Construction Requirements ........................................................................................... 157 8-19.3(1)Valve Boxes ............................................................................................................... 157 8-22 PAVEMENT MARKING ................................................................................................ 157 8-22.1 Description .................................................................................................................. 157 8-22.2 Materials .................................................................................................................... 158 8-22.3 Construction Requirements ........................................................................................ 158 8-22.3(5) Installation Instructions .......................................................................................... 159 8-22.3(6) Removing Pavement Markings .............................................................................. 159 8-23 TEMPORARY PAVEMENT MARKINGS ......................................................................... 159 8-23.5 Payment ...................................................................................................................... 159 DIVISION 9 MATERIALS ..................................................................................................... 160 9-03 AGGREGATES ............................................................................................................ 160 9-03.8(7) HMA Tolerances and Adjustments .......................................................................... 160 9-03.9(2) Permeable Ballast.................................................................................................. 160 9-03.12 Gravel Backfill .......................................................................................................... 161 9-03.12(6) Underdrain Aggregate ......................................................................................... 162 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) ........... 162 9-05.52 Dense Foam .............................................................................................................. 162 9-08 PAINTS ..................................................................................................................... 163 9-08.9 Manhole Coating System Products ............................................................................. 163 9-08.9(1) Coating Systems Specification ................................................................................ 163 9-14 EROSION CONTROL AND ROADSIDE PLANTING .......................................................... 163 9-14.2 Topsoil ......................................................................................................................... 163 23 Special Provisions\ 10 9-14.2(1) Topsoil Type A ......................................................................................................... 163 9-14.6(8) Sod .......................................................................................................................... 164 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES .................................................... 164 9-23.9 Fly Ash (RC) ................................................................................................................. 164 9-30 WATER DISTRIBUTION MATERIALS ............................................................................. 164 9-30.1 Pipe ........................................................................................................................... 164 9-30.1(1) Ductile Iron Pipe ....................................................................................................... 165 9-30.1(2) Polyethylene Encasement ....................................................................................... 165 9-30.2 Fittings ........................................................................................................................ 165 9-30.2(1) Ductile Iron Pipe ..................................................................................................... 165 9-30.2(2) Galvanized Iron Pipe ............................................................................................... 166 9-30.2(3) Steel Casing Pipe .................................................................................................... 166 9-30.2(6) Restrained Joint Pipe and Restrained-Joint Fittings ............................................... 167 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ................................................... 169 9-30.3 Valves ........................................................................................................................ 170 9-30.3(1) Gate Valves (3 to 16 inches) ................................................................................... 170 9-30.3(3) Butterfly Valves ...................................................................................................... 170 9-30.3(4) Valve Boxes.............................................................................................................. 171 9-30.3(5) Valve Marker Posts ................................................................................................. 171 9-30.3(6) Valve Stem Extensions ............................................................................................ 171 9-30.3(7) Combination Air Release/Air Vacuum Valves ......................................................... 171 9-30.3(8) Tapping Sleeve and Valve Assembly ....................................................................... 172 9-30.3(9) Blow-Off Assembly ................................................................................................. 172 9-30.5 Hydrants ...................................................................................................................... 172 9-30.6 Water Service Connections (2 inches and Smaller) ................................................... 173 11/17/2022 23 Special Provisions\ 11 CITY OF RENTON SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2022 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition City of Renton Standard Details, City of Renton Public Works Department, Current Edition Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. 11/17/2022 23 Special Provisions\ 12 DIVISION 1 GENERAL REQUIREMENTS 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”. 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. 11/17/2022 23 Special Provisions\ 13 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 Wo rk specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner’s authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency’s acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond 11/17/2022 23 Special Provisions\ 14 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. 11/17/2022 23 Special Provisions\ 15 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”) 4 Furnished automatically upon award Contract Provisions (Contract documents, special provisions, etc) 4 Furnished automatically upon award Large Plans (22” x 34”) 4 Furnished only upon request CAD Drawings N/A Furnished only upon request 1-02.4(1) General The first sentence of the last paragraph is revised to read: (******) Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business 3 business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 11/17/2022 23 Special Provisions\ 16 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: (******) If a geotechnical study was prepared for the project, then the findings and recommendations are summarized in a report. If the geotechnical study is not included in the Contract Documents, the City of Renton will provide this study upon request. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work . It will also list estimated quantities, units of measurement, the items of Work , and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 11/17/2022 23 Special Provisions\ 17 1-02.6 Preparation of Proposal 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 and second paragraph to read: (******) Each proposal shall be submitted electronically, with Project Name and Project Number clearly marked as stated in the Advertisement for Bids, or as otherwise stated in the Bid Documents. 11/17/2022 23 Special Provisions\ 18 1-02.10 Withdrawing, Revising, or Supplementing Proposal Delete this section, and replace it with the following: (******) After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals 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 1 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; 11/17/2022 23 Special Provisions\ 19 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) j. The bidder does not meet the supplemental qualifications criteria as stated in Section 1- 02.1(1). k. The bidder is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. l. There are any other reasons deemed proper by the Contracting Agency. 11/17/2022 23 Special Provisions\ 20 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 11/17/2022 23 Special Provisions\ 21 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 Wo rk begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 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. 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 11/17/2022 23 Special Provisions\ 22 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. 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 1-04.2(1) Contractor-Discovered Discrepancies Section 1-04.2(1) 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 11/17/2022 23 Special Provisions\ 23 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 Section 1-04.4 is supplemented as follows: (******) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented as follows: (******) Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for “Minor Change” in the Proposal to become a part of the total bid by the Contractor. 1-04.6 Variation in Estimated Quantities Section 1-04.6 is supplemented as follows: (******) The quantities for: • “Site Specific Utility Potholing” • “Removal and Replacement of Unsuitable Foundation Material” • “Gravel Borrow for Trench Backfill” • “Crushed Surfacing Top Course” • “Hot Mix Asphalt for Final Trench Patch” • “Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22” have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications. 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. 11/17/2022 23 Special Provisions\ 24 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 " Construction Surveying, Staking, and As-Built Drawings," 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. 11/17/2022 23 Special Provisions\ 25 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. 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. 11/17/2022 23 Special Provisions\ 26 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. 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. 11/17/2022 23 Special Provisions\ 27 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner’s property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency’s rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the Work as required. 1-05.10 Guarantees 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. 11/17/2022 23 Special Provisions\ 28 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work , replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work . The Contractor’s request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring 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 11/17/2022 23 Special Provisions\ 29 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 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. 11/17/2022 23 Special Provisions\ 30 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. CenturyLink 3. City of Renton (water, sewer, transportation) 4. Comcast 5. Private contractors employed by adjacent property owners The Contractor shall be responsible to coordinate in advance with PSE and provide for the temporary support and stabilization of any power poles or gas lines potentially affected by underground utility facility removal or installation. Puget Sound Energy (PSE) will be relocating their gas main, not including gas services, within the project extents. This work will be by others, not in this Contract and occur prior to this Contract’s Notice to Proceed. For PSE’s gas main relocation plan, see section 30 of the specifications. The Contractor shall locate this relocated gas main and be responsible for avoiding conflicts associated with its’ new location. Prior to starting the Work, the Contractor shall provide the agencies and entities listed below of the name(s) and telephone numbers of the construction superintendent in responsible charge, or other individuals having full authority to execute the orders or direction of the Engineer in the event of an emergency: 11/17/2022 23 Special Provisions\ 31 Comcast Email: andrew_parker2@comcast.com Puget Sound Energy Email: sandy.leek@pse.com Centurylink/Lumen Jesse Patjen Tel. (425) 429-5722 Email: Jesse.Patjens@lumen.com Verizon Email: william.jenness@verizon.com Wave Email: tyler.libadia@wavebroadband.com Zayo Email: jason.tesdal@zayo.com 1-05.15 Method of Serving Notices Revise the second paragraph to read: (******) All correspondence from the Contractor shall be directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, shall be in letter format and delivered either via mail delivery service to the Engineer's office or delivered as an attachment to an email, as described below. Notices delivered by email shall be sent to all addresses on a mutually agreed upon list of addresses for the Contractor or the Contracting Agency. The list shall be agreed upon prior to issuance of the “Notice to Proceed with Construction” and shall be maintained by the Engineer. An email is deemed to be received by the end of the next business day following the date and time as recorded by the device used by the sender from which the email was sent. Email notifications shall have a subject line containing at least the project name and the word Notification (NE 16th St and Jefferson Ave NE Stormwater Green Connections – Notification). Attachments over 10 megabytes are not allowed. For files over 10 megabytes, a link to a secure file transfer service shall be provided. Confirmation of receipt of email notification shall be provided by the recipient no later than one business day following receipt of the email notification. 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. 11/17/2022 23 Special Provisions\ 32 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. 11/17/2022 23 Special Provisions\ 33 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner’s representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: (******) The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: (******) Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 11/17/2022 23 Special Provisions\ 34 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******) The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work , all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor’s care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work . This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures, in, on, or near the project site. 11/17/2022 23 Special Provisions\ 35 1-07.2 State 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 . 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 11/17/2022 23 Special Provisions\ 36 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 1-07.5(1) General Section 1-07.5(1) is supplemented as follows: (******) 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. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work , and inspection fees in connection therewith shall be secured and 11/17/2022 23 Special Provisions\ 37 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, 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 11/17/2022 23 Special Provisions\ 38 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: (******) See 8-01 for additional construction requirements regarding implementation of the SWPPP and TESC Plan. During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is supplemented with the following: (******) The Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall prepare a final Temporary Erosion and Sediment Control (TESC) Plan and a final Stormwater Pollution Prevention Plan (SWPPP). The TESC Plan and SWPPP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TESC Plan shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: 11/17/2022 23 Special Provisions\ 39 a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the TESC Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. 11/17/2022 23 Special Provisions\ 40 At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESC Plan will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESC Plan include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESC Plan and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPP to the Engineer for review as specified for the original plan. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: (******) 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. 11/17/2022 23 Special Provisions\ 41 A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work , including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 11/17/2022 23 Special Provisions\ 42 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. All costs for utility coordination, discussions, and meetings shall be considered incidental to the Contract and no additional compensation will be made. 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 11/17/2022 23 Special Provisions\ 43 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. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. 1-07.17(3) Site Specific Utility Potholing Section 1-07.17(3) is a new section: (******) Site Specific Utility Potholing is intended to be additional potholing as identified in the plans or as directed by the Engineer, which is separate from and in addition to potholing included as incidental for utility installation. The Contractor shall perform exploratory excavations as required to collect as-built information. The Contractor shall verify the depth, location, alignment, size, and material of existing underground utilities. The Contractor shall immediately notify the Engineer if field conditions differ from the expected conditions shown in the Contract Drawings. The Contractor shall perform all potholing identified on the plans prior to any construction to allow for any potential design modifications. The Contractor is still responsible to verify depth, location, alignment, and size of all existing utilities either specifically called for or not on the plans. For these utilities, the Contractor shall allow the Engineer 5 working days after written results are received to allow for minor design modifications when needed. The Contractor shall use the information obtained by potholing for procurement of suitable materials to revise the work accordingly, where required by the Contract. Upon completion of excavation the material can be used for temporary restoration. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one 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 11/17/2022 23 Special Provisions\ 44 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 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 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(4) Interruption of Services Section 1-07.17(4) is a new section: (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again 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(5) Resolution of Utility Conflicts Section 1-07.17(5) is a new section: (******) In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. 11/17/2022 23 Special Provisions\ 45 (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain, undergrounding of overhead utilities, illumination, and signal, to avoid existing utility conflicts. (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1-04.4 of the Standard Specifications. 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 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. 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. 11/17/2022 23 Special Provisions\ 46 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 11/17/2022 23 Special Provisions\ 47 • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of 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. The Contractor shall name the state of Washington, and its agents, officers, and employees as Additional Insured, with the exception of Professional Liability or Errors and Omissions Insurance. (******) Supplement this section with the following: 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. 11/17/2022 23 Special Provisions\ 48 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 Products/Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 11/17/2022 23 Special Provisions\ 49 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. 11/17/2022 23 Special Provisions\ 50 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: (******) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 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. 11/17/2022 23 Special Provisions\ 51 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. 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 . 11/17/2022 23 Special Provisions\ 52 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. 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. 11/17/2022 23 Special Provisions\ 53 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) 11/17/2022 23 Special Provisions\ 54  Traffic Control Plans (3+ copies)  Temporary Erosion and Sediment Control (TESC) 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 11/17/2022 23 Special Provisions\ 55 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 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: 11/17/2022 23 Special Provisions\ 56 (******) 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. 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 11/17/2022 23 Special Provisions\ 57 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. 1-08.4 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 insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor 11/17/2022 23 Special Provisions\ 58 shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 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, June 19, 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. Revise the sixth paragraph to read: (******) The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor’s obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 11/17/2022 23 Special Provisions\ 59 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 g. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16) 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 11/17/2022 23 Special Provisions\ 60 extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: (******) At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: (******) In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorney’s fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: (******) The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work . The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 11/17/2022 23 Special Provisions\ 61 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: (******) Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. 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 11/17/2022 23 Special Provisions\ 62 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. 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. 11/17/2022 23 Special Provisions\ 63 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 and from 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. This item shall also include progress schedules including a Type B Progress Schedule per standard specification 1-08.3 and supplemented by special provision 1-08.3. 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 11/17/2022 23 Special Provisions\ 64 meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work , and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented 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. 11/17/2022 23 Special Provisions\ 65 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: (******) The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: (******) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 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. 11/17/2022 23 Special Provisions\ 66 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 the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(3) is a new section: (******) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work . A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work . Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or 11/17/2022 23 Special Provisions\ 67 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. 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 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: (******) 11/17/2022 23 Special Provisions\ 68 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. 11/17/2022 23 Special Provisions\ 69 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. D. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: (******) 1-09.14(2)A Mobilization & Demobilization (10% Maximum of Total Bid Pre-Tax ) (Bid Item 1) – Lump Sum Measurement for Mobilization & Demobilization shall be lump sum. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, pre-construction photographs, furnishing, erecting, maintaining and salvaging the project informational sign, and maintain the site and surrounding areas during construction, provide protection of existing utilities and survey monuments, , and move all personnel and equipment off the site after contract completion. Payment for Mobilization & Demobilization shall be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2022 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment shall be full compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, 11/17/2022 23 Special Provisions\ 70 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 unless otherwise paid for in separate bid items. This bid item may not be more than ten percent (10%) of the total amount of Bid. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Temporary Erosion and Sediment Control (TESC) Plan for all stages of the project D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. E. Trench Excavation Safety Systems plan/provisions. F. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. G. Pedestrian Handling Plan. The Work Plan shall be submitted to the City for review and approval within 10 calendar days of the contract award. 1-09.14(2)B Trench Safety Systems (Bid Item 2) – Lump Sum Measurement for trench safety systems shall be per the lump sum bid price and based on a percentage defined as the amount of water pipelines installed divided by the total length of water pipe shown to be installed in conformance with the Contract Documents. Payment for trench excavation safety systems will be made at the measured percentage amount of water mains installed for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, preparing and submitting a shoring plan stamped by a professional engineer registered in the State of Washington by the preconstruction conference. 1-09.14(2)C Construction Surveying, Staking, and As-Built Drawings (Bid Item 3) – Lump Sum Measurement for Construction Surveying, Staking, and As-Built Drawings shall be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying, staking and as-built information. 11/17/2022 23 Special Provisions\ 71 Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards in Special Provision Section 1-11. The as-built survey will be per Special Provisions Section 1-11. The contractor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. Payment for Construction Surveying, Staking, and As-Built Drawings shall be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide construction surveying and of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, and preparation of cut-sheets. Said payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide as-built surveying, preparing “red line” as-built drawings for pay estimate submittal with fittings and dimensions of existing and proposed facilities installed or encountered during the pay period, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor that contains the as-built information and copies of field notes, and furnishing and resetting property corners when disturbed by the contractor’s activities. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. 1-09.14(2)D Temporary Traffic Control (Bid Item 4) – Lump Sum Measurement for Temporary Traffic Control shall be per lump sum and based on the percentage of total work complete at the time of measurement in conformance with the Contract Documents. Payment for Temporary Traffic Control shall be made at the measured percentage amount for the pay period times the lump sum bid amount. Payment shall be full compensation for preparing and submitting a traffic control plan and pedestrian handling plan as well as all labor, tools, materials, equipment used in accordance with the approved Traffic Control Plan and pedestrian handling plan that is not included in other bid items. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3, Section 1-10.3(4), and in the Traffic Control Information. Payment shall include but not be limited to providing for public convenience and safety, flaggers, traffic control supervisor, construction signs, detours, barricades, sequential arrow boards, traffic control devices, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City’s Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, potholing, and as-built plans. All adjustments to the Traffic Control Plan are considered incidental, and no additional payment will be made for adjustments. 1-09.14(2)E Erosion Control and Water Pollution Control (Bid Item 5) – Lump Sum Measurement for Erosion Control and Water Pollution Control shall be based on the lump sum bid price in conformance with the Contract Documents. The lump sum price for Erosion Control and Water Pollution Control shall be full pay for all labor, material, tools, equipment, and other incidental costs required to prepare the Stormwater Pollution Prevention Plan and Temporary Erosion and Sediment Control Plan as describe in Section 1-07.15 and implement the temporary erosion and sediment control BMPs described in Section 8-01 including but not limited to installation, monitoring, and maintenance of catch basin inserts, filter fabric fencing, sediment ponds, straw wattles, pumping of construction water, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor’s use of Baker Tanks, as needed during construction 11/17/2022 23 Special Provisions\ 72 and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Payment shall also include the following: • Applying for the Construction Stormwater General permit (CSWGP) or transferring ownership of the CSWGP from the City of Renton to the Contractor • Closing out the CSWGP and obtaining approval from the Department of Ecology on permit closure • All monitoring and reporting required for compliance with the CSWGP Work shall include coordination, permitting, fees, approval and treatment required by the City of Renton as required in 1-07.15 if discharging to the sanitary sewer. 1-09.14(2)F Site Specific Utility Potholing (Bid Item 6) – Each Measurement for performing Site Specific Utility Potholing will be per each for each location shown on the engineering drawings, or as directed by the Engineer. Work shall be performed in conformance with the Contract Documents (see Section 1-07.17(3) for Site Specific Utility Potholing). Site Specific Utility Potholing is limited to potholing as identified in the Plans or as directed by the Engineer, which is separate from and in addition to potholing included as incidental for utility installation. Payment for Site Specific Utility Potholing shall be full compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the Contract Documents including but not limited to the following: • Pavement and concrete sawcutting, excavation, dewatering, • Potholing for utility location, • Removal, hauling and disposal of all pavement, waste, and excess materials, • Relocating or coordinating relocation of the utility, • Placement of backfill (native) material, compaction, water, grading, temporary hot mix asphalt patch, and cleaning. Payment also includes all: • Temporary traffic control operations, utility one-call and, coordination with utility owner, • Temporary restoration work associated with potholing. Site Specific Utility Potholing is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. If no site specific utility potholing is performed under this bid item, final payment for this item will be $0 (zero). If the native material is unsuitable to use to refill the pothole, imported backfill shall be used. Imported backfill will be paid under a separate bid item. Permanent asphalt patch will be paid under a separate bid item. 1-09.14(2)G Ductile Iron Class 52 12-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement (Bid Item 7) –– Linear Foot 1-09.14(2)H Ductile Iron Class 52 10-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement (Bid Item 8) – Linear Foot 1-09.14(2)I Ductile Iron Class 52 8-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement (Bid Item 9) – Linear Foot 1-09.14(2)J Ductile Iron Class 52 6-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement (Bid Item 10) – Linear Foot 1-09.14(2)K Ductile Iron Class 52 4-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement (Bid Item 11) – Linear Foot Measurement for Ductile Iron Class 52 Push-on Joint Water Pipe and Restrained-Joint Fittings of the type and size specified shall be based on the actual lineal footage measured horizontally over the centerline of the installed pipe and fittings. 11/17/2022 23 Special Provisions\ 73 Payment for 6-inch DI pipe for hydrant laterals up to 20 feet in length is included in the bid item for fire hydrant assembly. Payment for Ductile Iron Class 52 Push-on Joint Water Pipe and Restrained-Joint Fittings of the type and size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removing and disposing pavement, curbs, gutters, sidewalks, and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Installing mechanical joint end caps or plugs on all abandoned in-place water pipes, • Utility or light pole holding in conformance with the requirements of the applicable utility including, if necessary, arranging for the utility to hold poles and paying the associated fees, • Furnishing, installing, laying and jointing push-on joint water pipes and restrained-joint fittings of the size, type and class as shown on the plans and as specified in Section 9-30.2(6) of the contract special provisions, polyethylene encasement, special fittings including wedge type restrained-joint follower glands at all fittings with mechanical-joint end, tees, crosses, reducers, couplings, sleeves, horizontal and vertical bends, vertical crosses for poly-pigging stations • Deflecting the pipes and/or installing vertical bends as required to cross over or under buried utilities, • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials for ductile iron pipes and fittings, • Placing and compacting trench backfill, • Furnishing and installing polyethylene foam plank (Dow Plastics Ethafoam 200 or approved equal) where necessary at utility crossings, • Temporary thrust blockings, temporary air-vacuum release assemblies, temporary blow-offs, • Polypigging, pressure-testing, disinfecting and flushing of new piping, purity testing in accordance to the contract specifications, • Replacing, protecting, restoring and/or maintaining existing utilities, • Hand digging as required to complete construction and protect existing improvements (i.e.: rockeries, signs, mailboxes, decking, etc.) and utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)L 12”, 10”, 8”, 6”, and 4" Gate Valve Assembly (Bid Items 12, 13, 14, 15 and 16) – Each Measurement for Gate Valve Assembly of the size specified will be per each for each type of valve installed in conformance with the Contract Documents. Hydrant auxiliary 6” gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. Payment for Gate Valve Assembly of the size specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, 11/17/2022 23 Special Provisions\ 74 • Re moving and disposing pavement, curbs, gutters, sidewalks, and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Furnishing and installing valves, wedge type restrained-joint follower glands for valves with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve marker posts, polyethylene encasement, and all incidentals, • Furnishing and placing crushed surfacing rocks for bedding materials, compacting bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)M Fire Hydrant Assembly (Bid Item 17) – Each Measurement for Fire Hydrant Assembly on new water main will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for Fire Hydrant Assembly on new water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, main line tee and 6-inch gate valve, and 6-inch DI piping up to 20 feet per hydrant run, Storz adapter, blue pavement marker, • Furnishing and installing valve box, valve extension, • Furnishing and installing shackles, tie-rods, concrete blocking, and wedge-type mechanical joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block and retaining wall as shown on the standard plans, • Placing and compacting trench backfill, • Testing, disinfecting, and flushing of new hydrants, • Replacing, protecting, and/or maintaining existing utilities, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Painting the hydrants with two field coats as paint as specified in the Contract Documents • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, and grading to create a clear-zone around the hydrant as specified in the Contract Documents. 1-09.14(2)N Connection to Existing Water Main (Bid Item 18) –– Each Measurement for Connection to Existing Water Main will be per each connection for completion in conformance with the Contract Documents. Connections to existing water mains associated with cut-in gate valves will be considered incidental to the cut-in gate valve bid item and will not be included in this measurement item. 11/17/2022 23 Special Provisions\ 75 Payment for connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12” in depth, trench excavation, shoring, and dewatering (if needed), • Structure Excavation Class B • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City’s water department’s personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)O 2-Inch Water Service Connection (Bid Item 19) – Each Measurement for 2-inch Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Payment for 2-inch Water Service Connection shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new 1.5” copper water service lines, • Furnishing and installing main line mechanical joint ductile iron tap-on-pipe reducing tee, 2” gate valve, laying and jointing the new 2” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials, • Placing and compacting trench backfill, • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, • Abandoning existing water service lines by cutting and crimping or capping, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, 11/17/2022 23 Special Provisions\ 76 • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)P 1.5-Inch Water Service Connection (Bid Item 20) – Each Measurement for 1.5-inch Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Payment for 1.5-inch Water Service Connection shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new 1.5” copper water service lines, • Furnishing and installing main line mechanical joint ductile iron tap-on-pipe reducing tee, 2” gate valve, 2”x1.5” brass coupling, laying and jointing the new 1.5” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials, • Placing and compacting trench backfill, • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, • Abandoning existing water service lines by cutting and crimping or capping, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)Q 1-Inch Water Service Connection (Bid Item 21) – Each Measurement for 1-inch Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Payment for 1-inch Water Service Connection of the size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new water 1” copper water service lines, 11/17/2022 23 Special Provisions\ 77 • Furnishing and installing new 1” ball valve corporation stops, direct tapping the main, laying and jointing the new 1” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials, • Placing and compacting trench backfill, • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, install brass reducing bushings for 3/4” x 5/8” meters, • Abandoning existing water service lines by cutting and crimping or capping, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)R Cut and Cap Existing Water Main (Bid Item 22) – Each Measurement for Cut and Cap Existing Water Main shall be per each performed in conformance with the Contract Documents. Payment for Cut and Cap Existing Water Main shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Sawcutting existing asphalt, sidewalk, curb, and gutter up to approximately 12” in depth, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, thrust blocks, sidewalks, existing pipes and structures, surplus and unsuitable excavated material, capping abandoned pipes, • Trench dewatering and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, excluding any asbestos cement pipe or fittings • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, air release valves, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the cut and cap, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt patching. 1-09.14(2)S Concrete for Thrust Blocking and Dead-Man Anchor Blocks (Bid Item 23) –– Cubic Yard Measurement for Concrete for Thrust Blocking, horizontal and vertical, Dead-Man Anchor Blocks shall be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in conformance with the Contract Documents. Payment for Concrete for Thrust Blocking and Dead-Man Anchor Blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, 11/17/2022 23 Special Provisions\ 78 • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)T Removal and Replacement of Unsuitable Foundation Material (Bid Item 24) – Ton Measurement for Removal and Replacement of Unsuitable Foundation Material shall be measured in tons based on the placed weight of material installed in conformance with the Contract Documents. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for Removal and Replacement of Unsuitable Foundation Material shall be made at the unit bid price, which will be complete compensation for all labor, materials, tools, equipment, excavation, foundation materials, haul, placement, water, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the removal and replacement of unsuitable material requested by the City. Removal and Replacement of Unsuitable Foundation Material is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)U Gravel Borrow for Trench Backfill (Bid Item 25) –– Ton Measurement for Gravel Borrow for Trench Backfill shall be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Gravel Borrow for Trench Backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. Recycled concrete aggregate shall not be used as bedding in the pipe zone or as trench backfill. Gravel Borrow Trench Backfill is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)V Crushed Surfacing Top Course (Bid Item 26) – Ton Measurement for Crushed Surfacing Top Course shall be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed and compacted within the limits of the final pavement patch, sidewalk, driveway, curb, and gutter will be considered for payment. Material placed outside of the limits shown in the standard details and Contract Documents, within the backfill zone, around structures, or as approved by the Engineer will be paid for under other bid items. 11/17/2022 23 Special Provisions\ 79 Payment for Crushed Surfacing Top Course shall be full compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install crushed surfacing top course, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to install the crushed surfacing top course in conformance with the Contract Documents. Crushed Surfacing Base Course used for pipe bedding will not be paid under this bid item. Payment for Crushed Surfacing Base Course is included in the bid item for DI pipe installation. Crushed Surfacing Top Course is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)W Hot Mix Asphalt for Final Trench Patch (Bid Item 27) – Ton Measurement for Hot Mix Asphalt for Final Trench Patch shall be measured in tons based on the weight of material installed for final trench patch and curb ramp pavement patch in conformance with the Contract Documents, unless otherwise approved by the Engineer. Wasted materials and temporary patch materials will not be included in the measurement or payment. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Hot Mix Asphalt for Final Trench Patch shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Furnishing, placing, and compacting hot mix asphalt materials for final pavement patch • Sealing all cold joints • Tack coat • Joint seal • Asphalt Sidewalk Transitions • Hauling • Aggregate • Sweeping • Adjustment of utilities to grade • Temporary pavement markings • Cleanup • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. Hot Mix Asphalt for Final Trench Patch is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)X Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 (Bid Item 28) – Ton Measurement for Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 shall be measured in tons based on the weight of material installed for final overlay in conformance with the Contract Documents, unless otherwise approved by the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Removal and disposal of existing pavement • Milling, grinding, planing, chipping, jackhammering and/or sawcutting 2” in depth to prepare the asphalt surface for overlay • Furnishing, placing, and compacting hot mix asphalt materials for final overlay 11/17/2022 23 Special Provisions\ 80 • Sealing all cold joints • Tack coat • Joint seal • Asphalt Sidewalk Transitions • Hauling • Aggregate • Sweeping • Adjustment of utilities to grade • Temporary pavement markings • Cleanup • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 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 Replace Crosswalk and Pavement Markings (Bid Item 29) – Lump Sum Measurement for Replace Crosswalk and Pavement Markings shall be per lump sum and based on the percentage of total work complete at the time of measurement in conformance with the Contract Documents. Payment for Replace Crosswalk and Pavement Markings shall be full compensation for all labor, equipment, materials, tools and all else necessary for and incidental to remove and re-establish existing pavement markings in accordance with the plans and specifications. The following table provides an estimate of the quantities for various pavement markings to be re-established. All Stop Bars and Crosswalks shall be thermoplastic. Pavement letters and longitudinal pavement markings shall consist of profiled and embossed methyl methacrylate (MMA). Pavement markings will not be specifically measured however, the following approximate quantities have been estimated for the bidders’ convenience. Item Unit Quantity Channelization Lines LF 700 Traffic Arrows EA 0 Edge Lines LF 200 Stop Bars LF 45 Parking LF 0 No Parking LF 0 Crosswalks SF 400 Crosshatch LF 0 1-09.14(2)Z Remove and Replace Concrete Curb and Gutter (Bid Item 30) – Linear Foot Measurement for Remove and Replace Concrete Curb and Gutter shall be per linear foot of curb repair required for installation of utilities in conformance with the Contract Documents. Payment for Remove and Replace Concrete Curb and Gutter shall be full compensation for all labor, equipment, materials, tools and incidentals required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: 11/17/2022 23 Special Provisions\ 81 • Sawcutting, removal and disposal of existing pavement, curb, and gutter • Removal and disposal of surplus, unsuitable and /or waste materials • Temporary asphalt patching • Furnishing and installing temporary formwork • Furnishing, placing, and finishing concrete and joint filler for new curb and gutter • Cleanup 1-09.14(2)AA Remove and Replace Concrete Sidewalk and Driveway (Bid Item 31) – Square Yard Measurement for Remove and Replace Concrete Sidewalk and Driveway shall be based on square yard of concrete sidewalk and driveway, to match existing, restored to a saw-line line cut in conformance with the Contract Documents. Payment for Remove and Replace Concrete Sidewalk and Driveway shall be full compensation for all labor, equipment, materials, tools and incidentals to remove and replace cement concrete sidewalk and driveway in conformance with the contract documents and plans, and shall include but not be limited to the following: • Sawcutting, removal and disposal of existing driveway, curb, sidewalk, and existing pavement • Removal and disposal of surplus, unsuitable and/or waste materials • Temporary hot mix asphalt patching, • Furnishing and installing formwork • Furnishing and placing joint filler • Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk surface • Adjustment of utilities to grade • Removal and reinstallation of existing signs affected by work related to this bid item • Cleanup Gravel driveway and gravel parking areas, if existing, shall be restored under landscape restoration. 1-09.14(2)AB Landscape and Private Property Restoration (Bid Item 32) – Lump Sum Measurement for Landscape and Private Property Restoration work shall be per lump sum and based on the percentage of total work complete at the time of measurement in conformance with the Contract Documents. Payment for Landscape and Private Property Restoration shall be full compensation for all labor, equipment, materials, hauling, excavation, sod, grass seed, trees, shrubs, topsoil, landscape bark, gravel, concrete, planting, preparation, compaction, watering, restoration, etc. required to restore landscaped, grass, trees, shrubs, and planted areas including road medians, planter strips, and other unpaved areas within the ROW to an equal or better condition in conformance with the Contract Documents. It shall include but not be limited to the following: • Hauling and disposing unsuitable, surplus and/or waste materials • Replacing and restoring any landscaping, rockeries, walls, tree removal and replacement, trees, bark, and other improvements disturbed by construction activities, as directed by the Engineer • Preparation, placement, and maintenance of 8” depth topsoil and lawn sod per City specifications as supplemented in the Special Provisions. All lawn areas shall be replaced with topsoil and sod. Bare areas shall be replaced at a minimum with mulch and seed. • Site cleanup of all areas disturbed by contractor’s activities to match the conditions as closely as existed prior to contractor’s beginning work or as directed by the Engineer. 1-09.14(2)AC Adjust Existing Water Valve Box to Finish Grade (Bid Item 33) – Each Measurement for Adjust Existing Water Valve Box to Finish Grade shall be per each. 11/17/2022 23 Special Provisions\ 82 Payment for Adjust Existing Water Valve Box to Finish Grade shall cover the complete cost of providing for all labor, equipment, materials, tools and all else necessary for and incidental to adjust the existing water valve box to finished grade in accordance with the plans and specifications. 1-09.14(2)AD Adjust Existing Manhole Cover to Finish Grade (Bid Item 34) – Each Measurement for Adjust Existing Manhole Cover to Finish Grade shall be per each. Payment for Adjust Existing Manhole Cover to Finish Grade shall cover the complete cost of providing for all labor, equipment, materials, tools and all else necessary for and incidental to adjust the existing manhole cover to finished grade in accordance with the plans and specifications. 1-09.14(2)AE Adjust Existing Gas Valve Box to Finish Grade (Bid Item 35) – Each Measurement for Adjust Existing Gas Valve Box to Finish Grade shall be per each. Payment for Adjust Existing Gas Valve Box to Finish Grade shall cover the complete cost of providing for all labor, equipment, materials, tools and all else necessary for and incidental to adjust the existing gas valve box to finished grade in accordance with the plans and specifications. 1-09.14(2)AF Adjust Catch Basin (Bid Item 36) – Each Measurement for Adjust Catch Basin shall be per each. Payment for Adjust Catch Basin shall cover the complete cost of providing for all labor, equipment, materials, tools and all else necessary for and incidental to adjust the catch basin in accordance with the plans and specifications. 1-09.14(2)AG Adjust Existing Survey Monument Case and Cover (Bid Item 37) – Each Measurement for Adjust Existing Survey Monument Case and Cover shall be per each. Payment for Adjust Existing Survey Monument Case and Cover shall cover the complete cost of providing for all labor, equipment, materials, tools and all else necessary for and incidental to lower or raise the survey monument case and cover in accordance with the plans and specifications. 1-09.14(2)AH Minor Changes (Bid Item 38) – Estimate For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for “Minor Changes” in the Proposal to become a part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). 11/17/2022 23 Special Provisions\ 83 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 “Project Temporary 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. If no bid item “Project Temporary Traffic Control” appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work . 11/17/2022 23 Special Provisions\ 84 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item “Project Temporary Traffic Control” to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices( MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor’s allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: (******) A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 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. 11/17/2022 23 Special Provisions\ 85 Special Conditions • King County Metro bus route 111 uses NE 10th St. The Contractor shall notify King County a minimum of 4 weeks prior to the Notice to Proceed date of the upcoming construction schedule. Bus routes and stops shall be maintained continuously through construction. • The Contractor shall maintain at least one continuous ADA accessible pedestrian walkway through the project at all times. 1-10.3 Traffic Control Labor, Procedures, and 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)A Construction Signs Section 1-10.3(3)A 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 11/17/2022 23 Special Provisions\ 86 the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling 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. 11/17/2022 23 Special Provisions\ 87 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the 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. 11/17/2022 23 Special Provisions\ 88 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and 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 11/17/2022 23 Special Provisions\ 89 with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plan 113 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plan 113. 11/17/2022 23 Special Provisions\ 90 11/17/2022 23 Special Provisions\ 91 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: (******) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor’s operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor’s expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days’ written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (******) The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 2-01.3(1) Clearing Section 2-01.3(1) is supplemented as follows: (******) 8. Remove shrubs, hedges, and/or bushes and associated stumps where noted in the plans. 9. Trim all shrubs, hedges, and/or bushes to be left standing to the height specified by the Engineer, neatly cutting all limbs close to the hunk. 11/17/2022 23 Special Provisions\ 92 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is revised and supplemented as follows: (******) Item “1” is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: (******) Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, 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 11/17/2022 23 Special Provisions\ 93 warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications, shall be used. 2-04 HAUL 2-04.5 Payment 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 . 2-09 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. 11/17/2022 23 Special Provisions\ 94 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: (******) The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work . 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: (******) “Structure Excavation Class ___ Incl Haul,” shall not be measured. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: (******) Payment will not be considered for “Structure Excavation Class __ Incl. Haul,” and shall be considered incidental to unit bid price of other items of work. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 11/17/2022 23 Special Provisions\ 95 DIVISION 4 BASES 4-04 Ballast and Crushed Surfacing 4-04.3(5) Shaping and Compaction Section 4-04.3(5) is supplemented with the following: (******) Immediately following spreading and final shaping each layer of surfacing shall be lightly compacted in one lift until no visible movement of aggregate is observed resulting in a firm and unyielding condition, as determined by the Engineer. 11/17/2022 23 Special Provisions\ 96 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (******) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. 11/17/2022 23 Special Provisions\ 97 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. 11/17/2022 23 Special Provisions\ 98 The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. 11/17/2022 23 Special Provisions\ 99 Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in 11/17/2022 23 Special Provisions\ 100 contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. 11/17/2022 23 Special Provisions\ 101 The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless other-wise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 11/17/2022 23 Special Provisions\ 102 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed 11/17/2022 23 Special Provisions\ 103 or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 11/17/2022 23 Special Provisions\ 104 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. 11/17/2022 23 Special Provisions\ 105 Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course 11/17/2022 23 Special Provisions\ 106 shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper 11/17/2022 23 Special Provisions\ 107 Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated 11/17/2022 23 Special Provisions\ 108 collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor 11/17/2022 23 Special Provisions\ 109 “f” All aggregate passing: 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 11/17/2022 23 Special Provisions\ 110 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. 11/17/2022 23 Special Provisions\ 111 For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 11/17/2022 23 Special Provisions\ 112 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. 11/17/2022 23 Special Provisions\ 113 For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1- 11/17/2022 23 Special Provisions\ 114 06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not 11/17/2022 23 Special Provisions\ 115 steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. 11/17/2022 23 Special Provisions\ 116 Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. 11/17/2022 23 Special Provisions\ 117 After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. 11/17/2022 23 Special Provisions\ 118 d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and 11/17/2022 23 Special Provisions\ 119 proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each 11/17/2022 23 Special Provisions\ 120 type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: (******) 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2” of a hot mix or cold mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 11/17/2022 23 Special Provisions\ 121 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not 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. 11/17/2022 23 Special Provisions\ 122 11/17/2022 23 Special Provisions\ 123 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, WATER MAINS, AND CONDUITS 7-04.2(2) Temporary Stormwater Diversion Section 7-04.2(2) is an added new section (******) It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. 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 2-year peak flow rate or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-05 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” 11/17/2022 23 Special Provisions\ 124 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 City of Renton Standard Plan 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 11/17/2022 23 Special Provisions\ 125 adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. Valve box castings: valve box castings shall be adjusted to grade 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. 11/17/2022 23 Special Provisions\ 126 7-05.3(5) Manhole Coatings Section 7-05.3(5) is an added new section: (******) All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented by adding the following: (******) Trench excavation includes the trench excavation for the water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Wet Weather Earthwork The Contractor shall perform all wet weather earthwork in small sections to minimize exposure to wet conditions. All excavations or removal of unsuitable soils shall be immediately followed by placement and compaction of replacement fill to depth as required. Limit type of construction equipment to prevent soil disturbance. The Contractor shall slope and seal with a smooth drum vibratory roller the ground surface within the construction area to prevent ponding and promote rapid runoff of water. 11/17/2022 23 Special Provisions\ 127 All soils shall be compacted to avoid absorption of water. Soils which become too wet for compaction shall be removed and replaced at no additional cost to the Owner. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: (******) Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 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. 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. 11/17/2022 23 Special Provisions\ 128 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. 11/17/2022 23 Special Provisions\ 129 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: (******) All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be as follows: A. Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). B. Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). C. PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal).. D. Ductile Iron Main Core-drilled with Romac Saddle (or approved equal). Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: (******) In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding or Pea Gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Pipe Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) (******) The existing soils shall not be reused as trench backfill unless otherwise required by the Engineer. Trench Backfill shall meet the requirements of Crushed Surfacing in accordance with WSDOT Standard Specification 9-03.9(3), Gravel Borrow in accordance with WSDOT Standard Specification 9-03.14(1), or Bank Run Gravel for Trench Backfill in accordance with WSDOT Standard Specification 9-03.19. 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 or less as necessary to achieve the specified compaction. 11/17/2022 23 Special Provisions\ 130 Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. 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 WATER MAINS 7-09.3(5) Grade and Alignment Section 7-09.3(5) is revised as follows: (******) The depth of trenching for water mains shall be such as to give a minimum cover of 48 inches over the top of the pipe unless otherwise specified in the Special Provisions. Maximum cover for all water mains shall be 60 inches. Any deviations must be approved by the City of Renton prior to construction. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. Where the profile of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. The excavation shall be to such depth that the minimum cover over valve operating nuts shall be 1-foot. 7-09.3(15) Laying of Pipe on Curves 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15)A is revised as follows: (******) Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with 11/17/2022 23 Special Provisions\ 131 standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half (50%) of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, wedge type restrained follower glands and concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is revised as follows: (******) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains, water services and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement Section 7-09.3(17), with title change, is revised as follows: (******) The Contractor shall lay ductile iron pipe and fittings with a polyethylene encasement (same as “polywrap” as shown on Construction Plans). 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 fittings and no additional payment shall be allowed. 11/17/2022 23 Special Provisions\ 132 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised as follows: (******) The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year ’s Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at 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 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. 11/17/2022 23 Special Provisions\ 133 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 pipes, fittings, and valves 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 Anchor Blocks Section 7-09.3(21), with title change, is revised as follows: (******) Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown 11/17/2022 23 Special Provisions\ 134 on the Plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised as follows: (******) All new water mains and appurtenances including water service connections to the meter setters 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. 11/17/2022 23 Special Provisions\ 135 The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter (inches) PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 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) 11/17/2022 23 Special Provisions\ 136 pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24) Disinfection of Water Mains 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A, with title change, is revised as follows: (******) Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly-pig" shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity 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 11/17/2022 23 Special Provisions\ 137 discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is revised as follows: (******) Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K is revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 25 mg/L. If a measurement of less than 25 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N is revised as follows: (******) Following chlorination, treated water shall be flushed from the newly laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. After flushing the treated water from the pipes, a 16-hour rest period is required before any water quality sampling can be taken from the new pipes. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, and after a 16-hour rest period, two sets of satisfactory reports shall be received from the local or State Health Department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. Following the retention period, the installation of new mains requires that two sets of samples for coliform analysis are collected using the following methods: AWWA C651-14 Option B 1. Provide rest period of at least 16 hours. 2. Collect first set of samples from representative points. 11/17/2022 23 Special Provisions\ 138 3. Provide wait period of at least 15 minutes. 4. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. 7-09.3(26) Abandonment of Existing Water Pipe Section 7-09.3(26) is a new section: (******) Where shown in the Plans or at other locations as determined by the Engineer, the Contractor shall abandon existing water lines per Section 7-08.3(4) of the Standard Specifications, these Special Provisions and the Contract Plans. Where the remaining portion of the existing water main is to remain in service following removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall install a permanent cast iron or ductile iron cap or plug with associated fittings and thrust block. 7-12 VALVES FOR WATER MAINS 7-12.3 Construction Requirements 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: (******) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: (******) Existing valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Special Provisions. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. 11/17/2022 23 Special Provisions\ 139 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 Construction Requirements 7-14.3(1) Setting Hydrants Section 7-14.3(1) has been revised as follows: (******) Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories, concrete blocks, shear block and blue pavement marker. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented as follows: (******) All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 11/17/2022 23 Special Provisions\ 140 7-14.3(7) Remove and Salvage Hydrant Section 7-14.3(7) is a new section: Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-15 SERVICE CONECTIONS 7-15.3 Construction Requirements Section 7-15.3 is revised as follows: (******) All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hole-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters • Connect the new meter setters to the customers’ private service lines • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-18 SIDE SEWERS 7-18.1 Description Section 7-18.1 is supplemented with the following: (******) Further, this work shall consist of identifying potential vertical conflicts between existing sanitary side sewers and new water mains and/or storm sewer pipes and resolving the conflicts to obtain 18-inch minimum vertical separation between existing side sewer and new utility. 11/17/2022 23 Special Provisions\ 141 7-18.2 Materials Section 7-18.2 is replaced with the following: (******) Sanitary sewer pipe shall be polyvinyl chloride (PVC) rubber gasketed ASTM D 3034, SDR 35, or ductile iron class 50, unless otherwise approved by the City. Fittings and connections shall be per City of Renton Standard plan 406.1. 7-18.3 Construction Requirements 7-18.3(6) Side Sewer Replacement Section 7-18.3(6) is an added new section: (******) Potholing Side sewers shown on the plans are based upon best available record information and the Contractor shall pothole all side sewers per the plans prior to preparing side sewer submittals. Potholing shall be completed per 1-07. Compare pothole data against the new watermain or storm sewer profile to determine if and where side sewer replacement is required. Contractor Submittals Submit all procedures or material descriptions requiring the Engineer’s approval not less than 15 calendar days prior to commencing side sewer replacement activities at the Site. Include shop drawings for side sewer pipe, fittings, cleanouts, adapters, castings, couplings, method of connection to the main, information on the CCTV and locating equipment, sample CCTV inspection report and sample public notice with Submittal. Following side sewer connection and inspection work submit videotapes, inspection reports, and record drawing sketches of the side sewer replacement and inspection. Submit inspection information on a color, digital DVD with on-screen footage counter and site address of each side sewer together with a written CCTV inspection report. Re-inspect the side sewer, at no expense to the Owner, if video quality is not acceptable as determined by the Engineer. Reset the on-screen footage counter to zero at the beginning of each side sewer inspection. Construction Existing side sewers identified for removal shall be cleanly cut or removed at the nearest joint and the pipe removed for disposal. Construct side sewer per City of Renton standard details 406 & 407. The final location of replaced side sewer shall clear the new water main by at least 18 inches. If the side sewer replacement limits cause removal of the existing cleanout, then the Contractor must remove and reinstall a cleanout per City standards. CCTV Identify location of the side sewer pipe by using a suitable sonde transmitter attached to the camera. Provide temporary markers positioned on the ground surface and to measure accurately from to create a record drawing sketch and a photograph. Provide CCTV equipment approved by the Engineer before inspection begins. Provide CCTV equipment with the following minimum criteria: a. Self-contained color television cameras with footage counter, color monitor, three-wire coaxial cable, power sources, and other equipment. b. Waterproof camera having a minimum 650 line resolution capable of inspecting side sewers 3-inches to 6-inches in diameter and up to 200 feet in length. 11/17/2022 23 Special Provisions\ 142 c. Operate in 100% humidity. d. Camera lighting that minimizes relative glare. e. Picture quality providing a clear, in-focus color picture of the entire pipeline periphery for all work conditions. f. Equipped with a centering device to ensure view of full pipe diameter. g. Capable of traveling upstream or downstream at a steady uniform rate, stopping where necessary to ensure a proper assessment of pipe defects, blockages, direction changes, material changes, and branch connections. If the camera fails to pass through the side sewer within City right-of-way, temporarily suspend inspection and notify the Engineer of the obstruction. The Engineer may direct the Contractor on further actions. Record Drawing Sketch Prepare record drawing sketch for each side sewer connection and inspection using a City-furnished aerial photograph as a base plan, indicating the location, extent, depth and materials associated with the side sewer connection and the alignment, connections and defects encountered during CCTV inspection of the existing side sewer. Where necessary for clarity, take photographs of ground surface of the site, prepare an 8-1/2 inch x 11-inch print of the photo and mark locations of pipe, bends, fittings and defects. In addition, inspect and document field observations associated with each side sewer pipe including, but not limited to, existing pipe material, pipe diameter, joint type, joint integrity, extent of pipe deterioration, grade and alignment, bedding and backfill, root intrusion, and debris accumulation. 11/17/2022 23 Special Provisions\ 143 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description Section 8-01.1 is supplemented with the following: (******) This Work shall consist of the Contractor implementing the Contracting Agency-provided Stormwater Pollution Prevention Plan (SWPPP) to complete the project’s National Pollutant Discharge Elimination System (NPDES) permit. The Contractor shall be required to follow and implement the SWPPP. The Work includes, but is not limited to weekly reporting to Department of Ecology on behalf of the Contracting Agency. 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: (******) The Contractor shall be responsible for all Work required for compliance with the Construction Stormwater General Permit (CSWGP) including applying for coverage, transfer of coverage, closing of coverage and/or annual permit fees. 8-01.3(1)F Stormwater Sampling Section 8-01 .3(1)F is a new section as follows: (******) Stormwater sampling shall be performed by the Contractor or authorized representative at the frequencies required in the Construction Stormwater General Permit (weekly at minimum). Samples shall be analyzed for turbidity and pH in accordance with the Construction Stormwater General Permit. Sampling shall be conducted in accordance with the EPA 180.1 analytical method and the Washington State Department of Ecology's How to do Stormwater Monitoring: A guide for construction sites, available online at http://www.ecy.wa.gov/pubs/0610020.pdf. Samples shall be taken at the point of discharge from the site. Reports of the sampling results shall be recorded in the project SWPPP and shall be submitted monthly to the Contracting Agency and the Washington State Department of Ecology. The DMR forms are mailed to permittees when permit coverage is granted for the project. If there are no discharges during the month, the Contractor is still required to submit a form stating "no discharge". The sampling results shall be submitted via mail to: Department of Ecology Water Quality Program - Construction Stormwater PO Box 47696 Olympia, Washington 98504-7696 11/17/2022 23 Special Provisions\ 144 Ecology must receive DMR's within 15 days after the end of each month. If the permittee monitors more frequently than required by the permit, these results also need to be submitted in the DMR. Corrective measures shall be taken if benchmark values are exceeded. The key benchmark turbidity value is 25 nephelometric turbidity units (NTU) for the downstream receiving water body. If the 25 NTU benchmark is exceeded in any sample collected from the discharge point, the following steps will be conducted: a. Ensure all BMPs specified in this SWPPP are installed and functioning as intended. b. Assess whether additional BMPs should be implemented, and document modified BMPs in the SWPPP as necessary. c. Sample discharge daily until the discharge is 25 NTU or lower. If the turbidity exceeds 250 NTU at any time, the following steps will be conducted: a. Notify Ecology by phone within 24 hours of analysis. b. Continue sampling daily until the discharge is 25 NTU or lower Initiate additional treatment BMPs such as off-site treatment, infiltration, filtration and chemical treatment within 24 hours, and implement those additional treatment BMPs as soon as possible, but within a minimum of 7 days. 1. Describe inspection results and remedial actions taken in the site log book and in monthly discharge monitoring reports. Sampling and monitoring for pH will occur during the phase of construction when concrete pouring will be conducted until fully cured (3 weeks from pour). Samples will be collected weekly at all discharge points prior to discharge to surface water. Samples will be analyzed for pH using a calibrated pH meter and recorded in the site log book. The key benchmark pH value for stormwater is a maximum of 8.0. If a pH greater than 8.0 is measured at a discharge point that has the potential to discharge to surface water, the following steps will be conducted: a. Assess whether additional BMPs should be implemented and whether associated revisions to the SWPPP are necessary. b. Stop (detain) all discharges from leaving the site and entering surface waters or storm drains if the pH is greater than 8.5. c. Sample sedimentation pond the following day, and if the pH exceeds 8.0 for the second consecutive day, implement C02 sparging treatment. d. Sample and measure pH daily until there are 3 consecutive pH measurements less than 8.0. 11/17/2022 23 Special Provisions\ 145 e. If there are 3 consecutive pH measurements greater than 8.0, notify the Washington Department of Ecology by phone within 24 hours of the 3rd measurement exceeding a pH of 8.0 and initiate discussions with Ecology regarding additional treatment BMPs. f. Describe inspection results and remedial actions that are taken in the site log book and in monthly Discharge Monitoring Reports. 8-01.3(8) Street Cleaning Section 8-01.3(8) is supplemented with the following: (******) The Contractor shall be responsible for controlling dust and mud within the project. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment-laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed, and kept in a clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid items. 8-01.3(9)D Inlet Protection Section 8-01.3(9)D is supplemented with the following: (******) Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing, or earthwork activities. Catch Basin Inserts shall be installed on all new Catch Basins that are constructed as part of this contract. When the depth of accumulated sediment and debris reaches approximately one-half the height of an internal device or one-third the height of the external device (or less if so specified by the manufacturers), the deposits shall be removed and stabilized on site. Catch basin inserts shall be installed at all catch basins within project limits and those immediately downstream of the project site that could possibly receive sediment laden runoff from the site. They shall be installed and meet the requirement of the detail in the Plans. Simply placing a piece of geotextile under the catch basin grate is not acceptable. Catch basin inserts shall be installed, maintained, inspected, and removed by the Contractor per the Standard Specifications and as recommended by the manufacturer. Inlet protection devices shall be regularly cleaned at the discretion of the Engineer. The cost of this cleaning is incidental to other items of Work. 11/17/2022 23 Special Provisions\ 146 8-01.3(16) Removal The first paragraph of Section 8-01.3(16) is revised to read: (******) The Contractor shall remove all temporary BMP’s and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. Physical Completion is at the sole discretion of the Engineer and will require the following: 1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. 8-01.3(17) Protection of Existing Trees and Shrubs Add New Section 8-01.3(17) as follows: (******) The Contractor shall carefully protect existing trees and shrubs not specifically protected with high visibility fence during the course of construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs may be damaged. Notify the Engineer if construction may damage trees and shrubs. The Contractor shall not proceed with Work until directed by the Engineer. Root Protection Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than 3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed. Damages for Loss or Injury to Existing Trees and Shrubs to Remain The Contractor shall be liable for damage to trees and shrubs. In the event of injuries to the crown, trunk or root system of existing trees and shrubs resulting from the Contractor's failure to protect them (the just value of which is determined by the Valuation of Landscape Trees, Shrubs, and Other Plants, (Current Edition) damages shall be deducted from the total amount due the Contractor. 8-02 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: (******) Topsoil Type A 9-14.2(1) Bioretention Media 9-14.2(4) 11/17/2022 23 Special Provisions\ 147 Seed 9-14.3 Bark or Wood Chip Mulch 9-14.5(3) Coarse Compost 9-14.5(8) Root Barrier 9-14.9 8-02.3(1) Responsibility During Construction Section 8-02.3(1) is supplemented with the following: (******) Dumping or stockpiling of topsoil or bark mulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by his or her activities. 8-02.3(2)A Roadside Work Plan Section 8-02.3(2)A is supplemented with the following: (******) The Contractor shall submit to the Contracting Agency a Roadside Work Plan meeting the requirements of the Standard Specifications a minimum of 30 calendar days prior to commencing the installation of topsoil, bark mulch, and / or landscape materials. 8-02.3(4) Topsoil Section 8-02.3(4) is supplemented with the following: (******) Preparation of subgrade and installation of soil within Bioretention Planters shall be per Section 7-06 Bioretention Planters of these Special Provisions. Thoroughly scarify subgrade in all Roadway Planters to a depth of eight (8) inches unless otherwise noted on the Plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2”) in diameter prior to placing topsoil. Areas around existing trees to remain shall not be cultivated within an additional three-foot (3’) radius of the tree dripline or any other areas which appear to have a significant number of existing tree roots. Topsoil shall be installed in two lifts in planter areas. The first six-inch (6”) lift in planter areas shall be incorporated into the top six inches (6”) of the subgrade by rototilling. Then the remaining topsoil shall be installed. Remove rocks, roots, and debris over 1-inch (1”) diameter in cultivated areas. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. Provide and install Root Barrier as detailed on Plans. “Root Barrier” shall be as specified in Section 9-14.4(9) Root Barrier of these special provisions. Contractor shall coordinate installation of Root Barrier with subgrade preparation and topsoil installation. 11/17/2022 23 Special Provisions\ 148 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. Topsoil Type A shall conform to Section 9-14.2(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation Section 8-02.3(5) is supplemented with the following: (******) Any additional fine grading to get a firm smooth surface in the planter areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. 8-02.3(6)B Fertilizers Section 8-02.3(6)B is supplemented with the following: (******) Trees and shrubs shall be fertilized at a rate according to manufacturer’s recommendations. Fertilizer tablets shall be considered incidental to and included in the unit contract price for trees and shrubs. Fertilizers shall be as specified in Section 9-14.4 Fertilizer, of these Special Provisions. 8-02.3(8)A Dates and Conditions for Planting Section 8-02.3(8)A is supplemented with the following: (******) The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The Contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, groundcovers. Remove all tagging prior to final acceptance. 8-02.3(8)B Plant Installation Section 8-02.3(8)B is supplemented with the following: (******) 11/17/2022 23 Special Provisions\ 149 All trees, shrubs, and groundcovers shall be planted as detailed on the Plans. Scarify sides and bottom of all planting pits prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to ensure that the location of the ground line at the top of the root ball is the same as the nursery. For plants installed into bioretention cell berm, Bioretention Media shall be used to amend planting pit and for backfilling around root ball. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the root ball or roots. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; then the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root ball is cracked or broken during removal of wrapping or during the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer in planting pit, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. If water does not drain within ½ hour notify Engineer; tree planting pits which do not drain properly may require drainrock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. 8-02.3(10) Lawn Installation 8-02.3(10)C Lawn Establishment Section 8-02.3(10)C has been deleted and superseded with the following: (******) 8-02.3(10)C1 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(10)C2 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and 11/17/2022 23 Special Provisions\ 150 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(10)C3 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(10)C4 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. 8-02.3(11)B Bark or Wood Chip Mulch Section 8-02.3(11)B is supplemented with the following: (******) Bark Mulch shall be placed where indicated on the Plans to a uniform depth of no less than two inches (2”). Thoroughly water and hose down plants and tree trunks with a fine spray to wash the trunk immediately after application. Bark Mulch shall meet the requirements of Section 9-14.5(3) Bark or Wood Chip Mulch of these special provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(11)C Bark or Wood Chip Mulch Rings Section 8-02.3(11)C is supplemented with the following: (******) Mulch rings shall be installed where shown and as detailed on the Plans. Bark or Wood Chip Mulch shall be placed to a uniform depth of no less than two inches (2”) in mulch rings. 8-02.3(17) Protection of Private Property and Property Restoration Add the following new section: (******) Property restoration shall consist of placement of additional plant materials, sod, seed and bark mulch, and other work not currently identified on the plans, as directed by the Engineer. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation 11/17/2022 23 Special Provisions\ 151 System of the Standard Specifications. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor’s expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under “Property Restoration”. Topsoil shall be Type A and Bark Mulch shall be medium grade fir or hemlock. The force account item provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. “Property Restoration” has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Section 8-04.1 is supplemented with the following: (******) This work shall also consist of constructing cement concrete curbs with the sidewalk in accordance with these Specifications and in conformity with the dimensions and cross-sections shown in the Plans and to the lines and grades as staked. 8-04.3 Construction Requirements Section 8-04.3 is supplemented with the following: (******) The sub-base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White-pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one-eighth (1/8”) in ten feet (10’) or the alignment one-fourth (1/4”) in ten feet (10’). Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. 8-04.3(3) Painting of Curbs Section 8-04.3(3), with title change, is supplemented with the following: (******) 11/17/2022 23 Special Provisions\ 152 When shown on the plans, concrete curbing shall be painted with two full coats of Paint formula No. H-2-83 or H-3-83 as shown on the plans or directed by the Engineer. The paint can be applied by brush or spray. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Section 8-06.1 is supplemented as follows: (******) Concrete approaches for driveways as well as curb within and adjacent to driveway approaches shall be constructed with 3-day portland cement concrete per Sections 8-06.3 and 9-01.2(1) Portland Cement of the Standard Specifications. Approaches shall be constructed per the details on the Plans. Approach locations and width are shown on the Plans. This includes all concrete for cement concrete driveways as shown on the Plans. If curb sections are poured monolithic with driveway approaches, these sections of curb shall be paid per square yard under the unit contract price for “Cement Concrete Driveway Entrance”. Otherwise they shall be paid for by the linear foot of Cement Concrete Curb & Gutter. See also Section 8-04 Curbs, Gutters, Spillways and Inlets herein. Concrete approaches, driveways and adjoining sections of curb, gutter and sidewalk shall be constructed in two or more segments to allow continued driveway access unless alternate access can be provided and clearly delineate. 8-06.2 Materials Section 8-06.2 is supplemented as follows: (******) Commercial concrete for driveways & driveway entrances gutter will not be allowed. 8-06.3 Construction Requirements Section 8-06.3 is supplemented with the following: (******) Section 1-07 of these Special Provisions describes the restrictions to driveway closures and construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick-setting mix prior to use. 8-12 CHAIN LINK FENCE, WIRE FENCE AND WOOD FENCE Section 8-12 including the above title is revised as follows: 8-12.1 Description Section 8-12.1 is revised and supplemented as follows: (******) This Work shall also consist of furnishing and constructing wood fences of the types specified in the plans. 11/17/2022 23 Special Provisions\ 153 8-12.2 Materials Section 8-12.2 is revised and supplemented as follows: (******) Wood shall be pressure treated lumber or approved equal. Pressure treated fence materials shall include hot-dipped galvanized or stainless-steel fasteners, nails, connectors and hardware. Wood fence paint, if required to match existing fence color shall be oil-latex formula and shall be installed per manufacturers recommendations. 8-12.3 Construction Requirements Section 8-12.3 is revised and supplemented as follows: (******) The wood fences shown in the plans are intended to match the existing wood fences on the project site including post spacing, post depth, fence height, type and paint color. Generally, the new fence shall be installed on the ROW line behind the new sidewalk. The Contractor shall work with the engineer on any modifications to the final fence installation. All existing fence dimensions, colors, types, and appurtenances shall be verified by the Contractor in the field prior to ordering and delivering materials to the site. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: (******) This Work shall consist of adjusting and/or 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 Paragraph 4 of Section 8-13.3 is revised and supplemented as follows: (******) The monument will be furnished and set by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordance with RCW58.09.130. All surveying shall be in accordance with Section 1-11 of these Special Provisions. 11/17/2022 23 Special Provisions\ 154 Section 8-13.3 is supplemented with the following: (******) Adjusting Monument Cases Where shown in the Plans or where directed by the Engineer, the existing monument case and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The monument case and cover shall be adjusted either by removing and resetting the case, or by installing riser rings between the case and cover. Prior to planing operations, if any, the Contractor shall vertically adjust the monument case and cover below the limits for planing bituminous pavement. After paving operations are complete, the Contractor shall vertically adjust the monument case and cover to finished grade as shown in City of Renton Standard Plan 113. The patch material used around the monument case and cover shall be the same as the adjacent pavement. The Contractor shall be responsible for referencing the location of the monument case and cover for locating after paving is complete. The adjusted elevation of the cover shall be one-fourth inch (1/4") to one-half inch (1/2") below the level of the finished pavement. The case and cover shall be cleaned prior to being reset. The Contractor shall use care to avoid disturbing the monument inside the monument case. Any damage or disturbance to the monument as a result of the Contractor’s operations shall be repaired and reset to its original position at no cost to the Contracting Agency. Reestablishment of Disturbed Monument The Professional Land Surveyor who has been engaged by the Contractor for the purposes of roadway surveying shall be responsible for perpetuating and documenting existing monuments in compliance with the Application for Permit to Destroy a Survey Monument (WAC 332-120). Upon completion of the roadway surface, the destroyed and new proposed monuments positions shall be set and referenced by the Contractor. The Contractor shall then drill and core out the monument position, install the poured monument, and place a blank brass monument centered in the cored position. The Contractor will then mark the referenced position and file a completion report for Monument Removal or Destruction with DNR, as applicable for pre-existing monuments. Following approval by the Public Land Survey Offices, copies of the Application for Permit shall be forwarded to the Contracting Agency. All surveying shall be in accordance with Section 1-11 of these Special Provisions. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is supplemented by adding the following: (******) Work shall also include construction of dense and pervious cement concrete sidewalks and ramps with detectable warning surfaces as shown on the Plans as well as cement concrete driveways which connect cement concrete driveway entrances to the existing driveway surfaces. 8-14.2 Materials Section 8-14.2 is supplemented by adding the following: (******) Pervious concrete shall be as specified in Special Provision Section 5-06. 11/17/2022 23 Special Provisions\ 155 Commercial concrete for sidewalk will not be allowed. Colored cement concrete sidewalk shall be of Type II Gray Portland Cement with color additive. Color shall match the existing color in the field. Samples for color selection: Contractor shall submit color additive manufacturer’s sample chip set, and indicate color additive numbers and required dosage rates, for approval by Engineer. Prior to starting colored concrete work, the Contractor shall provide a 2’x2’ sample area to the engineer for approval of final color. This approved sample shall match the existing colored concrete and shall be used for the final pour. Color additives shall contain pure concentrated mineral pigments specially processed for mixing into concrete and complying with ASTM C979. The detectable/tactile warning mat or Vitrified Polymer Composite (VPC) Detectable/Tactile Warning Surface shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. The tile shall incorporate an in-line pattern of truncated domes measuring nominal 0.2” height, 0.9” base diameter, and 0.45” top diameter, spaced center-to-center 2.35” as measured on a diagonal and 1.67” as measured side by side. For wheelchair safety the field area shall consist of a non-slip surface with a minimum of 40 - 90° raised points 0.045” high, per square inch. 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. See Special Provision Section 5-06 for pervious concrete construction requirements and Special Provision Section 2-06 for subgrade preparation for pervious concrete. 8-14.3(6) Curb Ramps Section 8-14.3(6) is a new sub-section: (******) Some of the curb ramps on this project have been modified from the standard details to fit the project conditions while meeting current ADA requirements. Contractor shall take special care to assure that the ramps are constructed in conformance with ADA requirements. The following requirements shall apply to all curb ramps: 1. Detectable Warning Surface shall be placed on the bottom two feet of the ramp. 11/17/2022 23 Special Provisions\ 156 2. The landing length shall be a minimum of 48-inches. 3. The cross slope of the landing or ramp shall not be steeper than 2%. 4. The longitudinal slope (up or down the ramp) of the ramp shall not exceed 8%. 5. The Flare Side Slopes shall not exceed 10%. Compliance with ADA Standards is required and minor modifications to the dimensions shown on the Plans may be necessary to meet current standards. Therefore, prior to pouring concrete at the curb ramp locations, the Contractor shall have each ramp inspected and receive written approval from the on-site inspector that the forms are set in compliance with ADA Standards. Ramps poured without written approval that do not meet current ADA standards shall be removed and replaced at the Contractors expense, regardless of whether or not they conform to the dimensions shown on the Plans. Per the Standard Specifications, detectable warning surfaces shall be furnished and installed on each curb ramp. Pedestrian curbs shall be placed where shown on the Plans and necessary to transition from lowered grade at depressed concrete ramps to the adjacent finished grade. Contractor shall set all concrete forms, check for ADA Compliance and then obtain written approval from the Engineer for each curb ramp prior to placement of concrete. 8-14.3(7) Cold Weather Work Section 8-14.3(6) is a new sub-section: (******) The following additional requirements for placing concrete shall be in effect from November 1 to April 1: • The Engineer shall be notified at least 24 hours prior to placement of concrete. • All concrete placement shall be completed no later than 2:00 p.m. each day. Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be placed until the ground is completely thawed. At the time, the forms shall be adjusted and subgrade repaired as determined by the Engineer. 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: (******) If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Temporary Traffic Control." 11/17/2022 23 Special Provisions\ 157 8-19 ADJUST UTILITY APPURTENANCES Section 8-19 is a new section with new sub-sections: (******) 8-19.1 Description This work shall consist of adjusting gas valve boxes and utility vaults to grade. 8-19.3 Construction Requirements 8-19.3(1) Valve Boxes Gas valve boxes shall be adjusted to final grade after final grading has been established or the asphalt concrete paving operations are complete. The Contractor shall adjust the valve boxes with cast iron extensions as required. The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut shall be 1 foot from the outside edge of the valve box frame. The base materials and crushed rock shall be removed. The valve box frame shall be reset to the final grade, plumb to the roadway, and remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within, but not to exceed, 2 inches of the finished pavement surface. Twenty-four hours after placement of the concrete, or as directed by the Engineer, the edges of the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame shall be painted with asphalt for tack coat. Hot mix asphalt shall then be placed and properly compacted to finished grade. The hot mix asphalt shall meet the requirements of Section 5-04 of the Standard Specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 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 Renton Standard Plans 127 and 128. Skip Center Line 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. See Renton Standard Plan 109. Double Yellow Center Line Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe 11/17/2022 23 Special Provisions\ 158 is used as centerline delineation on multilane, two-way highways and for channelization. See Renton Standard Plan 109. Approach Line 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. See Renton Standard Plan 109. Lane Line 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. See Renton Standard Plan 109. Two Way Left Turn Line 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. See Renton Standard Plan 109. Stop Line A SOLID WHITE line 16 inches wide, See Renton Standard Plan 128. Where existing markings will remain immediately adjacent to new markings of the same type, verify the existing markings match the standards described herein. If the existing markings are not standard notify the Engineer for a determination of how the new marking shall be made. 8-22.2 Materials Supplement this section with the following: (******) Paint lines shall be Low VOC Solvent Based Paint per standard specification 9-34. Thermoplastic lines and markings shall be Type A – liquid hot applied thermoplastic per standard specification 9-34. 8-22.3 Construction Requirements Section 8-22.3 is supplemented with the following: (******) Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. All Pavement markings on concrete intersections shall be 3M Stamark all-weather Tape 380AW and Contrast Tape 380AWE-5. Thermal plastic on Asphalt shall contain 3M 50/50 wet/dry elements. 11/17/2022 23 Special Provisions\ 159 Temperature needs to be above 50 degrees and dry for a minimum of 48 hours before any markings can be applied. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) A manufacturer’s technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.3(6) Removing Pavement Markings Section 8-22.3(6) is supplemented with the following: (******) Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane markers, and raised pavement markers shall be removed prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under "Temporary Traffic Control," if that item is included as a bid item. 11/17/2022 23 Special Provisions\ 160 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1”, 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. 9-03.9(2) Permeable Ballast Revise section 9-03.9(2) to read: (******) Permeable Ballast Permeable ballast shall meet the requirements of Section 9-03.9(1) for ballast except for the following special requirements. 11/17/2022 23 Special Provisions\ 161 The grading and quality requirements are: Grading No. 1 Grading No. 2 (AASHTO No. 3) Sieve Size Percent Passing Sieve Size Percent Passing 2-1/2” 99-100 2-1/2” 100 2” 65-100 2” 90-100 ¾” 40-80 1-½” 35-70 No. 4 0-5 1” 0-15 No. 100 0-2 ½” 0-5 % Fracture 95 No. 100 0-3 All percentages are by weight. % Fracture 95 The sand equivalent value and dust ratio requirements do not apply. Los Angeles Wear, 500 Rev. 30% maximum Degradation Factor 30 minimum The fracture requirement shall be at least two (2) fractured faces and will apply to the combined aggregate retained on the No. 4 sieve in accordance with WSDOT FOP for AASHTO T 335. The minimum void ratio of the aggregate shall be 30 percent as determined by AASHTO T 19. Permeable ballast material may be conditionally approved based on Contractor submitted sampled materials prior to delivery to the site. Final Acceptance will be based on conformance testing completed on material that has been delivered, installed, and compacted on site. The exact point of acceptance will be determined by the Engineer. Material out of conformance with the project specifications will be removed and replaced at the Contractor’s expense. 9-03.12 Gravel Backfill Section 9-03.12(6) is a new additional section: 11/17/2022 23 Special Provisions\ 162 (******) 9-03.12(6) Underdrain Aggregate Underdrain Aggregate shall conform to the following grading: Sieve Size Percent Passing ¾-inch 100 ¼-inch 30-60 No. 8 20-50 No. 50 3-12 No. 200 0-1 Underdrain aggregate shall consist of screened sand, gravel or other inert materials, or combinations thereof, from sources approved by the engineer, having hard, durable particles free from adherent coatings. The materials must be washed thoroughly to remove clay, loam, alkali, organic matter or other deleterious substances. Particles having a specific gravity less than 1.95 must not exceed 1.0 percent of the total weight. Organic matter, by calorimetric test, must not be darker than the reference standard color (Organic Plate No. 3) AASHTO T21 unless other tests prove a darker color to be harmless. 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 9-05.52 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. 11/17/2022 23 Special Provisions\ 163 9-08 PAINTS 9-08.9 Manhole Coating System Products Section 9-08.8 is a new section and subsections: (******) 9-08.9(1) Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field: The drying time between coats shall not exceed 24 hours in any case System Thickness: 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 9-14.2 Topsoil 9-14.2(1) Topsoil Type A Section 9-14.2(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. 11/17/2022 23 Special Provisions\ 164 Topsoil shall meet the following parameters: Parameter Range pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50% max (by weight) Clay 25% max (by weight) Silt 15% max (by weight) Organic matter 10% max (by weight) 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: (******) Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: Non-net “Premium Shadow Master” Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for “approved equal”. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: (******) Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is revised as follows: (******) All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation 11/17/2022 23 Special Provisions\ 165 Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised to read as follows: (******) 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is revised as follows: (******) Polyethylene encasement (plastic film wrap, also referenced as “Polywrap” on Construction Plans) shall be eight mil (8-mil) polyethylene, tube type conforming to AWWA C105. All ductile iron pipes, fittings and valves shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is revised as follows: (******) Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be 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. 11/17/2022 23 Special Provisions\ 166 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. 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section: (******) Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new section: (******) Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. 11/17/2022 23 Special Provisions\ 167 Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4)C Spacers and Seals for Steel Casing Pipe Section 9-30.2(4)C is a new section: (******) Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Pipe and Restrained-Joint Fittings Section 9-30.2(6), with title change, is revised as follows: (******) Restrained joint (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. Shackle Rod Joint Restraint System Where shown in the Plans, Specifications, Standard Plans or required by the Engineer, shackle rod joint restraint system shall be used. All shackle rod joint restraint materials used shall be those 11/17/2022 23 Special Provisions\ 168 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. Shackle Rod Restraint System shall not be allowed as substitutes for restrained-joint pipes. 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. 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 11/17/2022 23 Special Provisions\ 169 Pipe Diameter Number of 3/4" Tie Rods Required 8" 2 10" 4 12" 4 14" 6 16" 6 18" 8 20" 10 24" 12 Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for “T” bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. 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. 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. 11/17/2022 23 Special Provisions\ 170 9-30.3 Valves Section 9-30.3 is supplemented as follows: (******) Valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 to 16 inches) Section 9-30.3(1) is supplemented as follows: (******) 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. All exterior valve body bolting shall be type 304 stainless steel and shall be provided with hexagonal heads, with dimension to conform with ANSI B18.2.1. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA C509 and C515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. All valves with mechanical-end(s) shall have wedge-type restrained follower glands. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented as follows: (******) The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled 11/17/2022 23 Special Provisions\ 171 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 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 Standard Plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C504. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is revised as follows: (******) Valve markers shall be Carsonite composite utility marker 0.375"x 6'-0", or approved equal, with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is revised as follows: (******) Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) is supplemented as follows: (******) Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. 11/17/2022 23 Special Provisions\ 172 Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented as follows: (******) Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is revised as follows: (******) Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 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. 11/17/2022 23 Special Provisions\ 173 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is revised as follows: (******) Fire hydrants shall have a main valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2-inch National Standard Thread (N.S.T.) hose nozzle connections, one 4-inch pumper port connection with City of Seattle standard threads and with a 4.875” Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.5(4) Hydrant Restraints Section 9-30.5(5) is revised as follows: (******) Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. If a restrained joint pipe system is used, it shall meet the requirements of Section 9-30.2(6). 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(1) Saddles Section 9-30.6(1) is revised to read: Saddles shall not be used on new ductile iron water main for water service connections with 2-inches in diameter and smaller. 9-30.6(2) Corporation Stops Section 9-30.6(2) is revised to read: Corporation stops shall be made of bronze or brass alloy. Corporation stops shall be for direct tapping only and shall have AWWA tapered thread inlet and outlet connection compatible with copper tubing. 11/17/2022 23 Special Provisions\ 174 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised as follows: (******) Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing Section 9-30.6(3)C is revised as follows: (******) PEX-a tubing shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) is revised as follows: (******) Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) is supplemented as follows: (******) Meter setters 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. 24 City of Renton Standard Plans\ CITY OF RENTON STANDARD PLANS Std. Plan 101 – Cement Concrete Curbs Std. Plan 102 – Cement Concrete Sidewalk Std. Plan 106 – Typical Construction and Adjustment of Manhole Risers Std. Plan 019 – Pavement Marking Notes Std. Plan 113 – Monument Case and Cover Std. Plan 127 – Mid-Block Crosswalk and Stop Bar Pavement Markings Std. Plan 128 – Intersection Crosswalk and Stop Bar Pavement Markings Std. Plan 216.3 – Catch Basin Insert Std. Plan 300.2 – Connection to Water Main Cut-In Tee and Two Valves Std. Plan 300.3 – Connection to Water Main Cut-In Tee and Three Valves Std. Plan 300.4 – Connection to Water Main Existing Tee or End Line Cap Std. Plan 300.7 – Polypigging New Water Mains Std. Plan 310.1 – Fire Hydrant Assembly Std. Plan 310.3 – Fire Hydrant Assembly Pavement Marker Std. Plan 320.1 – 1” Water Service Std. Plan 320.2 – 1 ½” and 2” Water Service in Planting Strip Std. Plan 320.3 – 1 ½” and 2” Water Service in ROW Behind Sidewalk Std. Plan 330.1 – Concrete Blocking for Horizontal Fittings Std. Plan 330.2 – Concrete Blocking for Vertical Fittings Std. Plan 330.3 – Concrete Blocking for Vertical Fittings with Restrained Joints Std. Plan 330.4 – Concrete Blocking Pipe Clamp and Anchor Rods Std. Plan 330.7 – Valve Box, Operating Nut Extension, and Marker Post Std. Plan 340.2 – 2” Blow-off Assembly (Temporary) FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1 P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT s RAISED EDGE DETAIL 1 a sI DEWALK LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0" 11r R J01NTS TO INCLUDE RASED EDGE 318• (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLEON RDUt DING 2.0%1 tr2" (IN) R. (TYP.] FOR CURB pETA[LS r , SEE STD PLAN 101 er ' y r. STING ROADWAY CRUSHED ROCK BrLS SEE RAISED EDGE I SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL CUT SIDEWALK OMPACT TO 957, MODIFILU PROCTOR MIN. O SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER) TYPICAL. UNDER ALL CURB, V2" ( tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' ' v FOR CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS% SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,• i!' BASE, WHICHEVER IS GREATER (1YP. FOR ALL CURB b GUTTER). FINISHED GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF CONCRETE SURFACE ADJACENT TO CURB MIN 1, m 1 0• ROU DING R. ( TYR) FOR CURB DETAILS 1, 5% SEE STD PLAN 101 o a t s Fr• • BRI DGE OR PEDESTRIAN RAILING ADJACENT TO CURB FOR CURB CURSDETAILS WRIER - SEE SIDEWALK SEE $TD PLAN 101. STEEP FILL SLOPES) CONTRACT PLANS WALL OR BARRIER I 772' (IN) R. (TYP.) J I SIDEWALK FLUSH' 1. 5% t 1rz• M R. VERTICAL WALL - -- ' -. . - -- \Vr ti..f . •. SEE DETAIL 318• ( IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL a (IN) PREMOLDED JOINT FILLER FOR SIDE BUFFER STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE HER (SEE NOTE 10) SIDEWALK/ 12• ( IN) R. SECTIONS1 ( TYP ) FOR v 1.5% SEE STD PLAN 10.S 1. SX MIN. SEE STD PLAN 101 r 4`\\ f GROOMED FINISH OR MATCH E)(iST1NG e 4' M/IDE, SMOOTH Go TROWELED PERIMETER FINISHED GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING -FLUSH IF PAVED T CONCRETE CEMENTCONCRETECURB CURB ADJACENT TO BUFFER STRIP 0 CURB FOR CURB DETAILS D• SEE STD PLAN 101 r 5, z 1r8'TD 114' NOTES 1. Four feet of the sidewalk width shall be the minimum pedestrian CONTRACTION JOINT • . Al yam. aocessibTe route (aut) free of vertical IN RAG .' andhorizontalobstructions. Gratings, FULL - DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances within the sidewalk ` s'F 3W C CONTRACTION JOINT must be flush with surface, and match grade of the sidewalk. JOINT AND FINISH DETAIL 2. Monolithic Cement Concrete Curb and + Sidewalk is not permitted in new For other referenced NOTES see , construction. When replacement work STD PLAN 104.2, R •• necessitates a Monolithic Cement PREMOLAE ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD PLAN 102.1 as applicable. E FULL -DEPTH 3. Concrete to 6e 4,000 PSI. EXPANSION JOINT fthk SM PLAN - 109 PUBLIC WORKS CEMENT CONCRETE PPRQ • ED: DEPARTMENT SIDEWALK T ljZ_It]ra#'YA 104/ +7 PATCHED AREA i A q COVER COVER PER STD PLAN 401 SEE NOTE 9) SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER P L A N PATCHING NTS OUTSIDE DIAMETER OF SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2 X gOTTOM OF FRAME t---- MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE SEE NOTE 3 AND SPECIAL PROVISION NOTE 6. 7-05.3(1). SECTION A-A NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON. FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED. HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION STD. PLAN - 106 j PUBLIC WORKS TY'CAL CONSTRUCTION A ROVED: al' DEPARTMENT AND ADJUSTMENT OF flMANNOLERISER3 e o r>tor DA E ALL PAVEMENT MARKINGS SHALL CONFORM TO THE FOLLOWING WSDOT STD. PLANS, EXCEPT CROSSWALK MARKINGS AND STOP BARS SHALL BE PER CITY OF RENTON STD. PLANS 127 AND 128. WSDOT STD. PLANS NOT INCLUDED BELOW SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. M-3.10-04 LEFT TURN CHANNELIZATION M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION M-5.10-03 RIGHT TURN CHANNELIZATION M-9.50-02 BICYCLE LANE SYMBOL LAYOUT M-9.60-00 SHARED - USE PATH MARKINGS M-11.10-03 RAILROAD CROSSING LAYOUT M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS M-20.10-03 LONGITUDINAL MARKING PATTERNS M-20.30-04 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60-04 SYMBOL MARKINGS MISCELLANEOUS LONGITUDINAL PAVEMENT MARKINGS SHALL CONSIST OF PROFILED AND EMBOSSED METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 30 MPH OR HIGHER, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS WITH SPEED LIMITS OF 25 MPH OR LOWER, WHERE MINIMUM REQUIRED LIGHTING LEVELS ARE NOT MET AND/OR WHERE CITY OWNED STREET LIGHTS DO NOT EXIST, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT LETTERS, AND RED/GREEN PAVEMENT BACKGROUNDS SHALL CONSIST OF METHYL METHACRYLATE MMA), OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL CONSIST OF THERMOPLASTIC, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. THERMOPLASTIC SHALL CONTAIN 3M 50/50 WET/DRY ELEMENTS, OR APPROVED EQUAL. IF INSTALLED ON CONCRETE, PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL BE 3M STAMARK ALL WEATHER TAPE 380AW SERIES, OR APPROVED EQUAL. LONGITUDINAL PAVEMENT MARKINGS CONSISTING OF PAINT SHALL BE USED FOR MAINTENANCE PURPOSES, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. LONGITUDINAL PAVEMENT MARKINGS WHERE ALL MARKINGS ARE TO CONSIST OF RAISED PAVEMENT MARKERS SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. IF APPROVED, LONGITUDINAL LANE MARKINGS SHALL FOLLOW WSDOT STD. PLAN M-20.50-02 LONGITUDINAL MARKING SUBSTITUTION W/RAISED PAVEMENT MARKERS. PAVEMENT SURFACE AND AIR TEMPERATURE AT THE TIME OF PAVEMENT MARKING APPLICATION SHALL NOT BE LESS THAN 50° F. DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT 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 PDT TESTING CONNECTION 8'± TEMPORARY BLOCKING EXISTING WATER MAIN POLYPIG STATION PER STD PLAN 300.6 (1) VERTICAL CROSS (MJxFL) (1) BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG (1) BLIND FLANGE ON BOTTOM (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH TEMPORARY THRUST BLOCKING CONNECTION TO EXISTING MAIN (BY CITY FORCES) (1) TEE (MJxFL) (2) DI SPOOLS (2) SOLID SLEEVES (MJ) OR COUPLING ADAPTERS (ROMAC 501 OR EQUAL) (2) GATE VALVES (FLxMJ) (1) ADAPTER (FLxMJ) (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH CONCRETE THRUST BLOCKING PER STD PLAN 330.1 FINAL CONNECTION NEW DI WATER MAIN UPON COMPLETION OF POLYPIGGING, HYDROSTATIC TESTING, AND DISINFECTION, REMOVE TEMPORARY THRUST BLOCKING AND TEMPORARY BLOW-OFF ASSEMBLIES FINAL CONNECTION (BY CITY FORCES) (2) DI SPOOLS (1) DI SLEEVE (MJ) NEW DI WATER MAIN PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONNECTION TO WATER MAIN CUT-IN TEE AND TWO VALVES STD. PLAN - 300.2 TESTING CONNECTION 8'± TEMPORARY BLOCKING EXISTING WATER MAIN POLYPIG STATION PER STD PLAN 300.6 (1) VERTICAL CROSS (MJxFL) (1) BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG (1) BLIND FLANGE ON BOTTOM (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH TEMPORARY THRUST BLOCKING CONNECTION TO EXISTING MAIN (BY CITY FORCES) (1) TEE (FLxFL) (2) DI SPOOLS (2) SOLID SLEEVES (MJ) OR COUPLING ADAPTERS (ROMAC 501 OR EQUAL) (3) GATE VALVES (FLxMJ) (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH CONCRETE THRUST BLOCKING PER STD PLAN 330.1 FINAL CONNECTION NEW DI WATER MAIN UPON COMPLETION OF POLYPIGGING, HYDROSTATIC TESTING, AND DISINFECTION, REMOVE TEMPORARY THRUST BLOCKING AND TEMPORARY BLOW-OFF ASSEMBLIES FINAL CONNECTION (BY CITY FORCES) (2) DI SPOOLS (1) DI SLEEVE (MJ) NEW DI WATER MAIN PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONNECTION TO WATER MAIN CUT-IN TEE AND THREE VALVES STD. PLAN - 300.3 TESTING CONNECTION 10'± TEMPORARY BLOCKING POLYPIG STATION PER STD PLAN 300.6 (1) VERTICAL CROSS (MJxFL) (1) BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG (1) BLIND FLANGE ON BOTTOM (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH TEMPORARY THRUST BLOCKING FINAL CONNECTION NEW DI WATER MAIN UPON COMPLETION OF POLYPIGGING, HYDROSTATIC TESTING, AND DISINFECTION, REMOVE TEMPORARY THRUST BLOCKING AND TEMPORARY BLOW-OFF ASSEMBLIES FINAL CONNECTION (BY CITY FORCES) (1) DI SPOOL (1) DI SLEEVE (MJ) EXISTING TEE, CAP, PLUG, OR DEAD END LINE, DO NOT DISTURB BLOCKING EXISTING WATER MAIN NEW DI WATER MAIN PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONNECTION TO WATER MAIN EXISTING TEE OR END LINE CAP STD. PLAN - 300.4 NOTES: 1.THE BACKFLOW PREVENTION ASSEMBLY AND SUPPLY HOSE MUST BE DISCONNECTED DURING HYDROSTATIC PRESSURE TESTING OF THE NEW WATER MAIN. 2.POLYPIG AND ALL DEBRIS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS VIA SANITARY METHOD PRIOR TO DISINFECTION OF NEW WATER MAIN. 3.UPON REMOVAL OF POLYPIG, REMOVE TEMPORARY BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG. 4.THE NEW WATER MAIN SHALL BE CONNECTED TO THE EXISTING SYSTEM ONLY AFTER NEW WATER MAIN IS POLYPIGGED, DISINFECTED AND SATISFACTORY BACTERIOLOGICAL SAMPLE RESULTS ARE OBTAINED. 5.THE INTERIORS OF ALL PIPES AND FITTINGS TO BE USED IN FINAL CONNECTION MUST BE SWABBED OR SPRAYED WITH A 5-6% AVAILABLE CHLORINE SOLUTION. NEW DI WATER MAIN SUPPLY HOSE METERED BACKFLOW ASSEMBLY (TO BE OBTAINED FROM CITY) (1) 2 1 2" CONTROL VALVE (1) CONSTRUCTION METER (1) RPBA HYDRANT ON EXISTING WATER MAIN POLYPIG TEMPORARY BLOW-OFF ASSEMBLY (1) 2" GALVANIZED PIPE (1) 2" 90° BEND (1) 2" GATE VALVE POLYPIG STATION (1)VERTICAL CROSS (MJxFL), SIZE TO MATCH WATER MAIN (1)BLIND FLANGE WITH 2" TAP ON TOP OF CROSS (1)TEMPORARY BLOW-OFF ASSEMBLY (1)BLIND FLANGE ON BOTTOM OF CROSS (1) PLUG (MJ) ON END OF CROSS WITH TEMPORARY THRUST BLOCKING TEMPORARY BLOCKING PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator POLYPIGGING NEW WATER MAINS STD. PLAN - 300.7 CL A HYDRANT COMPRESSION TYPE HYDRANT (SEE APPROVED MATERIALS LIST) WITH 6" MJ INLET WITH LUGS, 5 1 4" MVO, 1 1 4" PENTAGON OPERATING NUT, TWO (2) 2 1 2" NST HOSE NOZZLES, AND 4.875" SST PUMPER NOZZLE EQUIPPED WITH 5" STORZ ADAPTER AND 1/8" STAINLESS STEEL CABLE, WITH EXTENSION IF NECESSARY. TEE MAIN LINE TEE WITH 6" FLANGE SIDE OUTLET VALVE 6" GATE VALVE (FLxMJ) VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 PIPE CLASS 52 DI, LENGTH TO FIT JOINT RESTRAINT MECHANICAL JOINT RESTRAINT OR (2) 3/4" CORTEN STEEL TIE RODS FOR DISTANCES OVER ONE PIPE LENGTH GRAVEL 1 1 4" WASHED DRAIN ROCK, MINIMUM 1' ABOVE BOOT FLANGE WITH 8-MIL POLYETHYLENE SHEETING AROUND TOP AND SIDES OF GRAVEL CONCRETE BLOCK MINIMUM 16"x8"x4" CONCRETE BLOCKS UNDER FIRE HYDRANT AND GATE VALVE BLOCKING CONCRETE BLOCKING PER STD PLAN 330.1 SHEAR BLOCK 4'x4'x6" CONCRETE SHEAR BLOCK AROUND FIRE HYDRANT WITH EXPANSION JOINT AT BACK OF SIDEWALK, FINISH TO MATCH SIDEWALK, ALL CONCRETE SHALL BE MINIMUM 3,000 PSI AND SHALL BE MECHANICALLY MIXED - JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. PAVEMENT MARKER BLUE REFLECTIVE PAVEMENT MARKER PER STD PLAN 310.3 BE K MAIN ROADWAY OR NEAREST LANE CHANNELIZATION1' MIN A1' MIN 4" 4" PER MANUFACTURER'S RECOMMENDATION F MATERIALS NOTES: 1.FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF SAFETY YELLOW DTM ACRYLIC GLOSS OR ENAMEL PAINT. 2.PUMPER NOZZLE TO FACE ROADWAY OR AS DIRECTED BY RRFA. 3.A MINIMUM 3' RADIUS UNOBSTRUCTED WORKING AREA SHALL BE PROVIDED AROUND THE OUTSIDE OF THE HYDRANT. H H J G D C I B C D E F G H I J K PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator FIRE HYDRANT ASSEMBLY STD. PLAN - 310.1 BLUE REFLECTIVE PAVEMENT MARKER, STIMSONITE MODEL C88 OR EQUAL, PLACED 4" FROM ROADWAY CENTERLINE AS INDICATED BELOW TWO LANE ROAD OFFSET MARKER ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAJOR STREET, THE MARKER SHALL BE INSTALLED ON THAT MAJOR STREET FOUR LANE ROAD OFFSET MARKER FIVE LANE ROAD OFFSET MARKER 4"0.7" MARKERMARKER MARKER MARKER PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator FIRE HYDRANT ASSEMBLY PAVEMENT MARKER STD. PLAN - 310.3 CORPORATION STOP 1" BALL CORPORATION STOP WITH BALL VALVE, AWWA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET, FORD FB1000-4-Q-NL OR A.Y. MCDONALD 74701BQ TUBING 1" TYPE "K" SOFT COPPER TUBING METER SETTER 1" SETTER, QUICK JOINT INLET AND OUTLET, PADLOCK WINGS ON INLET ANGLE BALL VALVE, SINGLE CHECK VALVE ON OUTLET, FORD VBH74-15W-44-44-Q-NL, A.Y. MCDONALD 721-415WCQQ 44, OR MUELLER B-24701-6AN, INSTALL CENTERED AND SQUARED IN METER BOX, PROVIDE ADAPTERS FOR 5/8"x3/4" METERS WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE PROVIDED BY THE CITY METER BOX METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ "RENTON WATER" COUPLER AND PLUG COUPLER (PACK JOINT x PACK JOINT), FORD C4#-4#-Q-NL, WITH 1" GALVANIZED PLUG IF SERVICE LINE TO PROPERTY IS TO BE INSTALLED IN THE FUTURE GRAVEL 1 1 4" WASHED GRAVEL PROPERTY LINECITY PIPING PIPING PRIVATE F BCB A D E FINISHED GRADE SIDEWALK 9" TO 12" IN UNIMPROVED ROW, INSTALL METER BOX AT PROPERTY LINE WITH 1" COPPER TAILPIECE 21" TO 30" LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN SERVICE LINE TO METER 22 1 2° 24" TO 30" MAIN 12"PROPERTY LINEA MATERIALS B C D E F G G PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1" WATER SERVICE STD. PLAN - 320.1 A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.8 VALVE BOX AND LID PER STD PLAN 330.8 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L PROPERTY LINEPROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30"12" IN UNIMPROVED ROW INSTALL METER BOX AT PROPERTY LINE WITH 12" COPPER TAILPIECE CITY PIPING PIPING PRIVATE A B C D G H I JK E L M MAIN MATERIALS 1 1/2" SERVICE 2" SERVICE 9" TO 12" F E M PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN PLANTING STRIP STD. PLAN - 320.2 PROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30" CITY PIPING PIPING PRIVATE D G H I JK 9" TO 12" 12" M L A B C MAIN F A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.8 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.8 VALVE BOX AND LID PER STD PLAN 330.8 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L MATERIALS 1 1/2" SERVICE 2" SERVICE M E PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN ROW BEHIND SIDEWALK STD. PLAN - 320.3 NOTES: 1.MINIMUM BEARING AREA MUST BE ADJUSTED FOR PIPE SIZE, PRESSURE, AND SOIL CONDITIONS. 2.FITTINGS SHALL BE POLYWRAPPED PRIOR TO POURING CONCRETE BLOCKING. 3.CONCRETE BLOCKING SHALL BE CAST IN PLACE AND SHALL HAVE A MINIMUM OF 0.25 SF BEARING AREA AGAINST THE FITTING. 4.CONCRETE BLOCKING SHALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP OR DISMANTLING JOINT. 5.CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO WITHSTAND FULL HYDROSTATIC TEST PRESSURE AS WELL AS TO CONTINUOUSLY WITHSTAND OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE. 6.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 7.IN MUCK OR PEAT, ALL THRUSTS SHALL BE RESTRAINED BY PILES OR TIE RODS TO SOLID FOUNDATION OR MUCK OR PEAT SHALL BE REMOVED AND REPLACED WITH BALLAST OF SUFFICIENT STABILITY TO RESIST THRUST. 8.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM BEARING AREA AGAINST UNDISTURBED SOIL (SF) * PIPE SIZE PRESSURE (PSI) 4"200 300 2/(1) 3/(2) 1/(NONE ) 2/(2) 1/(NONE ) 2/(1) NONE 1/(1) NONE NONE 6"200 300 4/(3) 6/(4) 3/(2) 4/(3) 3/(1) 3/(2) 1/(1) 2/(1) 1/(NONE ) 1/(NONE ) 8"200 300 7/(5) 11/(8) 5/(3) 8/(5) 4/(3) 6/(4) 2/(2) 3/(2) 1/(1) 2/(1) 10"200 275 11/(8) 16/(11) 8/(6) 11/(7) 6/(4) 9/(6) 3/(2) 5/(3) 2/(1) 3/(2) 12"200 250 16/(11) 24/(16) 11/(8) 17/(11) 9/(6) 13/(9) 5/(3) 7/(5) 3/(2) 4/(3) 14"200 250 22/(13) 33/(22) 16/(11) 23/(16) 12/(8) 18/(12) 6/(4) 9/(6) 3/(2) 5/(3) 16"200 225 29/(19) 32/(21) 21/(14) 23/(16) 16/(11) 17/(12) 8/(6) 9/(6) 5/(3) 5/(3) 18"200 36/(24)26/(17)20/(13)10/(7)5/(4) 20"200 45/(29)32/(21)24/(16)13/(8)7/(4) 24"200 64/(43)46/(30)35/(23)18/(12)9/(6) * VALUES BASED ON SAFE BEARING LOAD OF 2,000/(3,000) PSF SOIL TYPE SAFE BEARING LOAD (PSF) MUCK OR PEAT 0 SOFT CLAY 1,000 SAND 2,000 SAND AND GRAVEL 3,000 CEMENTED WITH CLAY 4,000 HARD SHALE 10,000 E B D A C B A B C D E 11 1 4° BEND 22 1 2° BEND 45° BEND90° BEND CAP / PLUG TEE PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING FOR HORIZONTAL FITTINGS STD. PLAN - 330.1 NOTES: 1.CONCRETE BLOCKING SIZES BASED ON 200 PSI HYDROSTATIC PRESSURE AND 3,000 PSI CONCRETE. 2.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4. 4.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING. 5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM 3' COVER. 6.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM DIMENSIONS PIPE SIZE BEND VOLUME (CF)A D *L 4" 11 1 4°8 2.0'3 4"1.5' 22 1 2°11 2.2' 3 4"2.0' 45°30 3.1' 6" 11 1 4°11 2.2' 3 4"2.0'22 1 2°25 2.9' 45°68 4.1' 8" 11 1 4°16 2.5' 3 4"2.0'22 1 2°47 3.6' 45°123 5.0' 12" 11 1 4°32 3.2' 3 4" 2.0' 22 1 2°88 4.5'3.0' 45°232 6.1'2.5' 16" 11 1 4°70 4.1'1"3.0' 22 1 2°184 5.7' 1 1 8"4.0' 45°478 7.8' 20" 11 1 4°91 4.5' 1 1 4" 3.0' 22 1 2°225 6.1' 4.0' 45°560 8.2' 24" 11 1 4°128 5.0'1 1 4"3.5' 22 1 2°320 6.8' 1 3 8"4.5' 45°820 9.4' * D = ANCHOR ROD DIAMETER 45° BEND L L A A A A L L 11 1 4° AND 22 1 2 ° BENDS PIPE CLAMP AND ANCHOR ROD PIPE CLAMP AND ANCHOR ROD PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING FOR VERTICAL FITTINGS STD. PLAN - 330.2 NOTES: 1.NO CHANGE IN PIPE DIRECTION OR DIAMETER SHALL OCCUR WITHIN 36' OF THE VERTICAL BEND. BENDS, TEES, REDUCERS, ETC. BEYOND THE 36' LIMIT MAY BE RESTRAINED BY STANDARD CONCRETE BLOCKING PER STD PLANS 330.1 AND 330.2. 2.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING. 3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4. 4.JOINT RESTRAINT SHALL BE MEGALUG SERIES 1100 OR EQUAL. 5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM 3' COVER. 6.90° VERTICAL BENDS SHALL ONLY BE INSTALLED WHERE GIVEN PRIOR APPROVAL BY THE CITY. 7.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 8.BACKFILL TRENCH BEYOND 90° VERTICAL BLOCK WITH CRUSHED SURFACING TOP COURSE MATERIAL COMPACTED TO 95% MDD. CRUSHED BACKFILL SHALL EXTEND 20' BEYOND BLOCK OR TO FIRM BEARING TRENCH WALL, WHICHEVER IS LESS. 9.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM DIMENSIONS PIPE SIZE BEND VOLUME (CF)A D *L 4" 11 1 4° BLOCKING NOT REQUIRED22 1 2° 45° 90°16 2.5'3 4"2.0' 6" 11 1 4° BLOCKING NOT REQUIRED 22 1 2° 45°13 2.3'3 4"2.0' 90°43 3.5'3 4"2.0' 8" 11 1 4° BLOCKING NOT REQUIRED 22 1 2° 45°33 3.2'3 4"2.0' 90°86 4.4'3 4"2.0' 10" 11 1 4°BLOCKING NOT REQUIRED 22 1 2°13 2.3'3 4"2.0' 45°64 4.0'3 4"2.0' 90°141 5.2'1"3.5' 12" 11 1 4°BLOCKING NOT REQUIRED 22 1 2°20 2.7'3 4"2.0' 45°111 4.8'3 4"2.0' 90°206 5.9'1 1 8"4.0' * D = ANCHOR ROD DIAMETER MINIMUM DIMENSIONS BASED ON FOLLOWING CONDITIONS: • PIPE RESTRAINED MINIMUM 36' ON EACH SIDE OF BEND • SAFE BEARING LOAD = 1,000 SF • CONCRETE STRENGTH = 3,000 PSI • CONCRETE WEIGHT = 150 PCF • HYDROSTATIC PRESSURE = 200 PSI • TRENCH = TYPE 2 FLAT BOTTOM TRENCH WITH LIGHTLY CONSOLIDATED BACKFILL PER ANSI/AWWA C150/A21.50 • FACTOR OF SAFETY = 1.5 • SOIL FRICTIONAL RESISTANCE BASED ON COHESIVE GRANULAR SOIL (GC+SC), SAND, GRAVEL, CLAY MIXTURE CONCRETE BLOCKING DESIGN MUST BE ADJUSTED FOR VARIANCES IN ANY OF THESE CONDITIONS. 45° BEND L L A A A A L L 11 1 4° AND 22 1 2 ° BENDS PIPE CLAMP AND ANCHOR ROD PIPE CLAMP AND ANCHOR ROD A A L L 90° BEND PIPE CLAMP AND ANCHOR ROD PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING FOR VERTICAL FITTINGS WITH RESTRAINED JOINTS STD. PLAN - 330.3 WATER MAIN PIPE CLAMP HEAVY DUTY HOT-DIPPED GALVANIZED PIPE CLAMP, COOPER B-LINE B3132 OR EQUAL, WITH OPENINGS TO ACCOMMODATE ANCHOR ROD DIAMETER ANCHOR ROD ALL-THREAD ROD, ASTM A242 CORTEN, ZINC-PLATED OR HOT-DIPPED GALVANIZED, SIZE PER STD PLAN 330.2 AND STD PLAN 330.3 NUT HEAVY HEX NUT, ASTM A563 GRADE C3 OR ZINC-PLATED, SIZE TO MATCH ANCHOR ROD DIAMETER, TIGHTEN TOP NUTS TO TENSION BOLTS AND LOWER NUTS TO COMPRESS CLAMP SNUG WASHER ROUND FLAT STRUCTURAL WASHER, ASTM F436 ZINC-PLATED OR HOT-DIPPED GALVANIZED, SIZE TO MATCH ANCHOR ROD DIAMETER A MATERIALS B C D A B C D PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING PIPE CLAMP AND ANCHOR RODS STD. PLAN - 330.4 VALVE OPERATING NUT EXTENSION VALVE MARKER POST SECTION A-A AA VALVE BOX AND LID NOTES: 1.EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN 3' BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF 1' LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. 2.ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. NOTES: 1.VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS. 2.DISTANCE TO VALVE SHALL BE NEATLY STENCILED ON THE POST WITH 2" NUMERALS. MAIN 3" MIN VALVE BOX TWO-PIECE VALVE BOX WITH REGULAR BASE SECTION TO FIT AND STANDARD 8" TOP SECTION, OLYMPIC FOUNDRY INC 940 OR RICH #045 (NON-LOCKING) VALVE BOX LID COVER TO MATCH VALVE BOX MANUFACTURER, TO READ "WATER", WITH EARS IN DIRECTION OF WATER MAIN HMA COLLAR 8" THICK HMA FOR VALVE IN PAVED AREA OR 3'x3'x6" CONCRETE PAD IN UNPAVED AREA OPERATING NUT EXTENSION SEE DETAIL, THIS SHEET MARKER POST WHITE MARKER POST WITH ANCHOR BARB AND BLUE LABEL TO READ "WATER", CARSONITE UTILITY MARKER CRM3-066-08 OR EQUAL A B C D E MATERIALS 3 3 4" 62" 34" 24" 12" 8" TO 12" 2" SQUARE OPERATING NUT 4 1 4" DIAMETER 1 8" MIN THICKNESS 1" DIAMETER STEEL, LENGTH AS REQUIRED 1 8" MIN THICKNESS 2 1 4" INSIDE MEASUREMENT 2 1 4" DEPTH D A C B E PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator VALVE BOX, OPERATING NUT EXTENSION, AND MARKER POST STD. PLAN - 330.7 A PLUG OR CAP MAIN LINE PLUG OR CAP WITH 2" TAP (FIPT) PIPE 2" CLOSE NIPPLE BEND 2" 90° BRASS BEND (FIPTxFIPT) PIPE 2" BRASS OR BRONZE NIPPLE, LENGTH TO FIT GATE VALVE 2" GATE VALVE (FIPTxFIPT) WITH SQUARE OPERATING NUT AND VALVE OPERATING NUT EXTENSION AS REQUIRED PER STD PLAN 330.1 VALVE BOX AND LID VALVE BOX AND LID PER STD PLAN 330.8 BLOCKING CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. D B C E F G PROFILE PLAN WATER MAIN C D A B C D E E F C D D D C C G 18" MATERIALS PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 2" BLOW-OFF ASSEMBLY (TEMPORARY) STD. PLAN - 340.2 25 Grant Contract\ GRANT CONTRACT WITH DEPT OF COMMERCE