Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWWP273711 (2)Award Date:
,rv,y 7.
Awarded to:
-Sy 4 tv E 2 (' xL� OQ
Award Amount: 7" 1 -/ 6 o .7 9 S. Z S"
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
Construction of:
CAG-14-078
Sewer Radio Panel Relocation and Lift
Station Improvements
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: Michael Benoit
PROJECT NO.
WWP-27-3711
Spring 2014
(425) 430-7206
�'ity Of
i
EQUITY BUILDERS LLC
July 20, 2014
City of Renton
1055 South Grady Way
Renton WA, 98057
Attn: Mike Benoit
Mike,
5066 E 261" DRIVE
BELLINGHAM WA
98226
Here is a list of responsible personnel and for the "Sewer Radio Relocation and Lift Station
Improvements" Project:
George Hochstein: PM and on -site superintendent for above grade construction and mechanical.
5066 E.26th Dr.
Bellingham WA 98226
360-592-2929-office
360-739-3447-cell/jobsite
360-592-9013-home/emergency
360-739-3685-wife Maria/emergency
Dave Neuser: Site -work and underground superintendent
6463 Vista Drive
Ferndale 98248
360-961-7696 cell/primary
360-384-3134 home/emergency
Juan Duran: Pipe Foreman
7734 Goodwin Rd.
Everson WA 98247
360-306-0436 cell/primary
360-966-0340 home/emergency
Brandon Bush
C/o Propel Insurance: Bonding Agent
206-676-4214
Thank you.
George Hochstein
Owner
Office # 360-592-2929
Fax # 360-592-2655
Cell # 360-739-3447
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Sewer Radio Panel Relocation and Lift Station Improvements
PROJECT NO.
W W P-27-3711
Spring 2014
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
•/t W n t y\
38613
j O� R£cisrrRF°`�a��v
,SSIONAL�`G
4/22/2014 4/22/2014
I
I
it
I
11
Sewer Radio Panel Relocation and Lift Station Improvements
WWP-27-3711
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
*Proposal & Combined Affidavit & Certificate Form:
Non -Collusion
Anti -Trust Claims
Minimum Wage Form
*Dept. of Labor and Industies Certificate of Registration
*Bid Bond Form
*Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement (Contracts other than Federal - Aid FHWA)
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Technical Specifications
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 at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
' to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C.status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
I
I
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job -related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of
March _ 2011,
CITY RENTON
C.
Denis Law, Mayor
Attest:
Bonnie I. Walton, City Clerk
RENTON CITY COUNCIL
until Pr sident
I
I
I
(I
1
CITY OF RENTON
SUMMARY OFAMERIC.ANS WITH DISABILITIES ACT POLICY
ADOPTED BY RESOLMONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
diseriminawry manner. Personnel decisions will be based on individual performance:,
staffing requirements, and m accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with: disabilities in
employment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans
With Disabilities Act Policy. will be maintained to :facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the Cily Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY OF RENTON
Mayor
Attest: %
City Clerk
RENTON CITY COUNCIL:
Council Presidcnt
[1
I
I
I
I
I
CITY OF RENTON
Sewer Radio Panel Relocation and Lift Station Improvements
WWP-27-3711
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:
The City of Renton Sewer Radio Panel Relocation and Lift Station Improvements project consists of the
relocation of sewer radio panels at Hazen and West Hill reservoirs, access and ventilation improvements
for manholes in Mill Ave. and Main Ave., and access hatch modifications at 17 lift stations to add guard
systems. The project involves structural, mechanical, electrical and telemetry work. The sewer radio
panels are used with the City's sewer SCADA system.
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. A total of 90 working days will be allowed for the completion
of this project.
I
CITY OF RENTON
I
I
I
Sewer Radio Panel Relocation and Lift Station Improvements
W W P-27-3711
Project Locations*
Upgrade SITE (NAME) ADDRESS
Radio Repeater Relocation Hazen Reservoir 4901 NE Sunset Boulevard
Radio Repeater Relocation West Hill Reservoir 12603 82nd Avenue S
Manhole Improvements
Manhole Improvements
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Lift Station Hatch Guard Work
Main Ave S
Mill Ave S
Baxter Lift Station
Cottonwood Lift Station
Denny's Lift Station
Devil's Elbow Lift Station
East Valley Lift Station
Kensington Crest Lift Station
Lake Washington Beach Lift Station
Lake Washington Flush Lift Station
Lake Washington No 2 Lift Station
Lind Avenue Lift Station
Long Lift Station
Oakesdale Lift Station
Shy Creek Lift Station
Stonegate Lift Station
Talbot Crest Lift Station
Wedgewood Lift Station
Westview Lift Station
I*See also maps on sheets 1 & 2 of the plan set.
11
Approx 500 Main Ave S
(east of retaining wall
436-500 Mill Ave S
4505 Ripley Lane N
2101 Maple Valley Highway
4748 Lake Washington Boulevard NE
3001 NE 27th Street
3371 East Valley Road
3000 SE 8th Street
1201 Lake Washington Boulevard N
2725 Mountain View Avenue N
3903 Lake Washington Boulevard N
1891 Lind Avenue SW
2702 Union Avenue NE
1500 Oakesdale Ave SW
5110 SE 2nd Place
2615 Nile Ave NE
2511 Talbot Crest Drive S
5401 NE 10th Street
1149 Monterey Avenue NE
1
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and
the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to
be only approximate. Final payment will be based on actual quantities and at the unit price bid.
The City reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of
that item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event
of errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately
following the decision as to award of contract. The check of the successful bidder will be returned
provided he enters into a contract and furnishes a satisfactory performance bond covering the full
amount of the work within ten days after receipt of notice of intention to award contract. Should
he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage
for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as
the City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical
ability to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
1 compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 "Public Liability and Property Damage Insurance".
ll
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the
City of Renton on all chemical hazards Contractor is bringing into the work place and potentially
exposing City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage".
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid items set forth in the bid forms (including all
alternate bid items) to be considered responsive for award. The Total Bid Price, as indicated on
the Schedule of Prices, will be used to determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award either or none of the
alternate bid items to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act,
Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item.
The costs of trench safety systems shall not be considered as incidental to any other contract item
and any attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area
of work regardless of any contractual relationship which may exist, or be alleged to exist, between
the CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for
obtaining updated issues of the prevailing wage rate forms as they become available during the
duration of the contract. The wage rates shall be included as part of any subcontracts the
Contractor may enter into for work on this project.
I19. 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.
r�
I
I
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities
' within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA 2010 Standard Specifications for Road, Bridge and Municipal Construction
and "Division 1 APWA Supplement". hereinafter referred to by the abbreviated title
"Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard
specification or test method.
tB.
All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14,
Measurement and Payment (added herein) shall govern.
21. Bidder's
Checklist
❑
It is the responsibility of each bidder to ascertain if all the documents listed on the attached
index are included in their copy of the bid specifications. If documents are missing, it is the
sole responsibility of the bidder to contact the City of Renton to obtain the missing documents
prior to bid opening time.
❑
Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid"?
❑
Has bid bond or certified check been enclosed?
❑
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑
Has the proposal been signed?
❑
Have you bid on ALL ITEMS and ALL SCHEDULES?
❑
Have you submitted the Subcontractors List (If required)
❑
Have you reviewed the Prevailing Wage Requirements?
❑
Have you certified receipt of addenda, if any?
❑
Have you submitted the Dept. of Labor & Industries Certificate of Registration form?
I
I
Ul
CITY OF RENTON
CAG-14-078
t
' CALL FOR BIDS
` Sewer Radio Panel Relocation and Lift Station Improvements
W WP-27-3711
Sealed bids will be received until 2:30 p.m. Tuesday, June 10, 2014, at the City Clerk's office, 7th
floor and will be opened and publicly read in Conference Room 511 on the 5th floor, Renton City
Hall, 1055 South Grady Way, Renton WA 98057 for the Sewer Radio Panel Relocation & Lift
Station Improvements project.
The work to be performed within Ninety (90) working days from the Notice to Proceed Date
under this contract shall include, but not be limited to:
The City of Renton Sewer Radio Panel Relocation and Lift Station Improvements project consists
of the relocation of sewer radio panels at Hazen and West Hill reservoirs, access and ventilation
improvements for manholes in Mill Ave. and Main Ave., and access hatch modifications at 17 lift
stations to add guard systems. The project involves structural, mechanical, electrical and
telemetry work. The sewer radio panels are used with the City's sewer SCADA system.
1 Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans
and specifications of this contract document.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents. will be available May 27, 2014. Plans, specifications, addenda, and the plan
holders list for this project are available on-line through Builders Exchange of Washington, Inc., at
httn://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton",
"Project's Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List.")
If a bidder has any questions regarding the project, please contact the Project Manager, Mike
Benoit, at 1055 South Grady Way, Renton, WA 98057, mbenoit@rentonwa.gov, or (425) 430-
7206.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall
apply. •
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce May 27, 2014
Daily Journal of Commerce June 3, 2014
Sewer Radio Panel Relocation and Lift Station Improvements
I
WWP-27-3711
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 schedule of prices.
' The undersigned further certifies and agrees to the following provisions:
' NON -COLLUSION AFFIDAVIT
' Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing
proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the deponent has not directly induced or
solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person
or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to
secure to himself or to any other person any advantage over other Bidder or Bidders.
' AND
' CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
' Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and all claims for such over -charges as to goods and materials purchased in connection with this order
or contract, except as to overcharges resulting from anti-trust violations commencing after the date of
' the bid, quotation, or other event establishing the price under this order or contract. In 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
'Page 12 Proposal & Combined Affidavit & Certificate Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w\Aw.bxwa.com - Always Verify Scale
1
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than
the minimum rate of wages as specified in the principal contract.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
I
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
I
I
Name of Bidder's Firm
Signature of Authorized Representative of Bidder*:
Printed Name: 6;e.N9^SC A4(_4,4 ,�- Title: �cva-��^ / Sole JV'y-C'�4e-^
yr ^ r�
Address: _ 6 �f . /J� //1,
Contact Name (please print): Geo
Phone: 310-- %39 — 34i V I Email: Gt �Nr�cec� �c4 cn
*The above signature must be notarized using the applicable notary language found on pages 3 and 4.
If business is a CORPORATION, please complete this section:
Name of President of Corporation
Name of Secretary of Corporation
ICorporation Organized under the laws of
With Main Office in State of WashinFtO at
If business is o PARTNERSHIP adLIMITED LIABILITY COMPANY, pleose complete this section:
Name:
Title (Partner, Member, Manager):
Proposal & Affidavit/Certificate Page 2 of 4
'Page 13 Minimum Wage Affidavit Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see w\Anw.bxwa.com - Always Verify Scale
' INDIVIDUAL FORM
STATE OF WASHINGTON )
' --- : County of ss _ }
' On this day of before me p rsonally appeared
to me known to be the individual(s) described in and who executed the foregoing instrument,
and acknowledged under oath that _ (he/she/they) signed and sealed the
' same as __ (his, er, their) free and voluntary act and deed, for the
uses and purposes therein mentioned.
' GIVEN under my hand and official eal the day and year last above written.
(SEAL)
' Notary Public in and for the State of --
Washington, residing at
Print Name:
' My commission expires:
' CORPORATION FORM
STATE OF WASHINGTON }
ss
' County of
' On this day of before/me personally appeared
to me known to be the / (President, Secretary, Treasurer) of the
corporation that executed the foregoing inss/t(ument, and acknowledged said instrument to be
the free and voluntary act and deed of s/id corporation, for the uses and purposes therein
' mentioned, and on oath stated that (he/she/they) are authorized to execute said
instrument. /
' GIVEN under my hand and official se I the day and year last above written.
(SEAL) _
t Notary Public in and for the State of
Washington, residing at _
Print Name:
' My commission expires: _
' Proposal & Affidavit/Certificate Page 3 of 4
'Page 14 Individual Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwnro.bxwa.com - Always Verify Scale
STATE OF WASHINGTON
ICounty of
ss
PARTNERSHIP FORM
On this day of _ before me pers ally appeared
to me known to be a General Partne of the partnership known as
that executed the f egoing instrument, and acknowledged said
instrument to be the free and voluntary act d deed of said partnership, for the uses and
purposes therein mentioned, and on oath s ted that _—_ (he/she/they) are authorized
to execute said instrument.
GIVEN under my hand and official seA the day and year last above written.
(SEAL)
Notary Public in and for the State of
Washington, residing at
Print Name:
My commission expires:
LIMITED LIABILITY COMPANY (LLC) FORM
STATE OF WASHINGTON
ss
County of —thia 0 ry)
On this JO B' day of JLLne 20 14, before me personally appeared
• Core. Ao hSkj'n to me known to be a Managing Member of the Limited Liability
Comp'ajny known as uii PwO ' ,i-s LLC _ and thw� eehe/they executed the
foregoing instrument, and acknowledged said instrument to be the free and voluntary act and
deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on
oath stated that he, (he/she/they) are authorized to execute said instrument.
GIVEN under my hand and official seal the day andjar las above w tten.
(SEAL) ®o®�gIloi — —
o��l® N h ngton,Public ary residinat in dfor g theStateof
�r�
�Z Print Name:
l�n►•nc P�•r ' sh
m e,e
6 ap My commission expires: �.�I • I U
/11 Proposal & Affidavit/Certificate Page 4 of 4
tPage 15 Partnership Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwAN.bxwa.com - Always Verify Scale
1
rDepartment of Labor and Industries
Certificate of Registration
r
Nallicoil ReL'Istratloll: ll< �Ci ....._/c�_.tl..G�S
r _ •
Reg(7
Registration Nitniher: (.( j '�,Q� $ % A,)
1
Expiration Date:
r�'otc: a cops- of the certificate will Lie requested as part ol'contract execution when project is awarded_
r
r
r
1
1
r
r
r
r
r
r
'Page 16 Department of Labor & Industries Certificate of Registration
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Herewith find deposit in the form of a certified check cashier's checkAash, or bid bond in the -amount --
of $_ (}66 which amount is not less than five percent of the total bid.
Signature D w
Know All Men by These Presents:
That we, as Principal, and
__as Surety, are held and firmly bound unto the City of Renton, as
Obligee, in the penal sum of _ _Dollars, for the payment of
which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
according to the terms of the proposal or bid made by the Principal
therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do
so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety
shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this
bond.
1 SIGNED, SEALED AND DATED THIS
Received return of deposit in the sum of $
DAY OF 20
Principal
Surety
'Page 17 Bid Bond Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see ww w.bxwa.com - Always Verify Scale
CITY OF RENTON PUBLIC WORKS DEPARTMENT
SEWER RADIO PANEL RELOCATION AND LIFT STATION IMPROVEMENTS
TOTAL BID PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER
(Note: The bid price shall be stated +n figures only, in terms of the units indicated and as to a total amount. In the event of errors or where
1 conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid)
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITE
—APPROX.1
ITEM
—7Dollars
UNIT PRICE
AMOUNT
NO.
QUANTITY
Cents.
Dollars Cents.
1
1
Schedule A
Mobilization and Demobilization (not to
$ l 1 ceo—
c
$
Lump Sum
exceed 100". of contract total)
per Lump Sum
2
1
Traffic Control
$ ���csc<<'�
$ G�, Coo"
per Lump Sum
Lump Sum
3
1
Mill Ave Manhole Irnprovefnents
$ '-9-6Y Atie, d—
$
Lump Sum
per Lump Sum
4
1
Main Avenue Manhole Improvements
o�'
G
Lump Sum
per Lump Sum
5
2
Adjustable Guard Rail and Chain
$ -?c;0 e°r "
$
Each
per Each
6
30
Access Hatch Modification - Guard Rail
$ t:5�
$ VC 7,
Each
Systern
per Each
7
10
Access Hatch Modification - Guard Post and
oG,
$ l r c96s�"
$ r or re"
Each
Chain System
per Each
8
1
Hazen Reservoir Radio Repeater Relocation
$ l'i { CC ao Co
$ (P Q 0 C_ CIO
per Lurnp SUM
Lump Sum
9
1
West Hill Reservoir Radio Repeater
o
$ l , an0 C �—
$ �' , CSC., I
Lump Sum
Relocation
per Lump Sum
Subtotal
aG
$
9.5% Sales Tax
01
$
Total Bid Price
$
s
' The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The
' Partial bids will not be accepted. The intent is to award to only one BIDDER.
Page 18 Schedule of Prices
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com - Always Verify Scale
ThUrsChv, line S, 2014
' City of Renton
ADDENDUM NO. 1
TO THE PLANS AND SPECIFICATIONS FOR:
' Sewer Radio Panel Relocation and Lift Station Improvements
' TO ALL PL_\\HOLDERS:
Yoti :ire hereby- 11oti5ed of t:hc tollowiu cltan ;es, deletions, additions and correctioiis to the
specitirations, and other do>ci,unents (7omprising; the contract documents for the Cite of Renton Sewer
' Radio P111e1 Reloc,'Itloll and L.ItI Station fuiprove1raerats pro)ec.t.
All chimigs in wording have been bolded.
BC)X_I?S :\\I) h1'ITI`GS
161 IZ i< ewaNT"
Part J -- l istallation
' Raccway :-\pplicatrolls
!N !h,, s"'c:tlon cliriell1ly wads:
3 \Bt:)\ I , (;1Z\1.)h: CONDI `ITS, (wet orcr)rrosive:ueas, NFP:\ '!) haz,irdc,us:areas) shall be:
Io
j. \BC?\'}: (_ l: \llE CO` DI_TITS (corrosive and \F'P 1 "i) hazardous areas'\ shall be:
t
Pa.*r I ol- 2
'Page 1 Addendum #1
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvAv.bxwa.com - Always Verify Scale
o
AdLICIldt1n) No. I
I une -5. )014
A cideiickiii) �un)ber t is lie I c- I) v niacie ,I pal, I of these itst, (-(")I I I I act (I I] I C I I IS, ;I I id Its terms I Is :I I I d Cc, I I d I tl() I IS
Are hilly I)Iiiclliig ,)ii the phiilioldt-r niid contractor. The coiiti"..ictor slmll ic(-Clpt oft -his
Addewitiiii No. I I)v sigiiing Iii the Space provided 1-.)(-Io%\- and ;ittscltuig it to his pLopos:11.
V.
71<
RI-12 ENGINEERING, INC. 4�
Mark Miller, P.E. J&.^
■ 7-
T,stwd 6 2) t 4
38,613 2-6 7
4
RccclNTud, and ackiiowl(-d
1 +jf
Colltl:lctol-
ge
By
I'll Ic
6,
P�w�c of"
Page 2
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see ww,w.bxwa.com - Always Verify Scale
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above -named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran's status.
II. The above -named contractor/subcontractor/consultant complies with all applicable federal,
state and local laws governing non-discrimination in employment.
III, When applicable, the above -named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/ epresentative's Name I
L% L�Nr '/''Z k
ro /v—/v�c�...� .,, -
Print Agent/Representative's Title
.. �gen�tIRepre�sentativ�e'sSiSn�ature
7-i9'�`(
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
BOND TO THE CITY 0" RENTON
Bond No.105804089
KNOW ALL MEN BY THESE PRESENTS.
That we, the undersigned Equity Builders LLC
as principal, and Travelers Casualty and Surety Company of America
corporation organized and existing under the laws of the State of Connecticut as a
surety corporation, and qualified under the laws of the State of Washington to become surety upon
bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly
bound to the City of Renton in the penal sum of $145,799.25 for the payment of which sum
on demand we bind ourselves and our successors, heirs, administrators or person representatives, as
the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of
the City of Renton.
Dated at , Washington, this _ _ day of 2014.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-14-0T9 prowidlirig for
construction of Sewer Radio Panel Relocation and Lift Station Improvements
(project name:)
the principal is required to furnish a bond for the faithful performance of the contra:et; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract im the
manner and within the time therein set fortn, or within such extensions of time as Fnalybe grAote'dl
under said contract, and shall pay all laborers, mechanics, subcontractors and na,ater-41rrsen, aAd a""
persons who shall supply said principal or subcontractors with provisions and supplies for the carrying;
on of said work, and shall hold said City of Renton harmless from any lossior damage occasloned.to any
person or property by reason of any carelessness or negligence on the !part of said principal, or away
subcontractor in the performance of said work, and shall indemnify 'and hold the City of Renton
harmless from any damage or expense by reason of failure of performance as specified W the caroat4i
or from defects appearing or developing in the material or workmanship provided or performed under
the contract within a period of one year after its acceptance thereof by the City of Renton, then and in,
that event this obligation shall be void; but otherwise it shall be and remain in fUtl faarce wideifem
Signed and sealed this 24th day of July 2014
Equity Builders LLC
Principal
Signature �Occf � s �/_
Dui tiY— / s v & i1 r
Title
Travelers Casualtv and Suretv COmpanv of America
Surety
( —14(yev'/- -i iii, \�� � kt
Signature 4§W A. Firth
Attorney -in -Fact
Title
INVALID
THE RED BORDER
POWER OF ATTORNEY
TRAVELERS Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 227923
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 005885688
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
la" s of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Eric Zimmerman, Karen Swanson, Brent E. Heilesen, James B. Binder, Peter J. Comfort, Jennifer L. Snyder, Julie R. Truitt, Peggy A. Firth, Tamarie
Ellingsen, Steve Marinkovich, Christopher Kinyon, Jamie Diemer, Amanda Rush, Casey Jackson, Joy Jennings, Leah Shamberg, Martha Juarez,
Stephanie Hansen, Taylor Murray, Tabitha Tomlinson, Carley Espiritu, and Mandy Kellner
of the City of Tacoma , State of Washington , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF. the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of April 2014
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
28th
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
6 P,SUgf� �it yF�RF 6 4 �P,M �NfG P� 1X54q Jp�TY �Mp !}41Wfry FY'Y_'YJ
2• pAPWpP L J•0p�`4 G 7 QO: 7 4J._ ..... qt A a� S� C 4�
��' ti � '� MCtYlppliSltl7 °-� ��a�voRq�Fs rt; PORat'�i^^ �
--- MARTfORU. < J• FUl4TFCRA � ��
1977
z
L Cowl. 8 ;!, 1696
CONK.
� � � � � y� o• v:SEELit W o
1s ..............
' I State of Connecticut
City of Hartford ss.
By: - —
Robert L. Raney, Kior Vice President
On this the 28th day of April 2014 before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G•T�
In Witness Whereof, I hereunto set my hand and official seal. �T R
My Commission expires the 30th day of June, 2016. OEM)
it
,4WFC �
Marie C. Tetreault, Notary Public
58440-8-12 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this a Ll day of 201_q
Kevin E. Hughes, Assistant Se. tary
G}Slia( pr,••� t1RE 6 �}N..��SG � 1MSUq }�ZY .1ry0 �SRy y _«Q�I�._
z ar c. vanxr r � lc 1 119�8 2s 0 19%% "; z t —._ ; n � llAnrF01D, a tL19rFCR�, �
ycc'+Ec+'�" t �, � 1951 �° s e a L o i � ' cawt � ��-•-- J e m 1896
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
' CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this day of 2014. by
and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and Equity Builders, LLC, hereinafter referred to as
"CONTRACTOR."
' WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within Ninety (90) working days from
date of commencement hereof as required by the Contract, of which this agreement is a
'
component part) perform all the work and services required to be performed, and provide and
furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the construction
and installation work in a workmanlike manner, in connection with the City's Project identified
as CAG-14-078 for improvement by construction and installation of:
'
Work for the Sewer Radio Panel Relocation and Lift Station Improvements project,
per the "Scope of Work" included herein.
'
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
'
installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
of or arising under the Contract. The Contractor agrees to use recycled materials whenever
practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
i�
agreement, consists of the following documents, .all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
'
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
C 1-2009
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,
or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of
his subcontractors should violate any of the provisions of this Contract, the City may then serve
written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate
in every respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
and perform the Contract, provided, however, that if the surety within fifteen (15) days after the
serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for
the account and at the expense of the Contractor, and his surety shall be liable to the City for
any excess cost or other damages occasioned the City thereby. In such event, the City, if it so
elects, may, without liability for so doing, take possession of and utilize in completing said
Contract such materials, machinery, appliances, equipment, plants and other properties
belonging to the Contractor as may be on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies I
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all claims,
actions, damages, liability of every type and nature including all costs and legal expenses
incurred by reason of any work arising under or in connection with the Contract to be performed
hereunder, including loss of life, personal injury and/or damage to property arising from or out
of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise
apply for or on account of any patented or unpatented invention, process, article or appliance
manufactured for use in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory primary
basis. In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City harmless
and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in
connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and
reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the
covenants, provisions and agreements hereunder. The Contractor also agrees to name King
County as an additional insured on a noncontributory primary basis with the same
considerations as provided the City herm.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the
City, from claims, demands or suits based solely upon the conduct of the City, its officers or
employees and provided further that if claims or suits are caused by or result from the
concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents,
officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity
provision with respect to claims or suits based upon such concurrent negligence shall be valid
2 C 1-2009
' and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
' Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor and
the city, its officers, officials, employees and volunteers, the contractor's liability hereunder
' shall be only to the extent of the contractor's negligence. It is further specifically and expressly
understood that the indemnification provided herein constitute the contractor's waiver of
immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this
' indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this agreement.
' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be
dated and signed by the party giving such notice or by its duly authorized representative of such
party. Any such notice as heretofore specified shall be given by personal delivery thereof or by
' depositing same in the United States mail, postage prepaid, certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
' Contract final execution, and shall complete the full performance of the Contract not later than
Ninety (90) working days from the date of commencement. For each and every working day of
delay after the established day of completion, it is hereby stipulated and agreed that the damages
to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard
'
Specifications as liquidated damages (and not as a penalty) for each such day, which shall be
paid by the Contractor to the City.
'
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use
of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor
'
shall be under the duty to remedy any defects in the work and pay for any damage to other work
resulting therefrom which shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City will give notice of
'
observed defects as heretofore specified with reasonable promptness after discovery thereof, and
Contractor shall be obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor.
'
Defective or Unauthorized Work. The City reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work includes,
'
without limitation: work and materials that do not conform to the requirements of this
Agreement; and extra work and materials furnished without the City's written approval. If
Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City
may complete the work by contract or otherwise, and Contractor shall be liable to the City for
'
any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs,
including legal costs and attorney fees, incurred by the City beyond the maximum Contract price
' specified above. The City further reserves its right to deduct the cost to complete the Contract
work, including any Additional Costs, from any and all amounts due or to become due the
Contractor.
' The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time period
' 3 C 1-?009
set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or
implied arising out of a written agreement.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER
OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE
AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT
IS MADE AND ACCEPTED.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous
data pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this Contract;
said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety
or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.
1 1) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall -provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way.
12) The total amount of this contract is the sum of $145,799.25
num •rs
One -Hundred -Forty -Five -Thousand -Seven -Hundred -Ninety -Nine & 25/100 Dollars
wnuen words
including Washington State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor -
Employer Relationship will be created by this Agreement and that the Contractor has the ability
to control and direct the performance and details of its work, the City being interested only in
the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120
CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR
CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER
BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY
LIMITATIONS PERIOD.
15) Non -Waiver of Breach. The failure of the City to insist upon strict performance of any of the
covenants and agreements contained in this Agreement, or to exercise any option conferred by
this Agreement in one or more instances shall not be construed to be a waiver or relinquishment
of those covenants, agreements or options, and the same shall be and remain in full force and
effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the
addresses listed on the signature page of the Agreement, unless notified to the contrary. Any
4 C 1-2009
I
I
written notice hereunder shall become effective three,(3) business days after the date of mailing
by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at
the address stated in. this Agreement or such other address as may be hereafter specified in
writing.
17) Assignment. Any assignment of this Agreement by either party without the written consent of
the non -assigning party shall be void. If the non -assigning party gives its consent to any
assignment, the terms of this Agreement shall continue in full force and effect and no further
assignment shall be made without additional written consent.
18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement
shall be binding unless in writing and signed by a duly authorized representative of the city and
Contractor.
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal
laws, rules, and regulations that are now effective or in the future become applicable to
Contractor's business, equipment, and personnel engaged in operations covered by this
Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of which
shall constitute an original, and all of which will together constitute this bne Agreement.
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
Pr ident/Partner/Owner/Manager/Mem e
Secretary
d/b/a
Firm Name
Mayor
CITY OF RENTON
check one
❑ Individual ❑ Partnership ❑ Corporation Incorporated in _
❑'T.imited Liability Company formed in J�
5
ATTEST
City Clerk
C l--'U09
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both 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 business is a PARTNERSHIP, 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 business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed
by d/b/a and name of the company.
If business is a LIMITED LIABILITY COMPANY (LLC), name of the company should be listed in
full and the contract signed by a Manager or Member who has management authority for the LLC.
Please furnish, to the City, a copy of the Certificate of Formation, a copy of the LLC agreement
addressing management authority, and a copy of the latest annual report filed with the Secretary of
State for the LLC.
6 C t-21UQ9
Department of Labor and Industries
PO Box 44450
01N.mpia. WA 95504-4450
H:QL'ITY BUILDERS LLC
5066 E 26TI i DR
BELLINGHAM WA 98226
EQUITY BUILDERS LLC
Reg: CC EQUITBL98?1N7
U BI: 602-220-464
Registered as provided b�• Law as
Constntction Contractor
(CCOI) - GENERAL
Effective Date: Si27.2002
Expiration Date: 5.26.2015
Business,License � ......
:.�..�._ :itv of
Annual - Out of Expiration Date:
'nis license :---: not ai'ow.pcersee to operate a permanent pnysrcal iocat;nn in Renton 07/31/2014
1055 Sout" G any Way Rerstcr `-VA 5805' (425) 430-6851
Business Location: Issued Date: License #:
5066 E 26TH DR 08i06l2013 BL 034901
BELLINGHAM WA 98226 Licensee has applied for a City of Renton business
license in accordance with Renton Municipal Code
he Code). Title V Business. Chapter 5 Business
EQUITY BUILDERS LLC Lice . The Licensee agrees to comply with all
5066 E 26TH DR requlrem s of the Code. as well as State laws and
BELLINGHAM WA 98226 regulations ap ble to the business activity
licensed
Post this License at the lace of business.
LAC-C-0S,=
' Business .License;l,.or
it
1055 South Grady Way Renton, WA 98057 (425) 430-6851 Fax (425) 430-6983
License #: BL.034901
' Expiration Date: 07/31 /2015
Issued Date: 07/29/2014
EQUITY BUILDERS LLC
5066 E 26TH DR
BELLINGHAM, WA 98226
--..-...Detach,License.and.Pnsrathutlnesslocation lfsted•Cew.,-
' CITY OF RENTON
1055 S Grady Way, Renton WA 98057 (425) 430-6851
Fax (425) 430-6983 licensing@rentonwa.gov
�
BUSINESS LICENSE : g
NON -TRANSFERABLE ;
Annual - Out of City License #: BL.034901
Expiration Date: 07/31/2015 p
Business Name: EQUITY BUILDERS LLC
NAICS CODE: 236220
Business Location:__
e� 5066 E 26TH DR CitV of
BELLINGHAM, WA 98226_
Mayor Administrative 1204 Administrator
Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code (the Code), Title V
Business, Chapter 5 Business License, The Licensee agrees to comply with all requirements of the Code: as well as State laws
' and regulations applicable to the business activity licensed.
Post this License at the place of business.
-� 4 This license does not allow licensee to operate a permanent physical location In Renton.
Client#: 147499
17i111 _1U11
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
DATE(MM/DD/YYYY)
07/28/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT Nancy Osborne
Propel Insurance
PHONE g00 499-0933 FAX 866.577.1326
E:l : aC, No
E
Seattle Commercial Insurance
E-MAIL
ADDRESS: NO@propelinsurance.com
925 4th Ave, Suite 3200
Seattle, WA 98104
INSURER(S) AFFORDING COVERAGE
I NAIC #
INSURER A: Liberty Mutual Ins. Co.
124740
INSURED
Equity Builders
INSURER B
I
5066 E 26th DR
INSURER C :
I
Bellingham, WA 98226
INSURER D :
I
INSURER E :
INSURER F :
GUVtKALit5 CERTIFICATE NIIMFLFR• RFVItzinpi AIIIMR1=0_
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
ADDLISUBR
INSR
WVD
POLICY NUMBER
POLICY EFF
MMIDDrCM
POLICY EXP
MM/DDIYYYY
LIMITS
A
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE FxI OCCUR
Stop Gap Liability
X
X
OICE5677123
5/30/2014
05/30/201
EACH OCCURRENCE I
$1,000,000
DAMAGE TO RENTED
PREMISES Eaoccurcence
$1,000,000
MED EXP (Any one person)
$15,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PRO-
JECT ( LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED
UTOS X SCHEDULED
AAUTOS
HIRED AUTOS X NON -OWNED
AUTOS
X
X
BAS1556177838
5/20/2014
05/20/201
COMBINED SINGLE LIMIT
Ea accident
$1,000,000
X
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
A
_
X
UMBRELLA LULB I X OCCUR
EXCESS LIAB I CLAIMS -MADE
X
US01556177838
5/20/2014
05/20/2015
EACH OCCURRENCE
s2 000,000
AGGREGATE
s2,000,OOO
DED RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N I A
i
WC STATU- OTH-
DRY LIMITS_ ER
_
$
___LT_
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
$
--
E.L. DISEASE -POLICY LIMIT
--- --
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
RE: Sewer Radio Panel Relocation and Lift Station Improvements, CAG-14-078.
L.CRIIrn,mi_L MULUtrI GANGtLLAIIUN
City of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
1055 S. Grady Way ACCORDANCE WITH THE POLICY PROVISIONS.
Renton, WA 98057
AUTHORIZED REPRESENTATIVE
©1988-2010 ACORD CORPORATION. All rights reserved
ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S1460118/M1460108 KTR00
I
Equity Builders
010E5677123
COMMERCIAL GENERAL LIABILITY
CG 85 83, 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
13LANKET_ADDITIONAL INSURED
CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS
This endorsement modifies insurance provided urider the following: '
COMMERCIAL GENERAL- LIABILITY COVERAGE PART
A. Paragraph 2. under Section II - Who Is An Insured is amended - to include as an insured •any person or
organization whom you have agreed to add as an additional insured in a written .contract or written
agreement. Such person or organization is an additional insured tiut only with respect to liability for
"bodily injury" or "property damage":
1. Caused by "'your work" performed for that additional 'insured that is the subject of the written
contract. or written agreement; and
2. Included in the "products -completed operations hazard".
However:
a) The insurance afforded to such additional insured only applies -to the extent permitted : by law;
and
b) If coverage provided to the additional insured is required by a contract: or agreement, the
insurance afforded to such ad1.ditional insured will not be broader ,than that which you are
required by the contract or agreement to provide for such additional insured
The, in , provided by this, endorsement applies only if the written contract or written agreement is
signed prior to the "bodily injury" or "property damage".
We have no duty to defend an additional insured under this -endorsement until' we receive written notice
of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of
Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Conditions.
B. With respect to the insurance provided by -this ;endorsement, the following are, added to Paragraph 2.
Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability:
This insurance does not apply L to:
1. "Bodily injury" .or 'property damage" that occurs..prior to you. commencing operations at the
Iodation wdil
here sucti "boy injury" or "property' damage" occurs..
2. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any
professional architectural; engineering .,or surveying services including:
a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions,
reports, surveys,. field orders, change orders or drawing and'specifications; and
b., Supervisory, `inspection, architectural or engineering activities.
1 CG 85 83 04 13
© 2013 Liberty Mutual Insurance
Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 2 .
Equity Builders
010E5677123
C. With respect to' the insurance afforded by this endorsement, exclusion I. Damage To Your Work of
t
'Paragraph '2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability is
replaced by the following:
I. Damage To Your Work
'
"Property damage" to "your work" 'arising out. of'it or any part of it and included in the "products -
completed operatioris hazard".
'
D. With respect to the insurance afforded to these additional insureds, the following is added to Section II -
Limits of Insurance:
If coverage provided to the additional insured is required by a contract .:or agreement, the most we, will
'
pay on behalf of the additional insured is the amount of insurance:
1. `Required by contract or agreement; or
2. Available under the applicafle Limits of Insurance shown in the Declaration.
'
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the- Declaratio ns.
,
E. With respect to the insurance afforded by this endorsement, Section IV - Commercial General Liability
Conditions is amended as follows:
1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit:
t
An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under
this insurance to us;
'
N
b. Tender the defense and indemnity of any claim or "suit" to all insurers .whom also have
insurance available to the additional insured, and
c. Agree to make available any other insurance which the additional insured has for a loss we
cover under this Coverage Part.
d. We have no .duty to defend or indemnify . an additional insured under this endorsement until we
receive written notice of a "suit" .by, the additional insured. .
'
2. Paragraph 4. of Section IV - Commercial General Liability Conditions is amended as follows.
a. The following is added to Paragraph a. Primary Insurance: =
'
If an additional insured's policy has an Other Insurance provision making its policy excess,
and you have agreed in a written contract or written agreement to provide the additional
insured coverage on a primary and noncontributory basis, this policy shall be.primary and
'
f we will not seek contribution from the additional insured's policy for damages we cover.
b. The following is added to Paragraph b. Excess Insurance:
When a written contract or written agreement, other 'than a premises lease, facilities rental
'
contract or agreement, an equipment rental or lease contract or agreement, or permit
issued by a state or political subdivision' between you and an additional insured does not
require this insurance to be primary or primary and non-contributory, this insurance is
'
excess over any other .insurance for which the additional insured is designated as a Named
Insured.
Regardless of the written agreement between you and an additional insured, this insur-
ance is excess over any other insurance whether primary, excess, contingent or on any
other basis for which the additional insured has been added as an additional insured on
other policies.
E
© 2013 Liberty Mutual Insurance
CG 85 83.04 13 Includes copyrighted material of Insurance Services Office, Inc.,'with its permission . Page 2 of 2 '
Equity Builders
'
BAS1556177838
COMMERCIAL AUTO
CA 88 10 01 10
'
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FbRM
_
With respect to coverage afforded by this endorsement, the provisions of the policy apply
unless' modified by the
endorsement.
'
COVERAGE INDEX ,
SUBJECT
PROVISION NUMBER
'
ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
3
ACCIDENTAL AIRBAG DEPLOYMENT
12
AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS
18
AMENDED FELLOW EMPLOYEE EXCLUSION
5
'
AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE
13
BROAD FORM INSURED
1
BODILY INJURY REDEFINED
21
'
EMPLOYEES AS INSUREDS (including employee hired auto)
2
EXTENDED CANCELLATION CONDITION
22
EXTRA EXPENSE — BROADENED COVERAGE
10
GLASS REPAIR — WAIVER OF DEDUCTIBLE
15
'
HIRED AUTO PHYSICAL DAM AGE(including employee hired auto)
6
HIRED AUTO COVERAGE TERRITORY
20
LOAN / LEASE GAP
14
PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE)
116
'
PERSONAL EFFECTS COVERAGE
11
PHYSICAL DAMAGE _ ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
8
RENTAL REIMBURSEMENT
9
SUPPLEMENTARY PAYMENTS
4
'
TOWING AND LABOR
7
UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
- 17
'
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO' US,
1.9
SECTION II — LIABILITY COVERAGE is amended as follows: _•
'
1. BROAD FORM INSURED
'INSURED
SECTION Il — LIABILITY COVERAGE, paragraph A.I. —WHO IS AN is amended to include the
following as an insured.
'
d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the
policy period. However, "insured" does not include any organization that:
(1) Is a partnership or joint venture; or
(2) Is an insured under any other automobile policy; or
'
(3) Has exhausted its Limit of Insurance under any other automobile policy.
Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of
' this policy.
e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you
own more than 50 percent of the voting stock. This a utomatic•coverage is afforded only for 180 days
' from the date of acquisition or formation.' However, coverage under this provision does not apply:
(1) If there is similar insurance or a self -insured retention plan available to that organization;
' 02010 Liberty Mutual Insurance Company.. All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office. with its permission. Page 1 of 7
(2) If the Limits of Insurance of any other insurance policy have been exhausted; or
(3) To "bodily injury' or `property damage" that occurred before you acquired or formed the
organization.
2. EMPLOYEES AS INSUREDS
SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the
following as an insured:
f. Any "employee" of yours while using a covered `auto" you do not own, hire or borrow but only for acts
within the scope of their employment by you. Insurance provided by this endorsement is excess over
any other insurance available to any "employee".
g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or
agreement in that '`employee's" name, with your permission, while performing duties related to the
conduct of your business and within the scope of their employment. Insurance provided by this
endorsement is excess over any other insurance available to the `employee".
3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the
following as an insured:
h. Any person or organization with respect to the operation, maintenance or use of a covered "auto'',
provided that you and such person or organization have agreed in a written contract, agreement, or
permit issued to you by governmental or public authority, to add such person, or organization, or
governmental or public authority to this policy as an "insured'.
However, such person or organization is an "insured`
(1) Only with respect to the operation, maintenance or use of a covered "auto":
(2) Only for "bodily injury" or "property damage' caused by an ''accident" which takes place after you
executed the written contract or agreement, or th6 permit has been issued to you; and
(3) Only for the duration of that contract, agreement or permit
4. SUPPLEMENTARY PAYMENTS
SECTION II — LIABILITY COVERAGE,, Coverage Extensions, 2.a. Supplementary Payments; paragraphs
(2) and (4) are replaced by the following:
(2) Up to S3,000 for cost of bail bonds (including bonds for related traffic violations) required because of
an "accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred,by the insured at our request, including actual loss of earnings up
to $500 a day because of time off from work.
5. AMENDED FELLOW EMPLOYEE EXCLUSION
In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the
employer by the workers compensation exclusivity rule, or similar protection, the following provision is
added:
SECTION II — LIABILITY, exclusion B 5. FELLOW EMPLOYEE does not apply if the "bodily injury" results
from the use of a covered "auto" you own or hire.
SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows:
6. HIRED AUTO PHYSICAL DAMAGE
Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended
by adding the following:
If hired "autos' are covered `autos" for Liability Coverage, and if Comprehensive, Specified Causes of
Loss or Collision coverage are provided under the Business Auto Coverage Form for,any ''auto" you own,
then the Physical Damage coverages provided are extended to "autos':.
a. You hire, rent or borrow; or
0c2010 Liberty Mutual Insurance Company. All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office, with its permission. Page 2 of 7 '
' b. Your "employee" hires or rents under a written contract or agreement iri that "employee's'.' name, but
only if the damage occurs while the vehicle is being used in the conduct of your business,
' subject to the following limit and deductible:
A. The most we will'pay for"loss" in any one "accident" or "loss" is tke smallest of:
' (1) S50,000; or ,
(2) The actual cash value of the damaged or stolen property as of the time of the.1oss";,or
' (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind
and quality, .
minus a deductible.
' B. The deductible will be equal to the largest deductible applicable to any owned `'`auto"- for that
coverage.
' C. Subject to' the limit; deductible and excess provisions described in this provision, we will provide
coverage equal to the broadest coverage applicable to any covered-': auto" you own.
' D. Subject to a maximum of S750 per "accident", we will also cover the actual loss of use of the hired
`'auto" if it results from an `accident", you are legally liable and the lessor incurs an actual financial
loss.
' E. This coverage extension does not apply to:
(1) Any "auto" that is hired, rented or borrowed with a driver-, or
' (2) Any "auto" that is hired, rented or borrowed from your "employee".
For the purposes of this provision, SECTION V — DEFINITIONS is amended by adding the following:
' "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash
value.
' 7. TOWING AND LABOR
SECTION III — PHYSICAL DAMAGE COVERAGE; paragraph A.2. Towing, is amended by the addition of
the following:
' We will pay towing and labor costs' incurred, up to the limits shown below, each time a covered "auto"
classified and rated as a private passenger type, "light truck" or "medium truck" is disabled:
' a. For private passenger type vehicles, we will pay up to $50 pe(disablement.
b. For "light trucks", we will pay up to S50 per disablement. "Light trucks" are trucks that have a gross
' vehicle weight (GVW) of 10,000 pounds or less.
c. For "medium trucks" , we will pay up to S150 per disablement. "Medium trucks" are trucks that have a
gross vehicle weight (GVW) of 10,001 — 20,000 pounds.
' However, the labor must be performed at the place of disablement.
' 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
Paragraph AA.a., Coverage Extension of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended
to provide a limit of $50 per day and a maximum limit of $1,500
' 72010 Liberty Mutual Insurance Company. All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office, with its permission. Page 3 Of 7
1
9. RENTAL REIMBURSEMENT
SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following
a. We will pay up to S75 per day for rental reimbursement expenses incurred by you for the rental of an
"auto" because of "accident" or `loss", to an "auto' for which we also pay a "loss" under
Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those
expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto."
b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may
be substantially less than $75 per day, and will only be allowed for the period of time it should take to
repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days.
c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and
replace your tools and equipment from the covered "auto".
d. This coverage does not apply unless you have a business necessity. that other."autos" available for
your use and operation cannot fill.
e. If "loss" results from the total theft of a covered 'auto" of the private passenger type, we will pay under
this coverage only that amount of your rental reimbursement expenses which is not already provided
under Paragraph 4. Coverage Extension.
f. No deductible applies to this coverage.
For the purposes of this endorsement provision, materials and equipment do not include "personal
effects" as defined in provision 11.
10. EXTRA EXPENSE - BROADENED COVERAGE
Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of
returning a stolen covered "auto' to you. The maximum amount we will pay is $1,000.
11. PERSONAL EFFECTS COVERAGE
A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the
following:
If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto"
is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with
the 'auto."
The insurance provided under this provision is excess over any other collectible insurance.
B. SECTION V— DEFINITIONS is amended by adding the following:
For the purposes of this provision, "personal effects' mean tangible property that is worn or carried by
an insured." "Personal effects' does not include tools, equipment, jewelry; money or securities.
12. ACCIDENTAL AIRBAG DEPLOYMENT
SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following:
If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss"
relating to mechanical breakdown does not apply to the accidental discharge of an airbag.
Any insurance we provide shall be excess over any other collectible insurance or reimbursement by
manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or
wa rra nty.
13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE
SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to
exclusions 4.c. and 4.d. is deleted and replaced with the following:
!02010 Liberty Mutual Insurance Company. All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office, with its permission. Page 4 of 7
' Exclusion 4.c. and 4.d. do not apply to:
a. Electronic equipment that receives or transmits audio, visual or data signals, ' dyhet.her or'not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at
the time of the "loss" and such equipment is designed to be solely operated by use of the power from
the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are
' provided for the covered "auto"; or
If the "loss' occurs solely to audio, visual or data electronic equipment or accessories used with this
equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be
' reduced by a S100 deductible. ;
14. LOAN/ LEASE GAP.COVERAGE
' A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is
amended by adding the following:
The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one
"accident' is the greater of the:
1. Balance due under the terms of the loan or lease to which the damaged covered "auto". is subject
' at the time of the "loss" less the amount of:
a. Overdue payments -and financial penalties associated with those payments as of the date of
the "loss'.
b. Financial penalties imposed under a ' lease due to high mileage, excessive use or abnormal wear and tear; .
c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance
purchased with the loan or lease,
' d. Transferor rollover balances from previous loans or. leases,
e. Final.payment due under a "Balloon Loan",
f. The dollar amounf,of any unrepaired damage which occurred prior to the_ "total. loss" of a
covered "auto",
' g. Security deposits not refunded by a lessor;
h. All refunds payable or paid to you as a result of the early termination of a lease agreement or
as a result of the early termination of any warranty or extended service 'agreement on a
covered "auto",
' L Any amount 'representing taxes,
j. Loan or lease'termination fees: or
2. • The actual cash value of the damage or stolen property as of the time of the ''loss".
An adjustment for depreciation and physical condition will be made in determining the actual cash
value at the time of the '`loss''. This adjustment is not applicable in Texas.
' B. ADDITIONAL CONDITIONS
This coverage applies only to the original loan for which the covered "auto" that incurred the loss
serves as collateral, or lease written on the covered "auto" that incurred the loss.
C. SECTION V — DEFINTIONS is changed by adding the following:
' As used in this endorsement provision, the following definitions apply:
"Total loss". means a ':loss': in which the cost of repairs plus the salvage value exceeds the actual
' cash value.
A "balloon loan" is one with periodic payments that are insufficient to repay the balance over -the term
of the loan, thereby requiring a large final payment.
J2010 Liberty Mutual Insurance Company. All rights reserved.
CA 88 10 01 10 Includes copyrighted, material of Insurance Services Office, with its permission. Page 5 of 7
15. GLASS REPAIR -WAIVER OF DEDUCTIBLE '
Paragraph rD. Deductible,of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the
addition of the following: '
No deductible applies to glass damage'if the glass is repaired rather than replaced.
• e
16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE)
Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the '
addition of the following:
The deductible does not apply to "loss" caused by collision to such covered "auto" of.the private '
passenger type or light weight truck with a gross vehicle weight of •10,000 lbs. or less as defined by the
manufacturer as maximum loaded weight the "auto" is designed to carry while it is:
a. In the charge of an "insured"; ,
b. Legally parked; and
c. Unoccupied.
The "loss" must be reported to the police authorities within 24 hours of known damage. '
The total amount of the damage to the covered "auto" must exceed the deductible shown in the
Declarations.
This, provision does not apply to .any "loss" if the covered "auto". is in the charge of any person or '
organization engaged in the automobile business.
SECTION IV- BUSINESS AUTO CONDITIONS is amended as follows: '
17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: ,
If you unintentionally fail to disclose any hazards, exposures or material facts•existing as of the inception
date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not
be prejudiced.
However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, ,
and we have the right to collect additional premium for any such hazard or exposure.
18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS '
SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the
following:
a. In the event of "accident', claim; "suit" or "loss", you must promptly notify us when it is known to: '
1. You, if you are an individual;
2. A partner, if you are a partnership;
3. Member, if you are a limited liability company; ,
4. An executive officer or the "employee" designated by the Named Insured to give such notice, if
you are a corporation.
To the extent possible, notice to us should include:
(1) How, when and where the "accident' or "loss" took place;
(2) The "insureds" name and address; and ,
(3) The names and addresses of any injured persons and witnesses.
19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against '
Others to Us, is amended by the addition of the following:
If the person or organization has waived those rights before an "accident" or "loss", our rights are waived '
also.
Q2010 Liberty Mutual Insurance Company. All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office• with its permission. Page 6 of 7
' 20. HIRED AUTO COVERAGE TERRITORY
SECTION IV — BUSINESS AUTO CONDITIONS, paragraph B.7.1 Policy Period, Coverage Territory, is
amended by the addition of the following:
f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world; provided that the
' insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United
States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a
settlement we agree to.
' This extension of coverage does not apply to an "auto" hired, leased; rented or borrowed with a
driver.
SECTION V — DEFINITIONS is amended as follows:
' 21. BODILY INJURY REDEFINED
Under SECTION V — DEFINTIONS, definition C. is replaced by the following:
' "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental
anguish, mental injury, shock; fright or death resulting from any of these at any time.
1 COMMMON POLICY CONDITIONS
.22. EXTENDED CANCELLATION CONDITION
' COMMON POLICY CONDITIONS, paragraph A.— CANCELLATION condition applies except as follows:
If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured
t written notice of cancellation at least 60 days before the effective date of cancellation. This provision
does not apply in those states which require more than 60 days prior notice of cancellation.
' 62010 Liberty Mutual Insurance Company. All rights reserved.
CA 88 10 01 10 Includes copyrighted material of Insurance Services Office, with its permission. Page 7 of 7
1
.1
This page has been left blank intentionally.
Equity Builders
010E5677123
COMMERCIAL GENERAL LIABILITY
CG 88 70 12 08
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT
(PER PROJECT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences"
under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex-
penses caused by accidents under Section 1 - Coverage C Medical Payments, which can be attributed
only to ongoing operations at a single construction project away from premises owned by or rented to
you:
1. A separate Construction Project General Aggregate Limit applies to each construction project, and
that limit is equal to the amount of the General Aggregate Limit shown in the Declarations.
2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all
damages under Coverage A, except damages because of "bodily injury" or "property damage"
included in the "products -completed operations hazard", and for medical expenses under Cov-
erage C regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or bringing "suits".
3. Any payments made under Coverage A for damages or under Coverage C for medical expenses
shall reduce the Construction Project General Aggregate Limit for that construction project. Such
payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they
reduce any other Construction Project General Aggregate Limit for any other construction project.
4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense
continue to apply. However, instead of being subject to the General Aggregate Limit shown in the
Declarations, such limits will be subject to the applicable Construction Project General Aggregate
Limit.
B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences"
under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex-
penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib-
uted only to ongoing operations at a single construction project away from premises owned by or
�j rented to you:
1. Any payments made under Coverage A for damages or under Coverage C for medical expenses
shall reduce the amount available under the General Aggregate Limit or the Products -Completed
Operations Aggregate Limit, whichever is applicable; and
' 2. Such payments shall not reduce any Construction Project General Aggregate Limit.
C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any
' payments for damages because of "bodily injury" or "property damage" included in the "products -
completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not
reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit.
D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted,
or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or
timetables, the project will still be deemed to be the same construction project.
E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall
continue to apply.
' CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1
This page has been left blank intentibnaily. .
I
I
� PREVAILING MINIMUM
� HOURLY WAGE RATES
I
11
t
i
i -8- i - i ,
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 5/14/2014
Count
Trade
Asbestos Abatement Workers
Job Classification
Wa a
Holiday
5D
Overtime
1 H
Note
!
King
Journey Level
$41.69
King
Boilermakers
Journey Level
$64.44
5N
1C
King
Brick Mason
Brick And Block Finisher
$43.26
5A
1M
King
Brick Mason
Journey Level
$50.12
5A
1M
King
Brick Mason
Pointer -Caulker -Cleaner
$50.12
5A
1M
King
Building Service Employees
Janitor
$20.59
5S
2F
`King
Building Service Employees
Traveling Waxer/Shampooer
$21.00
5S
2F
King
Building Service Employees
Window Cleaner (Non-
Scaffold)
$24.29
5S
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$25.15
5S
2F
King
Cabinet Makers tln Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$50.82
5D
1M
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$50.82
5D
1M
;King
Carpenters
Carpenter
$50.82
5D
1M
3
King
Carpenters
Carpenters on Stationary Tools
$50.95
5D
1M
,King
Carpenters
Creosoted Material
$50.92
5D
1M
King
Carpenters
Floor Finisher
$50.82
5D
1M
King
Carpenters
Floor Layer
$50.82
5D
1M
King
Carpenters
Scaffold Erector
$50.82
5D
1M
King
Cement Masons
Journey Level
$51.18
7A
1M
King
Divers Et Tenders
Diver
$105.37
5D
1M
8A
King
Divers $ Tenders
Diver On Standby
$59.50
5D
1M
King
Divers F Tenders
Diver Tender
$54.82
5D
1M
p
King
Divers Et Tenders
Surface Rcv Et Rov Operator
$54.82
5D
1M
i
King
Divers Et Tenders
Surface Rcv Et Rov Operator
Tender
$51.07
5A
1B
King
Dredge Workers
Assistant Engineer
$53.00
5D
3F
S
King
Dredge Workers
Assistant Mate (Deckhand)
$52.58
5D
3F
King
Dredge Workers
Boatmen
$52.30
5D
3F
King
Dredge Workers
Engineer Welder
$54.04
5D
3F
1 .. I l f , M -/ 1 1 / - / 1
^P 11 A llnl A
i k,5� L - 1 /
King
Dredge Workers
Leverman, Hydraulic
$55.17
5D
3F
King
Dredge Workers
Mates
$52.30
5D
3F
King
Dredge Workers
Oiler
$52.58
5D
3F
'King
Drywall Applicator
Journey Level
$50.82
5D
1 H
King
Drywall Tapers
Journey Level
$50.87
5P
1 E
King
Electrical Fixture Maintenance
Workers
Journey Level
$25.84
5L
1 E
King
Electricians - Inside
Cable Splicer
$65.69
7C
2W
King
Electricians - Inside
Cable Splicer (tunnel)
$70.52
7C
2W
King
Electricians - Inside
Certified Welder
$63.49
7C
2W
King
Electricians - Inside
Certified Welder (tunnel)
$68.10
7C
2W
King
Electricians - Inside
Construction Stock Person
$35.69
7C
2W
King
Electricians - Inside
Journey Level
$61.30
7C
2W
King
Electricians - Inside
Journey Level (tunnel)
$65.69
7C
2W
King
Electricians - Motor Shop
Craftsman
$15.37
1
King
Electricians - Motor Shop
Journey Level
$14.69
1
King
Electricians - Powerline
Construction
Cable Splicer
$68.33
5A
4A
King
Electricians - Powerline
Construction
Certified Line Welder
$62.50
5A
4A
King
Electricians - Powerline
Construction
Groundperson
$42.56
5A
4A
King
Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$62.50
5A
4A
King
Electricians - Powerline
Construction
Journey Level Lineperson
$62.50
5A
4A
King
Electricians - Powerline
Construction
Line Equipment Operator
$52.47
5A
4A
King
Electricians - Powerline
Construction
Pole Sprayer
$62.50
5A
4A
King
Electricians - Powerline
Construction
Powderperson
$46.55
5A
4A
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$80.14
7D
4A
King
Elevator Constructors
Mechanic In Charge
$86.77
7D
4A
King
Fabricated Precast Concrete
All Classifications - In -Factory
Work Only
$15.25
5B
1R
Products
King
Fence Erectors
Fence Erector
$15.18
1
King
Flamers
Journey Level
$35.34
7A
31
King
Glaziers
Journey Level
$53.76
7L
1y
King
Heat Et Frost Insulators And
Journeyman
$58.93
5.1
1S
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$69.37
7F
1 E
King
Hod Carriers Et Mason Tenders
Journey Level
$42.99
7A
31
King
Industrial Power Vacuum
Cleaner
Journey Level
$9.32
1
I
King
Inland Boatmen
Boat Operator
$54.57
5B
1K
King
Inland Boatmen
Cook
$50.95
5B
1K
i use.✓ v. iI
King
Inland Boatmen
Deckhand
$51.19
5B
1K
;King
Inland Boatmen
Deckhand Engineer
$52.18
5B
1K
King
Inland Boatmen
Launch Operator
$53.40
5B
1K
:King
Inland Boatmen
Mate
$53.40
5B
1K
King
Inspection/Cleaning/Sealing
Cleaner Operator, Foamer
Operator
$31.49
1
I
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Seating
Grout Truck Operator
$11.48
1
Of Sewer Et Water Systems By
Remote Control
:King
Inspection/Cleaning/Sealing
Head Operator
$24.91
1
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Technician
$19.33
1
Of Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing
Tv Truck Operator
$20.45
1
a
Of Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$50.82
5D
1M
King
Ironworkers
Journeyman
$59.77
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$41.69
7A
31
;
King
Laborers
Airtrac Drill Operator
$42.99
7A
31
King
Laborers
Ballast Regular Machine
$41.69
7A
31
%King
Laborers
Batch Weighman
$35.34
7A
31
King
Laborers
Brick Pavers
$41.69
7A
31
King
Laborers
Brush Cutter
$41.691
7A
31
King
Laborers
Brush Hog Feeder
$41.69
7A
31
King
Laborers
Burner
$41.69
7A
31
King
Laborers
Caisson Worker
$42.99
7A
31
;King
Laborers
Carpenter Tender
$41.69
7A
31
King
Laborers
Caulker
$41.69
7A
31
King
Laborers
Cement Dumper -paving
$42.46
7A
31
t
`King
Laborers
Cement Finisher Tender
$41.69
7A
31
g
King
Laborers
Change House Or Dry Shack
$41.69
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$41.69
7A
31
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$42.46
7A
31
King
Laborers
Choker Setter
$41.69
7A
31
King
Laborers
Chuck Tender
$41.69
7A
31
King
Laborers
Clary Power Spreader
$42.46
7A
31
;King
Laborers
Clean-up Laborer
$41.69
7A
31
King
Laborers
Concrete Dumper/chute
Operator
$42.46
7A
31
King
Laborers
Concrete Form Stripper
$41.69
7A
31
King
Laborers
Concrete Placement Crew
$42.46
7A
31
'King
Laborers
$42.46
7A
31
1 .. //P . M -/ 1 1 -1 1 1
11111 A 11/11 A
A u�v Z v i i i
Concrete Saw Operator/core
Driller
King
Laborers
Crusher Feeder
$35.34
7A
31
King
Laborers
Curing Laborer
$41.69
7A
31
King
Laborers
Demolition: Wrecking Et
Moving (incl. Charred
Material)
$41.69
7A
31
King
Laborers
Ditch Digger
$41.69
7A
31
King
Laborers
Diver
$42.99
7A
31
King
Laborers
Drill Operator
(hydraulic, diamond)
$42.46
7A
31
King
Laborers
Dry Stack Walls
$41.69
7A
31
King
Laborers
Dump Person
$41.69
7A
31
King
Laborers
Epoxy Technician
$41.69
7A
31
King
Laborers
Erosion Control Worker
$41.69
7A
31
King
Laborers
Faller ix Bucker Chain Saw
$42.46
7A
31
King
Laborers
Fine Graders
$41.69
7A
31
King
Laborers
Firewatch
$35.34
7A
31
King
Laborers
Form Setter
$41.69
7A
31
King
Laborers
Gabian Basket Builders
$41.69
7A
31
King
Laborers
General Laborer
$41.69
7A
31
King
Laborers
Grade Checker Et Transit
Person
$42.99
7A
31
King
Laborers
Grinders
$41.69
7A
31
=King
Laborers
Grout Machine Tender
$41.69
7A
31
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$42.46
7A
31
King
Laborers
Guardrail Erector
$41.69
7A
31
King
Laborers
Hazardous Waste Worker
(level A)
$42.99
7A
31
King
Laborers
Hazardous Waste Worker
(level B)
$42.46
7A
31
`King
Laborers
Hazardous Waste Worker
(level C)
$41.69
7A
31
King
Laborers
High Scaler
$42.99
7A
31
King
Laborers
Jackhammer
$42.46
7A
31
King
Laborers
Laserbeam Operator
$42.46
7A.
31
King
Laborers
Maintenance Person
$41.69
7A
31
q King
Laborers
Manhole Builder-mudman
$42.461
7A
31
€
King
Laborers
Material Yard Person
$41.69
7A
31
King
Laborers
Motorman -dinky Locomotive
$42.46
7A
31
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$42.46
7A
31
King
Laborers
Pavement Breaker
$42.46
7A
31
1 .. /10 /1 -/ 1 1 - 1 1 - All1 Ainn1 A
a -5, ✓ - i /
King
Laborers
Pilot Car
$35.34
7A
31
King
Laborers
Pipe Layer Lead
$42.99
7A
31
;King
Laborers
Pipe Layer/tailor
$42.46
7A
31
King
Laborers
Pipe Pot Tender
$42.46
7A
31
'King
Laborers
Pipe Reliner
$42.46
7A
31
King
Laborers
Pipe Wrapper
$42.46
7A
31
King
Laborers
Pot Tender
$41.69
7A
31
King
Laborers
Powderman
$42.99
7A
31
g King
Laborers
Powderman's Helper
$41.69
7A
31
King
Laborers
Power Jacks
$42.461
7A
31
King
Laborers
Railroad Spike Puller - Power
$42.46
7A
31
,King
Laborers
Raker- Asphalt
$42.99
7A
31
King
Laborers
Re-timberman
$42.99
7A
31
King
Laborers
Remote Equipment Operator
$42.46
7A
31
King
Laborers
Rigger/signal Person
$42.46
7A
31
FKing
Laborers
Rip Rap Person
$41.69
7A
31
King
Laborers
Rivet Buster
$42.46
7A
31
`King
Laborers
Rodder
$42.46
7A
31
King
Laborers
Scaffold Erector
$41.69
7A
31
King
Laborers
Scale Person
$41.69
7A
31
King
Laborers
Sloper (over 20")
$42.46
7A
31
:King
Laborers
Sloper Sprayer
$41.69
7A
31
King
Laborers
Spreader (concrete)
$42.46
7A
31
King
Laborers
Stake Hopper
$41.69
7A
31
?
'King
Laborers
Stock Piler
$41.69
7A
31
King
Laborers
Tamper It Similar Electric, Air
It Gas Operated Tools
$42.46
7A
31
King
Laborers
Tamper (multiple &t Self-
propelled)
$42.46
7A
31
King
Laborers
Timber Person - Sewer
(lagger, Shorer It Cribber)
$42.46
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$41.69
7A
31
'King
Laborers
Topper
$41.69
7A
31
King
Laborers
Track Laborer
$41.69
7A
31
King
Laborers
Track Liner (power)
$42.46
7A
31
King
Laborers
Traffic Control Laborer
$37.79
7A
31
8R
King
Laborers
Traffic Control Supervisor
$37.79
7A
31
8R
King
Laborers
Truck Spotter
$41.69
7A
31
King
Laborers
Tugger Operator
$42.46
7A
31
f
King
Laborers
Tunnel Work -Compressed Air
Worker 0-30 psi
$60.06
7A
31
8�
King
(
Laborers
Tunnel Work -Compressed Air
Worker 30.01-44.00 psi
$65.09
7A
31
8�
King
Laborers
Tunnel Work -Compressed Air
Worker44.01-54.00 psi
$68.77
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 54.01-60.00 psi
$74.47
7A
31
1 .. //P 1 11 ' / 1 1 I «1 1 1 nr /1 A /1A1 A
a 51 v vi i 1
King
Laborers
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$76.59
7A
31
8�
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$81.69
7A
31
King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$83.59
7A
31
8�
King
Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$85.59
7A
31
8�
King
Laborers
Tunnel Work -Compressed Air
Worker 72.01-74.00 psi
$87.59
7A
31
8�
King
Laborers
Tunnel Work-Guage and Lock
Tender
$43.09
7A
31
8�
King
Laborers
Tunnel Work -Miner
$43.09
7A
31
King
Laborers
Vibrator
$42.46
7A
31
King
Laborers
Vinyl Seamer
$41.69
7A
31
King
Laborers
Watchman
$32.12
7A
31
King
Laborers
Welder
$42.46
7A
31
King
Laborers
Well Point Laborer
$42.46
7A
31
King
Laborers
Window Washer/cleaner
$32.12
7A
31
King
Laborers - Underground Sewer
General Laborer Et Topman
$41.69
7A
31
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$42.46
7A
31
& Water
King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting
Laborers
$17.87
1
King
Lathers
Journey Level
$50.82
5D
1H
King
Marble Setters
Journey Level
$50.12
5A
1M
King
Metal Fabrication (In Shop}
Fitter
$15.86
1
King
Metal Fabrication (In Shop)
Laborer
$9.78
1
King
Metal Fabrication (In Shop)
Machine Operator
$13.04
1
King
Metal Fabrication (In Shop}
Painter
$11.10
1
King
Metal Fabrication (In Shop)
Welder
$15.48
1
King
Millwright
Journey Level
$51.92
5D
1M
King
Modular Buildings
Cabinet Assembly
$11.56
1
King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
e
King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildings
Production Worker
$9.40
1
.King
Modular Buildings
Tool Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$37.80
6Z
2B
King
Pile Driver
Journey Level
$51.07
5D
1M
King
Plasterers liourney
Level 1
$49.291
M
1R
King
Playground £t Park Equipment
Journey Level
$9.32
1
E
Installers
;King
Plumbers Ft Pipefitters
Journey Level
$73.69
6Z
1G
,'King
Power Equipment
Operators
.
Asphalt Plant Operators
$53.49
7A
3C
8P
King
Power Equipment
Operators
Assistant Engineer
$50.22
7A
3C
8P
King
Power Equipment
Operators
Barrier Machine (zipper)
$53.001
7A
3C
8P
King
Power Equipment
Operators
Batch Plant Operator,
Concrete
$53.00
7A
3C
8P
;King
Power Equipment
Operators
Bobcat
$50.22
7A
3C
8P
King
Power Equipment
Operators
Brokk - Remote Demolition
Equipment
$50.22
7A
3C
8P
King
Power Equipment
Operators
Brooms
$50.22
7A
3C
8P
:King
Power Equipment
Operators
Bump Cutter
$53.00
7A
3C
8P
King
Power Equipment
Operators
Cableways
$53.49
7A
3C
8P a
King
Power Equipment
Operators
Chipper
$53.00
7A
3C
8P
King
Power Equipment
Operators
Compressor
$50.22
7A
3C
8P If
King
Power Equipment
Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$53.49
7A
3C
8P
King
Power Equipment
Operators
Concrete Finish Machine -laser
Screed
$50.22
7A
3C
8P
King
Power Equipment
Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$52.58
7A
3C
8P
King
Power Equipment
Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$53.00
7A
3C
8P
King
Power Equipment
Operators
Conveyors
$52.58
7A
3C
8P
'King
Power Equipment
Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$53.00
7A
3C
8P
King
Power Equipment
Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$54.04
7A
3C
8P
f
King
Power Equipment
Operators
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$54.61
7A
3C
8P
King
t
Power Equipment
Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$53.49
7A
3C
8P
3
King
Power Equipment
Operators
Cranes: A -frame - 10 Tons And
Under
$50.22
7A
3C
8P t
King
Power Equipment
Operators
Cranes: Friction 100 Tons
Through 199 Tons
$54.61
7A
3C
8P
King
Power Equipment
Operators
Cranes: Friction Over 200 Tons
$55.17
7A
3C
8P a
King
Power Equipment
Operators
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$55.17
7A
3C
8P
F
King
Power Equipment
Operators
$52.58
7A
3C
8P
1 .. I/r . n '/ 1 / ttt 1 1 Ar 11 A/1-1 A
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
E
King
Power Equipment Operators
Crusher
$53.00
7A
3C
8P
King
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$53.00
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$53.49
7A
3C
8P g
King
Power Equipment Operators
Dozers D-9 Ft Under
$52.58
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$52.58
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$53.00
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$50.22
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$53.00
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$52.58
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$50.22
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$53.00
7A
3C
8P
King
Power Equipment Operators
Gradechecker/stakeman
$50.22
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$53.001
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$53.49
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$53.00
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Locator
$52.58
7A
3C
8P
King
Power Equipment Operators
Horizontal/directional Drill
Operator
$53.00
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks Over
10 Tons
$52.58
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks, 10
Tons And Under
$50.22
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$54.04
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$53.49
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$53.00
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$53.00
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$52.58
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$53.00
7A
3C
8P s
King
Power Equipment Operators
Material Transfer Device
$53.00
7A
3C
8P
King
Power Equipment Operators
$54.04
7A
3C
8P
I .. lip 11 -i i i i AVr I i nI 1i A/1— e
i u51 1 — i i
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
King
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$52.58
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders,
Finishing
$53.49
7A
3C
8P
King
Power Equipment Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$53.49
7A
3C
8P
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$50.22
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$52.58
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$53.00
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$54.04
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$53.49
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$50.22
7A
3C
8P
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$53.00
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$52.58
7A
3C
8P
G King
Power Equipment Operators
Posthole Digger, Mechanical
$50.22
7A
3C
8P
King
Power Equipment Operators
Power Plant
$50.22
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$50.22
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$53.49
7A
3C
8P
King
Power E ui ment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$50.22
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$53.49
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$50.22
7A
3C
8P
King
Power Equipment Operators
Rollagon
$53.49
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
$50.22
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$52.58
7A
3C
8P
`King
Power Equipment Operators
Roto-mill, Roto-grinder
$53.00
7A
3C
8P
King
Power Equipment Operators
Saws - Concrete
$52.58
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$53.00
7A
3C
8P
King
Power Equipment Operators
Scrapers Concrete Et Carry
All
$52.58
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$53.49
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$52.58
7A
3C
8P
King
Power Equipment Operators
Shotcrete/gunite Equipment
$50.22
7A
3C
8P `.
i .. iir n • i i i �.� i i nr 11 a inn. e
1 u51 1V _l 1 /
King
Power E9uipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$52.58
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$53.49
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$53.00
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$54.04
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$54.61
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$53.49
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$53.49
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$53.00
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$52.58
7A
3C
8P
King
Power Equipment Operators
Tower Crane Over 175'in
Height, Base To Boom
$54.61
7A
3C
8P
.
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$54.04
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$53.49
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$52.58
7A
3C
8P '
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$53.00
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler/driver
Under 100 Tons
$52.58
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$53.00
7A
3C
8P
:,King
Power Equipment Operators
Welder
$53.49
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farman Type
$50.22
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$53.00
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$53.00
7A
3C
8P ".
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brooms
$50.22
7A
3C
8P a
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$53.00
7A
3C
8P
Underground Sewer Et Water
1 .. //P , Il '/ / 1 / tit 1 1 -11 A11^1 A
a u6v 1i — a/
King
Power Equipment Operators-
Cableways
$53.49
7A
3C
8P `
Underground Sewer Ft Water
King
Power Equipment Operators -,Chipper
$53.00
7A
3C
8P
Underground Sewer £t Water
King
Power Equipment Operators-
Compressor
$50.22
7A
3C
8P
Underground Sewer & Water
King
r
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$53.49
7A
3C
8P
Underground Sewer Ft Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$53.00
7A
3C
8P
Underground Sewer Et Water
"King
Power Equipment Operators-
Conveyors
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$54.04
7A
3C
8P
Underground Sewer Ft Water
King
Power Equipment Operators-
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$54.61
7A
3C
8P
Underground Sewer Et Water
King
a
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Friction 100 Tons
Through 199 Tons
$54.61
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Friction Over 200 Tons
$55.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$55.17
7A
3C
8P
Underground Sewer Ft Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A frame Over 10
Tons
$52.58
7A
3C
8P
r
Underground Sewer Ft Water
King
Power Equipment Operators-
Crusher
$53.00
7A
3C
8P
Underground Sewer Ft Water
King
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Derricks, On Building Work
$53.49
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators-
Dozers D-9 Ft Under
$52.58
7A
3C
8P
Underground Sewer Ft Water
A
a ubv -- ii
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drilling Machine
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Elevator And Man lift:
Permanent And Shaft Type
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$52.58
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecker/stakeman
$50.22
7A
3C
8P '
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/directional Drill
Locator
$52.58
7A
3C
8P `
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/directional Drill
Operator
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$52.58
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$50.22
7A
3C
8P f
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$54.04
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$52.58
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators-
Locomotives, All
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$54.04
7A
3C
8P
Underground Sewer Et Water
King IPower
Equipment Operators-
Motor Patrol Grader - Non-
finishing
$52.58
7A
3C
8P
Underground Sewer Et Water
1 .. lip , n - / 1 1 - 1 1 -1 /1 A 1-1 A
King
-
Power Equipment Operators
Motor Patrol Graders,
Finishing
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$53.49
7A
3C
8P
Underground Sewer Et Water
AKing
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$50.22
7A
3C
8P
3
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$54.04
7A
3C
8P
Underground Sewer Et Water
':King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$53.49
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Pavement Breaker
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger And Bellman
$50.22
7A
3C
8P
i
Underground Sewer Et Water
King
Power Equipment Operators-
Rollagon
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$50.22
7A
3C
8P t
Underground Sewer Et Water
King
z
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$52.58
7A
3C
8P
i
Underground Sewer Et Water
King
`
Power Equipment Operators-
Roto-mill, Roto-grinder
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$52.58
7A
3C
8P '
Underground Sewer Et Water
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$53.00
7A
3C
8P
Underground Sewer Et Water
King
$52.58
7A
3C
8P
1 .. //P . /1 . / 1 1 / - 1 1 ! 1 /1 A /I^ I A
Power Equipment Operators-
Scrapers - Concrete if Carry
All
Underground Sewer Ft Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers - Equipment
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete/gunite Equipment
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$53.49
7A
3C
8P
Underground Sewer It Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$54.04
7A
3C
8P a
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$54.61
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Slipform Pavers
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
Screedman
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Over 175'in
Height, Base To Boom
$54.61
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$54.04
7A
3C
8P
Underground Sewer Ft Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/driver
Under 100 Tons
$52.58
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable
Conveyor
$53.00
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$53.49
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$50.22
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$53.00
7A
3C
8P H
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$44.86
5A
4A
Trimmers
/ " /JP . n - / / 1 / - 1 1 - /1 A 11- A
i ubv A ✓ vx A /
King
Power Line Clearance Tree
Spray Person
$42.58
5A
4A
Trimmers
King
i
Power Line Clearance Tree
Trimmers
Tree Equipment Operator
$44.86
5A
4A
King
Power Line Clearance Tree
Tree Trimmer
$40.08
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$30.20
5A
4A
Trimmers
King
Refrigeration It Air
Conditioning Mechanics
Journey Level
$72.46
6Z
1G
King
Residential Brick Mason
Journey Level
$50.12
5A
1M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
`King
Residential Drywall
Applicators
Journey Level
$39.62
5D
1M
`King
Residential Drywall Tapers
Journey Level
$50.871
5P
1E
King
Residentiat Electricians
Journey Level
$30.441
1
King
Residential Glaziers
Journey Level
$36.201
7L
1 H
f King
Residential Insulation
Applicators
Journey Level
$26.28
1
King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
`King
Residential Painters
Journey Level
$24.46
1
'King
Residential Plumbers Et
Pipefitters
Journey Level
$34.69
1
;King
Residential Refrigeration Et Air
Journey Level
$72.46
6Z
1G
Conditioning Mechanics
King
i
Residential Sheet Metal
Workers
Journey Level (Field or Shop)
$41.84
7F
1 R
King
Residential Soft Floor Layers
Journey Level
$42.15
5A
3D
King
Residential Sprinkler Fitters
(Fire Protection)
Journey Level
$42.48
5C
2R
;King
Residential Stone Masons
Journey Level
$50.12
5A
1M
King
Residential Terrazzo Workers
Journey Level
$46.96
5A
1M
King
Residential Terrazzo/Tile
Journey Level
$21.46
1
Finishers
King
Residential Tite Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$44.71
5A
3H
`King
i
Roofers
Using Irritable Bituminous
Materials
$47.71
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$69.37
7F
1 E
King
Shipbuitding Et Ship Repair
Boilermaker
$40.12
7M
1 H
:King
Shipbuilding Et Ship Repair
Carpenter
$38.24
70
3B
King
Shipbuitding Et Ship Repair
Electrician
$37.80
70
3B
;King
Shipbuilding Et Ship Repair
Heat Et Frost Insulator
$58.93
5J
1S
King
Shipbuilding Et Ship Repair
Laborer
$36.78
70
3B
`King
Shipbuilding Et Ship Repair
Machinist
$37.81
70
3B
King
Shipbuilding Et Ship Repair
Operator
$40.15
70
36
11 A 11-1 A
a ubv • v - ♦ i
King
Shilbuilding Et Ship Repair
Painter
$37.79
70
313
King
Shipbuilding Ship Repair
Pipefitter
$37.77
70
3B
King
Shipbuilding Et Ship Repair
Rigger
$37.74
70
3B
b
King
Shipbuilding Et -Ship -Repair
Sandblaster
$36.78
70
3B
King
Shipbuilding Et Ship Repair
ISheet Metal
$37.74
70
1 313
King
Shipbuilding Et Ship Repair
Shipfitter
$37.74
70
3B
King
Shipbuilding Et Ship Repair
Trucker
$37.59
70
3B
King
Shipbuilding Et Ship Repair
Warehouse
$37.64
70
313
King
Shipbuilding Et Ship Repair
Welder/Burner
$37.74
70
36
{
King
Sign Makers Et Installers
(Electricall
Sign Installer
$22.92
1
King
Sign Makers Et Installers
(Electrical)
Sign Maker
$21.36
1
King
Sign Makers Et Installers (Non-
Sign Installer
$27.28
1
Electrical)
King
Si6n Makers Et Installers (Non-
Sign Maker
$33.25
1
Electrical.)
King
Soft Floor Layers
Journey Level
$42.15
5A
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire
Protection)
Journey Level
$69.59
5C
1X
King
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
King
Stone Masons
Journey Level
$50.12
5A
1M
King
Street And Parking Lot
Sweeper Workers
Journey Level
$19.09
1
King
Surveyors
Assistant Construction Site
Surveyor
$52.58
7A
3C
8P
King
Surveyors
Chainman
$52.06
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$53.49
7A
3C
8P
King
Telecommunication
Technicians
Journey Level
$22.76
1
King
Telephone Line Construction
Cable Splicer
$36.01
5A
2B
Outside
King
Telephone Line Construction -
Hole Digger/Ground Person
$20.05
5A
26
Outside
King
Telephone Line Construction -
Installer (Repairer)
$34.50
5A
2B
Outside
King
Telephone Line Construction -
Special Aparatus Installer 1
$36.01
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$35.27
5A
213
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Heavy)
$36.01
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Light)
$33.47
5A
2B
'
Outside
King
Telephone Line Construction -
Telephone Lineperson
$33.47
5A
213
Outside
King
Television Groundperson
$19.04
5A
21
1 '' //P . M -1 1 - 1 XXr 1 1 -111 A /nn1 .�
Telephone Line Construction
Outside
King
Telephone Line Construction -
Television
Lineperson / Installer
$25.27
5A
2B
Outside
King
Telephone Line Construction -
Television System Technician
$30.20
5A
2B
Outside
King
Telephone Line Construction -
Television Technician
$27.09
5A
2B
Outside
King
Telephone Line Construction -
Tree Trimmer
$33.47
5A
2B
i
Outside
King
Terrazzo Workers
Journey Level
$46.96
5A
1M
:King
Tile Setters
Journey Level
$21..65
1
King
Tile, Marble Et Terrazzo
Finishers
Finisher
$37.79
5A
1 B
King
Traffic Control Stripers
Journey Level
$42.33
7A
1 K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$48.87
5D
3A
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$48.03
5D
3A
8L
King
Truck Drivers
Dump Truck Et Trailer
$48.87
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$48.03
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$48.87
5D
3A
8L
E
King
Truck Drivers
Transit Mixer
$43.23
1
King
Well Drillers Et irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$12.97
1
Installers
iKing
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
Department of l,ahor and industries ��� srnre'�
Prevailing wage o�.: • " f STATEMENT OF INTENT TO
(360) 902-5335� PAY PREVAILING WAGES
)y 'tw.Lii.�wr_t r:r 1'ri iea.ierusir !! rrt'H ace
rya teas +'oY
• 71tis form ratist be typed or printed in.ink. Public Works Contract
• Fill to all blanks or the form will be returned for cwrreclitin (see instructions). $40.00 Piling Fee Required
• Please allow a minimum of 10 working days for processing.
• Once approved, your Rota) will be posted online at Intent ID # (Assigned by 1,M)
hllps 1No tres,,.%%a.- tvAiji jt y_ t Fh ti archFor aso
1 our Company' ]n[ur)stattmr - Awarding Agency Info rmatlom
Your Company Name Project Nan Contract Nunnbcr
ABC Company, hrc. Ruud Repuir 2011-0IB
Your Address .-.�-..,.LL � Awarding Agency
1234 Main Strccl WA State Depurunnent ofTranspottatinn
City Stine ----- ;Lip+4-- Au^arding Agency Addtccs.
Olympia WA 'M501-i 2:i4 IT) Box 47354
Your Conoactur Registration Number Your 11111 Number City State Lip+•4 j
AlW(1.0123AA 123456789 Olympia WA 985EI1 fI
Ynur Industrial Insurance Account Numbei Awarding Agency Contact Nrune Phore Number
I l r 111-i 1 John Doe'° (055)'5$5SS55
Your Email Address (ngched fl.r niiii Ic tofapprnva0 Your Phone Number Comity Where Work Will Bc Performed City Where Work Will I)c. Performed
prcvuilingwugc(r'tlni.ica.gov (551)555-5555 Thurstwt,s Olympia
Additional Dutuils,. ... : CunU'act Details..,.. '
Your Expected Job Stari Date (mrrYddlyyyy) Did lyre Date (1 rime (ontraclor t) Anvrd Date (I'rime Contractor's)
01/0U20i 1 r -: M0112010 0tfll(}.2010
Job Site AddresJl)irec:ions -� Indicate Total Dollar Amount of Your Contract (including
State Street (i'rl Plant Street cadet [axj or time and rmtmals, if applicable.
ARftAFunds tycatherizzitieworF,nergy EfficlentFunds
Does this project utilize American Recovery and Reinveshnent Ae! (ARRAY. fitnd1. �' Does tbispivject utilizo any weatherization or ere gy efficiency upgrade funds
❑ Yes ® No ;: (ARRA or otherwise)'? ❑ Yes ® No
Pt Inte:Coutracfo?s Com_pany'Infoiutallott -- HfringCoutractur's:Conipiir• Inforniutlun' .'
Prime Contractor's Company Nurne. Prime Conirtictor's haunt Number IfongCpnhactor's Company Name ,
XY7 C'urnpany,Inc. 123456 SuperPavcrs,Inc.
Prim Contractor's Registration Nuinher Minnie Contractor's U131 Nuffilier 1liringContraclor's Contractor Registration Number' ll7-19 :onuactur's UBI Numbcr--
X Y /tN *0123AA 9S7654321 SUPERPA 123AA 321456987
Ernploycticn('flnforninfdon
Do you inland un use Aan'f subconuvetuts7 - ❑Yes t.® xd0 WIlI Cnlpdoyms perhnin weal, On t}rrl prYlj eet? ® Yes • � ❑ NO^-- ,
Will AIJ. work he suhcontracted:' ^=''�:+❑ Yea •`' _ ,.. ®Na Do you intend to ace apprentice employers? ®Yex El No
Number of 0wncr/Operatnrs who own at ]cast "+) obf Ste coatpai'ij ivha twill pet form work rat the project: ❑ None (0) ® One (1) ❑ Two (2) ❑ 'Three (3)
Cr-uftsfrradeslOccupatrons -"(Do ant list apprentices. They ate •listed en the Affidavit of Wages Paid only.) 2•ttc of l lonrly ,
f,. Number of Rate of hourly
If an empioyca:.:works in mine than otne trade, ensuiu that all hnttrx worked in each trade am rcptnlcd below. Usual ("hringe")
For additional oiets+tradet/cxamations;plcnsc usc`Atdcndum A. workers fay v
jjI Ileneti 1,
�L.aborer- ilthaltAuker --- 2 39.28 j 5.00 i
Power Equipatenl Operator - Asphalt Ph it Operator -_---- I 4&04 2.35
Truck Drivcr - Asphalt Mix (m_ •cr-36 Ydi) 1 46.47 0.00
!Signature Block '
11 hereby cenity that I have rend and undcrsiand the instructions to complete this form and .hat the informatina, including uny addenda, ore correct aril that all ws workers 1 employ on thi
j Public Works Prciject will he paid no less than the Prevailing \4nge Rates as de:ennined by the Industrial %nuiuiciun of the 1h aument of h0or and Industries.
!
Print Name: Print Title SI nnture:
For LR7 J. Y)nl •_.. +.. ,.. ... - .. •
ll C:
Approved by sicginture of the lh txrtnnent of Labor and Industries Industrial Statistician
nE n lollai s t 00 000.00 RCW 39.04.370 requires you to complete me FAR 2805 (RCW 39.04.370) Adde.d.vt and nfrach It
NOTICE; If the prime contract is at n cost of over one uti a i (5 ,0 ), 9 p
In your Anidacil of wage% of Pald when your work an the project concludes. Irbil is only a no8re. The FUR 2905 Addendum Is not mbmilted frith (his Intent.
SA,NII'Lfi - 1'73.029-Ct0 &atcntrul of Intern 0 Pay t9cvailiag Wages 03-2011
3
Department of Labor and Industries ��c arnrea„
Prevailing Wage Program £
(360)902-5335 n
fry..csl,:iccn.......
yy1 less ?�
• This form innst he typed or printed in ink.
• Fill In ALL blanks or the form will be returned for enrrectinn (sec Instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved, your form will be posted online at
lntps;,'iturui ',"v utr/lu,i)sn t ynrhiS a+c hpoLJ sp
AFFIDAVIT OF WAGES PAID
Public Works Contract
$40.00 Filing Fee Required
Affidavit ID # (Assigned by L&I):
SAMPLE
16arfi:am anv'Inforvuatlon .-� `.':
-Airacdiri
.Awarding
slid
Indicate
(inchidiug
Agency 1"fortioo
Your Company Name
? ABC Company
Project Name
Road Repair
Connact Number
123-456
Your Address
1234 Main Street
Awarding Agency
WA St Department of Transportation
City
O. to to
Your Contractor Rcgistrution Number
ABCCI*0123AA
Stutc Lrp+4
WA �98501-1234
Your UBI ?lumbar
123456789
Awarding Agency Address
PO Box 123
City Statc
Olympia WA
Lip+4
98501
Your Industrial frismoucc Accotmt Numlxr
11 t,I I l-I I
Agency Contact Name - Phone
John Doe (555)
Nutn.nr
555-5555
Your Email Address (required fa nodrication ofa)ryuoral)
revailin rwa reri)1ni.wa.tov {555)
Ynur !hone Number
555-5555
_
County Where Work Was Perforned City
Thurston lCilymput
Where Work Was Pea^armed
—
AdditloitalDetails::-:
C.outractUctti[)s -
Ynat. Job Start Date (minidd,'yyyy)
2111201 1
Poor Date Work Completed (mmiddlyyyy)
311; 2011
_
Due Date (Prime Contractor's)— A+vumi
I /1 /26I 1 P51201
titre (Pritnv C:auirnctor's)
I
Job Site Address/Directions
Plum and State Street
Your Approved Intent ID 4
123456
Total Dollar Amount of Ynur Contact
sales tax).
S l 0,000.00
FUR 2805 (RC.W 39.04.370) — Is the Prime C'onti•aclor's
Contmet at a cost of over one million dollars (S 1.000.000)?
❑ Yea ® No If you answered "Yes' to dtc F.HB 2805 question and the Award Dare is 911R010 or
later you must crmDlcte and subtnit the MIR 2805 (RCW 39.04.370) Addendum.
AIMA.Bands : .., .
(ARRA
Flinn
R'ccihefnationorErie • .Ltltdent:Fbnd§. .::: __—_
Does this project utilize An Recovery and Re invcsmicnt Acr (AR RA) funds?
❑ Yes ® No
Does this project utilize any +veatherization or cntnycnlsieocy upgrade funds
or othetwise)? ❑ Yes ® No
1'rhiic Contractor's Couian3�tnfririnatfun, - : - - : ' '.,_ .
Cotttrsi:rnr s:Canyia�taafm'inat[on :: -
Prime Con:mctor's Company Name
X Y G Company
Hiring Cormractur's Company Nacre
CBA Company
Prime Connuctoi s Rcgism:tion Number
X YZ(,'1 *0123AA
Prime Contactor's Unl Number
987654321,
Hiring Cuatractur's Rcgisitathoo Numtter
CBACI*0123AA
Hiring Contractor's URI Number
456789123
Fan tlDvmenl loforniatlon ".
Did grim use ANY subcontractors?
❑ Yes (Addendum H Reaulred) -
® No
Did employees perfurn work an this project?
® Yes
❑ No
Was ALL, worksubcontracted?
❑ Yes (Addendum 11 Itequired)
® No
Did you use apprentice employees?
❑ Yee
® No
Number of Uever/O)xratur s who owo at least 30% of the company who performed work on this project: I ❑ None (0) ® Ouc (1) ❑ •[+t•o e) ❑ 7h. (3)
You must list the First mud Last Names of any OwnerlO erator erformiug work helow
List your L:rafisrl'rade.s/Oceupations Below - For Journey Level Workers you must
provide all of the in@nmation Wf.nv. Ownec/Operalors - must. p:ntvide their First and Lust
name no other infnimarion rcquirrd. —Apprentices are not recorded beio+v. You must
use Addendum D io Ilst A )retltletti.
:Somber of
Workers
Total $ of Hours ]title
Worked
_
of Hourly
Pay
_
Ratc of Hourly
Usual ("Fringe")
Benefits
General Labor
2
153
41.23
8.54
Carpenter
5
210
52.26
10.13._..._
SI•nnture'))lock;
herefty certify that f leave tears and understand the instmetimis to cnmplete this form and that the information on the form and uny addenda is coirect and that all workers 1 employed on this
Public Works Pi, ed wc:c paid noless than the Prevailing Wage Ratc(s) as deteuluned b the ladusitial Statistician of t)mc Depattrrmit ofl.abnr and Industries,
Print'Name: Jane Doc Print Title: Bookkeeper Signature: Date:3i5/2011
For.l.&I Ilse Only - -
APPROVED: Department of Labor and lndustrie
By Industrial Statistician
SAMPLF - 1:700-0074)00 Affidavit of Wages Paid 3-2011
I
Li
1
I SPECIAL PROVISIONS
I
Pi
H
�l
I
SPECIAL PROVISIONS.....................................................................................................................10
1-01 DEFINITIONS AND TERMS.....................................................................................................10
i1-01.1
General...............................................................................................................................10
1-01.3 Definitions.........................................................................................................................10
1-02 BID PROCEDURES AND CONDITIONS..................................................................................12
1-02.1 Prequalification of bidders...............................................................................................12
1
1-02.2 Plans and Specifications...................................................................................................12
1-02.5 Proposal Forms.................................................................................................................13
1-02.6 Preparation of Proposal....................................................................................................13
1-02.6(1) Proprietary Information...............................................................................................13
1-02.7 Bid Deposit........................................................................................................................14
1-02.9 Delivery of Proposal.........................................................................................................14
1-02.12 Public Opening of Proposals...........................................................................................14
1-02.13 Irregular Proposals..........................................................................................................14
1-02.14 Disqualification of Bidders.............................................................................................14
1-02.15 Pre Award Information
...................................................................................................15
1-03 AWARD AND EXECUTION OF CONTRACT............................................................................15
1-03.1 Consideration bids
of ........................................................................................................15
1-03.2 Award of Contract.............................................................................................................15
1-03.3 Execution of Contract.......................................................................................................15
1-03.4 Contract Bond...................................................................................................................16
1-03.7 Judicial Review..................................................................................................................16
1-04 SCOPE OF WORK..................................................................................................................17
1-04.2 Coordination of Contract Documents..............................................................................17
1-04.3 Contractor -Discovered Discrepancies..............................................................................17
1-04.4 Changes.............................................................................................................................17
1-04.8 Progress Estimates and Payments....................................................................................17
1-04.11 Final Cleanup..................................................................................................................17
1-05 CONTROL OF WORK.............................................................................................................18
1-05.4 Conformity With and Deviation from Plans and Stakes..................................................18
1-05.4(3) Contractor Supplied Surveying....................................................................................18
1-05.4(4) Contractor Provided As -Built Information ..................................................................19-
1-05.7 Removal of Defective and Unauthorized Work...............................................................19
1-05.10 Guarantees......................................................................................................................20
1
1-05.11 Final Inspection...............................................................................................................21
1-05.11(1) Substantial Completion Date.....................................................................................21
1-05.11(2) Final Inspection and Physical Completion Date........................................................21
1-05.11(3) Operational Testing....................................................................................................22
1-05.12 Final Acceptance.............................................................................................................22
1-05.13 Superintendents, Labor and Equipment of Contractor.................................................22
1-05.14 Cooperation with Other Contractors.............................................................................22
1-05.16 Water and Power............................................................................................................23
1-05.17 Oral Agreements.............................................................................................................23
1-05.18 Contractor's Daily Diary..................................................................................................23
1-06 CONTROL OF MATERIAL.......................................................................................................24
1-06.1 Approval of Materials Prior to Use...................................................................................24
1-06.2(1) Samples and Tests for Acceptance...............................................................................24
1-06.2(2) Statistical Evaluation of Materials for Acceptance......................................................24
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC................................................24
1-07.1 Laws to be Observed.........................................................................................................24
1-07.2 State Sales Tax...................................................................................................................25
1-07.2(1) General.........................................................................................................................25
1-07.2(2) State Sales Tax - Rule 171............................................................................................25
1-07.2(3) State Sales Tax - Rule 170............................................................................................25
1-07.2(4) Services.........................................................................................................................26
1-07.6 Permits and Licenses.........................................................................................................26
1-07.9 Wages................................................................................................................................26
1-07.9(5) Required Documents....................................................................................................26
1-07.11 Requirements for Non-Discrimination...........................................................................26
1-07.11(11) City of Renton Affidavit of Compliance...................................................................26
1-07.12 Federal Agency Inspection..............................................................................................26
1-07.13 Contractor's Responsibility for Work.............................................................................27
1-07.13(1) General.......................................................................................................................27
1-07.15 Temporary Water Pollution/Erosion Control.................................................................27
1-07.16 Protection and Restoration of Property.........................................................................27
1-07.16(1) Private/Public Property..............................................................................................27
1-07.17 Utilities and Similar Facilities.........................................................................................28
1-07.17(1) Interruption of Services.............................................................................................29
1-07.18 Public Liability and Property Damage Insurance...........................................................29
PA
1-07.18(1) General.......................................................................................................................29
1-07.18(2) Coverages....................................................................................................................30
1-07.18(3) Limits..........................................................................................................................31
1-07.18(4) Evidence of Insurance: ............................................................................................... 32
1-07.22 Use of Explosives.............................................................................................................32
1-07.23 Public Convenience and Safety......................................................................................32
1-07.23(1) Construction Under Traffic.........................................................................................32
1-07.23(2) Construction and Maintenance of Detours...............................................................33
1-07.24 Rights of Way..................................................................................................................34
1-07.28
Confined Space Entry......................................................................................................34
1-08 PROSECUTION
AND PROGRESS...........................................................................................35
1-08.0
Preliminary Matters..........................................................................................................35
1-08.0(1) Preconstruction Conference........................................................................................35
1-08.0(2) Hours of Work..............................................................................................................36
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ....................37
1-08.1
Subcontracting..................................................................................................................37
1-08.2
Assignment.......................................................................................................................37
1-08.3
Progress Schedule.............................................................................................................37
1-08.4
Notice to Proceed and Prosecution of the Work.............................................................38
1-08.5
Time For Completion........................................................................................................38
1-08.6
Suspension of Work..........................................................................................................40
1-08.7
Maintenance During Suspension.....................................................................................40
1-08.9
Liquidated Damages.........................................................................................................40
1-08.11
Contractor's Plant and Equipment.................................................................................40
1-08.12
Attention to Work...........................................................................................................40
1-09 MEASUREMENT AND PAYMENT..........................................................................................41
1-09.1
Measurement of Quantities.............................................................................................41
1-09.3
Scope of Payment.............................................................................................................42
1-09.6
Force Account ...................................................................................................................
42
1-09.7
Mobilization......................................................................................................................42
1-09.9 Payments...........................................................................................................................43
1-09.9(1) Retainage......................................................................................................................43
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts..................44
1-09.9(3) Final Payment...............................................................................................................45
1-09.11 Disputes and Claims........................................................................................................45
3
7-21.1 Description.........................................................................................................................77
7-21.2 Materials............................................................................................................................77
7-21.3 Construction Requirements
78 r
7-21.4 Submittals.........................................................................................................................78
7-21.5 Payment............................................................................................................................78
-
8-02 ROADSIDE RESTORATION.....................................................................................................78
8-09 RAISED PAVEMENT MARKERS.............................................................................................81
8-09.5 Payment............................................................................................................................81
8-13 MONUMENT CASES.............................................................................................................81
8-13.1 Description........................................................................................................................81
8-13.3 Construction Requirements..............................................................................................81
8-13.4 Measurement....................................................................................................................82
8-13.5 Payment............................................................................................................................82
8-14 CEMENT CONCRETE SIDEWALKS.........................................................................................82
8-14.3(4) Curing............................................................................................................................82
8-14.4 Measurement....................................................................................................................82
8-14.5 Payment............................................................................................................................82
8-17 IMPACT ATTENUATOR SYSTEMS..........................................................................................83
8-17.5 Payment............................................................................................................................83
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL...........................................83
8-20.2(1) Equipment List and Drawings......................................................................................83
8-22 PAVEMENT MARKING..........................................................................................................83
r
8-22.1 Description........................................................................................................................83
8-22.3(5) Installation Instructions...............................................................................................84
8-22.5 Payment............................................................................................................................84
8-23 TEMPORARY PAVEMENT MARKINGS..................................................................................84
8-23.5 Payment............................................................................................................................84
9-03.8(7) HMA Tolerances and Adjustments................................................................................84
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS........................................................85
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)..............................................................................85
9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)...............................................................85
9-05.7(2)A Basis for Acceptance (RC)..........................................................................................85
i
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).......................................................................85
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)...........................................................85
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)............................................................................85
'
9-05.12 Polyvinyl Chloride (PVC) Pipe.........................................................................................86
9-05.12(3) CPEP Sewer Pipe.........................................................................................................86
'
9-05.12(4) Sanitary Sewer Force Main.....................................................................................86
9-05.14 ABS Composite Sewer Pipe............................................................................................86
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.........................................................................86
9-05.21 Sanitary Sewer Gate Valves and Fittings........................................................................87
�.
9-05.22 High Density Polyethylene Piping..................................................................................87
9-08 PAINTS..................................................................................................................................88
_
9-08.8 Manhole Coating System Products..................................................................................88
9-08.8(1) Coating Systems Specification.....................................................................................88
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES...........................................................89
1 9-23.9 Fly Ash (RC).......................................................................................................................89
9-30 WATER DISTRIBUTION MATERIALS......................................................................................89
9-30.1(1)
Ductile Iron Pipe(RC)...................................................................................................89
9-30.3(1)
Gate Valves (3 inches to 12 inches)..............................................................................89
9-30.3(3)
Butterfly Valves............................................................................................................90
9-30.3(5)
Valve Marker Posts.......................................................................................................90
9-30.3(7)
Combination Air Release/Air Vacuum Valves..............................................................90
9-30.3(8)
Tapping Sleeve and Valve Assembly............................................................................90
9-30.3(9)
Blow -Off Assembly.......................................................................................................90
9-30.5 Hydrants............................................................................................................................91
9-30.5(1)
End Connections(RC)...................................................................................................91
9-30.5(2)
Hydrant Dimensions.....................................................................................................91
1
9-30.6(3)B
Polyethylene Pipe......................................................................................................91
9-30.6(4)
Service Fittings.............................................................................................................91
9-30.6(5) Meter Setters................................................................................................................91
10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED ............................92
1
05/14/2014
SPECIAL PROVISIONS
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.
Coordination of Contract Documents
The coordination or hierarchy of the individual parts of the Contract Document (ie. Plans, Special
Provisions, Standard Specifications, Addenda, etc.) as described in Section 1-04.2 of these Special
Provisions and as modifies the Standard Specifications.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to the
Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time
begins.
Substantial Completion Date: The day the Engineer determines the Contracting Agency has full
and unrestricted use and benefit of the facilities, both from the operational and safety
standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or
10
05/14/2014
' correction or repair remains for the physical completion of the total contract.
Contract Completion Date: The date by which the Work is contractually required to be physically
completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of
' this date will be authorized in writing by the Engineer whenever there is an extension to the
Contract time.
Completion Date: The day all the Work specified in the Contract is completed and all the
obligations of the Contractor under the Contract are fulfilled by the Contractor.
Date of Commencement: The date stated in the Notice to Proceed on which the Contract Time
begins.
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.
1 Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as "Contract Bond" defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed
Work including layouts, profiles, cross -sections, and other details. Drawings may either be bound in the
same book as the balance of the Contract Documents or bound in separate sets, and are a part of the
Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard
Details" generally used in Specifications refers to drawings bound either with the specification documents
or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference
points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control
' of the Work.
05/14/2014
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 Standard Specifications do not cover. Such Work shall
comply first with the Special Provisions and then with any Standard 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.
Technical Specifications
Modifications to the Standard Specifications and their amendments that apply to an individual project.
The Technical Specifications may describe Work the Standard Specifications do not cover. Such Work shall
comply first with the Technical Specifications and then with any Standard Specifications that apply. The
Contractor shall include all costs of doing this Work within the bid prices.
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.
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.
12
05/ 14/2014
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
4
Furnished
17") and contract
automatically upon
provisions
award
Large Plans (22" x 34")
4
Furnished only upon
request
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost
stated in the Call for Bids.
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. The Contracting Agency reserves the right to reject any bids
that fail to provide a cost proposal all alternates and additives set forth in the proposal forms.
1 Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of
the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or
other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the
partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be
satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint
venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE
requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
The second paragraph is revised as follows:
All prices shall be in legible figures written in ink or typed. The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal point),
where a conflict arises the unit price shall prevail.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable)
formula, designs drawings, and research data" so as to be exempt from ,public disclosure, RCW
42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for
such claim of exemption. The Department (or State) will give notice to the vendor of any request for
1 13
05/14/2014 1
disclosure of such information received within 5 (five) years from the date of submission. Failure to
so label such materials or failure to timely respond after notice of request for public disclosure has
been given shall be deemed a waiver by the submitting vendor of any claim that such materials are,
in fact, so exempt.
1-02.7 Bid Deposit
Section 1-02.7 is supplemented with the following:
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents
five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the title of
the person must accompany said signature;
6. The signature of the surety's officer empowered to sign the bond form included in the Contract
Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:
(******)
Each proposal shall be submitted in a sealed envelope, with Project Name and Proiect Number as stated
in the Advertisement for Bids, clearly marked on the outside of the envelope. Or as otherwise stated in
the Bid Documents, to ensure proper handling and delivery. '
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
(******)
The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to
bidder will be by addenda.
1-02.13 Irregular Proposals
Revise item
I to read:
(******)
1.
A proposal will be considered irregular and will be rejected if:
a.
The bidder is not prequalified when so required;
b.
The authorized proposal form furnished by the Contracting Agency is not used or is altered;
c.
The complete proposal form contains any unauthorized additions, deletions, alternate bids, or
conditions;
d.
The bidder adds provisions reserving the right to reject or accept the award, or enter into the
Contract;
e.
A price per unit cannot be determined from the bid proposal;
f.
The proposal form is not properly executed;
g.
The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in
Section 1-02.6
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.
1-02.14 Disqualification of Bidders
Revise this
section to read:
(******)
i
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
14 1
1 05/14/2014
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.
There are any other reasons deemed proper by the Contracting Agency.
1-02.15
Pre Award Information
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or actions
of:
1. A complete statement of the origin, composition, and manufacture of any or all materials to be
used;
2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time
required for the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attending at a conference with the Engineer or representatives of the Engineer;
6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where
the Work is located;
7. A copy of State of Washington Contractor's Registration; or
8. Any other information or action taken that is deemed necessary to ensure that the bidder is the
lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so
stated in the call for bids or special provisions. The City reserves the right however to award all or any
schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or
documents required to be submitted by the successful bidder, will be forwarded to the successful bidder
within 10 days of the award. The number of copies to be executed by the Contractor shall be determined
by the Contracting Agency.
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency -prepared
15
05/14/2014
contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by
law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful
bidder shall provide any pre -award information the Contracting Agency may require under Section 1-
02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall
any Work begin within the project limits or within Contracting Agency -furnished sites. The Contractor
shall bear all risks for any Work begun outside such areas and for any materials ordered before the
Contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the Contract
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency
deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who
is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency
requires persons doing business with the Contracting Agency to possess a valid City of Renton business
license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post -award information and evaluation
activities.
1-03.4 Contract Bond
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount. This contract
bond shall:
1. Be on the Contracting Agency -furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published by the
Office of the Insurance Commissioner;
3. Be conditioned upon the faithful performance of the Contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against
any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the
Contractor) to faithfully perform the Contract, or
b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all
laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other
person who provides supplies or provisions for carrying out Work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor
or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-
president, unless accompanied by a written proof of the authority of the individual signing the
bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such
effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance of
the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters
are located.
1
I
16 1
05/14/2014
P
1
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
4. Special Provisions
5. Contract Plans
6. Contracting Agency's Standard Plans (if any)
7. Amendments to the Standard Specifications
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
1-04.3 Contractor. -Discovered Discrepancies
Section 1-04.3 is a new section:
Upon receipt of award of contract, the Contractor shall carefully study and compare all the components
of the Contract Documents and other instructions, and check and verify all field measurements. The
Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any
error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the
Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by
points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing,
and the Engineer will promptly check the same. Any Work done after such discovery, until correction of
Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be
done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-
04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such
proposals by the Contractor on a case -by -case basis.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
"Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless
another specific method of calculating lump sum payments is provided elsewhere in the Specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the
Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay
item and no further compensation shall be made.
17
05/14/2014
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey
Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as
being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied
Surveying," per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing
lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11.
The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes
measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied
surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or
the Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum
points used to determine any variation from a straight line or grade. Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the Engineer. All
survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these
Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by the
Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the
Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the Contract Work the
field book or books shall be submitted to the Engineer and become the property of the Contracting
Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs
for completing the survey Work required by the Engineer will be deducted from monies due or to
become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the prices bid
for the various items which comprise the improvement or be included in the bid item for "Contractor
Supplied Surveying" per lump sum if that item is included in the contracts.
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
18
05/ 14/2014
I
1
I
Work required for the project. The Contractor shall retain as a part of the Contractor Organization an
experienced team of surveyors under the direct supervision of a professional land surveyor licensed by
the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and
omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in
a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to
protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent
to remove any survey stakes and/or points before physically removing them.
The Surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall
coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and
Specifications, accurate As -Built records and other Work the Engineer deems necessary, the Engineer
may elect to provide at Contractor expense, a surveyor to provide all As -Built records and other Work as
directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied
surveying from monies owed to the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work
required to complete the project and As -Built drawings shall be included in the lump sum price for
"Construction Surveying, Staking, and As-Builts."
1-05.4(4) Contractor Provided As -Built Information
Section 1-05.4(4) is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by
centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during
his Work as covered under this project.
It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and
elevation each major item of Work done under this contract per the survey standard of Section 1-11.
Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves,
vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the
City the hard covered field book(s) containing the as -built notes and one set of white prints of the project
drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of
white prints of the project drawings upon which he has plotted the as -built location of the new Work as
he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its
accuracy.
All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As-
Builts", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re -execute Work by
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and
shall bear the expense of making good all Work of other contractors destroyed or damaged by such
removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re -execution of
the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the
Work required by the Contract Documents, the Owner may correct and remedy such Work as may be
19
05/14/2014 1
identified in the written notice, with Contracting Agency forces or by such other means as the Contracting '
Agency may deem necessary. In that case, the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the
Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation
for additional professional services required, and costs for repair and replacement of Work of others
destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal
and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such
removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public
or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including
costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any
such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds
otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an
emergency situation, the Engineer may have the defective and unauthorized Work corrected
immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to
perform completed by using Contracting Agency or other forces. An emergency situation is any situation
when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public, the Property Owner and the Property Owner's property.
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.
20 1
' 05/14/2014
' 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. This shall include the following:
• Release or approval of all regulatory agency related permits/requirements,
including the approval of the electrical work.
• Training of the Owner's personnel as specified herein.
• Testing and Startup
' 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 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
1 21
05/14/2014
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.
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 be working within the project area are
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton.(water, sewer, transportation, etc.)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. King County Water District 90
22
05/14/2014
9. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet.
' 1-05.16 Water and Power
Section 1-05.16 is a new Section:
' The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the Work, unless the Contract includes power and water as a pay item.
I
11
1-05.17 Oral Agreements
Section 1-05.17 is a new section:
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
either before or after execution of the Contract, shall affect or modify any of the terms or obligations
contained in any of the documents comprising the Contract. Such oral agreement or conversation shall
be considered as unofficial information and in no way binding upon the Contracting Agency, unless
subsequently put in writing and signed by the Contracting Agency.
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this
Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly
available through commercial outlets. The diary must contain the Project and Number; if the diary is in
loose-leaf form, this information must appear on every page. The diary must be kept and maintained by
the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must
accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate references to the
Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in
the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident, accident,
or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any
third party in any manner.
5. Listing of any materials received and stored on- or off -site by the Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on -site during each day.
8. Listing of the number of the Contractor's employees working during each day by category of
employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on
the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake -out, and all other services furnished by the
Owner or other party during each day.
11. Entries to verify the daily (including non -Work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. The Contractor shall not allow
any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by the
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by the Contractor's official representative on the project.
The Contractor may use additional sheets separate from the diary book if necessary to provide a
23
05/14/2014
complete diary record, but they must be signed, dated, and labeled with project name and number
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential
claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary
in the manner described above will constitute a waiver of any such claims or disputes by the
Contractor.
The Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall
include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract
Documents. The Engineer will review the lists within 10 working days, noting required corrections. The
Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week
after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve
the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the
Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer
does not relieve the Contractor of responsibility for performance of the Work in accordance with the
Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress
of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs
warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible
employee on the construction site whose duty shall be the enforcement of safety. The name and position
of such person so designated shall be reported in writing to the Engineer by the Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
not employ any person unfit or not skilled in the Work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public
observation, shall be provided and maintained by the Contractor.
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
L
I
24
1
05/14/2014
I
Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the project site, all
articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make
known to all employees, procedures for ensuring immediate removal to a hospital or doctor's care, and
persons, including employees, who may have been injured on the project site. Employees should not be
permitted to Work on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's
plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper
maintenance, use, or operation. The Contractor shall be solely and completely responsible for the
conditions of the project site, including safety for all persons and property in the performance of the
Work. This requirement shall apply continuously, and not be limited to normal working hours. The
required or implied duty of the Engineer to conduct construction review of the Contractor's performance
does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures,
in, on, or near the project site.
1-07.2 State Sales Tax
Delete this section, including its sub -sections, in its entirety and replace it with the following:
1-07.2(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.
25
05/14/2014
For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales
tax on the full contract price. The Contracting Agency will automatically add this sales tax to each
payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit
bid item prices, or in any other contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies
not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any
other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for
professional or other services (as defined in Washington State Department of Revenue Rules 138 and
244).
1-07.6 Permits and licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements, and rights of
entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims
on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply
with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during
the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by
the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and
bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor
and deducted from any funds otherwise due the Contractor.
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
7
26
r
1 05/14/2014
than Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the
FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of
' the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the
subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts,
together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID
' PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this
purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the
FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision..
' 1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the
Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions
shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said,
unfavorable conditions by special means or precautions acceptable to the Engineer,.
' 1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph, and replace it with the following:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
' protecting the Work, nearby land, streams, and other bodies of water, 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.
' 1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The Contractor
shall limit his operation to the areas obtained and shall not trespass on private property.
' The Contracting Agency may provide certain lands, as indicated in connection with the Work under the
Contract together with the right of access to such lands. The Contractor shall not unreasonably
' encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access
thereto not shown or described that may be required for temporary construction facilities or storage of
materials. He shall construct all access roads, detour roads, or other temporary Work as required by his
operations. The Contractor shall confine his equipment, storage of material, and operation of his workers
to those areas shown and described and such additional areas as he may provide.
' A. General. All construction Work under this contract on easements, right-of-way, over private
property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All
Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of
damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open
during weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for the
' performance of the Work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures that may be damaged as a result of the
Work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor
1
27
05/14/2014
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.
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.
1
11
J
28
05/14/2014
i1
In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall
have all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or
for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location
Center by telephone of the planned excavation and progress schedule. The Contractor is also warned
that there may be utilities on the project that are not part of the One Call system. They must be
contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before the Contractor begins Work, or may be performed in conjunction with the
Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies
and arranging for the movement or adjustment, either temporary or permanent, of their facilities within
the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects
of the project whenever possible. No additional compensation will be made to the Contractor for reason
of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be
incidental to the other items of the Contract.
1 Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in advance
of the Contractor's operations. If potholing is not included as a bid item then it shall be considered
incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval,
at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing
at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and
elsewhere in the Contract Documents.
1-07.17(1) Interruption of Services
Section 1-07.17(1) 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.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the
Completion Date, public liability and property damage insurance with an insurance .company(ies) or
29
05/14/2014
L
through sources approved by the State Insurance Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been obtained
and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all
subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect
against claims for bodily injuries, personal injuries, including accidental death, as well as claims for
property damages which may arise from any act or omission of the Contractor or the subcontractor, or by
anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance coverage and
limits established under the term of the Contract for work are in full force and effect during the period of
warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy
effecting coverage(s) required on the Contract prior to the date work commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements described
herein will be considered a material breach of contract and shall be caused for immediate termination of
the Contract at the option of the Contracting Agency.
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract
and no additional payment will be made.
1-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to
the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are
acceptable when written on a claims -made basis). The City may also require proof of
professional liability coverage be provided for up to two (2) years after the completion of
the project.
3. The City may request a copy of the actual declaration page(s) for each insurance policy
affecting coverage(s) required by the Contract prior to the date work commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any
insurance carrier possesses a rating of less than AVII, the City may make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance.
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
I
I
F
1
1
30
05/14/2014
' • Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
C. Workers' Compensation
' • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number
D. Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage should be
as broad as primary.
E. Professional Liability -.(whenever the work under this Contract includes Professional
Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional
liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage
sustained by reason of or in the course of operations under this Contract.
F. Pollution Liability - the City may require this coverage whenever work under this Contract
involves pollution risk to the environment. This coverage is to include sudden and gradual
coverage for third party liability including defense costs and completed operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as
Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton
Certificates of Insurance prior to commencement of work. The City reserves the right to request
copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of
insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured's with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset
against funds due the Contractor from the Contracting Agency.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability
in excess of such limits. The Contractor shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate*
$2,000,000 **
Products/Completed Operations Aggregate
$2,000,000 **
Each Occurrence Limit
$1,000,000
Personal/Advertising Injury
$1,000,000
Fire Damage (Any One Fire)
$50,000
Medical Payments (Any One Person)
$5,000
Stop Gap Liability
$1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
'
Automobile Liability
Bodily Injury/Property Damage
$1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A
Variable
31
05/14/2014
I
(Show Washington Labor and Industries Number)
Umbrella Liabilitv
Each Occurrence Limit
$1,000,000
General Aggregate Limit
$1,000,000
Products/Completed Operations Aggregate
$1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim
$1,000,000
Aggregate
$2,000,000
Pollution Liability (If required) to apply on a per
proiect basis
Per Loss
$1,000,000
Aggregate
$1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to
two (2) years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in the event any general
aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's
expense to comply with the minimum limits and requirements as stated above and shall
furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in
force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance
by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or
equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-
07.18(3) as revised above.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict
compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in
charge of the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work
with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets,
sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe
condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the
Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the
Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall
also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected
by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all
projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The
Contractor shall perform the following:
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
I
17
I
r]
I
I
fl
fl
32
1
1 05/14/2014
Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be
responsible for scheduling when to renew striping, subject to the approval of the Engineer. When
the scope of the project does not require Work on the roadway, the Contracting Agency will be
responsible for maintaining the striping.
' 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense,
except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage
structures will be at the Contracting Agency's expense when approved by the Engineer, except when
flow is impaired due to the Contractor's operations.
Section 1-07.23(1) is supplemented by adding the following:
' The Contractor shall be responsible for controlling dust and mud within the project limits and on any
street, which is utilized by his equipment for the duration of the project. The Contractor shall be
prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary
by the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no compensation will be made
for this section.
' Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to
vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor.
At least one-way traffic shall be maintained on all cross -streets within the project limits during working
hours. One lane shall be provided in each direction for all streets during non -working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
' commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of
the project. Such access shall be maintained as near as possible to that which existed prior to the
commencement of construction. This restriction shall not apply to the paving portion of the construction
process.
The Contractor shall notify and coordinate with all property owners and tenants of street closures, or
other restrictions which may interfere with their access at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial property.
The Contractor shall give a copy of all notices to the Engineer.
When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the
Contract by other access, the existing access shall not be closed until the replacement access facility is
available.
All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not
open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or
covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway
remains closed to public traffic. Steel plates must be anchored.
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
tUnless otherwise approved, the Contractor shall maintain two-way traffic during construction. The
1
33
05/14/2014
Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer
needed:
1... Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk, driveway, or path during construction,
2... Detour crossings of intersecting highway, and
3... Temporary approaches.
1-07.24 Rights -of -Way
Delete this section in its entirety, and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the
Drawings. The Contractor's construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights -of -way and
easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly
issued addendum.
Whenever any of the Work is accomplished on or through property other than public right-of-way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by
the Contracting Agency from the owner of the private property. Copies of the easement agreements are
included in the Contract Provisions or made available to the Contractor as soon as practical after they
have been obtained by the Engineer.
Whenever easements or rights -of -entry have not been acquired prior to advertising, these areas are so
noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where
right-of-way, easements, or rights -of -entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right -of -entry had been received. If
the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry
onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency,
any additional land and access thereto that the Contractor may desire for temporary construction
facilities, storage of materials, or other Contractor needs. However, before using any private property,
whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the
private property owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued under this
Contract. The statement shall be signed by the private property owner, or proper authority acting for the
owner of the private property affected, stating that permission has been granted to use the property and
all necessary permits have been obtained or, in the case of a release, that the restoration of the property
has been satisfactorily accomplished. The statement shall include the parcel number, address and date of
signature. Written releases must be filed with the Engineer before the Completion Date will be
established.
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 (available on the
Renton City Web Site).
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.
I
I
I
34
1 05/14/2014
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.
' S. 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.
tThe 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:
4 Contractor's plan of operation and progress schedule (3+ copies)
4 Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid)
4 List of materials fabricated or manufactured off the project
4 Material sources on the project
4 Names of principal suppliers
+ Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and
standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on Project
4 Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings (bring preliminary list)
4 Traffic Control Plans (3+ copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings —schedule and responsibilities
35
05/14/2014
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
Prouresc estimates; procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights -of -entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and the Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m.
and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal
straight time 8-hour working period for the Contract shall be established at the preconstruction
conference or prior to the Contractor commencing the Work.
If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00
p:m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times.
Permission to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not 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.
I
I
H
1
36
05/14/2014
[l
J
L�
I
I
I
I
I
I
J
I
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
Section 1-08.0(3) is a new subsection:
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift
on a regular working day, as defined in the Standard Specifications, such Work shall be considered as
overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be
required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the
full amount of the straight time plus overtime costs for employees and representative(s) of the
Contracting Agency required to Work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the
amount due or to become due the Contractor.
1-08.1 Subcontracting
Revise the second paragraph to read:
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall
provide proof that subcontractor has the experience, ability, and equipment the Work requires. The
Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates
and statements required by the Contract. The Contractor shall require each subcontractor of every tier to
meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every
subcontract of every tier.
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at
least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the
subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The
Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in
the Contract Documents shall create any contractual relation between any subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required documentation,
forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without
the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs,
withholdings, and deductions required by law and the Contract.
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.
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.
2. Procurement of material and equipment.
3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the
Engineer shall be shown as separate activities.
4. Work to be performed by a subcontractor, agent, or any third party.
37
05/14/2014
I
Allowances for delays that could result from normal inclement weather (time extensions due to.
inclement weather will not be allowed).
Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their
facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the
opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with
any other activity of other contractors, the availability of all or portions of the job site, or special
provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor
shall provide such revised schedule within 10 days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind
schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule
indicating how the remaining Work items will be completed within the authorized contract time.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for
acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall
be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets
forth specific Work to be performed the following week, and a tentative schedule for the second week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the
progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress
in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of
the Contractor, the proposed construction schedule cannot be met, the Engineer will require the
Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will
thereafter, in all respects, apply in lieu of the original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any
portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the
performance of the Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is replaced with the following:
Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence
of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work
until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction
activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be
prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the
Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior
approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to
complete the Work within the prescribed Contract Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall
begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working
day", and shall end on the Contract Completion date.
A non -working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends
Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day,
November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before
f�
I
I
I
I
I
1
38
1 05/ 14/2014
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 4710 shift is worked would
ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day
whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a written
protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed
to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
' Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the Contract after all the
Contractor's obligations under the Contract have been performed by the Contractor. The following
events must occur before the Completion Date can be established:
1. The physical Work on the project must be complete; and
2. The Contractor must furnish all documentation required by the Contract and required by law, to
' allow the Contracting Agency to process final acceptance of the Contract. The following documents
must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal -aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts
Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal -aid Projects)
e. Final Contract Voucher Certification
f. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall
provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by
the Contracting Agency, including but not limited to signal controller materials, lighting standards, and
signal standards required for the physical completion of the Contract. Such purchase orders shall disclose
the estimated delivery dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the
Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
1 39
05/14/2014
The Contractor will be entitled to only one such suspension of time during the performance of the Work
and during such suspension shall not perform any additional Work on the project. Upon delivery of the
critical items, contract time will resume and continue to be charged in accordance with Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in
writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the
written notice from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the Owner.
If it has been determined that the Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays, and shall be based upon the Contractor's
diligently pursuing the Work at a rate not less than that which would have been necessary to complete
the original Contract Work on time.
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the construction area a
safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension
(as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor
costs will be billed to the Contractor at actual costs, including administrative overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his
and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
Contractor's plant and equipment in the performance of any Work on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and paid for
accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site
from the time the Contractor's operations have commenced until final acceptance of the Work by the
Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades,
and watchmen service, as he deems necessary for the public safety and for the protection of the site and
his plant and equipment. The Owner will be provided keys for all fenced, secured areas.
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be
prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be
represented by a competent superintendent who shall have full authority to execute the same, and to
supply materials, tools, and labor without delay, and who shall be the legal representative of the
Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him
or to his authorized representative.
40
05/14/2014
' 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
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
1 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)
1 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 41
05/ 14/2014
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
nr(ier:
The words "Bid Item;' "Contract Item," and "Pay Item," and similar terms used throughout the Contract
Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form
requires that said unit bid item price cover and be considered compensation for certain Work or material
essential to the item, then the Work or material will not be measured or paid for under any other unit bid
item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the "Payment" clause of any particular section of the
Specifications shall be considered as including all of the Work required, specified, or described in that
particular section. Payment items will generally be listed generically in the Specifications, and specifically
in the bid form. When items are to be "furnished" under one payment item and "installed" under
another payment item, such items shall be furnished FOB project site, or, if specified in the Special
Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under
these conditions, shall be the responsibility of the Contractor with regard to storage until such items are
incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the
applicable Contracting Agency storage site when provided for in the Specifications. Payment for material
"furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent
allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force
account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of
the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the
actual amount of Work will correspond with those estimates. Payment will be made on the basis of the
amount of Work actually authorized by the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's
personnel, equipment, supplies, and incidentals to the project site; the establishment of an office,
buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the
Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished
by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile
machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and
chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization & Demobilization," Lump Sum.
42
05/14/2014
I
I
I
J
1
[J
I
F��
1-09.9 Payments
Delete the third paragraph and replace it with the following:
Progress payments for completed Work and material on hand will be based upon progress estimates
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
meeting.
The initial progress estimate will be made not later than 30 days after the Contractor commences the
Work, and successive progress estimates will be made every month thereafter until the Completion Date.
Progress estimates made during progress of the Work are tentative, and made only for the purpose of
determining progress payment. The progress estimates are subject to change at any time prior to the
calculation of the final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed
multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms
amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage
area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the
Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
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.
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).
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
43
05/14/2014
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.
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.
I
I
I
11
C�
1
I
44
05/14/2014
I
I
I
u
1
I
`ram
u
(n
u
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section
will be made. A payment made pursuant to this section shall be considered as payment made under
the terms and conditions of the Contract. The Contracting Agency shall not be liable to the
Contractor for such payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will
be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor
of the final payment shall be and shall.operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in
stated amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the Work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's
Surety from any obligation required under the terms of the Contract Documents or the Contract Bond;
nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon
findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment
preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other
remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on
the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or
women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts
paid to the DB, MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the Contracting
Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money
pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to
establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only
after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the
impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor
that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-
calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer
requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept
the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts
that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the
Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the
responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the
Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the
final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
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.
45
05/14/2014 1
1-09.13 Claims and Resolutions ,
1-09.13(3) Claims $250,000 or Less
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less,
submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be
resolved through litigation, unless the parties mutually agree in writing to resolve the claim through
binding arbitration.
1-09.13(3)A Administration of Arbitration
Revise the third paragraph to read:
(******)
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator,
and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the
county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and
the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for
decisions.
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the
aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for
review by the superior court of King County, Washington. The grounds for the petition for review are
limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in
writing their findings and conclusions based on the evidence adduced at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington and court
decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's
majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable
foundation. In the latter case, all costs shall be borne by the Contractor.
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
,
46 1
05/14/2014
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 performance of work under bid items shall result in
complete construction, in proper operating condition, of improvements identified in these written
specifications and accompanying plans.
iWork 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
1 be made for these incidental items.
1-09.14(2) Bid Items
1-09.14(2)A Bid Items
See Division 18 of the Technical Provisions for the Bid Items.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Revise the first paragraph to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as
being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at
all times from injury or damage as a result of the Contractor's operations which may occur on highways,
roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all
necessary signs and traffic control devices are in place.
Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for "Traffic Control;' the Work required for this item shall be all
items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization
devices, unless a pay item is in the bid proposal for any specific device and the Special
Provisions specify furnishing, maintaining, and payment in a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and
other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction
signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay
for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of
the construction signs and the traffic control devices destroyed or damaged during the life of
the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to the City
Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for traffic
control at the Work site. The traffic control plan shall include descriptions of the traffic control
methods and devices to be used by the prime Contractor, and subcontractors, shall be
submitted at or before the preconstruction conference, and shall be subject to review and
approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that
will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods,
6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as
' directed by the Engineer.
10. Promptly removing or covering all non -applicable signs during periods when they are not
47
05/14/2014 1
needed.
,
If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be
considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or
services, which could not be usually anticipated, by a prudent Contractor for the maintenance and
protection of traffic, then a new item or items may be established to pay for such items. Further
limitations for consideration of payment for these items are that they are not covered by other pay items
in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative
cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200
in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is
usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price
established by the Engineer, or by force account. Additional items required as a result of the Contractor's
modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions
in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of
the Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform
Traffic Control Devices( MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been provided to
the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the
Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
(******)
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as
authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract.
During non -Work periods, the TCS shall be able to be on the job site within a 45-minute time period after
notification by the Engineer.
'
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
(******)
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of the
traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices ,
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians
during non -working hours. I
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.
u
48 1
05/14/2014
1-10.3(3) Construction Signs
Section 1-10.3(3) paragraph 4 is supplemented as follows:
(******)
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All
costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract
price for the various other items of the Work in the bid proposal.
1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of "Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control," Lump Sum.
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
' 1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person registered to
practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established by the
Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter
18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American Datum of
1983/31.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the
City of Renton's Survey Control Network monuments. The source of the coordinate values used will be
shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-
060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey
revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys
jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions
of said document. The angular and linear closure and precision ratio of traverses used for survey control
shall be revealed on the face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system methodology
shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent
confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS
control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS
Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of
said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum
of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are
I 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
1
49
05/14/2014 1
the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a
description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and the
subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments,
measurements, and methodology used in that retracement.
1-11:1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In
cases where an electronic data collector is used field notes must also be kept with a sketch and a record
of control and base line traverses describing station occupations and what measurements were made at
each point.
Every point located or set shall be identified by a number and a description. Point numbers shall be
unique within a complete job. The preferred method of point numbering is field notebook, page and
point set on that page. Example: The first point set or found on page 16 of field book 348 would be
identified as Point No. 348.16.01, the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the
original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will
provide a copy of the notes to the City upon request. In those cases where an electronic data collector is
used, a hard copy print out in ASCII text format will accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is
,
usually set at such points to physically reference a corner's location on the ground.
Monument: Any physical object or structure of record, which marks or accurately references:
• A corner or other survey point established by or under the supervision of an individual per
Section 1-11.1(1) and any corner or monument established by the General Land Office and its
successor the Bureau of Land Management including section subdivision corners down to and
including one -sixteenth corners; and
• 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.
50 1
1 05/14/2014
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
tdescribed 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.
I 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 1-11.1(10) Station --Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy
Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's
error as to side shots.
1-11.1(11) As -Built Survey
All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4
Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and
vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the
same base line or control survey used for the construction staking survey for the improvements being "as -
built". The "as -built" survey for all subsurface improvements should occur prior to backfilling. Close
cooperation between the installing Contractor and the "as-builting" surveyor is therefore required.
All as -built surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon
control or base line surveys made in conformance with these Specifications.
The field notes for "as -built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with
stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as -
built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for
all "as -built" surveys.
1 51
05/14/2014
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 Plans page
H031 and permanently marked or tagged with the surveyor's identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit
lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the
limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees.
Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left
undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in
kind at the Contractor's expense.
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty
bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days' written
52
05/14/2014
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.
I 2-01.5 Payment
Section 2-01.5 is supplemented as follows:
(******)
The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein
and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed
by the Engineer.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3) is revised and supplemented as follows:
(******)
Item "1" is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces to
some off -project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before
pavement patching has been completed, temporary mix asphalt concrete patch shall be required.
Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and
compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be
used at the discretion of the Engineer.
j 2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along
the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall
be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
(******)
1 "Saw Cutting", per lineal foot.
"Remove Sidewalk", per square yard.
"Remove Curb and Gutter", per lineal foot.
"Cold Mix", per ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing per
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within
an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of
' the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be
measured and paid for as provided under Section 2-02.5, and will not be included in the quantity
calculated for excavation.
1 53
05/ 14/2014
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 arminmant by imp of the ayeragp end area method. Anv changes to the proposed Work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer,
shall not be paid for. All Work and material required to return these areas to their original conditions, as
directed by the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the
Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of
the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading
shall produce a surface, which is smooth and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades
and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor
shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other
debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base course, the
subgrade under the roadway shall be proof -rolled to identify any soft or loose areas which may warrant
additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing
water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to
place excavated material at the optimum moisture content to achieve the specified compaction. Any
native material used for fill shall be free of organics and debris, and have a maximum particle size of 6
inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated
with water. The measures may include sloping to drain, compacting the native materials, and diverting
runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or
delay related to drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content. If sufficient acceptable native soils are not available to
complete construction of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of
the Standard Specifications, shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the
54
1 05/ 14/2014
point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have
the truck number, time and date, and be approved by the Engineer.
2-03.5 Payment
TSection 2-03.5 is revised as follows:
Payment for embankment compaction will not be made as a separate item. All costs for embankment
compaction shall be included in other bid items involved. Payment will be made for the following bid
items when they are included in the proposal:
"Roadway Excavation Including Haul," per cubic yard
"Removal and Replacement of Unsuitable Foundation Material," per ton
Gravel Borrow Including Haul, per ton
"Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided
for the installation of the utility mains and appurtenances. When the Engineer orders excavation below
subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable
Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit
contract prices.
The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for
excavating, loading, placing, or otherwise disposing of the material.
The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material' shall
be full pay for excavating, loading, and disposing of the material.
Payment for embankment compaction will not be made as a separate item. All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the unit price of other units of Work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
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.
t2-09.3(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
55
05/14/2014
unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise all such disposal
costs shall be considered incidental to the Work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer,
manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines
required by the Plans or by the ton as measured in conformance with Section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at
the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit
contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor
excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for
material removed from below the required elevations. In this case, the Contractor, at no expense to the
Contracting Agency, shall replace such material with concrete or other material the Engineer approves.
The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all
labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items
of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the
Contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other
Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is
required for backfilling within the limits of the structure excavation, it shall also be required as backfill
material for the extra excavation at the Contractor's expense. Any excavation or backfill material being
paid by unit price shall be calculated by the Engineer only for the neat line measurement of the
excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the
excavation is such that shoring or extra excavation is required as determined by the Engineer, then
shoring or extra excavation shall be considered incidental to the Work involved and no further
compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per ton.
"Controlled Density Fill", per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the
Engineer that such per ton backfill is only being used for the specified purpose and not for purposes
where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being
used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets.
56
I
05/14/2014
1
1
5-04 ASPHALT CONCRETE PAVEMENT
5-04.2 Materials
Section 5-04.2 is revised and supplemented as follows:
Delete the second and fourth paragraphs of this section.
The base course shall be untreated crushed surfacing.
Asphalt concrete shall meet the grading requirements for the specified mix.
Temporary patch shall be cold or hot mix.
5-04.3 Construction Requirements
Section 5-04.3 is supplemented as follows:
Shoulder Restoration
The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches
below original street grade to provide for placement of the new subgrade and paving. The subgrade shall
be constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2%
inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1%
inches. HMA Class %" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch
thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall
be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or
at the Engineer's discretion.
Asphalt Concrete Patching and Overlay
The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the
satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent
hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt
within 30 calendar days.
Private Driveways
Where a private driveway is damaged by either construction of the project or by the Contractor's use and
activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its
original condition or better. Damaged asphalt -concrete driveways shall be replaced by saw cutting to a
straight line and replacing a full width section. Damaged cement -concrete driveways shall be removed to
the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall
have crushed surfacing placed and compacted to a minimum depth of 4 inches.
Curbs, Gutters and Sidewalks
Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and
activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition
or better.
5-04.3(5) Conditioning the Existing Surface
Section 5-04.3(5) is supplemented as follows:
The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the
City Engineer or Inspector.
5-04.3(5)A Preparation of Existing Surface
Section 5-04.3(5)A is supplemented as follows:
' The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the
project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is
applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets
behind the empty trucks that have dumped their loads into the paving machine. The sweeper must
sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one
i 57
05/14/2014
site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the
overlay site until given permission by the City's inspector.
All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the
lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack
and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at
the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application
of the tack coat shall be considered incidental to the paving and no separate payment shall be made.
The Contractor shall locate all utilities for access immediately after any paving and mark the location by
means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and
the depth of the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately after final
rolling.
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall
have an adjustment crew adjusting utilities every workable working day until adjustments are complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the Contractor's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete
the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay.
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design
submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must
submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the
Contracting Agency is not needed. The Project Engineer will determine anti -strip requirements
for the HMA.
The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional
adjustments to the JMF will require the approval of the Project Engineer and may be made
per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel,
and pavement repair. Other nonstructural applications as approved by the Project Engineer.
Sampling and testing of HMA accepted by commercial evaluation will be at the option of the
Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be
excluded from the quantities used in the determination of nonstatistical evaluation.
58
u
1
fl
05/14/2014
Item 7 is deleted.
5-04.3(10)B Control
Replace Section 5-04.3(10)B with the following:
Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method,
ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction.
5-04.5 Payment
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on Section
1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent
Factor "f"
All aggregate passing: 1 %", 1", %", %", 3/8" and No. 4 sieves
2
All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100
3
All aggregate passing No. 200 sieve
20
Asphalt binder
52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the
asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having
all constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance
limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or samples from the street shall
be tested to provide a minimum of three sets of results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and
having all constituents falling within the tolerance limits of the job mix formula shall be accepted
at the unit contract price with no further evaluation. When one or more constituents fall outside
the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to
determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of
the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples
of the existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE
NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix
Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA
in the lot in tons, and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor will be
considered 1.00 in calculating the composite pay factor.
5-04.5(1)B Price Adjustments for Quality of HMA Compaction
1 Section is deleted and replaced with:
59
05/14/2014 1
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor
(NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40
percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of
HMA in the lot in tons and the unit contract price per ton of the mix.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is new Section with subsections:
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the
Contractor may use temporary pavement or steel trench plates to allow vehicular traffic to travel over the
construction areas.
5-06.2 Materials
The asphalt pavement for temporary patches shall be 2" of a hot 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.
Cold mix asphalt may be used around plates to provide transition.
5-06.3 Construction Requirements
The Contractor shall inspect temporary pavement patches and plates daily and maintain to the
satisfaction of the Engineer until replaced with permanent hot patch. The temporary pavement shall be
free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities.
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. Trench plates shall be
properly anchored.
The Contractor shall immediately repair, patch, or remove any temporary pavement or plates that do not
provide a flat transition between existing pavement areas.
All temporary patches on trenches shall be permanently restored as specified within two (2) weeks of
completion of work within the roadway area unless approved by the engineer. If work is being done in
multiple locations, permanent restoration shall be completed within two (2) weeks of work being
completed in that area.
All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be
used as permanent asphalt pavement or subgrade material.
7-01 DRAINS
7-01.2 Materials no
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel
with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene
(PE) at the option of the Contractor unless the Plans specify the type to be used.
60
1 05/14/2014
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
(******)
The second paragraph is revised as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in
Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap -on,
screw -on, or wraparound coupling bands as recommended by the manufacturer of the tubing.
The sixth paragraph is revised as follows:
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain
pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as recommended by the
manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B
Including Haul" as a pay item all costs associated with these items shall be included in other contract pay
items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
(******)
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or
end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or
aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as
specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
(******)
Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be
understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and
aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the Specifications to which the materials or products were manufactured. The
Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing
nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and products,
and such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field
tests and to replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own
expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
(******)
The length of storm sewer pipe will be the number of linear feet of completed installation measured
along the invert and will include the length through elbows, tees, and fittings. The number of linear feet
will be measured from the center of manhole or from the center of catch basin to center of catch basins
and similar type structures.
61
05/14/2014
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay
for all Work to complete the installation, including adjustment of inverts to manholes. When no bid item
"Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the
Standard Plans, shall be considered incidental to the pipe and no additional payment shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in
the unit contract prices for other items.
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer
pipe, and no additional compensation will be allowed.
Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of
Structure and Obstruction". No separate payment will be made.
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.
Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting
to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the
finished elevations per standard detail 400.1, 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 pavement shall be cut in a restricted area and base material be removed to permit
62
05/14/2014
removal of the cover. 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 blocks and
wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat
circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet.
The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement
Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2
inches of the finished pavement surface. On the day following placement of the concrete, the edge of the
asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement.
Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller.
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. The inside throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment
of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt
concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded
in the gutter section shall be solidly embedded in concrete 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 and plastered.
Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes.
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2) is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a
depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of
the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall
be salvaged and all other surplus material disposed of.
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes
Section 7-05.3(2)A is a new section:
Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as
part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe
and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall
be filled with cement -based grout.
I A cement -based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material
must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a
sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer
prior to beginning the operation (See Section 9-03.22).
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.
1 63
05/ 14/2014 1
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, or
the connection of a new structure to a existing line. No "connection to existing" will be accepted at the
location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at her/his own expense.
The unit bid price per each shall be full compensation for all labor, materials and equipment required.
7-05.3 5 Manhole Coatings
�) g
Section 7-05.5 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
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the
distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental
to the unit contract price of the new item and no further compensation shall be made.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make
the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule
,
of prices then the Work will be considered incidental and its cost should be included in the cost of the
pipe.
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe," per each. I
64
1 05/14/2014
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of "Gravel Backfill for Pipe Zone Bedding" consistent with
Section 9-03.12(3). Pea gravel meeting the minimum sand equivalent of this specification will be allowed.
It shall be placed to a depth of 12 inches over and 6 inches under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. 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 shall be considered incidental to the pipe and no further compensation shall be made.
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 ballast and conform to the requirements of Section 9-
03.9(1) of the Standard Specifications.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as
specified above and thoroughly compacted to the required grade line.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a
manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying — General
Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on the top
of the pipe, or by looking for ponding of 112" or less, which indicates a satisfactory condition. At
L 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.
65
05/ 14/2014 1
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer
,
may change the alignment and/or the grades. Except for short runs, which may be permitted by the
Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill
grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to
prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall
be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
(******)
Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint
system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented by adding the following:
(******)
All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured tee
connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use
in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be
,
made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing
main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall
be core drilled. When the existing main is constructed of vitrified clay, the main shall be re -sectioned
with flexible couplings, Fernco 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. 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 Sanitary Sewer Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
(******)
To the maximum extent available, suitable material obtained from trench excavation shall be used for
trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6
inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious
materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones
within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do
not congregate or interfere with proper compaction.
If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable
material is requested by the Engineer to be removed or over -excavated from trench excavations, then
Gravel Borrow material conforming to the requirements of Section 9-03.14(1) shall be used. All native or
imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless
otherwise specified herein or on the Plans. ,
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as
66 .1
05/14/2014
determined by the modified proctor compaction test, ASTM D1557. This includes the foundation, backfill,
and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top
of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade.
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.
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall
be measured by the cubic yard, including haul, as specified in 2-09, or by the ton.
r 7-08.5 Payment
Section 7-08.5 is replaced with:
' Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ", per cubic yard or ton.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton.
All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the
installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price
for the type and size of pipe installed.
"Plugging Existing Pipe per each.
"Commercial Concrete", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract
price per foot for the size and type of pipe being jointed.
"Shoring or Extra Excavation Class B", per square foot.
If this pay item is not in the Contract, then it shall be incidental.
7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius (500 feet or morel curves, either horizontal or vertical, may be laid with standard pipe by
deflecting the joints: If the pipe is shown curved in 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 of
r the manufacturer's printed recommended deflections.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
1 67
05/14/2014
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17) has been revised as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also
be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be
repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe
and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal working
hours. The Contractor shall not operate any valves on the existing system. Water system personnel will
operate all valves on the existing system for the Contractor when required.
No Work shall be performed on the connections unless a representative of the water department is
present to inspect the Work.
When not stated otherwise in the special provisions or on the plans, all connections to existing water
mains will be done by City forces as provided below:
City Installed Connections:
Connections to existing piping and tie-ins are indicated on the Drawings. The Contractor must verify all
existing piping, dimensions, and elevations to assure proper fit.
Connections to the existing water main shall not be made without first making the necessary
arrangements with the Engineer in advance.
A two -week advance notice shall be required for each connection which requires a cutting of the existing
water mains or a shut -down of the existing water mains. The City reserves the right to re -schedule the
connection if the Work area is not ready at the scheduled time for the connection.
Work shall not be started until all the materials, equipment and labor necessary to properly complete the
Work are assembled on site.
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 to install all connections as indicated on the construction plans, including but not
limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections.
The Contractor shall provide and install concrete blocking, polywrap the piping at the connections,
backfill and surface restoration at the locations shown on the plans for the connections to the existing
water mains.
The City will cut the existing main and assemble all materials.
7-09.3(21) Concrete Thrust Blocking and Dead -Man Block
Section 7-09.3(21) has been supplemented by adding the following:
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the
City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked
shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with
plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be
stripped prior to backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance
I
1
I
1
.:
1 05/ 14/2014
1
1.
i�
I
with Section 7-11.3(15).
Provide concrete dead -man blocks at locations shown on the plans. The dead -man block shall include
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete (hand -mixed concrete is not allowed) and poured in place.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is supplemented and revised as follows:
(******)
A hydrant meter and a backflow prevention device will be used when drawing water from the City
system. These may be obtained from the City by completing the required forms and making the required
security deposits. There will be a charge for the water used. Before applying the specified test pressure,
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 quantity of water required to restore the pressure shall be accurately determined by either 1)
pumping from an open container of suitable size such that accurate volume measurements can be made
by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand
registering 1 gallon per revolution. The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed
in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter in 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
L=N P
7400
in which:
L = Allowable leakage, gallons/hour
N = No. of joints in the length of pipeline tested
D = Nominal diameter of the pipe in inches
P = Average test pressure during the leakage test, psi
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15
minute test period." Is deleted.
I
Mes
05/14/2014
Contractor shall provide a list of all plant material indicating source of supply, order invoice, size and
quantity for each species or variety.
8-02.3(9) Pruning, Staking, Guying and Wrapping
Section 8-02.3(8) is supplemented as follows:
Tree trunks shall not be wrapped. Wrapping that was applied prior to plant delivery shall be removed
before plant material inspection.
All tree ties shall be kept intact and effective in maintaining firm support. Remove tree stakes and
fasteners after the first year of the plant establishment period or as directed by the Engineer.
8-02.3(11) Bark or Wood Chip Mulch
Section 8-02.3(11) is supplemented as follows:
Bark mulch shall be considered incidental to the "Landscaping" bid item.
8-02.3(13) Plant Establishment
Section 8-02.3(13) is supplemented as follows:
The plant establishment period for this project shall be one year immediately following the Final
Acceptance Date. The plant establishment plan shall show the scheduling, frequency, dates, materials,
and equipment to be used for all plant establishment activities, including but not limited to the following:
1. Weed Control for planting areas;
2. Fertilizing;
3. Watering;
4. Litter and Debris Removal;
5. Pruning;
6. Insect and Disease Control;
7. Tightening and repair of tree guying/staking;
1. Cleanup of material deposited on sidewalks, streets, and gutters, including plant debris, mulch, and
soil;
2. Tightening and repair of tree guying/staking;
3. Replanting plants that have tilted out of the upright position or that have been removed from their
planting holes.
The Contractor shall remove weeds from all planting areas as needed during the growing season (April 1
to October 1), but not less frequently than monthly under any circumstances. All weeds and prunings
shall be disposed of by the Contractor off the project site, at Contractor expense. Mulch and soil shall not
be allowed onto paved areas.
Water all plants as needed to maintain healthy growth. The Contractor shall provide all tools and
equipment needed during the plant establishment period.
The Contractor is responsible for contacting City sewer maintenance personnel no less than five (5)
working days in advance of planned maintenance to arrange for access to the station during the plant
establishment period.
8-02.4 Measurement
Section 8-02.2(4) is with the following:
/******X
No unit of measurement will be made for the lump sum bid item "Landscaping."
I
80
1 05/14/2014
8-02.5 Payment
Section 8-02.5 is replaced with the following:
1 The lump sum contract price "Landscaping" shall be full pay for all labor, materials, tools, and equipment
needed for cultivating, amending, and dressing the areas designated for each type of soil preparation;
furnish compost and place the material in the required lifts and depths over the designated areas; to
furnish and install trees, shrubs, and groundcovers in all planting areas, including, but not limited to
loading, hauling, placement, installation of bark mulch, staking, pruning, fertilizing, weeding, cleanup,
pest control, watering, maintenance, protection and replacement of plants through the end of the plant
establishment period.
Following the completion of initial planting in all planting areas, 50 percent of the lump sum contract
price for "Landscaping" will be paid.
Payment will be increased to the percentages shown in the following table upon accomplishment of the
following phases of plant establishment.
6 months after completion of initial planting 75%
Completion of 1st year plant establishment 100%
Partial payments shall only be made after replacement of all plants that are not healthy, vigorous plants.
Payments at any stage shall not constitute acceptance of plants, nor shall the ownership or title transfer
to the City of Renton. Materials found not acceptable at any stage shall be rejected and replaced at the
Contractor's expense. Previous partial payments made for materials rejected or missing will be deducted
from future payments due the Contractor.
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 1", per each.
"Raised Pavement Marker Type 2", per each.
"Raised Pavement Marker Type 3- In.", per each.
"Recessed Pavement Marker", per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2",
and "Raised Pavement Marker Type 3- In" and "Recessed Pavement Marker" shall be full pay for
all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with
these Specifications, including all cost involved with traffic control unless traffic control is listed in the
Contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This Work shall consist of furnishing and placing monument cases and covers, in accordance with the
Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or
as staked by the Engineer or by the Contractor supplied Surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring
that a registered surveyor references the existing monuments prior to construction. After construction is
81
05/14/2014
complete, the monuments shall be re-established by the Surveyor in accordance with RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be considered
incidental to the Contract unless specifically called out to be paid as a bid item.
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument" per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay
item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
Section 8-14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall
prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent
shall be applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or
plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather.
During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic
shall be excluded for such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed
concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be
removed and replaced at the expense of the Contractor.
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement
shall include all costs for the complete installation per the Plans and standard details including expansion
joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of
excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all
other Work, materials and equipment required per Section 8-14, shall be included in the per each price
for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as
separate pay items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such
installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter
and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the
payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary before
the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the
provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and
disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown,
and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete
82
05/14/2014
I
I
�J
t
Sidewalk" and the per each contract price for "Curb Ramp, Cement Concrete."
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install shall be
considered a part of the pay item for "Traffic Control."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
Paragraph four of Section 8-20.2(1) is revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types of
standards called for on this project:
1. Light standards with or without pre -approved Plans.
2. Signal standards with or without pre -approved Plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
Section 8-20.2(1) is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal
tenon locations for each signal pole to be installed.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and
parallel to the direction of traffic.flow and centered in pairs on lane lines and the center of lanes. See
detail sheet.
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit
consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two-
lane or three -lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is
used as centerline delineation on multilane, two-way highways and for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through
movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash
marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction.
The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap.
1 83
05/14/2014
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch
space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-
foot space. The solid line shall be installed to the right of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long,
parallel to the direction of traffic flow and centered in
detail sheet.
installed parallel to another crosswalk stripe and
pairs on lane lines and the center of lanes. See
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
(******)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
(******)
"Approach Stripe," per linear foot.
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......" Wide," per linear foot.*
"Remove existing traffic markings, "per Lump Sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum
contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor,
tools, material, and equipment necessary for removal of existing traffic markings as per the Plans,
Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then
the removal of old or conflicting traffic markings required to complete the channelization of the project as
shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no
further compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the Contract for installation, or for removal of temporary pavement markings,
then all costs associated with these items are considered incidental to other items in the Contract or
included under "Traffic Control," if that item is included as a bid item.
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
(******)
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
Aggregate, percent passing
1", W, %", and -"" sieves
U.S. No. 4 sieve
U.S. No. 8 sieve
U.S. No. 16 sieve
Nonstatistical
Evaluation
±6%
±6%
±6%
±4%
Commercial
Evaluation
±8%
±8%
±8%
±6%
i
I J
11
L
t
84
05/14/2014
I
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.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded
seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied
inside and out following welding is acceptable and shall be asphalt treatment coated.
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2) is replaced by the following:
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class
IV. Cement used in the manufacture of reinforced concrete pipe. shall be Type II in conformance with
ASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance (RC)
Section 9-05.7(2)A is supplemented by the following:
All pipe shall be subject to (1) a three -edge -bearing strength (D-load) test in accordance with ASTM C76;
and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except
test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3) is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained
single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be
neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA
C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of
Compliance stating that the materials furnished comply in all respects with these Specifications. The
Engineer may require additional information or tests to be performed by the Contractor at no expense to
the City.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be
fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling
85
05/14/2014 1
the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be
as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be
fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be J/4
inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a
minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall
immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the
ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of
bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch.
If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway
between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside
of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-
05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall
and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide
(measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical
distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The
radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of +
10 percent.
9-05.12 Polyvinyl Chloride (PVC) Pipe
Section 9-05.12(3) is a new additional section:
(******)
9-05.12(3) CPEP Sewer Pipe
Section 9-05.12(3) is a new additional section:
(******)
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin
which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per
ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO
M 294.
9-05.12(4) Sanitary Sewer Force Main
Section 9-05.12(4) is a new additional section:
(******)
PVC pipe for sanitary sewer force mains shall meet the requirements of ANSI/AWWA C900. PVC pipe shall
have the same outside dimensions as ductile iron pipe. PVC pipe shall be a minimum of SDR 18. Pipe
shall be listed by Underwriters' Laboratories, Inc.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted
(******)
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
(******)
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be
fabricated by using a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be
fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a
86 1
05/14/2014
1
I
1
I
I
I
nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively
jointed with coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1{8 inch
wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center
(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs
shall be 0.0625 inch with an allowable tolerance of + 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
and shall be fabricated from a single thickness of material. The ribs shall be 2/4 inch + 1/8 inch wide
(measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical
distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be
11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the
metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9-05.21 Sanitary Sewer Gate Valves and Fittings
Section 9-05.21 is a new additional section:
Sanitary sewer gate valves shall be rated for sewer service. Valve shall have a ductile iron body and
bonnet and have an o-ring stuffing box. All flange faces shall be machined and drilled to straddle the
vertical centerline.
Valve stem extensions are required where the operating nut is more than 4 feet below the finished
surface. Extensions shall have a plate welded to operating nut. The valve stem extension top shall be
installed within 18 inches to 24 inches below finish grade. Valve stem extensions shall have a 2-inch
square operating nut and self -centering rock -plate support. Lock down set screws shall not be used on
valve operating nut extensions.
Valve boxes shall be cast iron with lid marked "SEWER" as approved by OWNER, with tapered valve box
covers. Each box shall be adjusted to match the finish grade at the valve location. All valve box covers
shall be painted green as designated by the OWNER. Orient the valve box so the "Ears" are set the same
as the pipe direction. Provide 2 inch thick by 4 foot -wide asphalt or concrete collar around valve box
covers in unimproved areas, landscape areas and easements.
Fittings shall be lined with Protecto 401, Sewpercoat or approved equal.
9-05.22 High Density Polyethylene Piping
Section 9-05.22 is a new section:
DRISCOPLEX'rm 4100 High -density Polyethylene Piping
1 General Terms and Conditions
1.1 Scope - This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high -density
polyethylene piping. All Work shall be performed in accordance with these Specifications.
1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered
Construction Plans for the Work prepared under the direction of a Professional Engineer.
1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard
Specification is incorporated by reference in these Specifications, the reference standard shall be the
latest edition and revision.
1.4 Licenses and Permits — The Contractor shall be licensed and bonded.
1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have
the authority to halt construction if, in his opinion, these Specifications or standard construction practices
a
87
05/14/2014
are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by
written notice, order further construction to cease until all deficiencies are corrected.
2 Polyethylene Pipe and Fittings 1
2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance
facilities capable of producing and assuring the quality of the pipe and fittings required by these
Specifications. The manufacturer's production facilities shall be open for inspection by the City or his
Authorized Representative. The Project Engineer shall approve qualified manufacturers.
2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE
3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in
the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, with a standard grade
HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D
3350 cell classification 345464E. The material shall be listed and approved for potable water in
accordance with NSF Standard 61. When requested on the order, the manufacturer shall certify that the
materials used to manufacture pipe and fittings meet these requirements.
2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce
.�
polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub -contractors or
distributors are prohibited.
2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be
molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be
pressure rated for the same internal pressure rating as the mating pipe.
2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261
and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes
cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal
i
pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings
shall be tested in accordance with AWWA C906.
2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through -bore length to
be clamped in a butt fusion -joining machine without the use of a stub -end holder. The sealing surface of
the flange adapter shall be machined with a series of small v-shaped grooves (serrations) to promote
gasketless sealing, or restrain the gasket against blowout.
2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure
rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to
provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher.
9-08 PAINTS
9-08.8 Manhole Coating System Products
1.
Section 9-08.8 is a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating C1
System:
Coating High Solids
Material: Urethane
Surfaces: Concrete
Surface In accordance with
Preparation: SSPC SP-7 (Sweep
or brush off blast)
88
1 05/14/2014
Application:
Shop/Field: The
drying time
between coats shall
not exceed 24
hours in any case
System
6.0 mils dry film
Thickness:
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
1 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(1) Ductile Iron Pipe (RC)
Section 9-30.1(1) is revised as follows:
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe
shall have a cement -mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe
shall be Standard Thickness Class 52 or the thickness class as shown in the Plans.
' 9-30.3(1) Gate Valves (3 inches to 12 inches)
Section 9-30.3(1) is replaced with:
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List
14, Mueller Company No. A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions,
as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton
Standard Details for 12" gate valve assembly vault and 1" bypass installation.
' Gate valves shall conform to AWWA C500 and shall be iron body, bronze -mounted, double disc with
bronze wedging device and 0-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection
with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve
assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves
shall be provided with two (2) internal 0-ring stems seals. The valves shall be equipped with one (1) anti -
friction washer. The resilient gate valve shall ,have rubber sealing surfaces to permit bi-directional flow.
' 89
05/14/2014 1
The stem shall be independent of the stem nut or integrally cast. I
Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials
meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on
the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370,
Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less
than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required.
'
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall
be installed in a concrete vault per City of Renton Standard Details, latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented by adding the following:
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
9-30.3(5) Valve Marker Posts
Section 9-30.3(5) has been deleted and replaced with the following:
(******)
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label
"water."
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7) has been supplemented as follows:
(******)
Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy -Duty," combination air
'
release valve, or equal.
Installation shall be per the City of Renton Standard Details, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8) is revised as follows:
(******)
Tapping sleeves shall be cast iron, ductile iron epoxy -coated steel, or other approved material.
9-30.3(9) Blow -Off Assembly
Section 9-30.3(9) is a new section:
Permanent blow -off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow -
off permanent 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. I
90 1
OS/14/2014
' Temporary blow -off assemblies for testing and flushing of the new water mains will not be included
under this item and shall be considered incidental to the contract and no additional payment shall be
made.
' 9-30.5 Hydrants
Section 9-30.5 is supplemented by adding the following:
Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to
AWWA C-502-85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller
Super Centurion 200, conforming to AWWA C-502-85.
9-30.5(1) End Connections (RC)
Section 9-30.5(1) is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid
proposal description.
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2) is replaced with the following:
Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against
pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening
(M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per
inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V.
Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
pentagon operating nut opened by turning counter clockwise (left).
The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same
design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for
positive water tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter
shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall
have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz
cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated
stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions.
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
9-30.6(4) Service Fittings
Section 9-30.6(4) has been revised as follows:
' Fittings used for copper tubing shall be compression type with gripper ring.
9-30.6(5) Meter Setters
' Section 9-30.6(5) has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision.
1
91
05/14/2014
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED
The permittee will be required to remove utility locate marks on sidewalks only within the Downtown
Core Area. The permittee shall remove the utility locate marks within 14 days of job completion.
a
.1
F
92 ,
I
1
L
TECHNICAL
SPECIFICATIONS
City of Renton
TECHNICAL SPECIFICATIONS FOR:
Sewer Radio Panel
Relocation and Liff Station
Improvements
Project No. WWP-27-3711
SPRING 2014
THE CONTENT OF THIS DOCU\LENT, AS A MEANS OF PROFESSIONAL SERVICE, IS PROTECTED BY 17 U.S.C. 4 101, ET SEQ. AS SUCH, IT
SHALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WITHOUT,XrRITTEN AUTHORIZATION FROM
RH2 ENGINEERING. © 2012 RH2 ENGINEERING, INC.
PA?
L J
A
26978
STr�`o`,`�"
ZONAL
38b13
�O�• k� crS rl:Kss'
11
1
n
I
I
n
Table of Contents
'
Division 1 General.,,,. .................................................................................. ...................................................1-1
1.10 General
................................................
..................................................................................................1-1
'
1.11.01 Project Description...............................................................................................................................1-1
1.11.02 Reuse Documents
of .............................................................................................................................1-1
1.11.03 Electronic Data........ ... ...... ........... *1_1
ata..............................................................................................................................1-1
1.13 Permits Licenses
and ..................................................................................................................................1-2
1.15 Warranty.....,..... .......
11.20
Price and Payment.................................................................................................................................1-2
1.21.29 Quantity Allowances.............................................................................................................................1-2
i1.29
Cost Increases for Materials......................................................................................................................1-2
1.30 Administrative.......................................................................................................................................1-2
1.31 Responsibilities..........................................................................................................................................1-3
1.31.1 Contractor's Responsibility.....................................................................................................................1-3
'
1.31.1.1 Construction Inspection Scheduling....................................................................................................1-3
1.31.1.2 Contractor Conducted Progress Meetings...........................................................................................1-4
'
1.31.2 Owner Inspector's Responsibility...........................................................................................................1-4
1.33 Submittals..................................................................................................................................................1-4
'
1.33.1 Submittal and Shop Drawings.................................................................................................................1-4
1.33.2 Substitutions...........................................................................................................................................1-6
1.33.2.1 Prior to Bid Opening............................................................................................................................1-6
1.33.2.2 After Contract Execution.....................................................................................................................1-6
1.40 Quality Control.......................................................................................................................................1-6
1.42 Reference Specifications............................................................................................................................1-6
1.50 Construction Support .............................................................................................................................1-7
1.55.26 Traffic Control.......................................................................................................................................1-7
1.59 Site Control................................................................................................................................................1-7
1.70 Execution and Closeout.........................................................................................................................1-7
' 1.77 Cleaning.....................................................................................................................................................1-7
1.77.2 Site and Facility Cleanup.........................................................................................................................1-7
' 1.79.3 Construction Record Drawings...............................................................................................................1-8
Division2 Sitework........................................................................................................................................2-1
2.00 General..................................................................................................................................................2-1
i
11
H
f1
u
I
Table of Contents
2.10 Site Preparation.....................................................................................................................................2-1
2.10.2 Clearing and Grubbing............................................................................................................................2-1
2.10.5 Construction Access................................................................................................................................2-1
2.13 Vegetation Protection................................................................................................................................2-2
2.13.6 Pruning....................................................................................................................................................2-2
Division3 Concrete........................................................................................................................................3-1
3.00 General..................................................................................................I................................................3-1
3.60 Grouting.............................................................................................................................I....................3-1
3.62 Non -Shrink Grout.......................................................................................................................................3-1
Division 5 Fabricated Metalwork and Structural Plastics..............................................................................5-1
5.00 General..................................................................................................................................................5-1
5.05 Common Work for Fabricated Metalwork and Plastics.............................................................................5-1
5.05.23 Bolts and Other Connectors..................................................................................................................5-4
5.05.24 Concrete Anchors.................................................................................................................................5-4
5.50 Metal Fabrications.................................................................................................................................5-5
5.52 Guardrail....................................................................................................................................................5-5
5.52.4 Aluminum Access Hatch Guards.............................................................................................................5-5
5.53 Grating.......................................................................................................................................................5-5
5.53.1 Common Work for Grating.....................................................................................................................5-5
5.53.7 Fiberglass Reinforced Plastic (FRP) Grating............................................................................................5-6
5.60 Ladders..................................................................................................................................................5-7
5.60.1 Common Work for Ladders.....................................................................................................................5-7
5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders..........................................................................................5-8
Division11 Equipment...............................................................................................................................11-1
11.00 General..............................................................................................................................................11-1
11.05 Common Work for Equipment...............................................................................................................11-1
11.90 Other Equipment................................................................................................................................11-1
11.95 Heating, Ventilating, and Air-Conditioning............................................................................................11-1
11.95.1 Common Work for HVAC....................................................................................................................11-1
11.95.34 Fans...................................................................................................................................................11-1
' 11.95.34.3 Confined Space Ventilation Blower...............................................................................................11-1
Division16 Electrical..................................................................................................................................16-1
16.00 General..............................................................................................................................................16-1
ii
tTable
of Contents
16.05 Common Work for Electrical..................................................................................................................16-1
16.15 Electrical Grounding..........................................................................................................................16-6
16.15.1 Common Work for Electrical Grounding.............................................................................................16-6
16.55 Switches and Protective Devices.......................................................................................................16-6
16.55.1 Common Work for Switches and Protective Devices.........................................................................16-6
16.55.16 Molded Case Circuit Breakers...........................................................................................................16-7
16.60 Conductors.........................................................................................................................................16-7
16.61 Low Voltage Wire and Cable..................................................................................................................16-7
t16.63
Signal Cable............................................................................................................................................16-9
16.70 Raceways, Boxes and Fittings..........................................................................................................16-12
16.71 Raceways.............................................................................................................................................16-12
16.72 Boxes and Enclosures......................................................................................................................16-16
'
16.72.2 Outlet and Junction Boxes................................................................................................................16-16
16.72.3 Watertight Enclosures......................................................................................................................16-16
16.75 Wiring Devices.................................................................................................................................16-17
16.75.1 Common Work for Wiring Devices...................................................................................................16-17
16.75.2 Receptacles.......................................................................................................................................16-18
16.75.5 Plates.................................................................................................................................................16-18
'
16.95 Testing.............................................................................................................................................16-19
16.95.1 Common Work for Testing................................................................................................................16-19
Division 18 Measurement and Payment...................................................................................................18-1
18.0 General................................................................................................................................................18-1
Bid Item 1 - Mobilization, Demobilization, Site Preparation and Clean-up.....................................................18-1
BidItem 2 - Traffic Control...............................................................................................................................18-1
Bid Item 3 - Mill Ave Manhole Improvements................................................................................................18-1
Bid Item 4 - Main Ave Manhole Improvements..............................................................................................18-2
1
Bid Item 5 - Adjustable Guard Rail and Chain.................................................................................................18-2
Bid Item 6 - Access Hatch Modifications —Guard Rail....................................................................................18-2
Bid Item 7 - Access Hatch Modifications — Guard Post...................................................................................18-2
Bid Item 8 - Hazen Reservoir Radio Repeater Relocation...............................................................................18-2
Bid Item 9 - Westhill Reservoir Radio Repeater Relocation............................................................................18-2
Division 1
General
1 1.10 GENERAL
Sections in these specifications titled "Common Fork for . . ." shall apply to all following
subsections whether directly referenced or not.
Sections in these specifications titled "Related Sections" shall be read as integral to the
' specification as if they were fully detailed within. All work and materials described in such
sections shall be provided and performed by the Contractor.
1.11.01 Project Description
The City of Renton Sewer Radio Panel Relocation and Lft Station Improvements project
consists of work including, but not limited to, the relocation of sewer radio panels at Hazen
and West Hill reservoirs, access and ventilation improvements for manholes in Mill Avenue
and Main Avenue, and access hatch modifications at 17 lift stations to add guard systems.
The project involves structural, mechanical, electrical and telemetry work. The sewer radio
panels are used with the City's sewer SCADA system.
1.11.02 Reuse of Documents
Contractor and any Subcontractor or Supplier shall not:
1. Have or acquire any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any thereof) prepared by or bearing
the seal of Engineer or its consultants, including electronic media editions; or
2. Reuse any such Drawings, Specifications, other documents, or copies thereof on
extensions of the Project or any other project without written consent of Owner and
Engineer and specific written verification or adaptation by Engineer.
3. The prohibitions of this Paragraph will survive final payment, or termination of the
'
Contract. Nothing herein shall preclude Contractor from retaining copies of the
Contract Documents for record purposes.
'
1.11.03 Electronic Data
1. Unless otherwise stated in the Special Provisions, the data furnished by Owner to
Contractor, or by Contractor to Owner, that may be relied upon are limited to the
printed copies (also known as hard copies). Files in electronic media format of text,
data, graphics, or other types are furnished only for the convenience of the receiving
party. Any conclusion or information obtained or derived from such electronic files
will be at the user's sole risk. If there is a discrepancy between the electronic files and
the hard copies, the hard copies govern.
'
2. Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data's creator, the party
'
receiving electronic files agrees that it will perform acceptance tests or procedures
within 30 days, after which the receiving party shall be deemed to have accepted the
data thus transferred. Any errors detected within the 30-day acceptance period will
'
be corrected by the transferring party.
1-1
'
Z:\Bothell\Data\REN\113-076\Specs\1 General.docx 5/14/2014 1:17 PM
0 2014 RH2 Engineering, Inc.
Spring City rin 2014 Ci of Renton
Division 1— General Sewer Radio Panel Relocation and LS Improvements
3. When transferring documents in electronic media format, the transferring party
makes no representations as to long term compatibility, usability, or readability of
documents resulting from the use of software application packages, operating
systems, or computer hardware differing from those used by the data's creator.
' 1.13 Permits and Licenses
The Owner will secure and pay for the following permits:
1 • Right -of Way Permit — Mill Ave and Main Ave Manhole Improvements
The Contractor shall acquire and pay for all other necessary permits which may include:
• Electrical Permit — Hazen and West Hill Reservoirs
A copy of the Owner acquired permits are available at the Owner's office for examination by
bidders. Conform to the requirements of these permits and all other permits issued for this
project.
1.15 Warranty
The Contractor shall warrant all products used in the construction of this project for a
period of one (1) year following project acceptance except for those components and listed
warrantees below. The date of project acceptance is defined as the date the final payment is
sent to the Contractor from the Owner.
Warranty does not cover damage due to misuse by the Owner or conditions outside of the
Owner or Contractor's control (force majeure) including but not limited to war, strikes,
floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below
1 10 degrees Fahrenheit (Western Washington), freezes below minus 10 degrees Fahrenheit
(Eastern Washington), governmental restrictions, vandalism, and power failures or surges.
The Contractor has control over workmanship, third party subcontractors and parts and
materials used to complete the project.
1.20 PRICE AND PAYMENT
r1.21.29 Quantity Allowances
If more or fewer materials are needed when the construction quantity is within plus or minus
25 percent of the bid quantity, costs for restocking of unused materials, or handling and
delivery costs on additional materials shall be incidental to the bid price and no additional
payment will be made.
1.29 Cost Increases for Materials
There shall be no allowance for additional payment should the cost of any materials go up
during the course of the original contract timeframe. The Contractor is responsible for
securing prices at the time of bid.
1.30 ADMINISTRATIVE
1-2
5/14/2014 1:17 PM
© 2014 RH2 Engineering, Inc.
Z:\Bothell\Data\REN\113-076\Specs\1 General.docs
fi
I
I
J
I
it
City of Renton Spring 2014
Sewer Radio Panel Relocation and LS Improvements Division 1 - General
1.31 Responsibilities
1.31.1 Contractor's Responsibility
The work included in this contract is shown on the contract plans and described in these
project specifications. All work incidental and necessary to the completion of the work
described and shown shall be performed by the Contractor. In submitting a bid for this
project, the Bidder warrants that they are an expert in this and related work, that they
understand the process and functions shown, and that various work and processes not
shown but necessary for the successful operation of this project will be provided by the
Contractor.
The General (or Prime) Contractor is fully responsible for providing his subcontractors and
suppliers with all relevant portions of the plans and specifications necessary to bid and
construct the improvements.
Damage to existing utilities or property shall be repaired or replaced by the Contractor at the
discretion of the Owner.
The Contractor and each of the Subcontractors are responsible for coordinating the required
inspections. There are specific requirements for inspection responsibilities and the advance
notice that must be given to minimize construction delays. It is the Contractor's
responsibility to be familiar with these requirements, include the coordination necessary in
this estimate of project costs and schedule, and to comply with the requirements during
construction. Failure to follow proper inspection and notification procedures may result in
on -site work stoppages and removal or demolition of unapproved structures or systems, all
at the Contractor's expense. See Testing, Startup and Operation section below for details.
Do not start work on this project or on any public or private right-of-way or easement until
clearance is given by the Owner. It will be the responsibility of the Contractor to comply
with the requirements of any permit for the project. Do not hinder private property access
without a 24-hour notice to the private property, owner, and do not hinder access for more
than an 8-hour period. Do not disrupt emergency aid access to private property.
The Contractor is solely responsible for all elements of site safety. Inspections performed by
the Owner are only to monitor and record that project plans and specifications are being
complied with and construction is consistent with the design intent.
The Contractor shall be responsible for managing, coordinating, and overseeing his
subcontractors, suppliers, manufacturers' representatives, or any other persons performing
' Work. The Contractor shall have a competent representative, familiar with the project and
work being performed, on -site at all times.
1.31.1.1 Construction Inspection Scheduling
Unless otherwise noted on the plans or within these specifications, 48-hour prior notice shall
be given to the Owner and appropriate reviewing agency for all inspections required for the
construction of the project. 48-hour notice is defined as 2 complete working day notice.
Time is not counted on weekends and holidays (inspections required on a Monday or the
day after a holiday shall be scheduled a minimum of 48 hours in advance not including the
' holiday hours or weekend'hours.)
1-3
Z:\Bothell\Data\REN\113-076\Specs\1 General.docx 5/14/2014 1:17 PDI
© 2014 RH2 Engineering, Inc.
I
P
I
i:�
I
fl
I
Spring 2014 City of Renton
Division 1— General Sewer Radio Panel Relocation and LS Improvements
1.31.1.2 Contractor Conducted Progress Meetings
The Contractor shall schedule and hold regular on -site progress meetings at least monthly
and at other times as requested by the Owner or as required by progress of the work. The
Contractor, Owner, and all Subcontractors active on the site must attend each meeting.
1.31.2 Owner Inspector's Responsibility
The Owner may elect to have an inspector on site to monitor, observe and record
construction progress. The Contractor maintains complete responsibility to verify
construction is meeting the design intent and is being constructed in accordance with the
plans and specifications. It is not the responsibility of the Owner's inspector to address
neither means and methods issues on site nor direct safety issues on site. The Owner's
inspector does not have the authority to stop work if unsafe conditions are observed. This
specification section only applies to consultants hired by the Owner. This specification
section does not apply to direct employees of the Owner.
1.33 Submittals
1.33.1 Submittal and Shop Drawings
Submittals are required for all items installed on this contract. Submittals shall be addressed
to:
RH2 Engineering, Inc.
22722 29 h Drive SE, Suite 210
Bothell, WA 98021
Attn: David Baisch
Email: dbaisch@rh2.com
Submittals may be provided in hard -copy or electronic format (preferred). Owner reserves
the right to require the Contractor to provide hard -copy submittals at no additional cost to
the Owner. Where hard -copy submittals are provided, Contractor shall submit three (3)
copies; one set will be returned to the Contractor after review.
Electronic submittal via email is acceptable, however the Contractor shall take responsibility
to follow up with the Owner to verify that the submittal was received. The Owner assumes
no responsibility for electronic delivery of submittals that are not received by the recipient.
In the case of electronic submittals, only one copy will be returned to the Contractor, either
electronically or hard copy at the Owner's discretion.
Submittal data for each item shall contain sufficient information on each item to determine if
it is in compliance with the contract requirements. Submittal cutsheets and datasheets shall
be annotated by the Contractor and shall clearly indicate the equipment and materials that
will be provided, including any options or additive items. No generic cutsheets or datasheets
will be accepted.
1-4
1 5/14/2014 1:17 PM Z:\Bothell\Data\REN\113-076\Specs\1 General.docx
© 2014 RH2 Engineering, Inc.
City P of Renton Spring 2014
Sewer Radio Panel Relocation and LS Improvements Division 1 - General
Items that are installed in the work that have not been approved through the submittal
' process shall be removed and an approved product shall be furnished, all at the Contractor's
expense.
Shop drawing review will be limited to general design requirements only, and shall not
relieve the Contractor from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the contract documents. No changes may be made in
any submittal after it has been reviewed except with written notice and approval from the
Owner.
Shop drawings shall be submitted on 8t/2" x 11", 11" x 17", or 22" x 34" sheets and shall
1 contain the following information:
• Project Name as it appears on the Document Cover.
• Prime Contractor and Applicable Subcontractor.
• RH2 Engineering.
• Owner's Name.
• Applicable Specification and Drawings Reference.
• A stamp showing that the Contractor has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and
dimensional suitability.
• A place for the Engineer to stamp.
Submittals that do not comply with these requirements may be returned to the Contractor
for re -submittal. The Contractor shall revise and resubmit as necessary. Acceptable
submittals will be reviewed as promptly as possible, and transmitted to the Contractor not
'
later than 20 working days after receipt by the Engineer. Delays caused by the need for re -
be basis for delay damages.
submittal shall not a an extension of contract time or
Shop drawings and submittals shall contain the following information for all items:
A. Shop or equipment drawings, dimensions, and weights
B. Catalog information.
C. Manufacturer's specifications.
D. Special handling instructions.
1
E. Maintenance requirements.
F. Wiring and control diagrams.
'
G. List of contract exceptions.
By approving and submitting shop drawings and samples, the Contractor warrants that they
'
have determined and verified all field measurements, field construction criteria, materials,
catalog numbers, and similar data, and have checked and coordinated each shop drawing
with the requirements of the work and of the contract documents.
1-5
Z:\Bothell\Data\REN\113-076\Specs\1 General.docs 5/14/2014 1:17 PM
© 2014 RH2 Engineering, Inc.
1 Spring City rin 2014 Ci of Renton
1 Division 1— General Sewer Radio Panel Relocation and LS Improvements
The Owner will pay the costs and provide review services for a first and second review of
each submittal item. Additional reviews shall be paid by Contractor by withholding the
appropriate amounts from each payment estimate.
I The Contractor is responsible for identifying the shop drawings and submittals required for
this project. Specific submittal requirements are listed in each section of these specifications.
Contractor shall keep a complete and up to date copy of all submittals and review responses
at the job site readily available to the Owner for inspection.
1.33.2 Substitutions
1 Any product or construction method that does not meet these specifications will be
considered a substitution. Substitutions must be approved prior to their installation or use
on this project.
1.33.2.1 Prior to Bid Opening
Before opening bids, the Owner may consider written requests from product suppliers or
prime bidders for substitutions. All requests for substitution must be received by Owner a
minimum of 7 working days prior to bid opening. Requests shall be accompanied by
drawings and specifications in sufficient detail to allow the Owner to determine whether or
not the substitute proposed is equal to that specified. All requests shall include a listing of
any significant variations in material or methods from those specified. If there are no
variations, a statement to that fact shall be included in the request for approval. The
t determination as to whether or not a proposed substitute is acceptable shall rest solely with
the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in
the proposal, all costs for any modifications required to adopt the substitute.
1.33.2.2 After Contract Execution
Within 30 calendar days after the date of the contract, the Owner shall consider formal
1 requests from the Contractor for a substitution of products in place of those specified.
Submit two copies of each request for a substitution. Data shall include the necessary change
in construction methods, including a detailed description of the proposed method and
related drawings illustrating the methods. An itemized comparison of each proposed
substitution with product or method specified shall be provided.
In making a request for a substitution, the Contractor represents that they have investigated
the proposed product or method and has determined that it is equal or superior to the
product specified. The Contractor shall coordinate the installation of accepted substitutions
into the work, making changes that may be required for the work to be completed. The
Contractor waives all claims for additional costs related to substitutions.
1.40 QUALITY CONTROL
' 1.42 Reference Specifications
Work under this contract shall be performed in accordance with applicable sections of the
current Standard Specifications for Road, Bridge and Municipal Construction, Washington
State Chapter, American Public Works Association, and Washington State Department of
Transportation, hereafter referred to as the Standard Specifications.
1-6
5/14/2014 1:17 I'M Z:\Bothell\Data\REN\113-076\Specs\1 General.docx
© 2014 RH2 Engineering, Inc.
Cityof Renton Spring 2014
p g
Sewer Radio Panel Relocation and LS Improvements Division 1- General
Certain other referenced standards used in this specification are from the latest editions of:
` • IBC International Building Code
• UPC Uniform Plumbing Code
• IMC International Mechanical Code
• IFC International Fire Code
• NEC National Electrical Code
• AWWA American Water Works Association
• ANSI American National Standards Institute
1 • ASA American Standards Association
• ASTM American Society for Testing and Materials
L 1.50 CONSTRUCTION SUPPORT
1.55.26 Traffic Control
Any traffic control activities required during construction shall be consistent with the
Uniform Traffic Control Manual, latest edition and applicable local codes. The Contractor
shall limit delay of traffic to 10 minutes.
If flaggers are used, orientation meetings per WAC 296-155-305 shall be held each time a
new flagger is introduced to the site or if site conditions change significantly. The Contractor
is responsible for scheduling such meetings.
1.59 Site Control
The Contractor shall not perform work activities, store materials or equipment, move
equipment through, or disturb in any way the areas outside the modification locations
shown, unless approved by the Owner in writing.
1.70 EXECUTION AND CLOSEOUT
1.77 Cleaning
1.77.2 Site and Facility Cleanup
' Clean up debris and unused material, and remove from the site and any buildings. If vehicle
traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track
with dozer or excavator and repair to proposed surface condition including necessary
hydroseed, mulch, and landscaping as shown on the plans.
If the Contractor intends to work sequentially from site to site, the Contractor shall clean up
1 the current site prior to moving onto the next. Cleanup means: stockpiles and materials shall
be removed so as not to be obstructions or hazards; surfaces graded smooth as to their
purpose; traffic control systems removed and traffic restored to the satisfaction of the local
road agency.
1-7
Z:\Bothell\Data\R1 N\113-076\Specs\1 General.docx 5/14/2014 1:17 PM
© 2014 RH2 Engineering, Inc.
1
I
I
I
L�
I
it
1
I
t
11
Spring City rin 2014 Ci of Renton
Division 1— General Sewer Radio Panel Relocation and LS Improvements
Buildings shall be broom clean and all foreign damage or markings removed or repaired.
iEquipment
shall be washed clean using appropriate methods.
Unpainted exposed concrete structures shall be cleaned to a consistent bare concrete surface
I
finish. Remove extraneous substances such as efflorescence, leakage residue and excess
repair materials.
1.79.3 Construction Record Drawings
Prior to receiving final payment for the work, the Contractor shall deliver a complete set of
acceptable "As -Constructed" records to the Owner. Plans shall be made on clean, unmarked
prints for this project in accordance with the following standards:
• yellow markings or highlights = deleted items
• red markings = new or modified items
The Contractor shall provide as -built information on all items and work shown on the
plans showing details of the finished product including dimensions, locations, outlines,
changes, manufacturers, etc. The information must be in sufficient detail to allow the
Owner's personnel to locate, maintain, and operate the finished product and its various
components.
I
1
1
1
1-8
5/14/2014 1:17 PM Z:\Bothell\Data\REN\113-076\Specs\1 General.docx
© 2014 RH2 Engineering, Inc.
Division 2
Sitework
1 2.00 GENERAL
Sections in these specifications titled "Common Fork for Sitesvork" shall apply to all following
subsections whether directly referenced or not.
2.10 SITE PREPARATION
' 2.10.2 Clearing and Grubbing
Part 3- Execution
Installation/ Construction
Clearing and grubbing. shall be performed by the Contractor to remove and dispose of
unwanted debris, vegetative matter, and other items noted on the plans within the
construction limits and shall conform to Section 2-01 of the Standard Specifications.
1
Do not remove organic material including plants, grasses, trees and native topsoil unless
directed by the plans. In instances where the Contractor is allowed to clear areas to facilitate
construction but is not required to, any areas disturbed by construction shall be surface
restored to existing or better condition including matching surface restoration with
hydroseed or plantings as shown in adjacent areas required to be modified by the plans.
Where the Contractor is allowed to clear areas to facilitate construction, surface restoration
shall be completed at no additional cost to the owner.
2.10.5 Construction Access
Part 1 - General
Summary
The Contractor shall provide for all temporary site access and shall maintain vehicular site
access at all times. Access shall be of a quality to permit Contractor's forces and outside
inspectors safe and convenient ingress/egress. Unless specifically provided for in other bid
items, the cost of building and maintaining construction access shall be incidental and no
separate payment shall be made. Any bid items for aggregate materials (e.g. crushed rock,
ballast, etc.) shall not relate to construction access unless the description of that bid item
specifically states inclusion of the construction access.
Part 3 - Execution
Repair/Restoration
The Contractor is responsible for maintaining all construction accesses during construction
and the cost of such maintenance shall be incidental to the bid price. Maintenance includes
repairing settled and damaged areas, and providing dust control. Cost for maintenance due
to rain, snow, wind or other weather conditions shall be incidental to the bid price.
2-1
Z:\Bothell\Data\REN\113-076\Specs\2 Sicework.doca 3/13/2014 11:55 tii\4
© 2014 RH2 Engineering, Inc.
1
I
[I -
it
I
In
LI
Spring 2014 City of Renton
Division 2 — Sitework Sewer Radio Panel Relocation and LS Improvements
Cleaning
Wherever construction vehicle access routes intersect paved roads, provisions must be made
by the Contractor to minimize the transport of sediment onto the paved road. The
Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from
all construction equipment prior to leaving the site. This may include spray washing,
sweeping, or other physical methods as necessary to remove materials.
If sediment or other debris is transported onto a paved road surface, the road shall be
cleaned thoroughly by the end of the work day. Debris shall be removed from roads by
shoveling or sweeping. Street washing shall be allowed only after debris has been removed in
this manner.
2.13 Vegetation Protection
2.13.6 Pruning
Part 3 — Execution
Installation/Construction
Cut branches with sharp and clean pruning instruments and do not break or chop. Prune
flush with trunk surface.
2-2
Z:\Bothell\Data\REN\113-076\Specs\2 Sitework.docx 5/13/2014 11:55 ANI
© 2014 RH2 Engineering, Inc.
u
I
11
I
it
Division 3
Concrete
3.00 GENERAL.
Sections in these specifications titled "Common Fork for . . ." shall apply to all following
subsections whether directly referenced or not.
3.60 GROUTING
3.62 Non -Shrink Grout
Part 1 - General
Summary
Use Precision Non -Shrink Grout for grouting all equipment base plates, pipe supports, and
base plates for metalwork. Precision Non -Shrink grout may also be used for all other non -
shrink grouting operations. General Purpose Non -Shrink grout may be used for any
applications other than those noted for Precision Non -shrink Grout. Non -shrink grout shall
be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete
and CMU block walled structures.
Storage and Handling
Stockpile grout to prevent contamination from foreign materials and store admixtures to
prevent contamination or damage from excess temperature change
Part 2 - Products
Materials
Precision Non -Shrink Grout:
Provide a high -precision, fluid, non -shrink, quartz or non -catalyzed metallic aggregate
grouting material. Provide a ready -to -use grout that hardens free from bleeding, settlement,
or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable,
plastic or damp -pack.
Provide precision, non -shrink natural aggregate grout that when cured produces the
following properties:
a. Compressive Strength at fluid consistency (ASTM C 109-90-Modified): 3500 psi (24
MPa) at 1 day, 7500 psi (52 MPa) at 28 days.
b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and
maximums of 45' F to 90' F (8° C to 32' C) at a working time of 30 minutes. Grout
must be tested at a fluid consistency per ASTM C 939 and remain fluid at
temperature range minimum and maximums for the 30 minute working time. All
materials including water must be mixed and tested at temperature
minimum/maximums.
c. Modulus of Elasticity at 28 days at fluid consistency (ASTM C 469): 3.00 x 106 psi
(27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maximum.
3-1
Z:\Bothell\Data\REN\113-076\Specs\3 Concrete.docx 5/13/2014 11:23 AAI
© 2014 RH2 Engineering, Inc.
I
C
i
I
Spring 2014 City of Renton
Division 3 — Concrete Sewer Radio Panel Relocation and LS Improvements
d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10-6/ o
F maximum (13.5 x 10-6/ o C).
e. Flexural strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (7.9 MPa).
f. Resistance to rapid freezing — thawing (ASTM C 666, Procedure A): 300 cycles- min
RDF 90%.
g. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 450 psi (3.1
MPa).
h. Pass 24 hour grout test under stated temperature, time and fluidity constraints. See
MBT Protection and Repair 24 hour Grout Form.
Precision non -shrink grout shall be Masterbuilders 928 or Embeco 885 Grout or approved
equal.
General Purpose Non -Shrink Grout:
General Purpose Non -shrink grout shall meet the compressive strength and nonshrink
requirements of CRD-C 621, Grades B and C; Corp or Engineers Specification for Non -
shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non -shrink grout shall
be Masterflow 713 Plus or Embeco 636 Plus or approved equal.
Provide curing compounds as recommended by the grout manufacturer.
Water to be used in mixing the grout shall be potable.
Mixes
Comply with grout manufacturer's recommendations for mixing procedures.
Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and
90' F (32' C) minimum/maximum.
Use cold or iced water to extend working time in hot weather or in large placements.
Use warm water in cold conditions to achieve minimum as mixed temperatures.
Part 3 - Installation
Preparation
Mechanically remove unsound concrete within the limits of the grout placement.
Remove at least 1 /4 in. (6mm) of existing concrete facing and continue removal as required
to expose sound aggregate.
Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in
a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry
at time of grouting.
Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion.
Remove loose rust and scale by grinding or sanding.
Comply with grout manufacturer's recommendations for form construction. Construct
forms to be liquid tight.
3-2
Z:\Bothell\Data\REN\113-076\Specs\3 Concrete.docx 5/13/2014 11:25 AEI
© 2014 RH2 Engineering, Inc.
[I
I
I
Cityof Renton Spring 2014
P g
Sewer Radio Panel Relocation and LS Improvements Division 3 — Concrete
Installation
Place grout mixture into prepared areas from one side to the other. Avoid placing grout
from opposite sides in order to prevent voids. Work material firmly into the bottom and
sides to assure good bond and to eliminate voids.
Ensure that foundation and baseplate are within maximum/minimum placement
temperatures. Shade foundation from summer sunlight under hot conditions. Warm
foundation when foundation temperature is below 45' F (7° C).
Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for
best results. The minimal requirement is to wet cure until grout has reached final set,
followed by two coats of curing compounds.
3-3
Z:\Bothell\Data\REN\113-076\Specs\3 Concrete.docx 5/13/2014 11:25 AEI
0 2014 RH2 Engineering, Inc.
1
Division 4
Masonry
` This section is not used on this project.
11
11
I
El
4-1
Z:\Bothell\Data\REN\113-076\Specs\4'NIasonmdocs 5/14/2014 8:49 AD4
© 2014 RH2 Engineering, Inc.
Division 5
Fabricated Metalwork and Structural Plastics
5.00 GENERAL
This division covers that work necessary for furnishing and installing all fabricated
metalwork as described in these specifications and as shown on the plans.
Sections in these specifications titled "Common Vork for . . . shall apply to all following
subsections whether directly referenced or not.
5.05 Common Work for Fabricated Metalwork and Plastics
Part 1- General
Related Sections
Division 9.90.00 Common Work for Painting and Coating; 9.90.01 Color Schedule;
9.91.23.01 Metals interior; 9.91.23.04 Galv iron and nonferrous;
For Seismic Restraint see Division 1.81
Submittals
• FRP Data Sheets verifying specification requirements
• Concrete Anchors
Inspections
Unless otherwise noted on the plans, specifications, or building department requirements,
special inspections related to metal fabrications, placement and welding shall be subject to
48-hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in
Division 1, Contractor Responsibility.
Quality Assurance
Special Inspection by the Owner does not relieve the Contractor of responsibility of
performing his own inspections and testing to ensure that all items are properly constructed.
Part 2 - Products
Materials
Structural Steel
Structural steel shall conform to the following requirements:
Plates, shapes, angles, rods - ASTM A36, Fy >_ 36 ksi
Stainless Steel
Stainless steel shall be type 304 (non -welded) or type 304L (welded).
Fasteners - ASTM F593
All stainless steel shall have a standard mill finish where concealed or No. 4 finish
where exposed and shall be cleaned of all foreign matter before delivery to the job
site.
5-1
Z:\Bothell\Data\REN\113-076\Specs\3 Fabricated 'Metal Rork and Structural Plastics.docx 5/14/2014 1:47 PM
© 2014 RH2 Engineering, Inc.
a
FA
t
Spring 2014 City of Renton
Division 5 — Metals Sewer Radio Panel Relocation and LS Improvements
Aluminum
Plates - ASTM B209, Type 6061-T6
Pipe - ASTM B210 Type 6061
Fiberglass Reinforced Plastic (FRP) Structural Shapes
All FRP components shall be equal to that manufactured by Strongwell.
Fiberglass reinforced plastic (FRP) structural shapes shall be produced using the pultrusion
process. Mechanical and physical properties (from ASTM coupon specimens) must be
submitted to the Engineer for approval.
Pultruded structural shapes are to have the minimum longitudinal mechanical properties
listed below:
Property
ASTM Method
Value
Units
Tensile Strength
D-638
30,000 206psi
Pa
Tensile Modulus
D-638
2.5 x 106 17.2)
psi GPa
Flexural Strength
D-790
30,000 206psi
Pa
Flexural Modulus
D-790
1.8 x 106 12.4psi
GPa
Flexural Modulus(Full Section
N/A
2.8 x 106 19.3psi
GPa
Short Beam Shear(Transverse)
D-2344
4,500 31psi
Pa
Shear Modulus(Transverse)
N/A
4.5 x 10' 3.1psi
GPa
Coefficient of Thermal Expansion
D-696
8.0 x 10-6
in/in/°F
1.4 x 10 -G
cm/cm/°C
Flame Spread
E-84
25 or less
N/A
Seal cut edges and holes according to manufacturer's instructions with a polyester resin
compatible with resin matrix of structural shape and corrosion resistance equal or superior
to the bating. Glass fibers shall be well covered with resin to protect against their exposure
due to wear or weathering.
All finished surfaces of FRP items and fabrications shall be resin -rich, free of voids and
without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered
with resin to protect against their exposure due to wear or weathering.
Manufactured Units
Design of Contractor- or Manufacturer -designed components or assemblies shall meet the
specific component requirements as provided here -in, as well as all applicable state and
federal codes. Design shall include gravity loads and seismic loads in accordance with ASCE
7-10 Chapter 13 "Seismic Design Requirements for Nonstructural Components". Design
criteria shall be as provided herein for components, and as provided on the plans.
5-2
Z:\Bothell\Data\REN\113-076\Specs\5 Fabricated Metal Work and Structural Plastics.docx 5/14/2014 1:47 PM
© 2014 RH2 Engineering, Inc.
Spring City 2014 Ci of Renton
Division 5 — Metals Sewer Radio Panel Relocation and LS Improvements
Contractor -designed components and assemblies shall be shop welded and field bolted if
possible. Field welding will NOT be allowed unless specifically shown, or there is no
reasonable alternative.
Finishes
Aluminum: Division 9
Stainless steel: Division 9
Fiberglass: Uncoated
�-
Part 3 - Execution
Fabrication
All welding shall be in accordance with AISC and American Welding Society (AWS)
standards and shall be performed by AISC and AWS certified welders using electrodes to
match base material. Only prequalified welds (as defined by AWS) shall be used. Welding
inspection shall be performed in accordance with the applicable AWS provisions and
Chapter 17 of the IBC. Shop welding requiring inspection or testing per IBC Chapter 17
must be tested by an independent testing laboratory certified by AWS and approved by the
owner at the Contractor's expense. This does not relieve the Contractor of responsibility of
performing his own inspections and testing to ensure that all items are properly constructed.
All shop welds shall be ground smooth.
Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed
to remove the paint film prior to welding.
Where steel items to be welded are galvanized, galvanizing must first be removed by grinding
with a silicon carbide wheel, by grit blasting or by sand blasting.
Any cutting or grinding equipment used on stainless steel must be new or only previously
used on other stainless steel material.
Coating
All steel fabrications shall be surface prepped, shop primed and field coated in accordance
with Division 9. Shop priming shall be protected as required to prevent damage to the
coating during shipping. Hold back shop priming from areas to be field welded.
Installation
Fabrications shall be installed as shown on the approved shop drawings. All members shall
be accurately located and erected plumb and level.
Metal fabrications shall be installed or erected as based on the American Institute of Steel
Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural
Steel for Buildings", latest edition, plus all referenced code requirements.
Temporary bracing, such as temporary guys, braces, false -work, cribbing, or other elements,
shall be provided by the Contractor in accordance with the requirements of the "Code of
Standard Practice", wherever necessary to accommodate all loads to which the structure may
be subjected, including construction loads. Such bracing shall be left in place as long as may
5-3
Z:\Bothell\Data\REN\113-076\Specs\3 Fabricated Metal Work and Structural Plastics.docx 5/14/2014 1:47 PM
© 2014 RH2 Engineering, Inc.
Spring 2014 City of Renton
Division 5 — Metals Sewer Radio Panel Relocation and LS Improvements
be required for safety. As erection progresses, the work shall be securely bolted or welded to
compensate for all loads during construction.
No permanent bolting or welding shall be performed until the structure has been properly
aligned in the horizontal and vertical plane.
5.05.23 Bolts and Other Connectors
Part 2 - Products
Materials
Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential
than the materials being connected.
Connection bolts, nuts and washers for all materials in wet, damp or corrosive conditions
including process rooms shall be Stainless Steel. Minimum grade 316 in treatment process
and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet
ASTM F593 and F594.
t.
Steel Fabrications: Connection bolts for dry be A307 bolts.
conditions may galvanized
Structural Plastic Fabrications: Connection bolts shall be Stainless Steel.
Bolts into concrete and CMU shall be Concrete Anchors as specified herein.
Bolts and studs shall be long enough that at least two threads extend beyond the face of the
tightened nut.
Part 3 - Execution
Installation
All materials to be joined together shall be connected as shown on the plans, specifications,
as recommended by the manufacturer, or as required by standard industry practices if not
otherwise specified.
5.05.24 Concrete Anchors
Part 2 - Products
Materials
Concrete Anchors shall be Simpson SET-XP Adhesive Anchors.
Threaded rod shall be SST except in dry conditions (offices, electrical rooms, and blower
rooms). All exterior and process areas are considered wet areas for purposes of threaded rod
selection.
Part 3 - Execution
Installation
Install in accordance with Manufacturer's recommendations. Special Inspection in
accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to
resist tension or fatigue loading without Owner's evaluation and approval.
i
5-4
Z:\Bothell\Data\REN\113-076\Specs\S Fabricated Metal Work and Structural Plastics.docs 5/14/2014 1:47 PlI
© 2014 RH2 Engineering, Inc.
Spring City 2014 Ci of Renton
Division 5 — Metals Sewer Radio Panel Relocation and LS Improvements
The horizontal clearance between the grating and grating supports shall not be less than '/4-
inch nor greater than 1/2-inch. Contractor shall field measure grating supports as required to
achieve required fit. Shop drawings shall be based on field dimensions as appropriate.
Part 2 - Products
Materials
Unless shown otherwise, materials used for supporting members shall match the materials
used for the grating except all embedded grating supports shall be stainless steel, and grating
supports for FRP grating may be stainless steel.
Attachment between grating and supporting members below grating shall be made with a
minimum of four clips per panel. All mechanical grating clips shall be manufactured of Type
316SS (stainless steel).
Fabrication
Grating shall be fabricated in such a manner that field cutting and drilling is not required.
Panels shall be fabricated and installed in strict accordance with the manufacturer's
recommendations.
Part 3 - Execution
Installation
Cut notches around pipes, conduits and other penetrations in such a way that panel
removal/installation will not impinge on said objects. The horizontal clearance around
grating panels shall not be less than 1/8-inch nor greater than 3/8-inch. File and de -burr cut
edges. Contractor shall field measure grating supports as required to achieve required fit.
Shop drawings shall be based on field dimensions as appropriate.
5.53.7 Fiberglass Reinforced Plastic (FRP) Grating
Part 1 - General
Design Requirements
Deflection must be less than span length/100 or inches maximum.
Gratings shall also have tested burn time of less than 30 seconds and an extent of burn rate
of less than equal to 10 millimeters ASTM D635.
or per
Part 2 - Products
Materials
All FRP grating with a clear span of 48 inches or less shall be a fiberglass reinforced
composite molded with smooth mold surfaces. All bearing bars and cross -bars of the
grating shall be molded at the same time into a one-piece construction.
All FRP grating with a clear span of greater than 48 inches shall be manufactured from
thermally cured pultruded structural load and tie bar components. The load bar shall be
formed using continuous strand roving and an outside covered with a continuous strand mat
and a UV resistant synthetic surfacing veil. Mechanical and bonded intersection shall be
5-6
Z:\Bothell\Data\REN\113-076\Specs\5 Fabricated Metal Work and Structural Plastics.docx 5/14/2014 1:47 PM
© 2014 RH2 Engineering, Inc.
Spring City 2014 Ci of Renton
Division 5 — Metals Sewer Radio Panel Relocation and LS Improvements
i
(1 5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders
Part 2 - Products
Materials
�. Ladder equal to SAFRAIL as manufactured by Strongwell
FRP ladders shall be made from FRP structural shapes as specified.
Ladder side rails shall be produced by the pultrusion process. The side rails shall be 2"
square tube. The rungs shall be 1" minimum diameter thermal cure clear solid rod with a
nonslip footing surface. All joints and rungs shall be epoxied and riveted.
Fabrication
Ladders shall be shop assembled, pre -drilled and prepared for field attachment of standoff
clips.
All cut or machined edges shall be sealed with a resin compatible with the resin matrix used
in the structural shape.
i
I
I
5-8
Z:\Bothell\Data\REN\113-076\Specs\5 Fabricated Metal Work and Structural Plastics.docx 5/14/2014 1:47 P\4
0 2014 RH2 Engineering, Inc.
I
I
This section is not used on this project.
Division 6
Carpentry
6-1
Z:\Bothell\Data\REN\113-076\Specs\6 Carpentrp.docx 5/14/2014 8:50 AM
© 2014 RH2 Engineering, Inc.
Division 7
1
Thermal and Moisture Protection
IThis section is not used on this project.
I
I
7-1
Z:\Bothell\Data\REN\113-076\Specs\7 Thermal & Moisture Protection.docx 5/14/2014 8:51 AM
© 2014 RH2 Engineering, Inc.
t
i
i
This section is not used on this project.
Z:\Bothell\Data\REN\113-076\Specs\8 Openings.doca
© 2014 RH2 Engineering, Inc.
Division 8
Openings
5/14/2014 8:52 ADI
j
Division 9
' Finishes
1 This section is not used on this project.
I
I
9-1
Z:\Bothell\Data\REN\113-076\Specs\9 Finishes.docx 5/14/2014 8:33 A-M
© 2014 RH2 Engineering, Inc.
Division 10
' Specialties
' This section is not used on this project.
L
h
C
10-1
Z:\Bothell\Data\REN\113-076\Specs\10 Specialties.docx 5/14/2014 8:33 AIM
© 2014 RH2 Engineering, Inc.
I
Division 11
' Equipment
1 11.00 GENERAL
This division covers that work necessary for providing and installing all equipment as
described in
these specifications and as shown on the plans.
Sections in these specifications titled "Common Fork for ..." shall apply to all following
1
subsections whether directly referenced or not.
11.05 Common Work for Equipment
Part 1 - General
Submittals
'
Submittal information shall be provided to the Owner for the following items: .
• Ventilators
1
11.90 OTHER EQUIPMENT
11.95 Heating, Ventilating, and Air -Conditioning
1
11.95.1 Common Work for HVAC
1
Part 3 — Execution
Install ventilation per plan.
11.95.34 Fans
11.95.34.3 Confined Space Ventilation Blower
1
Part 1— General
Performance Requirements
Blower and motor shall be approved for Class 1, Division I, Group D hazardous
environments.
'
Portable electric confined space blower, 120 volt, explosion proof, minimum 3/4 hp and
1,500 CFM, with cord and plug long enough to reach receptacle as shown on plans.
1
Part 2 — Products
Materials
Provide blower and all accessories as shown on plans. Motors and fans shall meet the
the
requirements as specified on plans.
Part 3 — Execution
1
Install blower, duct, reducer and air -tight end cap as shown on the plans. Demonstrate to the
Owner and Engineer that blower system functions correctly.
'
Provide all materials to Owner at the completion of successful demonstration.
11-1
'
Z:\Bothell\Data\REN\113-076\Specs\11 Equipment.docx 5/13/2014 10:56 AM
© 2014 RH2 Engineering, Inc.
Division 12
Furnishings
This section is not used on this project.
12-1
Z:\Bothell\Data\REN\113-076\Specs\12 Furnishings.docs
© 2014 RH2 Engineering, Inc.
5/14/2014 8:54 AIM
Division 13
Special Construction
1 This section is not used on this project.
1
13-1
Z:\Bothell\Data\REN\113-076\Specs\13 Special Construction.docx 5/14/2014 8:54 AM
© 2014 RH2 Engineering, Inc.
I
Division 14
Conveying Systems
This section is not used on this project.
14-1
Z:\Bothell\Data\REN\l13-076\Specs\14 ConveNing Systems.docx 5/14/2014 8:55 AM
© 2014 RH2 Engineering, Inc.
I
11
1
I
I
fl
Division 15
' Mechanical
1 This section is not used on this project.
I
I
f�
l
i]
d
15-1
Z:\Bothell\Data\REN\113-076\Specs\Li l4echanical.docx 5/14/2014 8:56 AM
© 2014 RH2 Engineering, Inc.
I
Division 16
Electrical
16.00 GENERAL
The Contractor shall provide all labor, material, tools, equipment and services required to
complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and
operation of all electrical equipment, devices and components as indicated and implied by
the plans and specifications.
Sections in these specifications titled "Common Work for . .." shall apply to all following
sections whether directly referenced or not.
The Contractor shall reference Section 1.32.2 regarding substitutes and "or -equals.
16.05 Common Work for Electrical
Part 1- General
Summary
Plans are diagrammatic and indicate general arrangements of systems and equipment, except
when specifically dimensioned or detailed. The intention of the plans is to show size,
capacity, approximated location, direction and general relationship of one work phase to
another, but not exact detail or arrangement.
'
Permits and Fees
The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by
the authority having jurisdiction and other arrangements for work on this project and all fees
shall be paid for by the Contractor. The Contractor shall include these fees in the bid price.
Related Sections
See the following sections for items that may be provided and/or installed with other
electrical equipment.
Codes and Standards
Provide all electrical work in accordance with latest edition of National Electrical Code,
National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If
any conflict occurs between government adopted code rules and these specifications, the
codes are to govern. All electrical products shall bear a label from a certified testing
laboratory recognized by the State of Washington. Recognized labels in the State of
Washington are UL, ETL, and CSA-US.
Definitions
fDry
Locations: All those indoor areas which do not fall within the definitions below for
wet, damp, or corrosive locations and which are not otherwise designated on the Plans.
Wet Locations: All location_ s exposed to the weather, whether under a roof or not, unless
otherwise designated on the Plans.
■
16-1
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10:37 AM
© 2014 RH2 Engineering, Inc.
I
11
I
1
1
Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling
forming part of a channel or tank unless otherwise designated on the Plans.
Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid
polymer are stored or processed. These areas are identified on the Plans.
The words "plans" and "drawings" are used interchangeably in this specification and in all
cases shall be interpreted to mean "Plans".
The work "provide" shall be interpreted to mean furnish and install.
Field Quality Control
MINOR DEVIATIONS
The electrical plans are diagrammatic in nature and the location of devices, fixtures and
equipment is approximate unless dimensioned. On the basis of this, the right is reserved by
the owner to provide for minor adjustments and deviations from the locations shown on the
Plans without any extra cost. Deviations from the Plans and/or specifications required by
code shall also be done, subsequent to Owner's approval, without extra cost.
Plans indicate the general location and number of the electrical equipment items. When
raceway, boxes, and ground connections are shown, they are shown diagrammatically only
and indicate the general character and approximate location. Layout does not necessarily
show the total number of raceways or boxes for the circuits required. Furnish, install, and
place in satisfactory condition all raceways, boxes, conductors and connections, and all of
the materials required for the electrical systems shown or noted in the contract documents
complete, fully operational, and fully tested upon the completion of the project.
PROTECT RECORD PLANS
A set of Plans shall be maintained at the job site showing any deviations in the electrical
systems from the original design. A set of electrical Plans, marked in red to indicate the
routing of concealed conduit runs and any deviations from the original design, shall be
submitted to the Engineer for review at the completion of the project prior to final
acceptance.
After testing and acceptance of the project the Contractor shall furnish in the O&M manuals
an accurate connection schematic and interconnection diagram for every service entrance
panel, pump control panel and instrumentation panel provided this project.
Submittals
Provide submittals of each item specified in this division to engineer for approval in
accordance with the submittals' sections of these specifications. Submittals for motor
control centers, motor control panels, control panels, instrumentation panels, and pump
control panels shall include as a minimum a wiring diagram or connection schematic and an
interconnection diagram.
Submittal information shall be provided to the Owner for the following items:
• Circuit Breakers
• Conduit and Fittings
16-2
5/13/2014 10:57 Pall Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
1
I
I
I
I
I
h
City of Renton Spring 2014
Sewer -Radio Panel Relocation and LS Improvements Division 16 - Electrical
• Outlet and Junction Boxes
• Wire and Cables
• Switches and Receptacles
• Other Electrical Components listed in this division and/or required by the Engineer.
Project Conditions
Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only
after a shutdown schedule has been submitted and approved by both the owner and the
Engineer.
Construction Power: 120 VAC power is available at the base of both Reservoirs and all lift
stations. No construction power is available at the Mill Ave. or Main Ave Manholes.
Part 2 - Products
Source Quality Control
Provide adequate space and fit for the electrical installation, including, but not limited to,
determination of access -ways and doorways, shipping sections, wall and floor space, and
space occupied by mechanical equipment. Provide electrical equipment that fits in the areas
shown on the plans. All equipment shall be readily accessible for maintenance, shall have
electrical clearances in accordance with NEC and shall be installed in locations which will
provide adequate cooling.
Do not use equipment exceeding dimensions indicated or equipment or arrangements that
reduce required clearances or exceed specified maximum dimensions unless approved by the
Engineer.
Identification of Listed Products
Electrical equipment and materials shall be listed for the purpose for which they are to be
used, by an independent testing laboratory. When a product is not available with a testing
laboratory listing for the purpose for which it is to serve, the inspection authority may
require the product to undergo a special inspection at the manufacturer's place of assembly.
All costs and expenses incurred for such inspections shall be included in the original contract
price.
Materials
Use equipment, materials and wiring methods suitable for the types of locations in which
they will be located, as defined in Definitions above.
All materials and equipment specified herein shall, within the scope of UL Examination
Services, be approved by the Underwriter's Laboratories for the purpose for which they are
used and shall bear the UL label.
Components
Fasteners for securing equipment to walls, floors and the like shall be either hot -dip
galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive
locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not
16-3
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10:57 ATM
© 2014 RH2 Engineering, Inc.
I
I
I
11
I
Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule
anchor bolt is 3/8-inch.
Unless otherwise noted, provide enclosures as follows:
• Class 1, Division 1 &2 Locations: NEMA Type 7
• Indoors unclassified Locations: NEMA Type 12
• Corrosive Locations: NEMA Type 4X
• Outdoors and/or Wet Locations: NEMA Type 4
• Electrical rooms: NEMA Type 1
Accessories
WIRE IDENTIFICATION
Identify each wire or cable at each termination and in each pull box using numbered and
lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the motor
control center manufacturer and the motor control unit terminal number. Identify other
circuits as approved by the Engineer. Identify each wire or cable in each pull box with
plastic sleeves having permanent markings. Conductors between terminals of different
numbers shall have both terminal numbers shown at each conductor end. The terminal
number closest to the end of the wire shall be the same as the terminal number.
Finishes
Refer to each electrical equipment section of these Specifications for painting requirements
of equipment enclosures.
Part 3 - Execution
Installation
GENERAL
Complete the wiring, connection, adjustment, calibration, testing and operation of
mechanical equipment having electrical motors and/or built-in or furnished electrical
components in accordance with electrical code, UL listing requirements and manufacturer's
instructions. Install electrical components that are furnished with mechanical equipment.
Provide the size, type and rating of motor control devices, equipment and wiring necessary
to match the ratings of motors furnished with mechanical equipment.
Complete the procurement, installation, wiring, connection, calibration, adjustment, testing
and operation of all electrical devices, components accessories and equipment which is not
shown or specified but which is nonetheless required to make the systems shown and
specified properly functional.
WORKMANSHIP
16-4
' 5/13/2014 10:37 AM Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
0 2014 RH2 Engineering, Inc.
r]
I
1
I
City of Renton Spring 2014
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
Assign a qualified representative who shall supervise the electrical construction work from
beginning to completion and final acceptance.
Provide all labor using qualified craftsmen, who have had experience on similar projects.
Ensure that all equipment and materials fit properly in their installations.
FIELD SERVICES
Provide field services of qualified technicians to supervise and check out the installation of
the equipment, to supervise and check out interconnecting wiring, to conduct start-up and
operation of the equipment, and to correct any problems which occur during testing and
start-up.
INSTALLING EQUIPMENT
Provide the required inserts, bolts and anchors, and securely attach all equipment and
materials to their supports.
Install all floor -mounted equipment on 3-1/2-inch high reinforced concrete pads.
Install all equipment and junction boxes to permit easy access for normal maintenance.
CUTTING, DRILLING AND WELDING
Provide any cutting, drilling, and welding that is required for the electrical construction work.
Structural members shall not be cut or drilled, except when approved by the Engineer. Use
a core drill wherever it is necessary to drill through concrete or masonry. Perform patch
work with the same materials as the surrounding area and finish to match.
METAL PANELS
Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations
or any outside walls 1/4-inch from the wall, and paint the back side of the panels with a high
build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10
mils minimum.
LOAD BALANCE
Balance electrical load between phases as nearly as possible on panelboards, motor control
centers, and other equipment where balancing is required.
When loads must be reconnected to different circuits to balance phase loads, maintain
accurate record of changes made, and provide circuit directory that lists final circuit
arrangement.
Cleanup and Equipment Protection
EEQUIPMENT PROTECTION
iExercise care at all times after installation of equipment, motor control centers, control
panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet
metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection.
CLEANING EQUIPMENT
16-5
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10:37 AINI
© 2014 RH2 Engineering, Inc.
Spring City 2014 Ci of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
Thoroughly clean all soiled surfaces of installed equipment and materials upon completion
of the project. Clean out and vacuum all construction debris from the bottom of all
equipment enclosures.
PAINTING
Repaint any electrical equipment or materials scratched or marred in shipment or installation,
using paint furnished by the equipment manufacturer.
FINAL CLEANUP
Upon completion of the electrical work, remove all surplus materials, rubbish, and debris
that accumulated during the construction work. Leave the entire area neat, clean and
acceptable to the Owner.
'
Lamps and fluorescent tubes shall be cleaned and defective units replaced at the time of final
acceptance.
16.15 ELECTRICAL GROUNDING
16.15.1
Common Work for Electrical Grounding
Part 1 - General
References
Service and equipment grounding shall be per Article 250 of the National Electrical Code
(NEC).
Performance Requirements
iVerify
that a low -resistance ground path is provided for all circuits so an accidental contact
to ground of any live conductor will instantly trip the circuit.
16.55 SWITCHES AND PROTECTIVE DEVICES
16.55.1 Common Work for Switches and Protective Devices
Part 1- General
Design Requirements
Overcurrent devices shall be NEMA rated.
Extra Materials
I
Provide one fuse for each ungrounded conductor and a minimum of two spare fuses of each
ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the
project.
Part 3 — Execution
Installation
16-6
5/13/2014 10:57 AM Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docl
© 2014 RH2 Engineering, Inc.
Cityof Renton Spring 2014
P g
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
I
Overcurrent protection devices and safety switches shall be centered 60 inches above the
finished floor unless noted otherwise on the Plans.
16.55.16 Molded Case Circuit Breakers
'
Part 1 - General
Design Requirements
Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers
shall be calibrated for operation in an ambient temperature of 40' C.
Part 2 - Products
Manufactured Units
Molded case circuit breakers shall be quick -make and quick -break type with wiping type
contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on
each pole consisting of both thermal and magnetic trip elements. Two andthree pole
breakers shall be common trip. Molded case circuit breakers shall be trip -free. Each
breaker shall have trip indication independent of the ON or OFF positions.
16.60 CONDUCTORS
16.61 Low Voltage Wire and Cable
Part 1 - General
Design Requirements
This section is for power and control conductors for 600 volts or less.
All conductors shall be copper. Wire or cable not shown on the Plans or specified, but
required, shall be of the type and size required for the application and in conformance with
the applicable code.
Part 2 - Products
Materials
'
CONDUCTORS
1. Stranded copper wire shall be 600 volt Type THW, THWN, or THHW, Class B
stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation
shall not be allowed. Aluminum conductors shall not be allowed.
2. Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG
and larger. Aluminum conductors shall not be allowed.
rSPLICES
1. For Lighting Systems and Power Outlets: Wire nuts shall be twist -on type insulated
connectors utilizing an outer insulating cover and a means for connecting and holding
the conductors firmly.
16-7
1 Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docs 5/13/2014 10:57 AA1
© 2014 RH2 Engineering, Inc.
I
1
I
I
I
H
I
g tYSP Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and
material of the wires and the number of wires to be spliced and for use with either solid
or stranded conductors:
3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be
suitable for the size and material of the conductors to be spliced.
4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be
suitable for use in wet and hazardous locations.
TERMINATIONS
1. Crimp type terminals shall be self -insulating sleeve type, with ring or rectangular type
tongue, suitable for the size and material of the wire to be terminated, and for use with
either solid or stranded conductors.
2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw
does not bear directly on the conductor.
3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted
on the markers.
Components
Provide the following conductors for the following applications.
1. Solid Copper, sizes #12 and #10 AWG: As shown on the Plans for circuits for
receptacles, switches and light fixtures with screw -type terminals.
2. Stranded Copper, size #14 AWG and larger, Individual Conductors or CC: As shown
on the Plans for the control of motors or other equipment. Size #14 shall not be used
for power supplies to any equipment.
3. Stranded Copper, sizes #12 AWG and larger: As shown on the plans for motors and
other power circuits.
4. Fixture Wire: For connections to all fixtures in which. the temperature may exceed the
rating of branch circuit conductors.
Location (Installment) Schedule
Provide the following conductors for the following applications
1. Use stranded copper conductors for all power and control circuits unless noted
otherwise on plans or below. Size as noted on the plans.
2. Contractor may use solid copper conductors for lighting and receptacle circuits using
screw -type terminals. Size as noted on the plans.
Size #14 AWG wire or smaller shall not be allowed on power circuits.
Finishes
Color Coding: Provide color coding for all circuit conductors. Insulation color shall be
white for neutrals and green for grounding conductors. An isolated ground conductor shall
be identified with an orange tracer in the green bode. Ungrounded conductor colors shall be
as follows:
I
16-8
5/13/2014 10:57 AIM Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
0 2014 RH2 Engineering, Inc.
City of Renton Spring 2014
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
• 120/208 Volt, 3 Phase: Red, black and blue.
• 277/480 Volt, 3 Phase: Yellow, brown and orange.
• 120/240 Volt, 1 Phase: Red and black.
Part 3 — Execution
Installation
CONDUCTOR SPLICES
1. Splices: Install all conductors without splices unless necessary for installation, as
determined by the Engineer. Splices when permitted and terminations shall be in
accordance with the splice or termination kit manufacturer's instructions. Splice or
terminate wire and cable as follows:
t2.
Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be
watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for
application up to 600 volts.
CONDUCTOR IDENTIFICATION
'
1. Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered
and lettered wire markers. All electrically common conductors shall have the same
number. Each electrically different conductor shall be uniquely numbered. Identify
panelboard circuits using the panelboard identification and circuit number. Identify
motor control circuits using the equipment identification number assigned to the control
unit by the motor control center manufacturer and the motor control unit terminal
number. Identify other circuits as shown in the circuit schedule as favorably by the
Engineer.
2. Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall
be the same as the terminal number.
Testing
Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors
circuits over '/z horsepower, test cables per NETA Paragraph 7.3.1. The insulation
1
resistance shall be 20 megohms or more. Submit results to Engineer for review.
16.63 Signal Cable
Part 2 - Products
Materials
TWISTED SHIELDED PAIRS (TSP)
Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable
for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per
ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon.
Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and
16-9
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10:57 Al1I
© 2014 RH2 Engineering, Inc.
Spring City 2014 Ci of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35
mils. The insulation system shall be rated at 90°C and for operation at 600 volts.
MULTIPLE (TWISTED) SHIELDED PAIR (MSP) CABLES
Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the
number of pairs shown on the Plans of #20 AWG, 7-strand copper conductors per ASTM
B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall
be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain
wires. The MSP cable itself shall have, in addition, an overall foil shield, tinned copper drain
wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs,
60 mils for 10 to 16 pairs, and 70 mils for 18 or more pairs. The insulation system shall be
rated at 90' C and for operation at 600 volts.
RADIO SYSTEM HELIAX CABLE
Antenna cable shall be 7/8" Heliax cable with a PE jacket, an outer conductor of Corragated
Copper, a Foam PE dielectric and an inner conductor of copper tube. The nominal cable
impedance shall be 50 ohms. The insulation resistance shall be 100,000 Mohm minimum,
with a jacket spark test voltage of 8,000 Vrms. The operating frequency band shall be 1-
5,000 MHz, with a peak power of 91.0 kW and a pulse reflection of 0.5%. The cable shall be
suitable for direct burial or corrosive environments. The jacketing material shall be weather
resistant polyethylene suitable for use in extreme climates.
CAT 5E AND CAT6 ETHERNET CABLE
1. General Requirements: The Ethernet cable shall be shielded 600V UL PLTC rated. The
use of a 300V rated cable is not acceptable. All Ethernet cable terminating outside of a
telemetry panel shall be grounded at the telemetry panel only.
2. Category 6 Cabling — Non -Plenum: Horizontal cabling shall be 23 AWG, 4-pair UTP,
UL/NEC CMR rated, with a blue flame retardant PVC jacket and polyolefin insulation.
Cable jacketing shall be lead-free. Cable shall meet the performance requirements of
standard Category 6 cables. Cable shall be UL listed and comply with NEC/CEC Type
CMR (UL 1660) for non -plenum.
3. Category 6 Cabling — Plenum: Horizontal cabling shall be 23 AWG, 4-pair UTP,
UL/NEC CMP rated, with a white, low -smoke, flame retardant PVC jacket and
fluoropolymer insulation. Cable jacketing shall be lead-free. Cable shall meet the
performance requirements of standard Category 6 cables. Cable shall be UL listed and
comply with NEC/CEC Type CMP (NFPA 262) for plenum.
IFIBER
OPTIC CABLE
Fiber optic cable shall be OM2 50/125 multimode fiber cable. Cable jacketing shall be
orange and OFNR riser rated for vertical -run and general use. Provide cable with high grade
PVC molded strain relief. Each fiber optic cable shall have an ST type connector for
termination at Ethernet switches and fiber optic patch panels. Cables shall be listed and
marked in accordance with the requirements of the NEC.
SPECIAL CABLES
16-10
5/13/2014 10:37 AM Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
City of Renton Spring 2014
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
Use only coaxial cable recommended for specific applications such as radio antenna systems
and computer networks as required by the manufacture or system supplier.
Special cables such as triaxial (coax), twin -axial and low capacitance computer grade cables
shall be supplied where shown on the Plans or as required by the manufacturer or suppler.
Deviations must be favorably reviewed by the Engineer.
Part 3 - Execution
Installation
CABLE INSTALLATION
Cables shall be continuous from initiation to termination without splices except where
specifically indicated.
Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single
ground point only. Bonding from cable to cable in multiple run installations shall not be
permitted.
IInstall instrumentation cables in separate raceway systems with voltages not to exceed 30
volts DC.
Heliax cables shall be installed with a minimum bend radius as recommended by the
manufacturer.
CONDUCTOR SPLICES
iSplices: Install all conductors without splices unless necessary for installation, as determined
by the Engineer. Splices when permitted and terminations shall be in accordance with the
splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as
follows:
Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be
watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for
application up to 600 volts.
No splicing is acceptable for coaxial cables.
CONDUCTOR IDENTIFICATION
Except for interior lighting and receptacle circuits, identify each wire or cable at each
termination and in each pullbox, junction box, handhole, and manhole using numbered and
lettered wire markers. All electrically common conductors shall have the same number.
Each electrically different conductor shall be uniquely numbered. Identify panelboard
circuits using the panelboard identification and circuit number. Identify motor control
circuits using the equipment identification number assigned to the control unit by the motor
control center manufacturer and the motor control unit terminal number. Identify other
circuits as shown in the circuit schedule as determined by the Engineer.
Conductors between terminals of different numbers shall have both terminal numbers
shown at each conductor end. The terminal number closest to the end of the wire shall be
the same as the terminal number.
Testing
16-11
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 1057 AM
0 2014 RH2 Engineering, Inc.
I
1
I
Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests
before any equipment has been connected. Test the insulation with a 500 Vdc insulation
resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20
mega ohms or more. Submit results to Engineer for review.
16.70 RACEWAYS, BOXES AND FITTINGS
16.71 Raceways
Part 1— General
Design Requirements
Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the
quantities and sizes of wire installed therein.
Part 2 — Products
Components
CONDUIT AND FITTINGS
1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside
and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories
Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes
for all rigid conduit except in locations not permitted by the N.E.0 .
2. PVC Coated Rigid Steel Condult(PVC-GRS): PVC coated conduit shall meet the GRS
standard above plus have a 40 mil PVC factory applied PVC coating.
3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC-40) or
80(PVC-80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90
degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in
color. Fittings shall be of the same material as the raceway and installed with solvent per
the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured
by the same Manufacturer.
4. Flexible Metal Conduit(Flex-LT): Flexible conduit shall be interlocking single strip, hot
dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to
form a flexible watertight raceway. Flexible conduit shall be American Brass Company
Sealtite Type VA, General Electric Type UA or equal.
5. Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing,
hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight,
insulated throat, compression type.
CONDUIT & CABLE SUPPORTS
1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support
groups of conduit. Individual conduit supports shall be one -hole galvanized malleable
iron pipe straps used with galvanized clamp backs and nesting backs where required.
Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy
coated clamps or PVC conduit wall hangers.
16-12
5/13/2014 10:37 AM Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
Cityof Renton Spring 2014
p g
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
2. Ceiling. Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers.
Unless otherwise specified, hanger rods shall be 1/2-inch all -thread rod and shall meet
ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture
shall be stainless steel.
WIREWAYS
1. General: Wireways shall consist of prefabricated channel -shaped, lay -in trough with
hinged convers, associated fittings and supports. Straight section shall not be longer
than5 feet. Use 45-degree elbow and tees at all transitions points. Cross -sectional
dimensions shall be as indicated on the Plans. Fittings shall consist of elbows, tees,
crosses and closing plates as required. Wireways shall be designed for continuous
grounding.
2. Finish: Rust inhibiting primer and manufacturers standard paint inside and out except of
stainless steel type.
3. Standards: UL 870, NEMA 520
4. Watertight (NEMA 4X rated) Wireway
A. 14 gauge Type 304 or 316 stainless steel bodies and covers without knockouts
and 10 gauge stainless steel flanges.
B. Cover: Fully gasketed and held in place with captive clamp type latches.
C. Flanges: Fully gasketed and bolted.
5. Dusttight (NENLA 12 rated) Wireway
A. 14 gauge steel bodies and covers without knockouts and 10 gauge steel flanges.
B. Cover: Fully gasketed and held in place with captive clamp type latches.
C. Flanges: Fully gasketed and bolted.
CONDUIT SEALANTS
1. Moisture Barrier Types: Sealant shall be a non -toxic, non -shrink, non -hardening, putty
type hand applied material providing an effective barrier under submerged conditions.
2. Fire Retardant Types: Fire stop material shall be a reusable, non -toxic, asbestos -free,
expanding, putty type material with a 3-hour rating in accordance with UL 1479.
Provide products indicated by the manufacturer to be suitable for the type and size of
penetration.
Part 3 - Installation
Raceway Applications
1. Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted
otherwise below or on the Plans.
2. ABOVE GRADE CONDUITS (non -corrosive areas) shall be:
A. GRS for power and control wiring.
B. GRS for instrumentation and telecommunications wiring.
16-13
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10a7 AbI
© 2014 RH2 Engineering, Inc.
Spring City 2014 Ci of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
C.
GRS for motor leads from VFD's.
D.
EMT for above -grade lighting circuits.
3. ABOVE
GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall
be:
A.
PVC-GRS for power and control wiring.
B.
PVC-GRS for instrumentation and telecommunications wiring.
C.
PVC-GRS for motor leads from VFD's.
4. CONCEALED ABOVE GRADE CONDUITS shall be:
A.
GRS for all wire and cable t Tes in wood stud frame walls.
B.
PVC-40 for power and control wiring in concrete block or brick walls.
C.
PVC-40 for instrumentation and telecommunications wiring in CMU or brick
walls.
D.
GRS for motor leads from VFD's in CMU or brick walls.
5. BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs -on -grade) shall
'
be:
A.
PVC-80 for power and control wiring.
1) Sweeps and risers for transition of PVC from below grade to above grade
shall be PVC-GRS.
B.
PVC-GRS for instrumentation and telecommunications wiring.
C.
PVC-GRS for motor leads from VFD's.
6. UNDER SLABS -ON -GRADE CONDUIT shall be:
A.
PVC-40 for power and control wiring
1) Sweeps and risers for transition of PVC from below grade to above grade
shall be PVC-GRS.
B.
PVC-GRS for instrumentation and telecommunications wiring. ,
C.
PVC-GRS for motor leads from VFD's.
7. CONCRETE
-ENCASED CONDUITS shall be:
A.
PVC-40 for power and control wiring
.
1) Sweeps and risers for transition of PVC from below grade to above grade
shall be PVC-GRS.
B.
PVC-40 for instrumentation and telecommunications wiring.
1) Sweeps and risers for transition of PVC from concrete -encasement to above
grade shall be PVC-GRS.
C.
PVC-GRS for motor leads from VFD's.
8. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be:
I
16-14
5/13/2014 10:57 AINI Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
City
Renton of RSpring 2014
P
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
A. Liquidtight flexible metallic conduit for indoor, non -corrosive areas and all
motor leads from VFD's.
B. Connection to equipment outdoors or in corrosive areas shall be with non-
metallic liquidtight flexible conduit (except for motor leads from VFD's shall be
flexible metallic.)
Installation
1.
All conduits shall be concealed in the floor, walls, ceiling slab or beneath the floor slab.
Surface mounted conduit will not be accepted unless noted otherwise on the
construction plans.
2.
Size of Raceways:
A. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in
accordance with NFPA 70.
B. Unless specifically indicated otherwise, the minimum raceway size shall be:
1) Conduit: 3/4 inch
2) Wireway: 4 inch x 4 inch
3.
All raceways shall contain a separate grounding conductor.
4.
Spare conduits shall contain one 3/16 inch diameter nylon pull rope.
5.
Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for
routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings.
6.
Location of conduit ends are shown approximately. Contractor is responsible for ending
conduits in location that will not conflict with electrical equipment. Route conduit ends
to facilitate ease of equipment maintenance. Conduits extending from the floor to a
device shall be located as close as possible to avoid creating a hazard.
7.
Conduit shall not be routed on exterior of structures except as specifically indicated on
the plans.
r
8.
Where water cannot drain to openings, provide drain fittings in the low spots of the
conduit run.
9. Securely fasten raceways at intervals and locations required by N.E.C., or the type of
raceway employed.
10. Analog signal conduits shall be separated from power or control conduits. The
separation shall be a minimum of 12-inches for metallic conduits and 24-inches for
nonmetallic conduits.
11. Install explosion -proof seal -offs in hazardous areas shown on the Plans as required by
the N.E.C.
12. Plastic raceway joints shall be solvent cemented in accordance with recommendations of
1 raceway manufacturer.
i
16-15
1� Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10:57 AM
0 2014 RH2 Engineering, Inc.
Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
16.72 BOXES AND ENCLOSURES
16.72.2 Outlet and Junction Boxes
Part 1— General
Design Requirements
In corrosive areas, all junction boxes shall be NEMA 4X.
Oulet boxes and switch boxes shall be designed for mounting flush wiring devices.
Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a
vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward
force of 50 pounds for 5 minutes.
Part 2 — Products
Materials
Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may
be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C.
All boxes shall be of proper size to accommodate devices, connectors, and number of wires
present in the box. Boxes shall be readily accessible.
Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of
1 /8" at every point, and not less than 1 /4" at tapped holes for rigid conduit. Bosses are not
acceptable. Mounting lugs shall be provided at the back or bottom corners of the body.
Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead
screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the
FS types. Boxes shall conform to FS W-C-586C and UL 514.
Sheet metal boxes shall conform to UL 50, with a hot -dipped galvanized finish conforming
to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes
shall be formed in one piece from carbon -steel sheets.
Non-metallic boxes shall be hot -compressed fiberglass, one-piece, molded with reinforcing
of polyester material, with a minimum wall thickness of 1 /8".
Finishes
Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish
shall be provided.
16.72.3 Watertight Enclosures
Part 2 — Products
Manufacturers
The watertight enclosure shall be equal to Hoffman.
Materials
I
16-16
5/13/2014 10:57 AAA Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
I
I
t
I
I
'I
I
I
t
t
r
I
Cityof Renton Spring 2014
P g
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced
polyester material. A hinged cover shall be gasketed and opened with quick release latches.
The conduit penetrations shall be sealed watertight.
Part 3 — Execution
Installation
An epoxy plug shall be installed in the conduit to prevent the migration of water into the
conduit. The enclosure shall be NEMA rated and installed per all applicable codes.
16.75 WIRING DEVICES
16.75.1 Common Work for Wiring Devices
Part 3 - Execution
Installation
WIRING DEVICES
Position of Outlets: All outlets shall be centered with regard to building lines, furring and
trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set
plumb and shall extend flush to the finished surface of the wall, ceiling or floor without
projecting beyond the same.
Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above the
floor, 18 inches in architecturally treated areas, above process piping near process valve
boards. Switches shall be 48 inches above the finished floor unless otherwise noted.
INSTALLATION OF WALL PLATES
Interior Dry Locations: Install plates so that all four edges are in continuous contact with
the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or
sectional plates.
Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a
manner as to provide a rain tight weatherproof installation. Cover type shall match box
type.
Testing
After installation of receptacles, circuits shall be energized and each receptacle tested for
proper ground continuity, reversed polarity, and/or open neutral condition.
GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a
portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when
plugged in, between the "hot" line and "ground" to produce tripping of the receptacle.
Resetting and tripping shall be checked at least twice at each GFI receptacle.
Submit results of all field testing to the Engineer for review.
16-17
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/201410:57 AIM
0 2014 RH2 Engineering, Inca
g tYSp Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
16.75.2 Receptacles
Part 1— General
Design Requirements
Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA
configurations, NEMA WD1 and UL 514 Standards.
i' Part 2 — Products
Materials
SINGLE AND DUPLEX RECEPTACLES:
• Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall
accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General
Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in
office and laboratory areas.
• Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5-
20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall
be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers.
Receptacles shall be Hubbell 53CM62/53CM21 or equal.
GFI RECEPTACLES:
• Device shall be rated 20 amp, 2-pole, 3-wire, 120 volt, conforming to NEMA WD1.10
configuration. Device shall have a test and reset push buttons. GFI device shall be
Hubbell 5362 or equal.
SURFACE MULTIPLE OUTLET ASSEMBLIES:
• Units shall have outlets on center -to -center spacing as shown on the Plans. Assembly
shall conform to Article 353 of the N.E.C.
16.75.5 Plates
Part 1-- General
Design Requirements
IPlates
shall be of the style and color to match the wiring devices, and of the required number
of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive
indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome
finish.
Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty type
with weather protective double doors. Device plates for explosion -proof equipment shall be
factory provided with the equipment.
Part 2 — Products
Manufacturers
As manufactured by Crouse -Hinds, Appleton, or equal.
16-18
1
5/13/2014 10:37 AM Z:\Bothell\Data\RE\\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
a
I
City of Renton Spring 2014
Sewer Radio Panel Relocation and LS Improvements Division 16 - Electrical
Components
Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch
white characters on black background. Nameplates for switches shall identify panel and
circuit number and area served. Nameplates for receptacles shall identify circuit and voltage
if other than 120 volts, single phase.
16.95 TESTING
16.95.1 Common Work for Testing
Part 1 - General
Submittals
Test reports shall be submitted to the Engineer prior to final acceptance in accordance with
Division 1.33 of these specifications.
Scheduling and Coordination
The Contractor shall inform the Engineer in advance of testing in accordance with the
requirements listed in Division 1 of these specifications.
Prior to scheduling the testing, the Contractor shall have satisfied himself that the project
area is properly cleaned up; all patching and painting deemed necessary properly completed;
and all systems, equipment and controls are functioning as intended.
Part 2 - Products
Source Quality Control
Submit reports of factory tests and adjustments performed by equipment manufacturers to
the Engineer prior to field testing and adjustment of equipment. These reports shall identify
the equipment and show dates, results of test, measured values and final adjustment settings.
Provide factory tests and adjustments for equipment where factory tests are specified in the
equipment specifications. The Engineer may inspect the fabricated equipment at the factory
before shipment to job site. Provide the Engineer with sufficient prior notice so that an
inspection can be arranged at the factory.
Part 3 — Execution
Site Testing
• Test all circuits for continuity, freedom from ground, and proper operation during
progress of the work.
• Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance,
continuity and rotation tests for all distribution and utilization equipment prior and in
addition to tests performed by the testing laboratory specified herein.
Field Quality Control
• General: Conduct final test in the presence of Owner and/or their authorized
representative. Contractor shall provide all testing instrumentation and labor required to
demonstrate satisfactory operation of systems, equipment and controls.
16-19
Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx 5/13/2014 10:57 AEI
© 2014 RH2 Engineering, Inc.
Spring 2014 City of Renton
Division 16 - Electrical Sewer Radio Panel Relocation and LS Improvements
• Operational Tests: Operational test all circuits to demonstrate that the circuits and
equipment have been properly installed, adjusted and are ready for full-time service.
Demonstrate the proper functioning of circuits in all modes of operation, and including
alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and
alarm systems.
16-20
5/13/2014 10:57 AM Z:\Bothell\Data\REN\113-076\Specs\16 Electrical.docx
© 2014 RH2 Engineering, Inc.
i
1
I
1,
P-�
Division 17
Automatic Control
This section is not used on this project.
17-1
Z:\Bothell\Data\REN\l13-076\Specs\l7 Automatic Control.docx 5/14/2014 8:57 AM
© 2014 RH2 Engineering, Inc.
I
I
r
I
I
I
I
I
i
I
t
I
I
Division 18
iMeasurement and Payment
18.0 GENERAL
It is the intention of these specifications that performance of work under bid items shall
result in complete construction, in proper operating condition, of improvements identified
in these written specifications and accompanying plans. Work and material not specifically
listed in the proposal, but required according to the plans and specifications and general
be included in Contractor's bid
practice, shall price.
Bid Item 1 - Mobilization, Demobilization, Site Preparation and
Clean-up .
Lump sum price covers complete cost of furnishing, installing and testing, complete and in -
place, all work and materials necessary to: move and organize equipment and personnel
onto the job sites; secure job sites; provide and maintain necessary support facilities; obtain
all necessary permits and licenses; prepare sites for construction operations; maintain site
and surrounding areas during construction; provide system testing, move all personnel and
equipment off sites after contract completion, and provide as -built data; clean up sites prior
to final acceptance; and accomplish all other items of work not specifically listed in other
divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this
item will be paid before final payment request, and this bid amount may not be more than 10
percent of value of total contract.
Bid Item 2 - Traffic Control
Payment shall be lump sum. Measurement for traffic control work will be based on the
percentage of total work complete, by dollar value, at the time of measurement.
The lump sum price shown shall cover the complete cost of providing all labor (e.g.
flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified
Traffic Control Supervisor (TCS), certified flaggers, off -duty police officer(s) when working
within 50 feet of any signalized intersection, furnishing, installing, maintaining, removing
traffic control signs, VMS information boards, construction warning and detour signs,
sequential arrow boards, traffic cones, barrels, barricades and the like, preparing, revising and
implementing any traffic control/detour plans required by the Contract Documents and
right-of-way use permit, and conforming to the Manual on Uniform Traffic Control Devices
(MUTCD) and as directed by the Engineer and by the City's Transportation Department.
Also, included in the contract price is the cost to furnish traffic control services and
equipment for construction surveying, staking, and as -building. This bid item shall also
include complete costs for preparing Traffic Control Plans as necessary for approval by the
permitting agency.
Payment for traffic control will be made at the measured percentage amount for the pay
period times the lump sum amount bid.
Bid Item 3 — Mill Ave Manhole Improvements
Lump sum price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for the manhole improvements as shown on the plans and detailed, in
18-1
1
Z:\Bothell\Data\REN\113-076\Specs\18'Measurement and Paetnent.docx 5/14/2014 1:49 P'M
0 2014 RH2 Engineering, Inc.
Spring City rin 2014 Ci of Renton
Division 18 - Electrical Sewer Radio Panel Relocation and LS Improvements.
the contract specifications, including: cost of removal, disposal, replacement, and installation
of ventilation equipment, platforms, grating and support, ladders, and electrical work.
Payment shall be lump sum, based on percentage of completion.
Bid Item 4 — Main Ave Manhole Improvements
Lump sum price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for the manhole improvements as shown on the plans and detailed in
' the contract specifications, including: cost of removal and disposal of ventilation equipment
and abandon electrical conduit and junction boxes. Payment shall be lump sum, based on
�I percentage of completion.
�i Bid Item 5 — Adjustable Guard Rail and Chain
Unit price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for construction, installation and testing of the adjustable guard rail and
chain system as shown on the plans and detailed in the contract specifications. Payment shall
be per set of guard rails and shall be considered complete upon demonstration that safety
system meets all design requirements.
Bid Item 6 — Access Hatch Modifications — Guard Rail System
Unit price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for the access hatch modifications required for the guard rail system as
shown on the plans and detailed in the contract specifications. Payment shall be per each
guard rail system installed and shall be considered complete upon demonstration that guard
rail system meets all design requirements.
Bid Item 7 — Access Hatch Modifications — Guard Post and
Chain System
Unit price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for the access hatch guard post and chain system as shown on the plans
and detailed in the contract specifications. Payment shall be per each guard post and chain
system installed and shall be considered complete upon demonstration that guard post and
chain system meets all design requirements.
Bid Item 8 — Hazen Reservoir Radio Repeater Relocation
Lump sum price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for the Hazen Reservoir radio repeater relocation as shown on the
plans and detailed in the contract specifications. Payment shall be lump sum, based on
percentage of completion.
Bid Item 9 — Westhill Reservoir Radio Repeater Relocation
Lump sum price shown shall cover the complete cost of providing all work, materials, and
equipment necessary for the Hazen Reservoir radio repeater relocation as shown on the
plans and detailed in the contract specifications. Payment shall be lump sum, based on
percentage of completion.
18-2
5/14/2014 1:49 PM Z:\Bothell\Data\REN\113-076\Specs\18 Measurement and Pa}7nent.docx
© 2014 R1-12 Engineering, Inc.