Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutWWP273831 (3)Award Date:
Awarded to:
Award Amount:
CONTRACT NUMBER
CAG-15-149
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
Construction of:
Cascade Interceptor Rehabilitation
Phase II
PROJECT NO.
WWP-27-03831
July, 2015
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: John Hobson, (425) 430-7279
City of
(4�1
I
11
u
1
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
forthe
Cascade Interceptor Rehabilitation Phase II
PROJECT NO.
WWP-27-03831
July 2015
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
'r1 (.) p
t.
\J
23169�p �v
O GrSTE9
�SrONAI. ��
-7 j 14��15
.INSITUEORM T-ECHNOLOGIES,-LLC
Fheikid . prs . i tied _6 the M L . LCADeldwdfi�, plpg
S00OWY:0 si ormUffihil Technologies,
ability company (the "Co n-pa fty -?);'hefebywcerlifies that.
Liability AgrMihCht
.of the Company::
Appointment by the President., The president Company ftiay,from time, -to time
,appoint officers ny s, operating divigibits. Tand stiqb contracting and
offl, operating
Cc
attesting oce_rs President1 _�Adl
1 9 - MP . y 0.1------_m4r, M proper, wJ ks.. ave
such authority; subjed toAhe.control of fbeBoard oflVlanagers, a's.the'Pre§idenfmay
'
'.
from time to i e pre b
2. The Pres'identof-the Covnpany:hasjipursuanf to the above authority, - duly appointed_Joann
Smith, Debi a Jasper, Jaga`_Lause, ITrsula Youngblood, ;Diane 4fitfid-g.iand Wftjb.y Sdhult
,a_§'c6htfAdtlAg
and-Attei"';tifi-A-i'Off 6dt of - the -C6inpany`Each of thef6reg6iiig;have`:been-fulI
'a attest ft authorized an empowered ihq�P.i-djde.n,('Pf to '
'Ay
'.'_
C_: _�7' 0.).
-c f pany, ji 46;600- into and t0'. bind thdC _4fiinb of 40: of R w
AM] OnIpany 0
Company,
perforfn.-pipdli'ne;r6habilitafion adivifie's'-. e"Compapy.andlz 11-matters -related thereto;
including -the maintenance-ofoge or moi_e offices aftdIdeffitieg tithe
execute ic' dtbdeliver d& e*nts-o"n''beH-alf6f.,IhdCdfn�i4y su other
p � afid (iv),to take.. &
action as is or may -.be necessary -and prop. pate to-, out the .protect,. activities �zandWork
_ry _p carr
y
of the Company.
M WlIN88 WHEREOF, 1 havelerptinto AiRked Xq haiifqas. Assistant Secretary thls 5th-day
bf-FebtUAty, 2015.
Tod 0'_-_D'_ 6-6-6kh-u-01 I"'-
AAsistoiiS
7
1 1
I
I
I
I
I
11
LIMITED LIABILITY COMPANY AGREEMENT
OF
INSITUFORM TECHNOLOGIES, LLC
THIS LUMTED LIABILITY COMPANY AGREEMENT OF INSITUFORM
TECHNOLOGIES, LLC is made this 3lst day of December, 2011, by Aegion Corporation, a Delaware
corporation (the "Member").
RECITALS:
A. As of December 31, 2011, the Member converted Insituform Technologies, Inc., a
Delaware corporation (III" ), to INSITUFORM TECHNOLOGIES, LLC, a Delaware limited liability
company (the "Company"), in accordance with the Act (as defined below).
B. This Agreement (as defined below) is intended to replace the By -Laws of ITI in effect as
of the date of this Agreement, which By -Laws are hereby revoked and of no further force or effect.
NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which
are hereby acknowledged, the undersigned agrees as follows:
INCORPORATION OF RECITALS
The Recitals set forth above are hereby incorporated in this Agreement, as if fully set forth in the
body of this Agreement.
2. DEFINITIONS
The following terms, as used in this Agreement, have the meanings set forth in this Section 2:
time, "Act" means the Delaware Limited Liability Company Act, as may be amended from time to
" ment" means this Limited Liability Company Agreement, as it may be amended, restated,
modified, or supplemented from time to time in accordance with its provisions.
"Board of Managers" means the group of Managers that exercises the powers, and manages the
business and affairs, of the Company pursuant to Section 4 of the Agreement.
" means the Certificate of Formation, as originally filed with the office of the
Secretary of State of the State of Delaware effective as of the Effective Time, as the same may be
amended from time to time.
"Code" means the Internal Revenue Code of 1986, as amended, 26 U.S.C.A, et seq., or any
succeeding federal internal revenue law as from time to time in effect.
"Effective Time" means 11:58 p.m. CST on December 31, 2011.
"Manager" means a manager on the Board of Managers.
"Member 'has the meaning set forth in the preamble to this Agreement.
[TLLC Limited Liability Ag=ment
1
"Person" means an individual, corporation, limited liability company, association, general
partnership, limited partnership, limited liability partnership, joint venture, trust, employee benefit plan,
estate, or other entity or organization.
'
3. THE COMPANY, ITS MEMBER AND THE BUSINESS
(a) Formation. The Company was converted from a Delaware corporation to a Delaware
limited liability company when the executed Certificate and Certificate of Conversion were filed with the
office of the Secretary of State of the State of Delaware in accordance with and pursuant to the Act.
Except as provided in this Agreement, all rights, liabilities, and obligations among the Member, the
Company and other Persons, shall be as provided in the Act, and this Agreement shall be construed in
'
accordance with the provisions of the Act. To the extent that the rights or obligations of the Member are
different by reason of any provision of this Agreement than they would be in the absence of such
provision, this Agreement shall, to the extent permitted by the Act, control.
'
(b) Compoy Name. The name of the Company shall be "lnsituform Technologies, LLC".
The business of the Company may be conducted under that name or, upon compliance with applicable
laws, any other name that the Board of Managers deems appropriate or advisable. The Board of
Managers shall file any assumed name certificates and similar filings, and any amendments thereto, that it
'
considers appropriate or advisable.
(c) Tenn of the Company. The term of the Company as a corporation commenced on March
'
27, 1980. The term of the Company as a limited liability company commenced at the Effective Time and
shall continue until the Company is dissolved and its affairs wound up in accordance with the Act and
Article 6 of this Agreement.
'
(d) Purposes of the Company. The purpose of the Company shall be to cant' on any lawful
business, purpose or activity permitted under the Act.
(e) Authority of the Company. The Company shall be empowered and authorized to do all
'
lawful acts and things necessary, appropriate, proper, advisable, incidental to, or convenient for the
furtherance and accomplishment of its purposes.
'
(f) PrinciaaI Office and Other Offices, Registered Agent. The Company's registered agent
and the address of its initial registered office in the State of Delaware shall be as set forth in the
Certificate. The registered office and registered agent may be changed by the Board of Managers, as it
deems advisable from time to time by filing an amendment to the Certificate. The Company may
maintain any other offices at any other places that the Board of Managers deems advisable. The
Company may, upon compliance with the applicable provisions of the Act, change its principal office or
registered agent from time to time at the discretion of the Member.
'
(g) Foreign Qualification. The Company shall take all necessary actions to be authorized to
conduct business legally in all appropriate jurisdictions, including registration or qualification of the
Company as a foreign limited liability company in those jurisdictions that provide for such registration or
qualification.
(h) Fiscal Year. The fiscal year of the Company shall begin on the fast day of January in
'
each year.
'
-2-
ITLLC Limited Liability Agreement
'
4. ISSUANCE OF COMMON SHARES
(a) The membership interests of the Company authorized for issuance shall be common
'
shares ("Common Shares"), having the designations, preferences and relative, participating, optional and
other special rights, powers and duties relating to the Common Shares authorized for issuance pursuant to
this Section 4. A total of one thousand (1,000) Common Shares, par value $0.01 per share, are hereby
authorized for issuance.
'
(b) The holders of Common Shares shall be entitled to one vote per Common Share on
matters submitted to a vote or consent of the Members. Each Common Share shall be identical in all
respects with each other Common Share.
t(c)
All common shares of ITI outstanding as of the date of this Agreement are hereby
automatically converted into Common Shares of the Company. The Member acknowledges that as of the
'
date of this Agreement, one (1) Common Share is outstanding in the name of the Member.
5. CASK DISTRIBUTIONS; ALLOCATIONS OF PROFITS AND LOSSES
(a) Distributions. All cash of the Company available for distribution shall be distributed to
the Member at such times and in such amounts as the Board of Managers shall determine.
(b) Allocations of Profits and Losses. All profits and losses of the Company shall be
'
allocated to the Member.
6. RIGHTS AND POWERS OF THE BOARD OF MANAGERS AND OFFICERS
'
(a) Management by the Board of Managers. Except for situations in which the approval of
the Member is required by this Agreement or by non-waivable provisions of the Act, (i) the powers of the
Company shall be exercised by or under the authority of, and the business and affairs of the Company
shall be managed under the direction of, the Board of Managers; and (ii) the Board of Managers may
'
make all decisions and take all actions for the Company not otherwise provided for in this Agreement.
(b) Actions by Board of Managers. In managing the business and affairs of the Company
'
and exercising its powers granted hereunder, the Board of Managers may act through meetings or written
consents pursuant to this Section 6. Any Person dealing with the Company, other than the Member, may
rely on the authority of a Manager or any duly appointed officer of the Company in taking any action in
'
the time of the Company without inquiry into the provisions of this Agreement or compliance herewith,
regardless of whether that action actually is taken in accordance with the provisions of this Agreement.
The Member, by execution of this Agreement, agrees to, consents to, and acknowledges the delegation of
powers and authority to the Board of Managers granted hereunder, and to the actions and decisions of the
'
Board of Managers within the scope of their authority as provided herein.
(c) Number and Tenn id Qf6 q. The Board of Managers shalt consist of three Managers.
Each Manager shall serve until his or her successor is duly elected or until his or her resignation, removal
'
or death.
(d) Vacancies; Removal-, Resignaign. Any Manager may be removed at any time, with or
without cause, but only by the Member. In the event that any Manager ceases to serve as a Manager
during his term of office, the resulting vacancy shall be filled by the Member. Any Manager may resign
his or her office at any time.
-3-
'
TrLLC Litnited Liability Agreement
' (e) Meetings.
(i) The attendance of all the Managers shall constitute a quorum for the transaction
' of business of the Board of Managers, and the act of a majority of the Managers shall be necessary to be
the act of the Board of Managers. A Manager who is present at a meeting of the Board of Managers at
which action on any Company matter is taken shall be presumed to have assented to the action unless his
or her dissent shall be entered in the minutes of the meeting or unless he or she shall file a written dissent
' to such action with the Person acting as secretary of the meeting before the adjournment thereof or shall
deliver such dissent to the Company immediately after the adjournment of the meeting. Such right to
dissent shall not apply to a Manager who voted in favor of such action.
(ii) Meetings of the Board of Managers may be held at such place or places as shall
be determined from time to time by resolution of the Board of Managers. At all meetings of the Board of
Managers, business shall be transacted in such order as shall from time to time be determined by
resolution of the Board of Managers.
(iii) Regular meetings of the Board of Managers shall be held at such times and
places as shall be designated from time to time by resolution of the Board of Managers, but shall not be
' held less frequently than quarterly. Notice of such meetings shall not be required.
(iv) Special meetings of the Board of Managers may be called by the President or any
Manager on at least ten (10) days' notice to each Manager. Such notice need not state the purpose or
' purposes of, or the business to be transacted at, such meeting, except as may otherwise be required by law
or provided for in this Agreement.
' (f) Approval or Ratification of Acts or Contracts by Members. The Board of Managers in
their discretion may submit any act or contract for approval or ratification at any annual or special
meeting of the Members.
' (g) Action by Managers by Written Consent or Telephone Conference. Any action permitted
or required by the Act, the Certificate or this Agreement to be taken at a meeting of the Board of
Managers may be taken without a meeting if a written consent, setting forth the action to be taken, is
signed by all of the Managers. Such consent shall have the same force and effect as a vote at a meeting
' and may be stated as such in any document or instrument filed with the Secretary of State of Delaware,
and the execution of such consent shall constitute attendance or presence in person at a meeting of the
Board of Managers. Subject to the requirements of the Act, the Certificate or this Agreement for notice of
meetings, unless otherwise restricted by the Certificate, the Managers may participate in and hold a
meeting of the Board of Managers by means of a conference telephone or similar communications
equipment by means of which all Persons participating in the meeting can hear each other, and
participation in such meeting shall constitute attendance and presence in person at such meeting, except
' where a Person participates in the meeting for the express purpose of objecting to the transaction of any
business on the ground that the meeting is not lawfully called or convened.
' (h) Officers.
(i) Election and Removal of Officers. The officer; of the Company shall be the
President, one or more Vice Presidents, a Secretary, and a Treasurer, each of whom shall be elected by the
Board of Managers. Such other officers and assistant officers as may be deemed necessary may be
elected or appointed by the Board of Managers. Any two (2) or more offices may be held by the same
person. Each officer shall hold office until his or her successor shall have been duly elected and shall
have qualified or until his or her death or until he or she shall resign or shall have been removed in the
' manner hereinafter provided. Any officer, agent, or other employee elected or appointed by the Board of
-4-
' rrLLC Limited Liability Agreement
'
Managers may be removed by the Board of Managers, with or without cause, whenever in the Board of
Manager's judgment the best interests of the Company will be served thereby, but such removal shall be
without prejudice to the contract rights, if any, of the person so removed. Election or appointment of an
'
officer or agent shall not of itself create contract rights.
(ii) Vacancies. A vacancy in any office because of death, incapacity, resignation,
removal, disqualification or otherwise, may be filled by the Board of Managers.
'
(iii) President. The President shall be the principal executive officer of the Company
and shall in general supervise and control all of the business and affairs of the Company. The President
may sign any deeds, mortgages, bonds, contracts, or other instruments which the Board of Managers has
'
authorized to be executed, except in cases where the signing and execution thereof shall be expressly
delegated by the Board of Managers or by this Agreement to some other officer or agent of the Company,
or shall be required by law to be otherwise signed or executed. The President shall in general perform all
duties incident to the office of President and such other duties as may be prescribed by the Board of
'
Managers from time to time.
(iv) Vice President. Each Vice President shall perform such duties as shall be assigned
to him or her and shall exercise such powers as may be granted to him or her by the Board of Managers or the
'
President of the Company.
(v) Secretary. The Secretary shall (A) keep the minutes of the proceedings of the
Member and of the Board of Managers in one or more books provided for that purpose; (B) see that all
notices are duly given in accordance with the provisions of this Agreement or as required by law; (C) be
custodian of the Company records; (D) keep a register of the post office address of the Member which
shall be furnished to the Secretary by such Member; and (E) in general perform all duties incident to the
'
office of Secretary and such other duties as from time to time may be assigned to the Secretary by the
President or by the Board of Managers.
(vi) TMMurer. The Treasurer shall: (A) have charge and custody of and be
responsible for all funds of the Company; (B) receive and give receipts for moneys due and payable to the
Company from any source whatsoever, and deposit all such moneys in the name of the Company in such
' banks, trust companies or other depositories as shall be selected by the Board of Managers; and (C) in
general perform all of the duties incident to the office of Treasurer and such other duties as from time to
time may be assigned to the Treasurer by the President or by the Board of Managers.
(vii) Appointments by the President. The President of the Company may from time to
time appoint officers of the Company's operating divisions, and such contracting and attesting officers of
the Company as the President may deem proper, who shall have such authority, subject to the control of
the Board of Managers, as the President may from time to time prescribe.
' (i) Limitation of Liability of the Member. The debts, obligations and liabilities of the
Company, whether arising in contract, tort, or otherwise, shall be solely the debts, obligations and
' liabilities of the Company. The Member shall not be obligated personally for any such debt, obligation,
or liability of the Company solely by reason of being the Member, except and only to the extent as
otherwise expressly required by law.
1 Conflicts of Interest. A Manager, the Member and officers of the Company at any time
and from time to time may engage in and possess interests in other business ventures of any and every
type and description, independently or with others, with no obligation to offer to the Company or any
other Member, Manager or officer the right to participate therein. The Company may transact business
-5-
' ITLLC Limited Liability Agreement
1
with any Manager, Member, officer or affiliate thereof, provided the terms of those transactions are no
less favorable than those the Company could obtain from unrelated third parties.
ASSIGNMENT, TRANSFER, OR SALE OF INTERESTS IN TBE COMPANY
The Member may sell, assign, pledge, or otherwise encumber or transfer all or any part of its
limited liability company interest in the Company to any Person. The Member may resign as a Member
of the Company upon the transfer of all of its limited liability company interests in the Company to any
Person. Upon the transfer of any limited liability company interests of any Member to any other Person,
such Person shall automatically and without any other action by the Company or any Member, be
admitted as a Member of the Company.
8. DISSOLU'TIONAND TERMINATION OF THE COMPANY
(a) Events of Dissolution. The Company shall dissolve upon the earlier to occur of:
(i) an election to dissolve the Company made by the Member; or
(ii) the happening of any event that, under the Act, causes the dissolution of a limited
liability company.
.(b) Actions on Dissolution. Upon the dissolution of the Company, the Board of Managers
shall act as liquidator to wind up the Company. The proceeds of liquidation shall be applied first to the
payment of the debts and liabilities of the Company (including any loans to the Company made by the
Member), the expenses of liquidation and the establishment of any reserves that the liquidator deems
necessary for potential or contingent liabilities of the Company. Remaining proceeds shall be distributed
to the Member as provided in Section 5(a). When all debts, liabilities and obligations have been paid and
discharged or adequate provisions have been made therefor and all of the remaining property and assets
have been distributed to the Member, the Board of Managers shall file a certificate of cancellation as
required by the Act. Upon filing the certificate of cancellation, the existence of the Company shall cease,
except as otherwise provided in the Act.
9. BOOKS, RECORDS, AND RETURNS
(a) Books of Account and Records. A copy of this Agreement and any other records
required to be maintained by the Act shall be maintained at the principal office of the Company. All such
books and records shall be available for inspection and copying by the Member or its duly authorized
representatives during ordinary business hours. The Company shall keep accurate books and records of
the operation of the Company which shall reflect all transactions and be appropriate and adequate for the
Company's business and for carrying out the provisions of this Agreement.
(b) Deposit of Company Funds. All revenues, assessments, loan proceeds and other receipts
of the Company will be maintained on deposit in interest -bearing and non -interest bearing accounts and
other investments as the Board of Managers deems appropriate.
10. INDEMNIFICATION
The Company will indemnify and hold harmless each Manager and each officer of the Company
from and against any loss, expense, damage, or injury suffered or sustained by any of them by reason of any
acts, errors in judgment, omissions, or alleged acts or omissions related to the business of the Company to the
fullest extent allowed by law. The Company's duty to indemnify will include any judgment, award,
settlement, reasonable legal fees, and other costs and expenses related to the defense of any actual or
-6-
ITLLC Limited Liability Agrament
1
threatened action, proceeding, or claim and including any payments trade by any Manager or any officer, or
by reason of any disallowance by any taxing authority of any deduction taken on any Company tax return.
The Company shall advance to each Manager or officer any legal expenses required to defend any such
claim upon receipt of a written undertaking by or on behalf of such Manager or officer to repay such
amounts if it shall ultimately be determined that such Manager or officer is not entitled to be indemnified
therefor by the Company.
l l . COMPANY SEAL
The Board of Managers may provide a company seal, which shall be in circular form and shall have
inscribed thereon the name of the Company, the state of formation, the original year of incorporation and the
words "Company Seal".
12. NUSCELLANEOUS
'
(a) Captions. All section or paragraph captions contained in this Agreement are for
convenience only and shall not be deemed part of this Agreement.
(b) Pronouns, Singular and Plural Form. All pronouns and any variations thereof shall be
deemed to refer to the masculine, feminine and neuter as the identity of the Person or Persons referred to
'
may require, and all words shall include the singular or plural as the context or the identity of Persons
may require.
(c) Agreement Binding. This Agreement shall be binding upon the successors and assigns of
the Member.
'
(d) Governing Law. This Agreement shall be governed, construed, and enforced in
accordance with the laws of the State of Delaware (without regard to the choice of law provisions
thereof).
(e) No 'third -Parry Beneficiaries. This Agreement is not intended to, and shall not be
'
construed to, create any right enforceable by any Person not a party hereto, including any creditor of the
Company or of the Member.
IN WTTNESS WHEREOF, the undersigned has executed this Agreement to be effective as of the
date first written above.
f'
iTLLC Limited Liability Agreement
REGION RPORATION
By,
David A. Martin, Senior Vice President & Chief
Financial Officer
-7.
Dlepartment'of Labor and Indu"stries
�INSITU
P686X 44450
FORIVI TECHNOLOGIES
5 -
Olympia, WA 98504 4`450 rri -� �� y
i�RegCCINSITTL883CW
4 i
,` �• f r� a BI E661-880' 220
y j0.
'�( � � r
4 °Register ed as provided byr
e iyConstructi`on Contractor
AMC COib)-,GENrERAL' >>
I1vSIT , FORM TECHNOLOGIESFLLC U�Effe- iue Date 2/14/2012
y 179.88 EDISON AVE 2/14/201 ra�Expuation Date , 6
CHESTERFI{BLD, MO 630053j700 (� I r
u
11
D ity of
1
Cascade Interceptor Rehabilitation Phase II
1 WWP-27-03831
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
' *Proposal 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
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Special Provisions
Maps and Project Information
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
11
ri
I
I
C
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job -related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of
March 2011
CITY O RENTON RENTON CITY COUNCIL
Denis Law, Mayor uncil Pr sident
Attest: y
Bonnie I. Walton, City Clerk
I
CITY OF RENTON
SUMMARY OFAMERICANS WITH DISABILITIESACT POLICY
ADOPTED BY RESOL UTION NO. 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-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH 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 City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY;QF RENTON RENTON CITY COUNCIL:
1. }..
Mayor Council President
Attest:
C
City Clerk
i
I
CITY OF RENTON
Cascade Interceptor Rehabilitation Phase II
W W P-27-03831
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 rehabilitation of a portion of Renton's sanitary sewer system through the installation of
approximately 605 linear feet of 14" Cured in Place Pipe (CIPP), 265 linear feet of 18" CIPP, 979 linear
feet of 21" CIPP, 2,935 linear feet of 24" CIPP, reinstatement of 2 sidesewer laterals, and the
rehabilitation of 20 concrete manholes. Manhole depths range from 6' to 28'. Work will include pre -
installation inspection and cleaning of the sewer facilities as well as post installation inspection and the
bypass pumping of flows necessary for each phase of the work.
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 45 working days will be allowed for the completion
of this project from.
I
11
1 6 St �
� Q
AirporvWay
U) >
a� Q
>
i Q >
Q a
(6 N
S 2nd St_ o (D
S 3rd St Gov
167 �
900 >
y� d c
> m
iv Q Q
c E
S 7th St
c.
Grady
ayf S 515
SW Graay�
s
-o
C
CD
0
S 21 st St
3
O
X
m
co
SW 27th St
o
m > o N
> N
Q y
Cu
c w 515
J
A
Cre'rhe�
ek
a
SW 41st Si
mod. 41
n S,W,t43rdrSt S Ca��
�. cn
Jaen >
co
0
Rive aar\
` 169
MaA/e
Ix
0AL-
y y�
y
PROJECT LOCATION
W
U)
Q
L
`O SE 168th St
Cascade Interceptor Rehabilitation Phase 11 Vicinity Map
I
L 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 at the Public Works Department Office. Plans, specifications, addenda,
and the plan holders list for this project are available on-line through Builders Exchange of
Washington, Inc., at http://www.bxwa.com. 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.
1 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
1 the City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical
ability to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 "Public Liability and Property Damage Insurance".
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project.
i�
i�
14 Before starting work under this contract, the Contractor is required to supply information to the
City of Renton on all chemical hazards Contractor is bringing into the work place and potentially
exposing City of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage".
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the
bid forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
1 Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act,
Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item.
The costs of trench safety systems shall not be considered as incidental to any other contract item
and any attempt to include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area
of work regardless of any contractual relationship which may exist, or be alleged to exist, between
the CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for
obtaining updated issues of the prevailing wage rate forms as they become available during the
duration of the contract. The wage rates shall be included as part of any subcontracts the
Contractor may enter into for work on this project.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
I performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
1 specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions or 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.
11
I�
1. WSDOT/APWA "2014 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement' hereinafter referred to by the abbreviated title
"Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard
specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14,
Measurement and Payment (added herein) shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this
document. If one has not been provided for this project by the City or Engineer, the Bidders shall
familiarize themselves adequately with the project site and existing subsurface condition as
needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface
explorations and investigations as they see fit. The Bidder shall be responsible for protection of all
existing facilities, utilities and other buried or surface improvements and shall restore the site to
the satisfaction of the City.
' 22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached
index are included in their copy of the bid specifications. If documents are missing, it is the
sole responsibility of the bidder to contact the City of Renton to obtain the missing documents
prior to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted 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
CAG-15-149
I
I
C
1
I
I
I
I
I
CITY OF RENTON
CALL FOR BIDS
Cascade Interceptor Rehabilitation Phase II
WWP-27-03831
Sealed bids will be received until 11:30 a.m. Tuesday, August 4, 2015 at the City Clerk's office,
7th floor and will be opened and publicly read in conference room Conference Room 511 on the
5ch floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057.
The work to be performed within 45 working days from the Notice to Proceed Date under this
contract shall include, but not be limited to:
The rehabilitation of a portion of Renton's sanitary sewer system through the installation of
approximately 605 linear feet of 14" Cured in Place Pipe (CIPP), 265 linear feet of 18" CIPP, 979
linear feet of 21" CIPP, 2,935 linear feet of 24" CIPP, reinstatement of 2 side sewer laterals, and
the rehabilitation of 20 concrete manholes. Manhole depths range from 6' to 28'. Work will
include pre -installation inspection and cleaning of the sewer facilities as well as post installation
inspection and the bypass pumping of flows necessary for each phase of the work.
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 July 21, 2015. Plans, specifications, addenda, and the plan
holders list for this project are available on-line through Builders Exchange of Washington, Inc.,
at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of
Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order
to receive automatic email notification of future addenda and to be placed on the "Bidders
List.")
If a bidder has any questions regarding the project, please contact the Project Manager, John
Hobson, at 1055 South Grady Way, Renton, WA 98057 or (425) 430-7279.
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.
Published:
Daily Journal of Commerce July 21, 2015
Daily Journal of Commerce July 28, 2015
1
-ity of
Cascade Interceptor Rehabilitation Phase II
' W W P-27-03831
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.
I
AND
11
'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
' 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.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
Insituform Technologies, LLC
' Name of Bidder's Firm
Signature of Authorized Representative of Bidder*ylld= .4
Printed Name: Whittney Schulte Title: Contract g & Attesting Officer
' Address: 17988Edison Avenue, Chesterfield, MO 63005
Contact Name (please print): Whittney Schulte
Phone: 636-530-8000 Email: WSchultegAegion.com
*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
Corporation Organized under the laws of
' With Main Office in State of Washington at
' If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section:
Name: Title (Partner, Member, Manager):
' Thomas E. Vossman President
David F. Morris Exec. VP, CAO, Sec & Manager
David A. Martin Exec. VP, CFO & Manager
Charles R. Gordon Manager
' Proposal & Affidavit/Certificate Page 2 of 4
'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
' INDIVIDUAL FORM
STATE OF WASHINGTON )
ss
County of ) AM
' On this day of before me personally appeared
to me known to be the individual(s) described in and who executed the foregoing instrument,
' an'd acknowledged under oath that (he/she/they) signed and sealed the
same as (his, her, their) free and voluntary act and deed, for the
uses and purposes therein mentioned.
' GIVEN under my hand and official seal the day and year last above written.
(SEAL)
Notary Public in and for the State of
Washington, residing at
Print Name:
My commission expires:
1
' CORPORATION FORM
STATE OF WASHINGTON )
Ss NA
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 instrument, and acknowledged said instrument to be
the free and voluntary act and deed of said 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 seal the day and year last above written.
' (SEAL)
Notary Public in and for the State of
' Washington, residing at
Print Name:
' My commission expires:
' Proposal & Affidavit/Certificate Page 3 of 4
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
1
1
PARTNERSHIP FORM
STATE OF WASHINGTON
N>�County of ) ss
On this day of before me personally appeared
to me known to be a General Partner of the partnership known as
that executed the foregoing instrument, and acknowledged said
instrument to be the free and 'voluntary act and deed of said partnership, 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 seal 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 MDRUMM)
Missouri : ss
County of St. Louis )
On this 4th day of August , 2015 , before me personally appeared
Whittney Schulte to me known to be a Nq,ember of the Limited Liability
Company known as Insituform Technologies, LLC an officer and that he/she/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 she (he/she/they) afe authorized to execute said instrument.
Is
GIVEN under my hand and official seal the day and ye r st abov written.
(SEAL)
r.
Notalry Public in and for the State of
Missouri %N1bXTjX6W residing, at S� .
USE Print Name: Ja-r CA41;e _ _
JANANotary Seal
Nq ��F MISSOURI
Si Tf< 5�20My commission expires: �a D� -17
�7
St, LoUis Co��
I,Ay ,m}sswr� ��15
Proposal & Affidavit/Certificate Page 4 of 4
IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
1
Department of Labor and Industries
Certificate of Registration
' Name on Registration: Insituform Technologies, LLC
' Registration Number: INSITTL883CW
Expiration Date: 2/14/2016
1
Note: A copy of the certificate will be requested as part of contract execution when project is awarded.
1
1
1
' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
¢
'?
t p F���'1NSITUFORM TECHNOLOGIES L LC j
Gh ..
i °Olympia, WA 98504�r-`g CC$INSITTL883CW
BI 601880220
Registered arpiouided by Law as
ti r 3 s.
-,' r i �Construetion Contractor xt> k�`
} a �CrC�O.GENERAL t 4
sue: r�,: F r : •
_ y ,i' M�-� r ��
�-i� a i d t ,y+Y �'"
u r:r INSI ORM TECHNOLOGIES''LLC �r4 EffectiveiDate 2/14/2012
{{ ..� ^s"rislY� �i
EDISON AVE rt t 'rr r �Exp�ration Date.2/14/2016
z ;° CHESTERFIELD MO 630051700 kq
y V y r •� .+ , Y� } + 4� rT'�b ,.r, Y cf s -.3 L 7
-
- 7 t ,1 ...R W. 1 � S i•1
' BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount
' of $ Five Percent (5%) of the Amount Bid which amount is not less than five percent of the total bid.
Insituform Technologie , L C
' Signature Whittney Schulte, C n cting & Attesting Officer
I
Know All Men byThese Presents:
Insituform Technologies, LLC
That we, 17988 Edison Avenue, Chesterfield, MO 63005 as Principal, and
' Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Renton, as
Obligee, in the penal sum of Five Percent (5%) of the Amount Bid Dollars, for the payment of
which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors
I
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
' *Cascade Interceptor Rehabilitation Phase II 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.
* WWP-27-03831
SIGNED, SEALED AND DATED THIS 4 DAY OF August 20 15
Insituform Tgctynologies, LLC
Principal Whittney Scjtijfte, Contracting & Attesting Officer
Travelers Casualty and Surety Company of America V
One Tower Square, Hartfoo, CT 061$3 , , i � %) A . ^ IA. ..
Surety Amanda L. Williams, Attorney -in -Fact
Received return of deposit in the sum of $
State of Missouri
County of St. Louis
On 8/04/2015, before me, a Notary Public in and for said County and State, residing therein, duly
commissioned and sworn, personally appeared Amanda L. Williams known to me to be Attorney -in -
Fact of
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
the corporation described in and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrument in behalf of said corporation, and he duly
acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year
stated in this certificate above.
uchhold, Notary
My Commission Expires:
-uc�-u &'k
c
BARBARA BUCHHOLD
Notary Public - Notary Seal
STATE OF MISSOURI
St. Charles County
My Commission Expires: Sept. 7, 2018
Commission # 14430636
WARNING: THIS POWER OF ATTORNEY IS
A491k POWER OF ATTORNEY
TRAVELERS J Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and INlarine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. Z2)y36y
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Compan}
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 006368857
KNOW ALL MIEN B)' THESE PRESENTS: That Farmin'ton Casualty Company. St. Paul Fire and Nlarine Insurance Company. St. Paul Guardian Insurance
Company. St. Paul Alercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surely 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
laws of the State of Wisconsin (herein collectively called the -Companies"). and that the Companies do hereby make. constitute and appoint
Andrew 1'. Thomc, Dana A. Dragoy. Peter J. Mohs, Dehra A. Woodard. Barbara Buchhold, Michael D. Wiedemcier, and Amanda L. Williams
Chesterfield Missouri
of the Cih� of ,State of ,their true and lawful Attorneys) -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 guaranteein,_ the fidelity of persons, guaranteeing the performance of
contracts and executing Or guaranteeing bonds and undertakin_s required or permitted yin any actions or proceedings allowed by law.
IN WITNF S WHEREOF, the Comp: u es have caused this instrument [o be signed and their corporate seals to be hereto affixed. this
ay �M15 •. .
day of
Farmington Casualty Company
Fidelity and Guaranty Insirance Company
Fidelity and Guaranty lnsuralice Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
141h
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
�r.svA p' E° a`4, i w i S ,.'� �Hs�•`. it aHo wn ZY <�' M°�r ' � .y-Q��........ G,D /JP ..........Qa ••'•. yJ"� m 4� Fop �F�% M(�
5 (1 6 PI..V,�nnVlTt�v h %%>C00.VORA��,y1 W:�,VOFAl-;.
SE Cl^•* R. f/��^\\a y��f
1 9 8 2 0 'i � 977 A;. �' � £ S -•- : n e au MARTFOHD, < GG rNK�rQFgt r'e <
rn:„ o: W coNN. 9t CnWI. / 1896
AI.'i�r ia. :SEAL,aDt
�:; � \,!S . AN ,• rg�...... �a / � ar �a �. r R%I ANI�
State of Connecticut
City of Hartford ss.
B y: 42,16e
Robert L. Raney. enior Vice President
14th May 2015
On this the clay of , 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 Guarani\, 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.
p.TET
In Witness Whereof, I hereunto set my hand and official seal. Uw �
D'ly Commission expires the 30[h day of June. 2016. 'OUBU�
0* Mane C. Tetreault. Notary Public
58440-8-12 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER '
This Power of Attorney is _ranted 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 Attorneys -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 sea] 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 bearing 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 he valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached. '
1. 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 lam. day of AttguSt . 20
Kevin E. Hughes, Assistant Sec tary
GAS V,F� LF1FE 6 r\F�G ;'� HSUq •• Tv 4h0 SW �rY,�
Or ra D°°Op�go ., i9 % O . ,➢ JP ..�......, q'•• yJ�` a N� tTr
0.PORA lit4TFOH0. i a Z�t9az ; 1977 1951 £ SE&L.o,
9 Q [ D (Fps SEAL/s • o f y
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
CITY OF RENTON PUBLIC WORKS DEPARTMENT
'
CASCADE INTERCEPTOR REHABILITATION PHASE II
TOTAL PRICE OF BOTH
SCHEDULES WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE
BIDDER
(Note: The bid price shall
be stated in figures only, -In terms of the units indicated and as to a total amount. In the event of errors or where
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 OWBID ITEMS.
—T—Dollars
'
ITE
APPROX.
ITEM
UNIT PRICE
AMOUNT
NO:
QUANTITY
Cents.
Dollars Cents.
'
1
1
Mobilization & Demobilization
$ (� , D�� ��
$ aJ
Lump Sum
per Lump Sum
C
2
1
Traffic Control
$ 5 q ;-)t� - C)C
$ ,�1
Lump Sum
per Lump Sum
3
4,784
Pre -Installation Cleaning and Inspection
$ 2 •01©
$ 6o
'
Linear Foot
per Linear Foot
$ 99 "B L
$ 2, 1 43 4 S 'd7--
'
4
605
Linear Foot
Install 14" CIPP
per Linear Foot
j
5
265
Install 18" CIPP
$ S(Q . an
$ l Mo ' bG
'
Linear Foot
per Linear Foot
'
6
979
Install 21" CIPP
$ ip0
$ 100
Linear Foot
per Linear Foot
'
7
2,935
Install 24" CIPP
$ I .)—I - 1 5
$
Linear Foot
per Linear Foot
'
8
2
Reinstate Side Sewer Taps
$ —1 Q : nC'
$
Each
per Each
'
9
4,784
Post Installation Inspection
$ � _ �c'�
$ ' O©
Linear Foot
per Linear Foot
'
10
4
Sewer Manhole Rehabilitation 0' to 10' deep
`1915,
$ 1
$
Each
per Each
Sewer Manhole Rehabilitation 1 V to 20' deep
$ ® ' a
$ ) r 0C,
11
10
. f
'
Each
per Each
12
6
Sewer Manhole Rehabilitation 21' to 30' deep
$ y 9 a V 0
$ Z 9 r L 00 ' GO
'
Each
per Each
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
- Always Verify Scale
1
CITY OF RENTON PUBLIC WORKS DEPARTMENT
CASCADE INTERCEPTOR REHABILITATION PHASE II
TOTAL PRICE OF BOTH SCHEDULES WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER
(Nate: The.bid price shall be stated In figures only, in -terms of the units indicated and as to a total amount. In the event of errors or where
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 "
'NQ..OUANTITY;
APPROX.
ITEM
UNIT PRICE
Dollars Cents.
AMOUNT
Dollars Cents.
Subtotal
$
9.5% Sales Tax
$ S, 3 zn I
Total
$ F J 2- i D l•
I
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa"com '- Always Verify Scale
'
Revised Bond No. 106352966
BOND TO THE CITY OF RENTON
'
KNOW ALL MEN BY THESE PRESENTS:
'
That we, the undersigned _ Insituform Technologies, LLC,17988 Edison Avenue, Chesterfield MO 63005
as principal, and Travelers Casualty and Surety Company of America, One Tower Square, Hartford CT 06183
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 * $752,904.32 for the payment of which sum
on demand we bind ourselves and our successors, heirs, administrators or person representatives, as
'
the case may be. * (Seven Hundred Fifty Two Thousand Nine Hundred Four and 321100 Dollars)
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 . 2015.
'
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-15-149 providing for
'
construction of Cascade Interceptor Rehabilitation Phase II.
(project name)
'
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted,. or is about. to accept, the contract, and undertake to perform the
'
work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
'
persons who shall supply said principal or subcontractors with provisions and supplies for the carrying
on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of any carelessness, or negligence on the part of said principal, or any
'
subcontractor in the performance of said work, and shall indemnify and hold the City of Renton
harmless from any damage or expense by reason of failure of performance as specified in the contract
or from. defects appearing or developing in the material or workmanship provided or performed under
'
the contract within a period of one year after its acceptance thereof by the City of Renton, then and in
that event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
Insituform Technologies, LLC Travelers Casualty and Surety Company of America
'
Principal Surety
1
Signature Signature
Whittney Schulte, Contracting & Attesting Officer Amanda L. Williams, Attorney -In -Fact
'
Title Title
State of Missouri
County of St. Louis
On , before me, a Notary Public in and for said County and State, residing therein, duly
commissioned and sworn, personally appeared Amanda L. Williams known to me to be Attorney -in -
Fact of
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
the corporation described in and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrument in behalf of said corporation, and he duly
acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year
stated in this certificate above.
Barb ra a B3i chhold, N
My Commission Expires:
Publi
BARBARA BUCHHOLD
Notary Public - Notary Seal
STATE OF MISSOURI
St. Charles County
By Commission Expires: Sept. 7, 2018
__Commission # 14430636
' WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERSFarmington Casualty Company St. Paul i\lercury Insurance Company
' Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and 1larine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
1
. Attorney -In Fact No. _229369 Certificate No. 006369445
KNOW ALL MIEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Nfarine 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
laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make. constitute and appoint
Andrew P. Thome, Dana A. Dragoy, Peter J. Mobs. Debra A. Woodard. Barbara Buchhold. Michael D. Wiedentcier. and Amanda L. Williams
of the City of CheStcl'lield . State of Missouri , their true and lawful Attorney(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. reco mizances, 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 of p`oceedines allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument.to be signed`Ad their corporate seals to be hereto affixed, this
May 2015
day of
14th
F
Farmington Casualty Companj St. Paul Mercury Insurance Company
Fidelih and Guaranh lnsurance'Coinpan3, Travelers Casualty and Surety Company
Fidelity and Guaranty Insueance`tndervriters, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
QG `PV 1NSUq 'ui Jp�tY 4Hp !'1�3Wf! Y"YJ
r�::'
u O 1,9%7 a 'F - oP MARTFORO, FN4TrOfG1.
2 <
cEcr 1951 ' ' SEAL
r I -SEAL'
....conk+. sit cau+.� 1896
ry � �,N �,� *� '' ��n.�cE c ofS.,.AN,�✓r- i s!r .. rye >ye a+°c �,�+.'. j'a �jh1! Alit°'
State of Connecticut
City of Hartford ss.
By:
Robert L. Ranev. cnior Vice President
On this the 14th day of May 2015 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, [hereunto set my hand and official seal. Tai
My Commission expires the 30th day of June. 2016. Marie C. Tetreault. Notaq• Public
58440-8-12 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
EY 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 Attorneys -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 writin=s 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. arr 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 bearing- 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.
1. 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 iir.full force'aideffect and has not been revoked.
IN TESTIMONY WHEREOF. 1 have hereunto set my hand and affixed the seals of said Companies this day of
ill� (5r
Kevin E. Hughes. Assistant Sec tary
20
S
S \'µ IN G .P+ �HSUgq•., J7ttY 4N0 �J SIW!}� Y
2y�➢Oq� a yoc°Ry o µ��,,. _
2Ot 'ram 1951 �` EAL
SEAL
a s c° �`... 'tom r '�a>•.,
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
n
1 P(
'
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
'
Insituform Technologies, LLC 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 the
origin; ancestry; sex; 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 compiles with all applicable federal,
' state and local laws governing non-discrimination in employment.
' Ill. When applicable, the above -named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
' Whittney Schulte
Print Agent/Representative's Name
' Contracting & Attesting Officer
Print Agent/Representative's Title
' Agent/Representati s Signature
' August 18, 2015
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.
CONTRACTS OTHER THAN FEDERAL -AID FHWA
THIS AGREEMENT, made and entered into this day of . by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and Insituform Technologies, LLC , hereinafter referred to
as "CONTRACTOR."
WITNES SETH:
1) The Contractor shall within the time stipulated, (to -wit: within Forty -Five (45) 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-1.5-149 for improvement by construction and installation of:
Work for the Cascade Interceptor Rehabilitation Phase II 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
agreement, consists of the following documents, all of which are component parts of said
Contract and as fiilly 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 I -2UU9
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
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 herin.
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-.2000
1
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
Forty -Five (45) 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
C: 1-2009
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.
11) 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 $752 904.32
num rs
Seven hundred fiftv two thousand nine hundred four and 32/100
wn"eu a Orw
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 relinquislunent
of those covenants, agreements or options, and the same shall be and remain in full force and
effect.
16) Written Notice. All cormnunications 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) -2009
' 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 one 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
Whitt y Schulte, acing & Attesting Officer
,Seeigta�y Jana Lause, Contracint & Attesting Officer
Mayor
-dWH-- Insituform Technologies, LLC
Firm Name
check one
❑ Individual ❑ Partnership ❑ Corporation Incorporated in
® Limited Liability Company formed in Delaware
1
CITY OF RENTON
►:vr1WITr
City Clerk
C 1-2O()9
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 CI-` 009
� PREVAILING MINIMUM
� HOURLY WAGE RATES
1
Page 1 of 17
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:
7/13/2015
County
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$42.67
5D
1 H
'King
Boilermakers
Journey Level
$64.29
5N
1C
;King
Brick Mason
Brick And Block Finisher
$44.46
5A
1M
:King
Brick Mason
Journey Level
$51.32
5A
1M
:King
Brick Mason
Pointer -Caulker -Cleaner
$51.32
5A
1M
'King
Building Service Employees
Janitor
$21.29
5S
2F
King
Building Service Employees
Traveling Waxer/Shampooer
$21.70
5S
2F
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$24.941
5S
2F
'King
Building Service Employees
Window Cleaner (Scaffold)
$25.80
5S
2F
'King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$52.32
5D
4C
'King
Carpenters
Bridge, Dock And Wharf
Carpenters
$52.32
5D
4C
=King
Carpenters
Carpenter
$52.32
5D
4C
_
King
Carpenters
Carpenters on Stationary Tools
$52.45
5D
4C
:King
Carpenters
Creosoted Material
$52.42
5D
4C
:King
Carpenters
Floor Finisher
$52.32
5D
4C
King
Carpenters
Floor Layer
$52.32
5D
4C
King
Carpenters
Scaffold Erector
$52.32
5D
4C
:King
Cement Masons
Journey Level
$52.38
7A
1M
'King
Divers Et Tenders
Diver
$105.37
5D
4C
8A
`King
Divers Et Tenders
Diver On Standby
$59.50
5D
4C
!King
Divers Et Tenders
Diver Tender
$54.82
5D
4C
tKing
Divers Et Tenders
Surface Rcv Et Rov Operator
$54.82
5D
4C
-King
Divers Et Tenders
Surface Rcv Et Rov Operator
Tender
$51.07
5A
4C
;King
Dredge Workers
Assistant Engineer
$54.75
5D
3F
King
Dredge Workers
Assistant Mate (Deckhand)
$54 333
5D
3F
A'7/1 1 /'1/11 C
Page 2 of ] 7 '
King
Dredge Workers
Boatmen
$54.751
5D
3F
King
Dredge Workers
Engineer Welder
$55.79
5D
3F
!King
Dredge Workers
Leverman, Hydraulic
$56.92
5D
3F
King
Dredge Workers
Mates
$54.75
5D
3F
..King
Dredge Workers
Oiler
$54.33
5D
3F
:King
Drywall Applicator
Journey Level
$52.321
5D
1H
King
Dry all Tapers
Journey Level
$52.37
5P.
1 E
King
Electrical Fixture Maintenance
Journey Level
$26.59
5L
1E
Workers
.King
Electricians Inside
Cable Splicer
$66.76
7C
4E
-King
Electricians - Inside
Cable Splicer (tunnel)
$71.67
7C
4E
s
King
Electricians - Inside
Certified Welder
$64.54
7C
4E
King
Electricians - Inside
Certified Welder (tunnel)
$69.22
7C
4E
.King
Electricians - Inside
Construction Stock Person
$37.19
7C
4E
'King
Electricians - Inside
Journey Level
$62.30
7C
4E
;King
Electricians - Inside
Journey Level (tunnel)
$66.76
7C
4E
King
Electricians - Motor Shop
Craftsman
$15.37
1
;King
Electricians - Motor Shop
Journey Level
$14.69
1
:King
Electricians - Powerline
Construction
Cable Splicer
$69.95
5A
4D
King
Electricians - Powerline
Construction
Certified Line Welder
$63.97
5A
4D
=
:King
Electricians - Powerline
Construction
Groundperson
$43.62
5A
4D
:King
Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$63.97
5A
4D
:King
Electricians - Powerline
Construction
Journey Level Lineperson
$63.97
5A
4D
'King
Electricians - Powerline
Construction
Line Equipment Operator
$53.81
5A
4D
King
Electricians - Powerline
Construction
Pole Sprayer
$63.97
5A
4D
King
Electricians - Powerline
Construction
Powderperson
$47.55
5A
4D
=King
Electronic Technicians
Journey Level
$31.00
1
:King
Elevator Constructors
Mechanic
$82.67
7D
4A
"King
Elevator Constructors
Mechanic In Charge
$89.40
7D
4A
:King
Fabricated Precast Concrete
All Classifications - In -Factory
Work Only
$15.90
5B
1R
Products
King
Fence Erectors
Fence Erector
$15.18
1
'King
Flaggers
Journey Level
$36.17
7A
31
King
Glaziers
Journey Level
$54.91
7L
1y
:King
Heat Et' Frost Insulators And
Journeyman
$61.18
5J
is
Asbestos Workers
;King
Heating Equipment Mechanics
Journey Level
$70.37
7F
1E
-King
Hod Carriers Et Mason Tenders
Journey Level
$44.00
7A
31
King
Industrial Power Vacuum
Journey Level
$9.47
1
httnc //fnrtracc �xra rrnv/lni/u analnnlriin/r�rvtT�/analnnlriin acnv 07/110.01 5
Page 3 of 17
I
it
h
7
Cleaner
King
Inland Boatmen
Boat Operator
$54.57
5B
1 K
King
Inland Boatmen
Cook
$50.95
5B
1K
:King
Inland Boatmen
Deckhand
$51.19
5B
1K
'King
Inland Boatmen
Deckhand Engineer
$52.181
5B
1K
;King
Inland Boatmen
Launch Operator
$53.40
5B
1K
King
Inland Boatmen
Mate
$53.40
5B
1K
King
Inspection/Cleaning/Seating Of
Cleaner Operator, Foamer
Operator
$31.49
1
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing, Of
Grout Truck Operator
$11.48
1
Sewer Et Water Systems By
Remote Control
:King
Inspection/Cleaning/Sealing, Of
Head Operator
$24.91
1
Sewer Et Water Systems By
Remote Control
:King
Inspection/Cleaning/Sealing Of
Technician
$19.33
1
Sewer Et Water Systems By
Remote Control
:King
Inspection/Cleaning/Seating Of
Tv Truck Operator
$20.45
1
Sewer Et Water Systems By
Remote Control
:King
Insulation Applicators
Journey Level
$52.32
5D
4C
.King
Ironworkers
Journeyman
$61.62
7N
10
;King
Laborers
Air, Gas Or Electric Vibrating
Screed
$42.67
7A
31
King
Laborers
Airtrac Drill Operator
$44.00
7A
31
;King
Laborers
Ballast Regular Machine
$42.67
7A
31
`King
Laborers
Batch Weighman
$36.17
7A
31
;King
Laborers
Brick Pavers
$42.67
7A
31
;King
Laborers
Brush Cutter
$42.67
7A
31
'King
Laborers
Brush Hog Feeder
$42.67
7A
31
King
Laborers
Burner
$42.67
7A
31
;King
Laborers
Caisson Worker
$44.00
7A
31
;King
Laborers
Carpenter Tender
$42.67
7A
31
`King
Laborers
Caulker
$42.67
7A
31
%King
Laborers
Cement Dumper -paving
$43.46
7A
31
-King
Laborers
Cement Finisher Tender
$42.67
7A
31
King
Laborers
Change House Or Dry Shack
$42.67
7A
31
;King
Laborers
Chipping Gun (under 30 Lbs.)
$42.67
7A
31
:King
Laborers
Chipping Gun(30 Lbs. And
Over)
$43.46
7A
31
'King
Laborers
Choker Setter
$42.67
7A
31
;King
Laborers
Chuck Tender
$42.67
7A
31
King
Laborers
Clary Power Spreader
$43.46
7A
31
King
Laborers
Clean-up Laborer
$42.67
7A
31
King
Laborers
Concrete Dumper/chute
$4146
7A
31.
httnc•//fnrtraee wa any/lnihx7aaPlnnlrnn/nrvWaaalnniknn acny
n7/1 1/?01 5
Page 4 of 17 '
Operator
King
Laborers
Concrete Form Stripper
$42.67
7A
31
King
Laborers
Concrete Placement Crew
$43.46
7A
31.
King.
Laborers
Concrete Saw Operator/core
Driller
$43.46
7A
31
King
Laborers
Crusher Feeder
$36.17
7A
31
King
Laborers
Curing Laborer
$42.67
7A
31
King
Laborers
Demolition: Wrecking Et Moving
(incl. Charred Material)
$42.67
7A
31
King
Laborers
Ditch Digger
$42.67
7A
31
King
Laborers
Diver
$44.00
7A
31
King
Laborers
Drill Operator
(hydraulic, diamond)
$43.46
7A
31
King
Laborers
Dry Stack Walls
$42.67
7A
31
King
Laborers
Dump Person
$42.67
7A
31
King
Laborers
Epoxy Technician
$42.67
7A
31
King
Laborers
Erosion Control Worker
$42.67
7A
31
King
Laborers
Faller Et Bucker Chain Saw
$43.46
7A
31
King
Laborers
Fine Graders
$42.67
7A
31
King
Laborers
Firewatch
$36.17
7A
31
(King
Laborers
Form Setter
$42.67
7A
31
'King
Laborers
Gabian Basket Builders
$42.67
7A
31
;King
Laborers
General Laborer
$42.67
7A
31
King
Laborers
Grade Checker Et Transit
Person
$44.00
7A
31
iKing
Laborers
Grinders
$42.67
7A
31
King
Laborers
Grout Machine Tender
$42.67
7A
31
;King
Laborers
Groutmen (pressure)including
Post Tension Beams
$43.46
7A
31
'Xing
Laborers
Guardrail Erector
$42.67
7A
31
King
Laborers
Hazardous Waste Worker (level
A)
$44.00
7A
31
King
Laborers
Hazardous Waste Worker (level
B)
$43.46
7A
31
King
Laborers
Hazardous Waste Worker (level
C)
$42.67
7A
31
King
Laborers
High Scaler
$44.00
7A
31
King
Laborers
Jackhammer
$43.46
7A
31
King
Laborers
Laserbeam Operator
$43.46
7A
31
King
Laborers
Maintenance Person
$42.671
7A
31
King
Laborers
Manhole Builder-mudman
$43.461
7A
31
'King
Laborers
Material Yard Person
$42.67
7A
31
King
Laborers
Motorman -dinky Locomotive
$43.46
7A
31
.King.
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
$43.46
7A
31
httnc•//fnrtrPCC wn anv/lni/wnaPlnnknn/nrvWaaPlnnknn ncnx 07/1/001 5
I
Page 5 of 17
I
I
I
I
[i
I
i
I
u
I
I
f]
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King
Laborers
Pavement Breaker
$43.46
7A
31
(King
Laborers
Pilot Car
$36.171
7A
31
!King
Laborers
Pipe Layer Lead
$44.00
7A
31
!King
Laborers
Pipe Layer/tailor
$43.46
7A
31
King
Laborers
Pipe Pot Tender
$43.46
7A
31
King
Laborers
Pipe Reliner
$43.46
7A
31
;King
Laborers
Pipe Wrapper
$43.46
7A
31
King
Laborers
Pot Tender
$42.67
7A
31
'King
Laborers
Powderman
$44.00
7A
31
`King
Laborers
Powderman's Helper
$42.67
7A
31
:King
Laborers
Power Jacks
$43.46
7A
31
King
Laborers
Railroad Spike Puller - Power
$43.46
7A
31
;King
Laborers
Raker- Asphalt
$44.00
7A
31
King
Laborers
Re-timberman
$44.00
7A
31
:King
Laborers
Remote Equipment Operator
$43.46
7A
31
King
Laborers
Rigger/signal Person
$43.46
7A
31
'King
Laborers
Rip Rap Person
$42.67
7A
31
King
Laborers
Rivet Buster
$43.46
7A
31
,King
Laborers
Rodder
$43.46
7A
31
;King
Laborers
Scaffold Erector
$42.67
7A
31
King
Laborers
Scale Person
$42.67
7A
31
:King
Laborers
Sloper (over 20")
$43.46
7A
31
:King
Laborers
Sloper Sprayer
$42.67
7A
31
King
Laborers
Spreader (concrete)
$43.46
7A
31
King
Laborers
Stake Hopper
$42.67
7A
31
,'King
Laborers
Stock Piler
$42.67
7A
31
King
Laborers
Tamper Ft Similar Electric, Air
Ft Gas Operated Tools
$43.46
7A
31
King
Laborers
Tamper (multiple Et Self-
propelled)
$43.46
7A
31
:King
Laborers
Timber Person - Sewer (lagger,
Shorer Et Cribber)
$43.46
7A
31
;King
Laborers
Toolroom Person (at Jobsite)
$42.67
7A
31
King
Laborers
Topper
$42.67
7A
31
King
Laborers
Track Laborer
$42.67
7A
31
rKing
Laborers
Track Liner (power)
$43.46
7A
31
,King
Laborers
Traffic Control Laborer
$38.68
7A
31
8R
;King
Laborers
Traffic Control Supervisor
$38.68
7A
31
8R
King
Laborers
Truck Spotter
$42.67
7A
31
'King
Laborers
Tugger Operator
$43.46
7A
31
.King
Laborers
Tunnel Work -Compressed Air
Worker 0-30 psi
$64.99
7A
31
King
Laborers
Tunnel Work -Compressed Air
$70.02
7A
1 31
1 a
1
htt„c•//fnrtracc xxra rtnv/lni/xvanr InnL11Y1/Tn!\�TO(TP1nnI 11T1 acnv
1)7/1 voni c
Page 6 of 17 1
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
Worker 44.01-54.00 psi
$73.70
7A
31
King
Laborers
Tunnel Work Compressed Air
Worker 54.01-60.00 psi
$79.40
7A
31
.King
Laborers
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$81.52
7A
31
8S
King
Laborers
Tunnel Work -Compressed Air
Worker 64.01-68.00 psi
$86.62
7A
31
8g
.King
Laborers
Tunnel Work -Compressed Air
Worker 68.01-70.00 psi
$88.52
7A
:King
Laborers
Tunnel Work -Compressed Air
Worker 70.01-72.00 psi
$90.52
7A
31
8�C
King
Laborers
Tunnel Work -Compressed Air
Worker 72.01-74.00 psi
$92.52
7A
31
8�C
;King
Laborers
Tunnel Work-Guage and Lock
Tender
$44.10
7A
31
:King
Laborers
Tunnel Work -Miner
$44.10
7A
31
:King
Laborers
Vibrator
$43.46
7A
31
;King
Laborers
Vinyl Seamer
$42.67
7A
31
King
Laborers
Watchman
$32.87
7A
31
:King
Laborers
Welder
$43.46
7A
31
:King
Laborers
Well Point Laborer
$43.46
7A
31
.King
Laborers
Window Washer/cleaner
$32.87
7A
31
;King
Laborers - Underground Sewer
General Laborer Et Topman
$42.67
7A
31
Et Water
'King
Laborers - Underground Sewer
Pipe Layer
$43.46
7A
31
Er 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
$52.32
5D
1H
King
Marble Setters
Journey Level
$51.32
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
$53.42
5D
4C
'King
Modular Buildings
Cabinet Assembly
$11.56
1
'King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
(King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildings
Production Worker
$9.47
1
I
I
I
I]
11"nc•//fnr n-cc txia • on- 0711 VIM c
1
I
Page 7 of 17
I
I1
I
I�
F,
LI
I
I
I
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
$52.57
5D
4C
;King
Plasterers
Journey Level
$50.42
7G
1R
King
Playground Et Park Equipment
Journey Level
$9.47
1
Installers
,King
Plumbers Et Pipefitters
Journey Level
$74.69
6Z
1G
;King
Power Equipment Operators
Asphalt Plant Operators
$55.24
7A
3C
8P
:King
Power Equipment Operators
Assistant Engineer
$51.971
7A
3C
8P
;King
Power Equipment Operators
Barrier Machine (zipper)
$54.75
7A
3C
8P
;King
Power Equipment Operators
Batch Plant Operator,
Concrete
$54.75
7A
3C
8P
:King
Power Equipment Operators
Bobcat
$51.97
7A
3C
8P
:King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$51.97
7A
3C
8P
`King
Power Equipment Operators
Brooms
$51.97
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$54.75
7A
3C
8P
.King
Power Equipment Operators
Cableways
$55.24
7A
3C
8P
King
Power Equipment Operators
Chipper
$54.75
7A
3C
8P
=King
Power Equipment Operators
Compressor
$51.97
7A
3C
8P
.King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$55.24
7A
3C
8P
;King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$51.97
7A
3C
8P
'King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$54.33
7A
3C
8P
j
:King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$54.75
7A
3C
8P
;King
Power Equipment Operators
Conveyors
$54.33
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$54.75
7A
3C
8P
'King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$55.79
7A
3C
8P
`King
Power Equipment Operators
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$56.36
7A
3C
8P
'King
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$55.24
7A
3C
8P
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$51.97
7A
3C
8P
I
htt"c•//fnrtracc ura acres
0 7/1 2/)1)1 G
Page 8 of 17 1
King
Power Equipment Operators
Cranes: Friction 100 Tons
Through 199 Tons
$56.36
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction Over 200 Tons
$56.92
7A
3C
8P
King
Power Equipment Operators
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$56.92
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$54.33
7A
3C
8P
King
Power Equipment Operators
Crusher
$54.75
7A
3C
8P
King
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$54.75
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$55.24
7A
3C
8P
King
Power Equipment Operators
Dozers D-9 Et Under
$54.33
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$54.33
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$54.75
7A
3C
8P
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$51.97
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$54.75
7A
3C
8P
:King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$54.33
7A
3C
8P
P
'King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
$51.97
7A
3C
8P
-King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$54.75
7A
3C
8P
cKing .
Power Equipment Operators
Gradechecker/stakeman
$51.97
7A
3C
8P
'King
Power Equipment Operators
Guardrail Punch
$54.75
7A
3C
8P
:King
Power Equipment Operators
Hard Tail End Dump
Articulating Off Road
Equipment 45 Yards. Et Over
$55.24
7A
3C
8P
'King
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$54.75
7A
3C
8P
;King
Power Equipment Operators
Horizontal/directional Drill
Locator
$54.33
7A
3C
8P
(King
Power Equipment Operators
Horizontal/directional Drill
Operator
$54.75
7A
3C
8P
`King
Power Equipment Operators
Hydralifts/boom Trucks Over
10 Tons
$54.33
7A
3C
8P
King
Power Equipment Operators
Hydralifts/boom Trucks, 10
Tons And Under
$51.97
7A
3C
8P
7King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$55.79
7A
3C
8P
'King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$55.24
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$54.75
7A
3C
8P
I
J
I
I
ht-tn.c•//fnrtrPcc wa acnv 07/1 1001 5
�J
f�
Page 9 of 17
I
I�
C
I+
�i
J
F
I
I
I
King
Power Equipment Operators
Loaders, Plant Feed
$54.751
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$54.33
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$54.75
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
$54.75
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over Mechanic)
$55.79
7A
3C
8P
:King
Power Equipment Operators
Motor Patrol Grader - Non-
finishing
$54.33
7A
3C
8P
'King
Power Equipment Operators
Motor Patrol Graders, Finishing
$55.24
7A
3C
8P
`King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$55.24
7A
3C
8P
,-King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$51.97
7A
3C
8P
`King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$54.33
7A
3C
8P
'_King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$54.75
7A
3C
8P
;King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$55.79
7A
3C
8P
.King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$55.24
7A
3C
8P
King
Power Equipment Operators
Pavement Breaker
$51.97
7A
3C
8P
;King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$54.75
7A
3C
8P
;King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$54.33
7A
3C
8P
;King
Power Equipment Operators
Posthole Digger, Mechanical
$51.97
7A
3C
8P
King
Power Equipment Operators
Power Plant
$51.97
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$51.97
7A
3C
8P
:King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$55.24
7A
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$51.97
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$55.24
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$51.97
7A
3C
8P
_King
Power Equipment Operators
Rollagon
$55.24
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
$51.97
7A
3C
8P
'King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$54.33
7A
3C
8P
`King
Power Equipment Operators
Roto-mill, Roto-grinder
$54.75
7A
3C
8P
King
Power Equipment Operators
Saws Concrete
$54.33
7A
3C
8P
'King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$54.75
7A
3C
8P
'King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$54.33
7A
3C
8P
`King
Power Equipment Operators
Scrapers, Self-propelled: 45
$55.24
7A
3C
8P
httnc•//fnrtracc wn rtnv/lni/ca artalnnlrnn/nrv\1CIartalnnlrnn acne
n7/1 z/?ni 5
Page 10 of 17 '
Yards And Over
King
Power Equipment Operators
Service Engineers - Equipment
$54.33
7A
3C
8P
King
Power Equipment Operators
Shotcrete/gunite Equipment
$51.97
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$54.33
7A
3C
8P
`King
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$55.24
7A
3C
8P
Xing
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$54.75
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$55.79
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$56.36
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$55.24
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$55.24
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$54.75
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$54.33
7A
3C
8P
King
Power Equipment Operators
Tower Crane Over 175'in
Height, Base To Boom
$56.36
7A
3C
8P
;King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$55.79
7A
3C
8P
Xing
Power Equipment Operators
Transporters, All Track Or
Truck Type
$55.24
7A
3C
8P
:King
Power Equipment Operators
Trenching Machines
$54.33
7A
3C
8P
:King
Power Equipment Operators
Truck Crane Oiler/driver - 100
Tons And Over
$54.75
7A
3C
8P
:King
Power Equipment Operators
Truck Crane Oiler/driver Under
100 Tons
$54.33
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable Conveyor
$54.75
7A
3C
8P
King
Power Equipment Operators
Welder
$55.24
7A
3C
8P
;King
Power Equipment Operators
Wheel Tractors, Farman Type
$51.97
7A
3C
8P
:.King
Power Equipment Operators
Yo Yo Pay Dozer
$54.75
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$55.24
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Assistant Engineer
$51.97
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Barrier Machine (zipper)
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$51.97
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brooms
$51.97
7A
3C
8P
Underground Sewer Et Water
I
�I
I
I
it
n'7/1 1/7n1 r,
�i
Page 11 of 17
I
I
I
I
I
I
J
I
I
King
Power Equipment Operators-
Bump Cutter
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$54.75
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Compressor
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$51.97
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$54.75
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators
Conveyors
$54.33
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$54.75
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)
$55.79
7A
3C
8P
Underground Sewer Et Water
' King
Power Equipment Operators-
Cranes: 200 Tons To 300 Tons,
Or 250' Of Boom (including Jib
With Attachments)
$56.36
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$51.97
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Cranes: Friction 100 Tons
Through 199 Tons
$56.36
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Friction Over 200 Tons
$56.92
7A
3C
8P
Underground Sewer Et Water
,King
Power Equipment Operators-
Cranes: Over 300 Tons Or 300'
Of Boom (including Jib With
Attachments)
$56.92
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$54.33
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Crusher
$54.75
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Derricks, On Building Work
$55.24
7A
3C
8P
I
AI/1 1/7(11 G
Page 12 of 17 '
Underground Sewer Et Water
King
Power Equipment Operators-
Dozers D-9 Et Under
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drilling Machine
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
$54.75
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$54.33
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Forklifts: Under 3000 Lbs. With
Attachments
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecker/stakeman
$51.97
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators-
Guardrail Punch
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$54.75
7A
3C
8P
Underground Sewer Et Water
-King
Power Equipment Operators-
Horizontal/directional Drill
Locator
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal/directional Drill
Operator
$54.75
7A
3C
8P
Underground Sewer Et Water
+King
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$55.79
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$55.24
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$54.75
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators
Loaders: Elevating Type Belt
$54.33
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Locomotives, All
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$54.75
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Mechanics, All (leadmen
$55.79
7A
I 3C
8P
1�44r•�c•//fn rtrocc .v _n /1.,i /«+.-. IAV% nolna _ 07/1 1 P)A1 C
1
Page 13 of 17
I
I
it
I
1
1
Underground Sewer Et Water
$0.50 Per Hour Over Mechanic)
King
Power Equipment Operators-
Motor Patrol Grader - Non-
finishing
$54.33
7A
3C
8P
Underground Sewer Et Water
.King
Power Equipment Operators-
Motor Patrol Graders, Finishing
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Underground Sewer Et Water
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$55.24
7A
3C
8P
.King
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$51.97
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$54.33
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$55.79
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Pavement Breaker
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$54.75
7A
3C
8P
Underground Sewer Et Water
`King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$51.97
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Power Plant
$51.97
7A
3C
8P
Underground Sewer Et Water,
King
Power Equipment Operators-
Pumps - Water
$51.97
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger And Bellman
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Rollagon
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$51.97
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$54.33
7A
3C
8P
I
httr c•//fnrtrc.cc xxra nm /lni/xva rtalnnr nn/nrv\x/a rralnnlrnn xnv
m/1,10M s
Page 14 of 17 1
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$54.75
7A
3C
8P
Underground Sewer E Water
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$55.24
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Service Engineers - Equipment
$54.33
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Shotcrete/gunite Equipment
$51.97
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-.
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric Tons.
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$55.24
7A
3C
8P -
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$54.75
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$55.79
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$56.36
7A
3C
8P
Underground Sewer Et Water
;King
Power Equipment Operators-
Slipform Pavers
$55.24
7A
3C
8P
Underground Sewer Et Water
rKing
Power Equipment Operators-
Spreader, Topsider Et
Screedman
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$54.75
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Tower Bucket Elevators
$54.33
7A
3C
8P
Underground Sewer Et Water
l King
Power Equipment Operators-
Tower Crane Over 175'in
Height, Base To Boom
$56.36
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$55.79
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Trenching Machines
$54.33
7A
3C
8P
Underground Sewer Et Water
i King
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$54.75
7A
3C
8P
Underground Sewer Et Water
:King
Power Equipment Operators-
Truck Crane Oiler/driver Under
100 Tons
$54.33
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$54.75
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$55.24
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$51.97
7A
3C
8P
Underground Sewer Et Water
'King
Power Equipment Operators-
Yo Yo Pay Dozer
$54.75
7A
3C
8P
H*+r1C•��Tl1 Yf'YPCC ll).] R/�ll�r 111/lll�]RPI/111L1111 �Y1 Y1/\I1I �}RP�l1ll V11Yl nc"l 0 //1 A/')01 l
Page 15 of 17
f�
I
I
1
I
fI
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$45.75
5A
4A
Trimmers
:King
Power Line Clearance Tree
Spray Person
$43.38
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$45.75
5A
4A
Trimmers
/King
Power Line Clearance Tree
Tree Trimmer
$40.84
5A
4A
Trimmers
?King
Power Line Clearance Tree
Tree Trimmer Groundperson
$30.74
5A
4A
Trimmers
King
Refrigeration Et Air
Conditioning Mechanics
Journey Level
$73.51
6Z
1G
King
Residential Brick Mason
Journey Level
$51.32
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
$40.14
5D
4C
:King
Residential Drywall Tapers
Journey Level
$52.37
5P
1E
'King
Residential Electricians
Journey Level
$30.44
1
;King
Residential Glaziers
Journey Level
$37.30
7L
1H
;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
$73.51
6Z
1G
Conditioning Mechanics
;King
Residential Sheet Metal
Workers
Journey Level (Field or Shop)
$42.58
7F
1R
'King
Residential Soft Floor Lavers
Journey Level
$42.41
5A
3D
:King
Residential Sprinkler Fitters
Journey Level
$42.48
5C
2R
(Fire Protection)
/King
Residential Stone Masons
Journey Level
$51.32
5A
1M
/King
Residential Terrazzo Workers
Journey Level
$46.96
5A
1M
;King
Residential Terrazzo/Tile
Journey Level
$21.46
1
Finishers
King
Residential Tile Setters
Journey Level
$25.17
1
_King
Roofers
Journey Level
$45.71
5A
3H
'King
Roofers
Using Irritable Bituminous
Materials
$48.71
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$70.37
7F
1 E
:King
Shipbuilding Et Ship Repair
Boilermaker
$39.82
7M
1H
King
Shipbuilding E Ship Repair
Carpenter
$39.24
7T
2B
;King
Shipbuilding Et Ship Repair
Electrician
$40.16
7T
4B
'King
Shipbuilding Et Ship Repair
Heat Et Frost Insulator
$61.18
- 5J
15
httnc•//fnrtracc Sara acnv
07/11/7015
Page 16 of 17 '
King
Shipbuilding Et Ship Repair
Laborer
$40.19
7T
4B
King
Shipbuilding Et Ship Repair
Machinist
$40.18
7T
4B
King
Shipbuilding Et Ship Repair
Operator
$40.11
7T
4B
King
Shipbuilding Et Ship Repair
Painter
$40.16
7T
4B
:King
Shipbuilding Et Ship Repair
Pipefitter
$40.11
7T
4B
=
'King
Shipbuilding Et Ship Repair
Rigger
$40.19
7T
4B
King
Shipbuilding Et Ship Repair
Sheet Metal
$40.14
7T
4B
King
Shipbuilding Et Ship Repair
Shipfitter
$40.19
7T
4B
iKing
Shipbuilding Et Ship Repair
Trucker
$40.03
7T
4B
King
Shipbuilding Et Ship Repair
Warehouse
$40.08
7T
4B
King
Shipbuilding Et Ship Repair
Welder/Burner
$40.19
7T
4B
`King
Sign Makers Et Installers
(Electrical)
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
f
Sian Makers Et Installers (Non-
Sign Maker
$33.25
1
Electrical)
King
Soft Floor Lavers
Journey Level
$42.41
5A
3D
,King
Solar Controls For Windows
Journey Level
$12.44
1
.King
Sprinkler Fitters (Fire
Protection)
Journey Level
$69.74
5C
1X
'King
Stye Rigging Mechanics (Non
Journey Level
$13.23
1
Structurall
(King
Stone Masons
Journey Level
$51.32
5A
1M
?King
Street And Parking Lot
Sweeper Workers
Journey Level
$19.09
1
King
Surveyors
Assistant Construction Site
Surveyor
$54.33
7A
3C
8P
King
Surveyors
Chainman
$53.81
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$55.24
7A
3C
8P
King
Telecommunication
Technicians
Journey Level
$22.76
1
King
Telephone Line Construction -
Cable Splicer
$36.96
5A
2B
Outside
'King
Telephone Line Construction -
Hole Digger/Ground Person
$20.49
5A
2B
Outside
'King
Telephone Line Construction -
Installer (Repairer)
$35.40
5A
2B
Outside
'King
Telephone Line Construction -
Special Aparatus Installer 1
$36.96
5A
2B
Outside .
:King
Telephone Line Construction -
Special Apparatus Installer II
$36.19
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
(Heavy)
$36.96
5A
2B
Outside
'King
Telephone Line Construction -
Telephone Equipment Operator
(Light)
$34.34
5A
2B
Outside
it
I
1
I
I
I
I
I
I
I
1�4tno•//fnrtrPcc wani/l'IMM r%
i�
Page 17 of 17
I
11
I
1
I
11
1
1
King
Telephone Line Construction -
Telephone Lineperson
$34.34
5A
2B
Outside
King
Telephone Line Construction -
Television Groundperson
$19.45
5A
2B
Outside
King
Telephone Line Construction -
Television Lineperson/Installer
$25.89
5A
2B
Outside
,King
Telephone Line Construction -
Television System Technician
$30.97
5A
2B
Outside
;King
Telephone Line Construction -
Television Technician
$27.77
5A
2B
Outside
;King
Telephone Line Construction -
Tree Trimmer
$34.34
5A
2B
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
1B
:King
Traffic Control Stripers
Journey Level
$43.11
7A
1K
'King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$49.85
5D
3A
8L
`King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$49.01
5D
3A
8L
. King
Truck Drivers
Dump Truck it Trailer
$49.85
5D
3A
8L
£King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$49.01
5D
3A
8L
;King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$49.85
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
King
Well Drillers It Pump
Irrigation Pump Installer
$17.71
1
Installers
;King
Welt Drillers Et Irrigation Pump
Oiler
$12.97
1
Installers
,King
JWell Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
httns://fortress.wa.Pov/1ni/wage]ookiin/nrvW2ueiookun.asnx
07/110015
r
t
Department of Labor and Industries arerg0
Prevailing Wage 4 Q STATEMENT OF INTENT TO
902-5335 -'
PAY PREVAILING WAGEScvWaec
www.Ino n.wu.uv/"I-r/dcsl_icensine/Pr�n ,t v°�
w%vXv.
Public Works Contract
• 77nis form most be typed or printed in ink.
• Fill in nil blanks or the form will be returned for correction (see instructions). $40.00 Filing Fee Required
• Please allow a mitinuun of 10 Working days for processing.
• Once approved, your form will be posted online at Intent LD # (Assigned by L&I)
ht1ms:/i fortress. wa.'ov/I ni/nwiaoub/ticarrdtf�or.asu
Your Company Information Awarding Agency,lufmrmillion.
Your Company Name Project Name Contract Number
,
ABC Company, Inc. Road Repair 2011-01 B
Your Address Awarding Agency ,;fj'
1234 Main Street WA State Department of Transportation
City State Zipf-4 Awarding Agency Address, ' ' ;)'.. .W -.1
Olympia WA 98501-1234 PO Box 47354 `
Your Contractor Registration Number Your IJBI Number City State %ip+4
ABCCI.0123AA 123456789 Olympia `i _ l WA 98501
Your Industrial Insurance Account Number Awarding Agency Contact Name \r Ph'one-N6inber
III,III-II John Doc.-*" ��\ (555)1555-5555
Your Email Address (required for notification ofopprova4 Your Phone Number County Where'Work,Will Be Performed `; City Where Work Will Be Performed
prevailing%%-ngc@lni.%m.gov Ini.wa.guv (555) 555-5555 Thurston ,�.-ram ^''� Olympia
Additlonni'Defulls - `; ContractDetails-
Yaur Expected Job Stan Date (mn✓ddlyyyy) 1, Bid Due DaW(Prinie Gmitrnflor s). i•' Award Date (Prime Con(ractor's)
01/01/201I 08/01/20I0 l +� 08/10/2010
v
•J" ' Indicate Total Dollar Amount of•Your Contract (including
Job Site Address/Direct ions ,` ter= lv
sales fox�) or time and materials, if applicable. $1000.00
State Street n Plum Street t ,: �
ARRA Funds Rcfithe�lzatlorior Eucrgy Efficient Fmids,'
Does this project utilize American Recovery and Reinvestment Act (ARRA funds?-1 Doze this"proJect utilize any weatherizntion or energy efficiency upgrade funds
❑ Yes ® No �� _� (ARRA or othery ise)? ❑ Yes ® No
Prime Contractor's Company.lnformatlon - ski Hiring.Contructor's Company Information
Prime Contractor's Company Name Pfim6 Conlnretor''s Intent Number t i ink Coniractor's Company Name
XY"/_ Company, Inc. 123456 F, Supe�Pnvcrs, Inc.
Prime Contractor's Registration Number Prime Contractor's UBI•Numbe?;t` l lying Contractor's Contractor Registration Number Hiring Contractor's (JBI Number
XY7-fN•0123AA 987654321 •_-; SUPHRPA123AA 321456987
Employment Information
Do you intend to use ANY subcontractors?. )y. ' • :+,.
_at .
❑ Yes
`t."❑
'4h:®rNo
Will employees perform work on this project?
® Yes
,❑ No
Will ALL work be subcontracted? t' �'�
Yes_
,Y ® No
Do you intend to use apprentice employees?
®Yes
❑ No
Number of Owner/Operviors Who own at least 30%`of the company lvho will perform work un the project: ❑ None (0) ® One (1) ❑ Two (2) ❑ 'Three (3)
�zt � _... 7 J /,
Crafts/rrind es/Ociupations`--'(Do not list apprentices. They are listed on the Affidavit of Wages Paid only.)
Number of
Rate ofllourly
Rate of Hourly
r
nos
If nn employeet Works in more than one trade, ensure that all hours worked in each trade are reported below.
Workers
pay.
Usual ("Fringe")
For additional crafts/trades/occupations please use'kficridum A.
Benefits
r 1_ �• t tr �� ����
Laborer - AsphnlCRaker
2
39.28
5.00
Power Equipment Operator - Asplmlt 1 iuol Operator
1
48.04
2.35
-�
_ �16'-Yds
Truck Drlrer -Asphalt n1is�(oycL- )
1
46.47
0.00
,+
Si•nalure Block
I hereby certify that I have read and understand the instructions to complete this Conn and that the information, including any addenda, arc correct and that all workers 1 employ on this
tc s as determined b the Industrial Statistician of the Department of Labor and Industries.
Public Works Project will be paid no less than the llmvaili71cr,.,t
Print .Name:
Thile:
SInature:
Date:
_ ...
For.L '1 ls0Ool'
A roved b si iatmirc of the Department of Labor and Industries Industrial Statisticion
r
NOTICE: I the prLne contract Is of a cost of over one million dollars (S 1,000,000.00), RC\\' 39.04.370 requires you to complete the EH 2805 (RCN\' 39.04.370) Addendum and attach It
to your Affidavit of Wages of Paid m�hen your work on the project concludes. This Is only a not Ice. The CH 2805 Addend run is not submitted sdth this Intent.
SAMPLE - 1:700-029-000 Slatanenl of lutent to Pay Ptevailing Wages 03.2011
r
r
r
Department of Labor and Industries ��� araTeo�
Prevailing Wage Program o° 6 ' .
(360)902-5335
w,vw.lni.tvtt.t;o v!"I"radesLicensing/Frew\Vage o`
3yd ices �°y
• 'Mis form roust be typed or printed in ink.
• Fill In ALL blanks or the form ,will be returned for correction (see instructions).
• Please allow a minimum of 10 working days for processing.
• Once approved, your fomt will be posted online at
hi tps://fort ress.wa. ¢o v/I n i/p%i apuh/Search Por.a sr
AFFIDAVIT OF WAGES PAID
Public Works Contract
$40.00 Filing; Fee Required
Affidavit ID # (Assigned by L&I):
SAMPLE
Your -Com am• Information
Project
Awarding
Awarding
PO
City
Awarding
John
County
Thurston
Contract
Bid
I/
Indicate
(including
Awarding Agency Information
Your Company Name
ADC Company
Name
Road Re air
Contract Number
123-456
Your Address
1234 Main Street
Agency
WA St De artment of Transportation
City
Olympia
State
WA
"Lip+4
98501-1234
Agency Address
Box 123
Your Contractor Registmtion Number
ABCCI*0123AA
Your UBI Number
123456789
State
Olympia WA
ZiP-+4
198501
Your Industrial Insurance Account Number
11 I,I 11-11
Agency Contact Name Phone
Doe (555)
Number
555-5555
Your En,ail Address (required for m,i0cation ofappmsa0
prevail in wa Ini.wa. row
Your Phone Number
555 555-5555
Where Work Was Performed City
Olympia
Wham Work Was Performed
Addlllounl Uetalls
Details
'our Job Star Date (mm/dd/yyyy)
2/ 11201 I
Your Date Work Completed (mm/dd/yyyy)
3/ 1 /201 1
Due Date (Prime Contractor's) Award
1 /201 1 1 /5/2011
Date (Prime Contractor's)
Job Site Address/Dirccuons
Plum and State Street
Your Approved Intent ID #
123456
Total Dollar Amount of lour Contract
sales tax).
$10,000.00
EIIB 2805 (RCR' 39.04.37D)— Is the Prime Contractor's
Contract at a cost of over one million dollars S 1000 000
Ifyou answered "Yes" to the EHB 2805 question and the Award Date is 9/1/2010 or
❑Yes ®No
? later you must complete and submit the EIIB 2805 RCW 39.04.370 Addendum.
ARRATtinds -
\\'e¢therizationorEnc
Does
(ARRA
Hfrio
Hiring
Hiring
'EfflcfentFunds. '
Does this project utilize American Recovery and Reinvestment Act (ARRA) funds?
❑ Yes ® No
this project utilize uny weatherization or energy efficiency upgrade funds
or otherwise)? ❑ Yes ® No
Prime Contractor's Cout ;any Information -
Contractor's Corn anv Information
Prime Contractor's Company Name
XY7 Company
Contractor's Company Name
CBA Compan
Prime Contractor's Registration Number
XYLCI*0123AA
Prime Contractor's UBI Number
987654321
Contractor's Registration Number
CDACI*0123AA
Hiring Contraclor's UBI Number
456789123
Ern lovnrent Information
Did you use ANY subcontractors?
❑ Yes (Addendum B Remdred)
® No Did
employees perform work on this project?
® Yes
❑ No
Was ALL work subcontracted?
❑ Yes (Addendum 13 Reaulred)
® No Did
you use apprentice employees?
❑ Yes
® No
Number of Owner/Operators who own at least 30% of the company who perfomud work on this project:
You must list the First and Lust Naurc s of any Owncr/O erator performing work below
❑ None (0) ® One (1) ❑ Two (2) ❑ 'Mrce (3)
List your Crafts/Trades/Occupations Below - For Journey Level Workers you must
provide all ol'the information below. Owner/Operators - must provide their First and Last
name no other information required. —Apprentices are not recorded below. You must
use Addendum D to list Apprentices.
Number of
Workers
Total # of Hours Rate
Worked
of Hourly
Pay
Rate of Hourly
Usual ("Fringe")
Benefits
General Labor
2
153
41.23
8.54
Carpenter
5
210
52.26
10.13
Signature Block
1 hereby, ceni fy that I have read and understand the instructions to complete this form and that the information on the form and any addenda is correct and that all workers 1 employed on this
Public Works Pro ect %were paid no less than the Prevailing Wage Rate(s) as dctemtined b the Industrial Statistician of the Deptinment of Labor and Industries.
Print Name: June Doe Print Title: Bookkeeper SI mature: Dnte:3/5/201 1
For I:RI llse OnI •
APPROVF,D: Department of Labor and Industries
fly Industrial Statistician
SAMPLE - F700-007-000 Affidavit of Wages Paid 3-2011
I SPECIAL PROVISIONS
I
I
h
fj
I
I
I
I
I
h
SPECIALPROVISIONS...................................................................................................................... 9
1-01 DEFINITIONS AND TERMS......................................................................................................
9
1-01.1 General................................................................................................................................9
1-01.3 Definitions..........................................................................................................................9
1-02 BID PROCEDURES AND CONDITIONS...................................................................................11
1-02.1 Prequalification of bidders...............................................................................................11
1-02.2 Plans and Specifications...................................................................................................11
1-02.5 Proposal Forms................................................................................................................
12
1-02.6 Preparation of Proposal...................................................................................................
12
1-02.6(1) Proprietary Information..............................................................................................
13
1-02.7 Bid Deposit.......................................................................................................................
13
1-02.9 Delivery of Proposal.........................................................................................................
13
1-02.12 Public Opening of Proposals..........................................................................................
13
1-02.13 Irregular Proposals.........................................................................................................
13
1-02.14 Disqualification of Bidders............................................................................................
14
1-02.15 Pre Award Information..................................................................................................
14
1-03 AWARD AND EXECUTION OF CONTRACT...........................................................................
15
1-03.1 Consideration of bids.......................................................................................................
15
1-03.2 Award of Contract............................................................................................................
15
1-03.3 Execution of Contract......................................................................................................
15
1-03.4 Contract Bond..................................................................................................................
15
1-03.7 Judicial Review.................................................................................................................
16
1-04 SCOPE OF WORK.................................................................................................................
16
1-04.2 Coordination of Contract Documents..............................................................................
16
1-04.3 Contractor -Discovered Discrepancies.............................................................................
16
1-04.4 Changes............................................................................................................................17
1-04.8 Progress Estimates and Payments...................................................................................
17
1-04.11 Final Cleanup.................................................................................................................
17
1-05 CONTROL OF WORK............................................................................................................
17
1-05.4 Conformity With and Deviation from Plans and Stakes .................................................
17
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
1-05.11 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.....................................................
25
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...............................................
25
1-07.1 Laws to be Observed........................................................................................................
25
1-07.2 State Sales Tax..................................................................................................................
25
1-07.2(1) General........................................................................................................................25
1-07.2(2) State Sales Tax- Rule 171...........................................................................................
26
1-07.2(3) State Sales Tax- Rule 170...........................................................................................
26
1-07.2(4) Services........................................................................................................................26
1-07.6 Permits and Licenses........................................................................................................
27
1-07.9 Wages...............................................................................................................................
27
1-07.9(5) Required Documents...................................................................................................
27
1-07.11 Requirements for Non-Discrimination..........................................................................
27
1-07.11(11) City of Renton Affidavit of Compliance..................................................................
27
1-07.12 Federal Agency Inspection.............................................................................................
27
1-07.13 Contractor's Responsibility for Work............................................................................
28
1-07.13(1) General......................................................................................................................28
1-07.15 Temporary Water Pollution/Erosion Control................................................................
28
1-07.16 Protection and Restoration of Property........................................................................
28
1-07.16(1) Private/Public Property.............................................................................................
28
2
1 1-07.17 Utilities and Similar Facilities........................................................................................ 29
1-07.17(1) Interruption of Services.............................................................................................
30
Public Liability Property Damage Insurance
31
1-07.18 and ..........................................................
1-07.18(1) General......................................................................................................................31
1-07.18(2) Coverages...................................................................................................................31
1-07.18(3) Limits..........................................................................................................................33
1-07.18(4) Evidence of Insurance...............................................................................................
33
1-07.22 Use of Explosives............................................................................................................
34
1-07.23 Public Convenience and Safety......................................................................................
34
1-07.23(1) Construction Under Traffic........................................................................................
34
1-07.23(2) Construction and Maintenance of Detours..............................................................
35
1-07.24 Rights of Way.................................................................................................................
35
1-08 PROSECUTION AND PROGRESS..........................................................................................
36
1-08.0 Preliminary Matters.........................................................................................................
36
1-08.0(1) Preconstruction Conference.......................................................................................
36
1-08.0(2) Hours of Work.............................................................................................................
37
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ...................
38
1-08.1 Subcontracting.................................................................................................................38
1-08.2
Assignment.......................................................................................................................39
1-08.3
Progress Schedule............................................................................................................
39
1-08.4
1-08.5
Notice to Proceed and Prosecution of the Work............................................................
Time For Completion.......................................................................................................
40
40
1-08.6
1-08.7
Suspension of Work.........................................................................................................
Maintenance During Suspension....................................................................................
42
42
1-08.9
1-08.11
Liquidated Damages........................................................................................................
Contractor's Plant and Equipment................................................................................
42
42
1-08.12 Attention to Work..........................................................................................................
1-09 MEASUREMENT AND PAYMENT.........................................................................................
43
43
1-09.1
Measurement of Quantities............................................................................................
43
'
1-09.3
Scope of Payment............................................................................................................
44
1-09.6
Force Account...................................................................................................................
44
1-09.7
Mobilization.....................................................................................................................45
1-09.9
Payments..........................................................................................................................45
1-09.9(1) Retainage.....................................................................................................................46
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts ................. 46
1-09.9(3) Final Payment.............................................................................................................. 47
1-09.11 Disputes and Claims........................................................................................................ 48
1-09.11(2) Claims........................................................................................................................ 48
1-09.11(3) Time Limitations and Jurisdiction............................................................................. 48
1-09.13 Claims and Resolutions................................................................................................... 48
1-09.13(3) Claims $250,000 or Less............................................................................................ 48
1-09.13(3)A Administration of Arbitration................................................................................. 49
1-09.13(3)B Procedures to Pursue Arbitration........................................................................... 49
1-09.14 Payment Schedule......................................................................................................... 49
1-09.14(1) Scope..........................................................................................................................49
1-09.14(2) Bid Items.................................................................................................................... 50
1-10 TEMPORARY TRAFFIC CONTROL......................................................................................... 53
1-10.1 General.............................................................................................................................53
1-10.2(1)B Traffic Control Supervisor......................................................................................... 54
1-10.2(2) Traffic Control Plans.................................................................................................... 54
1-10.3 Flagging, Signs, and All Other Traffic Control Devices .................................................... 55
1-10.3(3) Construction Signs....................................................................................................... 55
1-10.4 Measurement...................................................................................................................55
1-10.5 Payment........................................................................................................................... 55
1-11 RENTON SURVEYING STANDARDS...................................................................................... 55
1-11.1(1)
Responsibility for surveys...........................................................................................
55
1-11.1(2)
Survey Datum and Precision.......................................................................................
55
1-11.1(3)
Subdivision Information..............................................................................................
56
1-11.1(4)
Field Notes...................................................................................................................
56
1-11.1(5)
Corners and Monuments............................................................................................
56
1-11.1(6)
Control or Base Line Survey.........................................................................................
57
1-11.1(7)
Precision Levels...........................................................................................................
57
1-11.1(8)
Radial and Station -- Offset Topography.....................................................................
57
1-11.1(9)
Radial Topography.......................................................................................................
58
1-11.1(10)
Station --Offset Topography.......................................................................................
58
1-11.1(11)
As -Built Survey..........................................................................................................
58
4
I J,
1-11.1 12 Monument Setting and Referencing 58
1-11.12 Materials........................................................................................................................59
1-11.12(1) Property/Lot Corners................................................................................................. 59
1-11.12(2) Monuments...............................................................................................................59
f1-11.12(3)
Monument Case and Cover.......................................................................................
59
5-04 ASPHALT CONCRETE PAVEMENT........................................................................................
59
5-04.2 Materials..........................................................................................................................
59
5-04.3 Construction Requirements.............................................................................................
59
5-04.3(5) Conditioning the Existing Surface...............................................................................
60
5-04.3(5)A Preparation of Existing Surface................................................................................
60
5-04.3(7)A Mix Design.................................................................................................................
61
5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture ..................................................
61
i
5-04.3(10)B Control.....................................................................................................................61
5-04.5 Payment...........................................................................................................................
61
5-04.5(1)A Price Adjustments for Quality of HMA Mixture.......................................................
61
5-04.5(1)B Price Adjustments for Quality of HMA Compaction ................................................
62
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS............................................................
62
5-06.1 Description.......................................................................................................................63
1
5-06.2 Materials..........................................................................................................................
5-06.3 Construction Requirements.............................................................................................
63
63
7-17.3(2)H Television Inspection................................................................................................
7-20 PRE -INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP....................
63
63
7-20.1 Description.......................................................................................................................63
7-20.1(1) Submittals ............................. .63
7-20.2 Materials..........................................................................................................................65
7-20.2(1) Equipment...................................................................................................................
65
7-20.3 Construction Requirement..............................................................................................
7-20.3(1) Notification..................................................................................................................65
65
7-20.3(2) Cleaning.......................................................................................................................65
7-20.3(3) Waste Material Disposal.............................................................................................
66
7-20.3(4) CCTV Inspection...........................................................................................................
66
7-20.3(5) Lining Feasibility..........................................................................................................
67
7-20.3(6) Active/Inactive Lateral Assessments..........................................................................
68
7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE (CIPP)........................................... 68
7-21.1 Description........................................................................................................................68
7-21.1(1) Related Work Specified Elsewhere.............................................................................. 69
7-21.1(2) Licensing.......................................................................................................................69
7-21.1(3) Contractor and Manufacturer Qualifications............................................................... 69
7-21.1(4) Contractor Submittals.............................................................................................. 69
7-21.1(5) Quality Assurance........................................................................................................ 71
7-21.1(6) Warranty.................................................................................................................71
7-21.2 Materials..........................................................................................................................71
7-21.2(1) Cured in Place Resin Impregnated Material in General ............................................. 71
7-21.2(2) Resin............................................................................................................................ 73
7-21.2(3) Physical Properties...................................................................................................... 73
7-21.3 Construction Requirements............................................................................................. 73
7-21.3(1)
Preparation..................................................................................................................73
7-21.3(1)A
Flow Management....................................................................................................
73
7-21.3(1)B
Cleaning.....................................................................................................................74
7-21.3(1)C
Point Repairs.............................................................................................................
74
7-21.3(1)D
Manholes..................................................................................................................
75
7-21.3(2)
Liner Installation..........................................................................................................
75
7-21.3(2)A
Inversion Method......................................................................................................
75
7-21.3(2)B
Pull/Winch Method..................................................................................................
75
7-21.3(2)C
Finished Pipe Liner....................................................................................................
75
7-21.3(3)
Service Connection Restoration..................................................................................
76
7-21.3(4)
Testing..........................................................................................................................76
7-21.3(4)A
Material Testing........................................................................................................
76
7-21.3(4)B
Field Testing...............................................................................................................
76
7-22 RESIN IMPREGNATED FABRIC CIPP.....................................................................................
76
7-22.1 Description.......................................................................................................................76
7-22.1(1) Related Work Specified Elsewhere.....................:....................................................... 76
7-22.2 .Materials.......................................................................................................................... 76
7-22.2(1) Cured in Place Pipe Liner............................................................................................. 76
7-22.2(2) Resin............................................................................................................................ 76
7-22.2(3) Physical Properties...................................................................................................... 77
6
11
t7-22.3 Construction Requirements............................................................................................. 77
' 7-22.3(1) Preparation..................................................................................................................77
7-22.3(1)A Cleaning.....................................................................................................................77
7-22.3(2) Installation.....................................................................................:.............................77
7-22.3(2)A Resin Impregnation................................................................................................... 77
7-22.3(2)B Water, Air or Steam Curing....................................................................................... 78
7-22.3(2)C Cool Down................................................................................................................. 78
7-23 RESIN IMPREGNATED FIBERGLASS CIPP.............................................................................. 78
7-23.1 Description.......................................................................................................................78
7-23.1(1) Related Work Specified Elsewhere............................................................................. 78
7-23.1(2) Reference Specifications, Codes, and Standards........................................................ 78
7-23.1(3) CIPP Liner Samples...................................................................................................... 79
7-23.1(4) CIPP Liner Handling...................................................:................................................. 79
7-23.2 Materials.......................................................................................................................... 80
7-23.2(1) General Specifications................................................................................................. 80
7-23.2(2) Chemical Resistance.................................................................................................... 80
7-23.3(3) Component Properties................................................................................................ 80
7-23.3(4) Finished and Cured CIPP Liner Properties.................................................................. 80
7-23.2(5) Dimensions..................................................................................................................80
7-23.3 Construction Requirements............................................................................................. 81
7-23.3(1) Installation Procedures...............................................................................................
7-23.3(1)A Installation Process...................................................................................................
81
81
7-23.3(1)B Curing........................................................................................................................
7-23.3(2) Finished Product..........................................................................................................
81
81
...
7-24 MANHOLE REHABILITATION...............................................................................................
81
7-24.1 Description.......................................................................................................................81
7-24.1(1)
7-24.1(2)
Reference Specifications, Codes, and Standards........................................................
Licensing......................................................................................................................
82
82
7-24.1(3)
7-24.1(4)
Contractor and Manufacturer Qualifications.............................................................
Contractor Submittals.................................................................................................
82
83
7-24.1(5)
Quality Assurance........................................................................................................
84
7-24.1(6)
Delivery, Storage, and Handling..................................................................................
84
7-24.1(7)
Containment................................................................................................................85
i
7-24.1(8)
Warranty......................................................................................................................85
7-24.2 Materials..........................................................................................................................
85
7-24.2(1)
General.........:...............................................................................................
7-24.2(2)
Strong -Seal Systems*...................................................................................................
85
7-24.2(2)A
Patching Material......................................................................................................
85
7-24.2(2)B
Infiltration Control Material.....................................................................................
86
7-24.2(2)C
Liner Material............................................................................................................
86
7-24.2(3)
SewperCoat®................................................................................................................87
7-24.2(3)A
Inflow and Infiltration Prevention............................................................................
87
7-24.2(3)B
Liner Material............................................................................................................
87
7-24.2(4)
Water................:..........................................................................................................88
7-24.3 Construction
Requirements.............................................................................................
88
7-24.3(1)
Notification..................................................................................................................88
7-24.3(2)
Examination.................................................................................................................88
7-24.3(3)
Surface Preparation.....................................................................................................
88
7-24.3(3)A
General......................................................................................................................88
7-24.3(3)B
Surface Preparation of Concrete and Masonry Surfaces .........................................
88
7-24.3(3)C
Plastic Surfaces...................................................................................:......................
89
7-24.3(4)
Application..................................................................................................................
89
7-24.3(5)
Bench Application.......................................................................................................
90
7-24.3(6)
Curing...........................................................................................................................90
7-24.3(7)
Manhole Steps.............................................................................................................
90
7-24.3(8)
Field Quality Control...................................................................................................
90
7-24.3(8)A
General Testing..........................................................................................................
90
7-24.3(8)B
Product Testing..........................................................................................................
90
7-23.3(8)C
Vacuum Testing..........................................................................................................
91
7-24.3(8)D
pH Testing..................................................................................................................
91
7-24.3(8)E
West Film Thickness..................................................................................................
91
7-24.3(8)F
Ambient Conditions...................................................................................................
91
7-24.3(8)G
Coating Adhesion......................................................................................................
91
7-24.3(9)
Protection....................................................................................................................91
10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED ...........................
92
8
07/15/2015
i
Ir
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.
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
07/ 15/201 5
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:
1. A bidder will be deemed not responsible and the proposal rejected if the bidder does
not meet the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under
the same or different names;
b. Evidence of collusion exists with any other bidder or potential bidder.
Participants in collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work
or to the full extent of the bid, or to the extent that the bid exceeds the
authorized nreaualification amount as may have been determined by a
prequaiiTication oT the oiaaer;
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
I
I
1
14
1
1 07/15/2015
' 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
1 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:
(******)
The successful Bidder shall return the signed Contracting Agency -prepared contract, an
insurance certification as required by Section 1-07.18, and a satisfactory bond as required by
law and Section 1-03.4. within 10 calendar days from the date at which he or she is notified
that he or she is the successful bidder. 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 fails to enter into the contract in accordance with his or her bid and furnish a
performance bond within ten days from the date at which he or she is notified that he or
she is the successful bidder, the bid bond or bid deposit and the amount thereof shall be
forfeited to the City of Renton as set forth in RCW 35A.40.200 and RCW 35.23.352. A low
bidder who claims error and fails to enter into a contract is prohibited from bidding on the
same project if a second or subsequent call for bids is made for the project.
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
1
15
07/15/2015
4.
A
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner;
Be conditioned upon the faithful performance of the Contract by the Contractor
within the prescribed time;
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;
Be accompanied by a power of attorney for the Surety's officer empowered to sign
the bond; and
Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed
by the president or vice-president, unless accompanied by a written proof of the
authority of the individual signing the bond to bind the corporation (i.e., corporate
resolution, power of attorney or a letter to such effect by the president or vice-
president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the Contract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda
Revise the second paragraph to read:
Any inconsistency in the parts of the Contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plans
5. Contracting Agency's Standard Plans (if any)
6. Amendments to the Standard Specifications
7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
8. 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
16
1 07/ 15/2015
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.
i1-04.4
Changes
The last two paragraphs are replaced with the following:
i�
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.
_
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.
1 17
07/15/2015
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 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
18
1 07/15/2015
' 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
j book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy.
All costs for as -built Work shall be included in the Contract item "Construction Surveying,
Staking, and As-Builts", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re -
execute Work by Contractor forces, in accordance with the intent of the Contract and
without expense to the Owner, and shall bear the expense of making good all Work of other
contractors destroyed or damaged by such removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re -
execution of the Work within 7 calendar days of written notice from the Engineer, or fails to
perform any part of the Work required by the Contract Documents, the Owner may correct
and remedy such Work as may be identified in the written notice, with Contracting Agency
forces or by such other means as the Contracting Agency may deem necessary. In that case,
the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized Work, or Work the Contractor failed or refused to
perform; shall be paid by the Contractor. Payment will -be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include
in particular, but without limitation, compensation for additional professional services
j 19
07/ 15/2015
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.
001
1 07/15/2015
1 1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1) is a new section:
When the Contractor considers the Work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Engineer will schedule an inspection of the Work with the Contractor to determine the
status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the
facilities both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
The Contractor's request shall list the specific items of Work in subparagraph two above that
remains to be completed in order to reach physical completion. The Engineer may also
establish the Substantial Completion Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the Work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
i
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
21
07/15/2015
Contracting Agency, in writing, of the date upon which the Work was considered physically
complete, that date shall constitute the Physical Completion Date of the Contract, but shall
not imply all the obligations of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a
minimum of 3 working days' notice of the time for each test and inspection. If the
inspection is by another authority than the Engineer, the Contractor shall give the Engineer
a minimum of 3 working days' notice of the date fixed for such inspection. Required
certificates of inspection by other authority than the Engineer shall be secured by the
Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore, when the Work involves the installation of machinery or
other mechanical equipment; street lighting, electrical distribution or signal systems;
irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to
have the Contractor operate and test the Work for a period of time, after final inspection
but prior to the physical completion date. Whenever items of Work are listed in the
Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
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
22
1 07/15/2015
1 area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton (water, sewer, transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. 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.
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.
23
07/15/2015
k
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
11.
by the Owner or other party during each day.
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
15.
numbers.
Each page must be signed and dated by the Contractor's official representative on
the project.
The Contractor may use additional sheets separate from the diary book if necessary to
provide a complete diary record, but they must be signed, dated, and labeled with project
name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this contract.
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor.
The Engineer or other Owner's representative on the job site will also complete a Daily
Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
(******)
The materials and equipment lists submitted to the Engineer at the Preconstruction
Conference shall include the quantity, manufacturer, and model number, if applicable, of
materials and equipment to be installed under the Contract. This list will be checked by the
Engineer as to conformity with the Contract Documents. The Engineer will review the lists
within 10 working days, noting required corrections. The Contractor shall make required
corrections and file 2 corrected copies with the Engineer within one week after receipt of
required corrections. The Engineer's review and acceptance of the lists shall not relieve the
Contractor from responsibility for suitability for the intended purpose, nor for deviations
from the Contract Documents.
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
(******)
The finished Work shall be in accordance with approved samples. Approval of samples by
the Engineer does not relieve the Contractor of responsibility for performance of the Work
in accordance with the Contract Documents.
1
24 11
07/15/2015
I
I
1
I
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 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
25
07/15/2015
contact the Washington State Department of Revenue for answers to questions in this area
The Contracting Agency will not adjust its payment if the Contractor bases a bid on a
misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract -
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its
payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper state fund.
1-07.2(2) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as part of the street or road
drainage system, and power lines when such are part of the roadway lighting system. For
Work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the Work.
1-07.2(3) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited
to; the construction of streets, roads, highways, etc., owned by the state of Washington;
water mains and their appurtenances; sanitary sewers and sewage disposal systems unless
such sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or
above streets or roads, unless such power lines become a part of a street or road lighting
system; and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by virtue of
installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not
include the retail sales tax 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).
26
1 07/ 15/2015
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 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 27
07/15/2015
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 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
28
07n s/2015
I
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.
�1
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
29
07/15/2015
of utility.
The Contractor shall check with the utility companies concerning any possible conflict prior
to commencing excavation in any area. The Contractor shall resolve all crossing and
clearance problems with the utility company concerned. No excavation shall begin until all
known facilities, in the vicinity of the excavation area, have been located and marked.
In addition to the Contractor having all utilities field marked before starting Work, the
Contractor shall have all utilities field marked after they are relocated in conjunction with
this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for
utility potholing or for any other purpose under this Contract, the Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and progress
schedule. The Contractor is also warned that there may be utilities on the project that are
not part of the One Call system. They must be contacted directly by the Contractor for
locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners
to have a representative present when their utility is exposed or modified, if the utility
chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be
adjusted or relocated by the appropriate utility company unless otherwise noted in the
Plans. These adjustments may be completed before the Contractor begins Work, or may be
performed in conjunction with the Contract Work. The Contractor shall be entirely
responsible for coordination with the utility companies and arranging for the movement or
adjustment, either temporary or permanent, of their facilities within the project limits. See
also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on
other aspects of the project whenever possible. No additional compensation will be made
to the Contractor for reason of delay caused by the actions of any utility company, and the
Contractor shall consider such costs to be incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing
utilities in advance of the Contractor's operations. If potholing is not included as a bid item
then it shall be considered incidental to other Work. The Contractor shall submit all
potholing requests to the Engineer for approval, at least 2 working days before potholing is
scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of
the responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents.
1-07.17(1) 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
I
I
a
30
07/ 15/201 5
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 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 providedby 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
31
07/15/2015
the insurance company(ies), terms, conditions, and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these
requirements will be considered a material breach of contract and shall be cause for
immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below.
By requiring such minimum insurance, the City of Renton shall not be deemed or construed
to have assessed the risks that may be applicable to the Contractor. The Contractor shall
assess its own risks and if it deems appropriate and/or prudent, maintain higher limits
and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply
per project, if applicable)
• Explosion, Collapse, and Underground Hazards.
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
C. Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. Umbrella Liability (when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes
Professional Liability, including Advertising activities) the CONTRACTOR shall
maintain professional 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.
32
07/ 15/2015
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 Liabilit
Bodily Injury Property Damage $1,000,000
(Each Accident)
'
Workers' Compensation
Statutory Benefits Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
1
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
'
Professional Liability If required)
Each Occurrence Incident Claim $1,000,000
Aggregate $2,000,000
Pollution Liability (If required) to apply on a per
proiect basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to
two (2) years after completion of the project.
'
The Contractor shall promptly advise the CITY OF RENTON in the event any general
aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's
expense to comply with the minimum limits and requirements as stated above and shall
'
furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in
force.
1-07.18(4) Evidence of Insurance
'
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance
by submitting to the Contracting. Agency the Certificate of Insurance (ACORD Form 25s or
equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-
'
07.18(3) as revised above. Other requirements are as follows:
' 33
07/ 15/2015
A. Strike the following or similar wording: "This Certificate is issued as a
matter of information only and confers no rights upon the Certificate
Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure
to mail such notice shall impose no obligation or liability of any kind upon
the company, its agents or representatives".
C. Amend the cancellation clause to state: "Should any of the above
described policies be cancelled before the expiration date thereof, notice
will be delivered in accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under
such restrictions as may be required by the proper authorities. Explosives shall be handled
and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
that may apply. The individual in charge of the blasting shall have a current Washington
State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are
necessary in conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible,.the Contractor shall permit traffic to pass
through the Work with the least possible inconvenience or delay. The Contractor shall
maintain existing roads, streets, sidewalks, driveways, and paths within the project limits,
keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by
the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not
caused by the Contractor's operations shall be repaired by the Contractor when directed by
the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads,
streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the
Contractor's operations. Snow and ice control will be performed by the Contracting Agency
on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's
expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require Work on
the roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency's expense when approved by
the Engineer, except when flow is impaired due to the Contractor's operations.
34
1
07/15/2015
I
I
n
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:
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk, driveway, or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights -of -Way
Delete this section in its entirety, and replace it with the following:
1
35
07/15/2015
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.
1-08 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
36
07/15/2015
u
Ll
1
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
-� 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)
-* Traffic Control Plans (3+ copies)
+ Temporary Water Pollution/Erosion Control Plan
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings — schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
Labor compliance, payrolls, and certifications
Safety regulations for the Contractors' and the Owner's employees and
representatives
Suspension of Work, time extensions
Change order procedures
Progress estimates, procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
Easements and rights -of -entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and the Contractor
should be prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency,
the normal straight time working hours for the Contract shall be any consecutive 8-hour
period between 7:00 a.m. and 6:00 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
37
07/15/2015
commencing the Work.
If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m.
or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for
permission to Work such times. 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.
All work on Tiffany Park Elementary School property shall take place on non -school days.
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.
11
1�
u
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:
38 1
1 07/15/2015
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.
'
5. Allowances for delays that could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
6. 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
1
39
07/15/2015 1
I
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 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
40 1
1 07/ 15/2015
Contract Time, and during which periods, Work is anticipated to be performed. Each
successive working day, beginning with the Notice to Proceed date and ending with the
' Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or
part of a day, which is designated a non -working day or an Engineer determined unworkable
day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working
days charged against the Contract Time for the preceding week; (2) the Contract Time in
working days; (3) the number of working days remaining in the Contract Time; (4) the
number of non -working days; and (5) any partial or whole days the Engineer declared
unworkable the previous week. This weekly report will be correlated with the Contractor's
'
current approved progress schedule. If the Contractor elects to work 10 hours a day and 4
days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked
would ordinarily be charged as a working day, then the fifth day of that week will be charged
as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file
a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the
'
report will be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
'
and 1-05.12.
Revise the 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
1
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)
1
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
iSection
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 41
07/ 15/2015
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.
42
r�
07/15/2015
n
1-08.12 Attention to Work
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end
that it shall be prosecuted faithfully, and when he is not personally present on the Work site,
he shall at all times be represented by a competent superintendent who shall have full
authority to execute the same, and to supply materials, tools, and labor without delay, and
who shall be the legal representative of the Contractor. The Contractor shall be liable for
the faithful observance of any instructions delivered to him or to his authorized
representative.
1-09 MEASUREMENT AND PAYMENT
1 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
I
shall be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
1
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
1
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
1 43
07/15/2015
will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be
no duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be
made for the Work described in each section of the Standard Specifications when the
Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause
but not in the Proposal Form, and Work for that item is performed by the Contractor and
the Work is not stated as included in or incidental to a pay item in the Contract and is not
Work that would be required to complete the intent of the Contract per Section 1-04.1, then
payment for that Work will be made as for Extra Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout
the Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit bid item price in the
Proposal Form requires that said unit bid item price cover and be considered compensation
for certain Work or material essential to the item, then the Work or material will not be
measured or paid for under any other unit bid item which may appear elsewhere in the
Proposal Form or Specifications.
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:
44
07/15/2015
E
11
Owner has estimated and included in the proposal, dollar amounts for all items to be paid
per force account, only to provide a common proposal for Bidders. All such dollar amounts
are to become a part of the Contractor's total bid. However, the Owner does not warrant
expressly or by implication that the actual amount of Work will correspond with those
estimates. Payment will be made on the basis of the amount of Work actually authorized by
the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the
establishment of an office, buildings, and other facilities necessary for Work on the project;
providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses
required to complete the project not furnished by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to
telephone, facsimile machine, and copy machine during all hours the Contractor is working
on the jobsite; and a table and chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization & Demobilization;" Lump Sum.
1-09.9 Payments
Delete the third paragraph and replace it with the following:
Progress payments for completed Work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the Work, and successive progress estimates will be made every month
thereafter until the Completion 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.
tProgress
for Work be or
payments performed shall not evidence of acceptable performance
an admission by the Contracting Agency that any Work has been satisfactorily completed.
1 45
07/15/2015
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 bya 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 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
I
1
1
L1
1
46
07/15/2015
n
1
L
I
n
11
I�
I
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:
c. Failure of the Contractor to provide the Engineer with a field office when
required by the Contract Provisions.
d. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work as required by Section 1-05.5.
e. Failure of the Contractor to correct defective or unauthorized Work (Section
1-05.8).
f. 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.
g. 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.
h. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW)
as required by Section 1-07.10.
i. Failure of the Contractor to submit and obtain approval of a progress
schedule per Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such
funds as have been withheld pursuant to this Section to a party or parties who are entitled
to payment. Disbursement of such funds, if the Engineer elects to do so will be made only
after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's
intent to do so, and if prior to the expiration of the 15-calendar day period:
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with
this Section will be made. A payment made pursuant to this section shall be considered as
payment made under the terms and conditions of the Contract. The Contracting Agency
shall not be liable to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(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
47
07/15/2015
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.
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.
48
07/15/2015
1
11
d
I
I
I
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:
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 in-
clude all compensation to be received by the Contractor for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of Work being described, as necessary to
complete the various items of the Work all in accordance with the requirements of
the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public agencies having jurisdiction, including
Safety and Health Administration of the U.S. Department of Labor (OSHA). No
separate payment will be made for any item that is not specifically set forth in the
Bid Schedules, and all costs therefore shall be included in the prices named in the
Bid Schedules for the various appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured
amount used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the
bid for each item shall result in the complete construction, in an accepted operating
condition, of each item.
49
07/15/2015
11
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price.
No separate payment will be made for these incidental items.
1-09.14(2) Bid Items
1-09.14(2)A Mobilization & Demobilization (Bid Item 01)
Section 1-09.14(2)A is a new section:
Measurement for Mobilization & Demobilization shall be lump sum. The lump sum price
shown shall cover the complete cost of furnishing and installing, complete and in -place all
Work and materials necessary to move and organize equipment and personnel onto the job
site, provide and maintain all necessary support facilities and utilities, obtain all necessary
permits and licenses, prepare the site for construction operations, and maintain the site and
surrounding areas during construction, provide protection of existing utilities, provide
component and system testing, final clean-up of the site, and move all personnel and
equipment off the site after contract completion.
Payment for Mobilization & Demobilization will be made at the lump sum amount bid (NOT
to exceed 80% of bid price prior to completion of construction). Based on the lump sum
Contract price for "Mobilization & Demobilization", partial payments will be made as
follows:
1. When 5-percent of the total original amount is earned from other items, excluding
amounts paid for materials on hand, 50-percent of the amount Bid for Mobilization &
Demobilization, or 5-percent of the total original amount, whichever is the least, will be
paid.
2. When 10-percent of the total original amount is earned from other items, excluding
amounts paid for materials on hand, 80-percent of the amount Bid for Mobilization &
Demobilization, or 5-percent of the total original amount, whichever is the least, will be
paid.
3. When the project is complete, the final 20-percent of Mobilization & Demobilization
will be paid.
Nothing herein shall be construed to limit or preclude partial payments otherwise provided
by the Contract. This bid item may not be more than ten percent (10%) of the total amount
of Bid.
1-09.14(2)B Traffic Control (Bid Item 02)
Section 1-09.14(2)B is a new Section:
Measurement for "Traffic Control" will be based on the percentage of total Work completed.
Payment for "Traffic Control" will be made at the measured percentage amount for the pay
period times the lump sum amount bid, which payment will be complete compensation for
all labor, materials, equipment, preparing and conforming to the approved Traffic Control
Plan, provide for public convenience and safety, detours, flagging, barricades, sequential
arrow board, signs, traffic control devices, temporary ramping, temporary striping, cleanup,
etc. required to complete the Work in accordance with the Contract Documents and the
Manual on Uniform Traffic Control Devices (MUTCD)..
1-09.14(2)C Pre -Installation Cleaning and Inspection (Bid Item 03)
Section 1-09.14(2)C is a new Section:
Measurement for "Pre -Installation Cleaning and Inspection" will be based on the lineal feet
of pipe inspected and cleaned.
Payment for "Pre -Installation Cleaning and Inspection" will be made at the amount bid per
I
Ll
1
50
I
07/15/2015
H
I
linear foot, which payment will be complete compensation for all labor, materials,
equipment, bypass sewer routing, cleaning, root cutting, internal removal of protruding
laterals, removal of hanging gaskets, removal and disposal of waste material, water, CCTV
inspection, provision of record DVDs to the Engineer, etc. required to complete the Work in
accordance with the Contract Documents.
1-09.14(2)D Install 14" Cured In Place Pipe (Bid Item 04)
Section 1-09.14(2)D is a new section:
Measurement for "Install 14" Cured In Place Pipe" will be based on the lineal feet of 14"
cured in place pipe installed. The length will be the number of linear feet of completed
installation measured along the invert and will include the length through elbows, tees and
fittings. The number of linear feet will be measured from the center of manhole to center of
manhole.
Payment for "Install 14" Cured In Place Pipe" will be made at the amount bid per linear foot,
which payment will be complete compensation for all labor, materials, equipment, and tools
necessary or incidental to furnish and install the cured -in -place -pipe complete in place in
accordance with the Plans and Specifications including water required for "wet out", bypass
sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item.
1-09.14(2)E Install 18" Cured In Place Pipe (Bid Item 05)
Section 1-09.14(2)E is a new section:
Measurement for "Install 18" Cured In Place Pipe" will be based on the lineal feet of 18"
cured in place pipe installed. The length will be the number of linear feet of completed
installation measured along the invert and will include the length through elbows, tees and
fittings. The number of linear feet will be measured from the center of manhole to center of
manhole.
Payment for "Install 18" Cured In Place Pipe" will be made at the amount bid per linear foot,
which payment will be complete compensation for all labor, materials, equipment, and tools
necessary or incidental to furnish and install the cured -in -place -pipe complete in place in
accordance with the Plans and Specifications including water required for "wet out", bypass
sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item.
1-09.14(2)F Install 21" Cured In Place Pipe (Bid Item 06)
Section 1-09.14(2)F is a new section:
Measurement for "Install 21" Cured In Place Pipe" will be based on the lineal feet of 21"
cured in place pipe installed. The length will be the number of linear feet of completed
installation measured along the invert and will include the length through elbows, tees and
fittings. The number of linear feet will be measured from the center of manhole to center of
manhole.
Payment for "Install 21" Cured In Place Pipe" will be made at the amount bid per linear foot,
which payment will be complete compensation for all labor, materials, equipment, and tools
necessary or incidental to furnish and install the cured -in -place -pipe complete in place in
accordance with the Plans and Specifications including water required for "wet out", bypass
sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item.
1-09.14(2)G Install 24" Cured In Place Pipe (Bid Item 07)
Section 1-09.14(2)G is a new section:
Measurement for "Install 24" Cured In Place Pipe" will be based on the lineal feet of 24"
cured in place pipe installed. The length will be the number of linear feet of completed
installation measured along the invert and will include the length through elbows, tees and
fittings. The number of linear feet will be measured from the center of manhole to center of
51
07/ 15/2015
manhole.
Payment for "Install 24" Cured In Place Pipe" will be made at the amount bid per linear foot,
which payment will be complete compensation for all labor, materials, equipment, and tools
necessary or incidental to furnish and install the cured -in -place -pipe complete in place in
accordance with the Plans and Specifications including water required for "wet out", bypass
sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item.
1-09.14(2)H Reinstate Side Sewer Taps (Bid Item 08)
Section 1-09.14(2)H is a new section:
Measurement for "Reinstate Side Sewer Taps" will be per each for each side sewer lateral
reestablished in conformance with the Contract Documents.
Payment for "Reinstate Side Sewer Taps" will be made at the unit price bid per each, which
payment will be complete compensation for all labor, material, equipment, tools and bypass
sewer routing necessary or incidental to completely reinstate the existing side sewers in
accordance with the specifications. Dewatering as required shall be incidental to this bid
item.
1-09.14(2)1 Post Installation Inspection (Bid Item 09)
Section 1-09.14(2)1 is a new section:
Measurement for "Post Installation Inspection" will be based on the lineal feet of pipe
inspected.
Payment for "Post Installation Inspection" will be made at the amount bid per linear foot,
which payment will be complete compensation for all labor, materials, equipment, bypass
sewer routing, water, CCTV inspection, provision of record DVDs to the Engineer, etc.
required to complete the Work in accordance with the Contract Documents.
1-09.14(2)J Sewer Manhole Rehabilitation 0 to 10' Deep (Bid Item 010)
Section 1-09.14(2)J is a new section:
Measurement for "Sewer Manhole Rehabilitation 0 to 10' Deep" will be per each for each
depth manhole rehabilitated in conformance with the Contract Documents. The length of
sewer manhole rehabilitation will be measured from the bottom of the manhole channel to
top of ring seat of the manhole cover.
Payment for "Sewer Manhole Rehabilitation 0 to 10' Deep" will be made at the unit price
bid per each, which payment will be complete compensation for all labor, materials,
equipment and tools necessary or incidental to furnish and install the manhole
rehabilitation complete in place in accordance with the Plans and Specifications including
water required for mixing, bypass sewer routing and manhole testing. Dewatering as
required shall be incidental to this bid Item.
1-09.14(2)K Sewer Manhole Rehabilitation 11' to 20' Deep (Bid Item 11)
Section 1-09.14(2)K is a new section:
Measurement for "Sewer Manhole Rehabilitation 11' to 20' Deep" will be per each for each
depth manhole rehabilitated in conformance with the Contract Documents. The length of
sewer manhole rehabilitation will be measured from the bottom of the manhole channel to
top of ring seat of the manhole cover.
Payment for "Sewer Manhole Rehabilitation 11' to 20' Deep" will be made at the unit price
bid per each, which payment will be complete compensation for all labor, materials,
equipment and tools necessary or incidental to furnish and install the manhole
rehabilitation complete in place in accordance with the Plans and Specifications including
52
I
07/ 15/2015
I
water required for mixing, bypass sewer routing and manhole testing. Dewatering as
required shall be incidental to this bid Item.
1-09.14(2)L Sewer Manhole Rehabilitation 21' to 30' Deep (Bid Item 12)
Section 1-09.14(2)L is a new section:
Measurement for "Sewer Manhole Rehabilitation 21' to 30' Deep" will be per each for each
depth manhole rehabilitated in conformance with the Contract Documents. The length of
sewer manhole rehabilitation will be measured from the bottom of the manhole channel to
top of ring seat of the manhole cover.
Payment for "Sewer Manhole Rehabilitation 21' to 30' Deep" will be made at the unit price
bid per each, which payment will be complete compensation for all labor, materials, .
equipment and tools necessary or incidental to furnish and install the manhole
rehabilitation complete in place in accordance with the Plans and Specifications including
water required for mixing, bypass sewer routing and manhole testing. Dewatering as
required shall be incidental to this bid Item.
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
1
53
07/ 15/2015
Contractor, and subcontractors, shall be submitted at or before the preconstruction
conference, and shall be subject to review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of
any Work that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak
traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in
the special provisions, or as directed by the Engineer.
10. Promptly removing or covering all non -applicable signs during periods when they
are not needed.
If no bid item "Traffic Control" appears in the proposal, then all Work required by these
sections will be considered incidental and their cost shall be included in the other items of
Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated, by a prudent Contractor for
the maintenance and protection of traffic, then a new item or items may be established to
pay for such items. Further limitations for consideration of payment for these items are that
they are not covered by other pay items in the bid proposal, they are not specified in the
Special Provisions as incidental, and the accumulative cost for the use of each individual
channelizing device, piece of equipment, or service must exceed $200 in total cost for the
duration of their need. In the event of disputes, the Engineer will determine what is usually
anticipated by a prudent Contractor. The cost for these items will be by agreed price, price
established by the Engineer, or by force account. Additional items required as a result of the
Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be
covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25
percent, an equitable adjustment will be considered for the item "Traffic Control" to address
the increase or decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be
the sole responsibility of the Contractor and all methods and equipment used will be subject
to the approval of .the Owner.
Traffic control devices and their use shall conform to City of Renton standards and the
Manual on Uniform Traffic Control Devices (MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been
provided to the satisfaction of the Engineer. Any days lost due to improper traffic control
will be charged against the Contractor's allowable contract time, and shall not be the cause
for a claim for extra days to complete the Work.
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is
required or as authorized by the Engineer.
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
54
1 07/ 15/2015
maintained in conformance to established standards. The Contractor shall continuously
evaluate the operation of the traffic control plan and take prompt action to correct any
'
problems that become evident during operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non -working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-
diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped
with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3) paragraph 4 is supplemented as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs for the Work to provide Class A or Class B construction signs shall be included
in the unit contract price for the various other items of the Work in the bid proposal.
'
1-10.4 Measurement
Section 1-10.4 is replaced with:
'
No specific unit of measurement will apply to the lump sum item of "Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime Work or for use of
'
relief flaggers.
1-10.5 Payment
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in
accordance 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 1982"1.
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
1
55
07/15/2015
WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA
and ACSM in 1992 or comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for survey control shall be
revealed on the face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic
Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic
Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated
August 1, 1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control
Network benchmarks. If there are two such benchmarks within 3000 feet of the project site
a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City
of Renton benchmark does not exist within 3000 feet of a project, one must be set on or
near the project in a permanent manner that will remain intact throughout the duration of
the project. Source of elevations (benchmark) will be shown on the drawing, as well as a
description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments
used and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with
waterproof pages. In cases where an electronic data collector is used field notes must also
be kept with a sketch and a record of control and base line traverses describing station
occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers
shall be unique within a complete job. The preferred method of point numbering is field
notebook, page and point set on that page. Example: The first point set or found on page
16 of field book 348 would be identified as Point No. 348.16.01, the second point would be
348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the
City or the original field notebook(s) used by the Surveyor will be given to the City. For all
other Work, Surveyors will provide a copy of the notes to the City upon request. In those
cases where an electronic data collector is used, a hard copy print out in ASCII text format
will accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on the
ground.
Monument: Any physical object or structure of record, which marks or accurately
references:
• A corner or other survey point established by or under the supervision of an
individual per Section 1-11.1(1) and any corner or monument established by the
56
1 07/ 15/2015
' 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.
tIf
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.
I
1
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each
point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with
each drawing. The listing should include the point number designation (corresponding with
that in the field notes), a brief description of the point, and northing, easting, and elevation
(if applicable) values, all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable
requirements of Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of
benchmarks must be complete to insure both recoverability and positive identification on
recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines
57
07/15/2015 1
for station -offset topography shall meet the requirements of Section 1-11.1 herein. I
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be '
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be '
determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
Geodetic Control Committee third order elevation accuracy Specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet. '
1-11.1(10) Station --Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and
shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and
shall not exceed 0.1 foot's error as to side shots.
1-11.1(11) As -Built Survey '
All improvements required to be "as -built" (post construction survey) per City of Renton
Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located
both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -
built" survey must be based on the same base line or control survey used for the
construction staking survey for the improvements being "as -built". The "as -built" survey, for
all subsurface improvements should occur prior to backfilling. Close cooperation between
the installing Contractor and the "as-builting" surveyor is therefore required. '
All as built surveys shall satisfy the requirements of Section 1 11.1(1) herein, and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as -built" shall meet the requirements of Section 1-11.1(4) herein, and
submitted 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 i
observed for all "as -built" surveys.
1-11.1(12) Monument Setting and Referencing '
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
other recorded survey shall be referenced by a permanent marker at the corner point per 1-
11.2(1). In situations where such markers are impractical or in danger of being destroyed,
e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the
extension of the lot line to a tack in lead in the curb. The relationship between the witness
monuments and their respective corners shall be shown or described on the face of the plat
or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in
the curbs on the extension of said line with the curb." In all other cases the corner shall
meet the requirements of Section 1-11.2(1) herein.
All non -corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section
1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other
area, the monument shall be set below the ground surface and contained within a lidded
case kept separate from the monument and flush with the pavement surface, per Section 1-
11.2(3). ,
In the case of right-of-way centerline monuments all points of curvature (PC), points of
tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of
intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way,
a monument can be set at the PI instead of the PC and PT of the curve.
58 1
07/15/2015
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.
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%Z 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.
59
07/15/201 5
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-O4.3(5)A Preparation of Existing Surface
Section 5-O4.3(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 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.
60
07/15/2015
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
1
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:
1. General. Acceptance of HMA shall be as provided under nonstatistical or
commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA, and for other classes of
HMA in the following applications: sidewalks, road approaches, ditches, slopes,
paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications
as approved by the Project Engineer. Sampling and testing of HMA accepted by
commercial evaluation will be at the option of the Engineer. The proposal quantity
of HMA that is accepted by commercial evaluation will be excluded from the
quantities used in the determination of nonstatistical evaluation.
Item 7 is deleted.
5-04.3(10)B Control
Replace Section 5-04.3(10)B with the following:
Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test
Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum
compaction.
5-04.5 Payment
5-04.5(1)A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1-06.2 using the following price adjustment factors:
1
61
07/ 15/2015
Table of Price Adjustment Factors
Constituent
Factor "f"
All aggregate passing: 1 %", 1", W, %", " 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
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of
CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be
calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit
contract price per ton of the mix.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is new Section with subsections:
62
1 07/15/2015
1 (******)
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the
Contractor prior to the end of each working period, prior to use by vehicular traffic. Within
paved streets, the Contractor may use temporary pavement to allow vehicular traffic to
travel over the construction areas. Temporary pavement shall be placed around trench
plates or others devices used to cover construction activities in a manner that provides a
smooth and safe transition between surfaces.
'
5-06.2 Materials
The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition
determined by the Contractor to provide a product suitable for the intended application.
The Contractor shall not use materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction
shall be considered unsuitable and shall be removed from the site. Unsuitable temporary
'
pavement shall be disposed of offsite.
5-06.3 Construction Requirements
The Contractor shall maintain temporary hot mix asphalt patches daily during to the
satisfaction of the governing road agency and the Engineer until said patch is replaced with
permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps,
depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt
patch shall be placed and sealed with a paving asphalt within 30 calendar days.
The Contractor shall immediately repair, patch, or remove any temporary pavement that
does not provide a flat transition between existing pavement areas.
All temporary asphalt pavement shall be removed from the site by the end of the project
and shall not be used as permanent asphalt pavement or subgrade material.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
(******)
Once the television inspection has been completed the Contractor shall submit to the
Engineer the written reports of the inspection plus the videos. Said videos are to be in color
and compatible with the City's viewing and recording systems.
The City will accept video submittals on DVD viewable on a standard player or a CD or DVD
1 compatible with "Granite XP".
7-20 PRE -INSTALLATION CLEANING AND INSPECTION OF SEWER LINES FOR CIPP
(New Section)
7-20.1 Description
This work shall generally consist of cleaning, removing and disposing of waste materials, and
performing CCTV inspections of all sewer main segments included in, or added to the
project.
7-20.1(1) Submittals
Prior to starting any work, the Contractor shall provide the following submittals:
1
1 63
07/15/2015
Example CCTV Inspection
1. Prior to performing CCTV inspections for this project, the Contractor shall submit
examples of prior CCTV inspection work. This submittal shall include Pre -Installation
CCTV inspection DVD and associated Inspection Report, and a Post -Installation CCTV
inspection DVD and associated Inspection Report. The CCTV inspection DVD's and
Inspection Reports will be reviewed by the Engineer to determine if the quality of
the CCTV image, and the content of the inspection report is acceptable; and if
defects were properly identified and documented on the Inspection Report.
2. The video file format for all CCTV inspections submitted over the course of the
project shall be MPEG. No other file formats will be accepted unless approved by
the Engineer.
3. If the Contractor hires out any portion of this work to a subcontractor, the
subcontractor shall submit example reports as described above.
4. The Contractor or subcontractor shall be responsible for modifications to his/her
equipment, software, and/or inspection procedures to achieve report material of
acceptable quality. No work shall commence prior to approval of the report
material by the Engineer. Once accepted, the report material shall serve as a
standard for the remaining work.
5. The CCTV Inspection DVD shall include the following information:
a. Continuous Display
• Date of inspection
• Upstream and downstream manhole numbers
• Current distance along the mainline
b. Audio
• Date of inspection
• Verbal confirmation of upstream and downstream manhole numbers
• Verbal description of pipe size and material
• Verbal description of setup (Normal or Reverse Flow)
• Verbal description and location of defects
• Verbal description and location of lateral connections
6. The Inspection Report shall include the following information:
• Date of inspection
• Upstream and downstream manhole numbers
• Street location
• Setup (Normal or Reverse Flow)
• Pipe size and material
• Status (Active or Inactive) of all side sewers
• Location, length, and depth of water in sags
• Location and description of defects
• Confirmation of ability or inability to rehabilitate the subject sewer main segment
Off -Site Disposal Location
Prior to commencing with any cleaning work, the Contractor shall be responsible for making
arrangements to dispose of all sewage and solids removed from the main during the
cleaning operation at an off -site location. The Contractor shall submit the name, address,
and telephone number of the off -site disposal location.
The following submittals will be required following each video inspection:
Pre -Installation Inspection Reports
1. The Contractor shall provide the Engineer with two (2) copies of the Pre -Installation
DVD and associated inspection report for each sewer main segment. No more than
one sewer main segment shall be included on a Pre -Installation inspection report.
2. The Pre -Installation inspection DVD and associated inspection report for a sewer
main segment will be submitted to the Engineer at least ten (10) working days prior
to requesting "wet -out" for that sewer main segment, and including that main
segment in an upcoming weekly lining schedule.
64
07/ 15/2015
' Video Inspection Tracking Log
1. The Contractor shall maintain an updated log of all CCTV inspection and lining
activities. As part of each submittal of inspection DVD's and associated inspection
reports, the Contractor shall include an updated copy of the Video Inspection
Tracking Log. The Video Inspection Tracking Log shall be a hard copy, and highlight
sewer main segments included with the submittal.
2 A template of the Video Inspection Tracking Log will be provided to the Contractor in
digital format (Microsoft Excel Spreadsheet) after contract award. The Contractor
shall only use the provided template, unless an alternate is approved by the
Engineer.
7-20.2 Materials
7-20.2(1) Equipment
Cleaning Equipment
Cleaning equipment shall be capable of removing dirt, grease, rocks, sand, roots, protruding
laterals, exposed rubber gaskets, and other materials and obstructions from the sewer lines.
Selection of equipment shall be based on field conditions such as access to manholes,
quantity of debris, size of sewer main pipe, condition of sewer main pipe, and pipe lining
activities. The equipment used to remove protruding laterals shall be capable of removing a
minimum of 6-inch diameter non -reinforced concrete laterals.
iVideo Inspection Equipment
1. The Contractor shall inspect the interior walls of the sewer main pipe using a color
CCTV camera with a lens capable of rotating 360 degrees to allow the Contractor to
look directly up tees and wyes. If the contract calls for side sewer lateral inspection,
the Contractor's video inspection equipment shall include a side cast lateral camera
capable of inspecting the side sewer lateral from the existing sewer main to the
approximate location of the property line for the affected side sewer.
2. It is entirely the Contractor's responsibility to choose and provide the correct
equipment and software which will produce CCTV inspections and reports that meet
the minimum CCTV inspection standards of this specification. Should any of the
CCTV inspection equipment become damaged or degraded during the course of this
project, such that it is not capable of producing the minimum standards, it shall be
the Contractor's responsibility to repair or replace the affected equipment. No
' additional work days or payment will be granted for the repair or replacement of
damaged or degraded equipment.
Personnel
Experienced personnel trained in locating breaks, obstacles, and side sewers by closed
circuit television shall perform the video inspection.
7-20.3 Construction Requirements
7-20.3(1) Notification
The Contractor shall provide notification of the project to the adjacent properties.
Notification shall be by "door hanger' notice and where appropriate by direct contact.
Notification shall include general information as to the type of construction, as well as
specific information as to how the property may be affected and what steps should be
taken to minimize impacts to the property and facilitate the Contractor's work.
l
7-20.3(2) Cleaning
Prior to conducting any CCTV inspection, the Contractor shall clean the sewer main
segment, whereby the work "clean" in this specification is defined as the removal of all
accumulations including sludge, dirt, sand, rocks, asphalt, concrete, grout, grease, roots,
gaskets, and any other solid or semisolid material existing in the pipe with 100% debris
1
65
07/15/2015
removal. It will be the Contractor's responsibility to make as many cleaning passes as '
necessary to meet the above definition of "clean".
Sludge, dirt, sand, rocks, grease, and other solids or semisolid material resulting from the
cleaning operation shall be removed at the downstream manhole of the section being
cleaned. Passing materials from manhole to manhole section is not permitted.
Roots, protruding laterals, and hanging gaskets shall be removed from the sewer lines.
Special attention shall be used during the cleaning to assure removal of these items from
the joints and side sewer connections. Procedures may include the use of mechanical
equipment such as rodding machines, robotic cutters, porcupines; and high -velocity hydro -
jet cleaners. '
During sewer cleaning operations, precautions shall be taken by the Contractor in the use of
cleaning equipment to avoid damage to the pipe. Any damage of the sewer main pipe
resulting from the Contractor's cleaning operations, regardless of the existing condition of
the pipe, shall be the responsibility of the Contractor.
7-20.3(3) Waste Material Disposal
The Contractor shall dispose of all waste materials removed from the sewers during the
cleaning operation at the approved off -site location.
Trucks hauling waste from the site shall be watertight so that no leakage or spillage will
occur. Under no circumstances shall waste removed from a sewer main segment be
'
dumped onto the ground surface or streets; or into catch basins, or storm drains.
7-20.3(4) CCTV Inspection
The Contractor shall perform a CCTV inspection after cleaning the sewer lines to document
the condition of the host pipe, verify the footages of side sewer connections, and verify the
lines were cleaned in accordance with these specifications.
'
In order to allow for an accurate analysis of the condition of the existing sewer main/host
pipe, the Contractor shall ensure that the entire surface of the sewer main under inspection
is clearly visible. When the depth of sewage, which may be caused by existing defects such
as sags, offsets, voids, etc., obstructs the ability of the Engineer to clearly view the sewer
main/host pipe surface, the Contractor shall halt the inspection and remove sewage from
the main using high -velocity jetting machines, or other non-destructive methods acceptable
to the Engineer. Once the main section under inspection is clear of sewage the inspection '
may resume.
If incoming flows are sufficient to obstruct the ability of the Engineer to clearly view the
entire surface of the sewer main/host pipe under inspection, the Contractor shall
temporarily plug all incoming flows to the upstream manhole, and bypass pump around the
plugged segment and the sewer main segment under inspection. Bypass pumping from the
upstream manhole shall be utilized in accordance with Section 7-21 of these specifications
and shall be incidental to the unit price for CCTV cleaning and inspection.
Flows introduced by laterals are unavoidable and expected, however, should these flows
introduce sufficient sewage to obscure the visibility of the pipe, the Contractor shall halt the
inspection until the sewage has been removed.
'
If the Contractor should find rocks and sediments, grease, grout, protruding laterals,
hanging gaskets, or other obstructions that would otherwise prevent the installation of the
liner, they shall halt the inspection and remove said obstructions prior to completing the
CCTV inspection. If internal cleaning, and or obstruction removal is not possible due to the
type of materials causing the obstruction, or fragile condition of the existing sewer
main/host pipe, the Contractor shall note this in his lining feasibility determination on the
inspection report.
,
The Contractor shall maintain a clean and clear lens for the duration of the CCTV inspection.
Should the lens become soiled, fogged, or otherwise impaired to any degree that impedes
66 '
07/15/2015
1
the ability to clearly see the condition of the pipe, the Contractor shall halt the inspection
and clean/clear the lens of any foreign matter impeding the visual inspection. No additional
compensation will be made for re -inspections required by the Engineer due to soiled,
fogged, or otherwise impaired camera lenses.
The Contractor shall maintain sufficient light levels within the main to allow for visual
inspection of the pipe walls for a minimum distance of three (3) feet in front of the camera
lens for all 8" to 10" pipe, and four (4) feet for all pipes sizes 12" and up. Additionally, the
Contractor shall make certain that the light levels are not so bright the visual inspection is
impeded.
Should the camera get stuck in the sewer, the Contractor shall be responsible for all costs in
extracting it. Costs related to difficulties encountered during internal video inspection are
incidental to the contract, and claims will not be considered.
7-20.3(5) Lining Feasibility
Prior to submitting a Pre -Installation Inspection DVD and associated inspection report, the
Contractor shall review all information on the DVD and in the report. The CCTV inspection
DVD for each sewer main segment shall be viewed in its entirety to ensure there were no
missed service connections or pipe defects during the CCTV inspection, as well as to ensure
the quality of the DVD.
Based on the Contractor's review he/she will make a lining feasibility determination. The
Contractor's review and lining feasibility determination shall be documented on both the
inspection report and the Video Inspection Tracking Log.
The Contractor, in cooperation with the Engineer, is responsible for determining whether or
not a sewer main segment is suitable for CIPP lining. The Contractor shall not install a CIPP
liner in any sewer main segment with existing defects that interfere with or cause a
reduction in hydraulic capacity, or which may hinder in any way the quality of installation of
the CIPP liner system. The Contractor's assessment of whether or not a sewer main
segment is suitable for lining shall be noted on each inspection report, as well as the Video
Inspection Tracking Log, and presented to the Engineering with Pre -Installation inspection
submittals. If the Engineer agrees with the assessment, the sewer main segment will be
lined or removed from the contract accordingly.
The following sewer main pipe defects and conditions shall be considered as guidelines
when performing CCTV inspection review and making lining feasibility assessments:
1. Sags: Any section of a sewer main segment that has a sag which causes sewage
levels to continuously reach one third (1/3) pipe or greater, and which is longer than
ten (10) feet in length shall be noted on the Video Inspection Tracking Log and
presented to the Engineer. The Engineer shall make the final determination of
whether the sag is acceptable or needs repair prior to lining. In the event that a
repair is necessary, the entire sewer main segment shall be removed from the
contract.
2. Protruding Laterals: Any side sewer Lateral that encroaches beyond the inside
diameter of the sewer main host.pipe shall be considered a protruding lateral. The
Contractor shall take appropriate measures to internally remove that portion of the
lateral that is protruding. The method used to remove the protrusion shall not be
destructive to that portion of the side sewer lateral outside of the inside surface of
the sewer main host pipe, and shall result in a smooth, non -jagged edge which will
not hinder in any way the quality of the installation of the CIPP liner system. If the
Contractor is unable to remove the protruding lateral, it shall be noted on the
inspection report and Video Inspection Tracking Log and presented to the Engineer.
The Engineer shall make the final determination of whether the protruding lateral is
acceptable or needs repair prior to lining. In the event that a repair is necessary, the
entire sewer main segment may be removed from the contract by the Owner.
67
07/15/2015
3
4.
S
R
Internal removal of protruding laterals shall be incidental to the bid item "Pre -
Installation Cleaning and Inspection".
Bends and Curves: If, in the opinion of the Contractor, there exists a section in the
sewer main segment with bends or curves which may prevent lining operations, or
future CCTV inspections after a liner has been installed, or which may hinder in any
way the quality of installation of the CIPP liner system, it shall be noted on the
inspection report and Video Inspection Tracking Log and presented to the Engineer.
The Engineer shall review the defect and, if warranted, may remove the sewer main
segment from the contract.
Offset Joints: Any joint that is offset by more than one half (1/2) on an inch in an 8-
inch diameter pipe or one (1) inch in a 10-inch diameter or larger pipe shall be noted
on the inspection report and Video Inspection Tracking Log and presented to the
Engineer. The Engineer shall review the defect and make a final determination of
whether the offset is acceptable or needs to be repaired prior to lining.
Roots and Hanging Gaskets: The Contractor is required to remove all roots and
hanging gaskets within the sewer main pipe as a part of the cleaning operations. If
there are any roots growing into the main from a side sewer lateral the Contractor
shall take measures to cut them back to the point that they are no longer in the
main. The Contractor shall note these occurrences on the inspection report and
Video Inspection Tracking Log.
Other Defects: Any other defects in a sewer main segment that, in the Contractor's
opinion, will impede the Contractor's ability to clean and/or line to the level of
quality required within these contract provisions shall be noted on the inspection
report and Video Inspection Tracking Log and presented to the Engineer. The
Engineer shall review the defect and, if warranted, remove the sewer. main segment
from the contract.
7-20.3(6) Active/Inactive Side Sewer Tap Assessments
Based on existing information and the Pre -Installation Inspection DVD/Report, the Engineer
shall determine the active/inactive status of all side sewer connections to a sewer main
segment. Every side sewer connection shall be given a status of active or inactive and that
status shall be recorded on the Main Segment Cut Sheet.
Main Segment Cut Sheets will be provided to the Contractor within ten (10) working days
after the receipt of the Pre -Installation submittal in printed format. The "Cut Sheets" will be
developed after the Engineer has reviewed the Pre -Installation CCTV Inspection DVDs, and
associated inspection reports. The Engineer will note the side sewer footages (as
determined in the CCTV inspection), active/inactive status of the side sewer connection,
and the clock position of the connection on the cut sheet.
The Contractor shall only reinstate side sewers that are identified by the Engineer as being
active. If the Contractor reinstates a side sewer that is inactive, the Contractor has
effectively introduced a point for inflow and infiltration (1/1) to enter the sewer main
segment. In this circumstance the Contractor shall perform an appropriate internal or
external spot repair to remove this potential source of 1/1 at their own expense. Spot repair
methods and materials shall be approved by the Engineer prior to implementation.
If the Contractor fails to reinstate an active side sewer, the Contractor shall reinstate the
side sewer at their expense. The Contractor shall be held financially liable for all claims for
damages resulting from the missed reinstatement.
7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE (CIPP) (New Section)
7-21.1 Description
This Section specifies rehabilitation of pipelines by the installation of resin -impregnated
liner cured in place piping. Service connections and manholes may be rehabilitated with
I
68
1
07/15/2015
F
products specified in other Sections. Contractor shall coordinate rehabilitation of
manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall
ensure that resin systems are compatible with all rehabilitation products that they will
contact.
7-21.1(1) Related Work Specified Elsewhere
Resin Impregnated Fabric CIPP, Section 7-22.
Resin Impregnated Fiberglass CIPP, Section 7-23.
7-21.1(2) Licensing
The Contractor or sub -contractors shall be registered to work in the City of Renton.
The Contractor or sub -contractor installing the CIPP shall have a current license agreement
with the product Manufacturer or Assembler.
Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler.
Lining installation shall be in accordance with the requirements of the product
Manufacturer or Assembler and as directed by their Technical Representative. This includes
the correction of defective work.
Certification showing that the Installer is currently licensed by the appropriate licensor to
perform CIPP installation shall be provided.
7-21.1(3) Contractor and Manufacturer Qualifications
The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP
successfully installed in accordance with these specifications. Manufacturer's using
standards other than those listed in these specifications shall demonstrate to the
satisfaction of the Owner that the standards followed produce a product that is, at a
minimum, equal to the quality of product developed using the listed standards.
The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects
totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology.
In addition, the Contractor's project superintendent shall have a minimum of three (3)
successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed
CIPP rehabilitation technology. The Contractor's identified project superintendent shall be
on the project for the duration of the project and shall be available at all times during the
CIPP rehabilitation. At least one person on the Contractor's installation crew shall have a
minimum of one (1) year of CIPP installation experience and shall be on the project site at
all times. The Contractor's identified Lateral Cutting Technician shall have minimum of one
(1) year of experience reinstating laterals.
Wastewater collection system rehabilitation products submitted for approval shall be
provided with third party test results supporting long-term performance and structural
' strength of the product. Third party test result data shall be satisfactory to the Engineer.
Test samples shall have been prepared so as to simulate the installation methods and
trauma of project conditions.
' 7-21.1(4) Contractor Submittals
All procedures or material descriptions requiring the Engineer's approval shall be submitted
not less than 15 calendar days prior to mobilizing or commencing any CIPP activities at the
site of the work and shall include the following information:
1. CIPP Lining Plan to include the following:
• Work sequence organized by pipeline section with installation schedule.
' • Confirmation of liner length.
• Locations of all service connections with disposition for each.
• Anticipated cleaning and preparation requirements.
• Sewer Service Interruption Notification Plan.
11
69
07/ 15/2015
2. Manufacturer's certificate(s) indicating that the supplied lining materials meet
the requirements of the Specifications, ASTM standards and a certificate of
compliance from an independent third party lab.
3. Details on all lining materials and resins.
4. Name of resin supplier and liner fabric supplier.
5. Manufacturer's or Assembler's certification that the liner materials and system
are in compliance with the specifications, codes, and standards referenced in
these specifications.
6. Test reports on testing of CIPP products.
7. Manufacturer's or Assembler's recommendations for factory and field
(whichever applies) wet out procedures including: volume of resin per unit of
liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of
resin, pot life of resin, required wet out procedure to ensure full saturation, and
other criteria deemed necessary to ensure proper wet out of the liner.
8. Manufacturer's or Assembler's data sheets for factory wet out and/or
Contractor's data sheets for field wet out showing: quantity of resin and catalyst
used for each length of liner, at or prior to time of installation.
9. Manufacturer's or Assembler's certification that all Manufacturer's or
Assembler's wet out recommendations have been followed on all lengths of CIPP
which have factory wet out, at or prior to time of installation.
10. Manufacturer's or Assembler's recommendations for storage procedures and
temperature control, handling and inserting the liner, curing details, service
connection methods, trimming and finishing, and minimum equipment
requirements to allow for an adequate installation.
11. Manufacturer's or Assembler's recommendations and procedures for minimum
and maximum pressures, temperatures, and time durations to be used.
12. Data on Contractor's equipment to be used on site including: type and tolerance
of temperature gages and thermocouples used to monitor cure temperature;
type and tolerance of equipment used to generate liner inversion pressure;
make model, and technical data of all equipment used to generate heat for the
curing process; make, model and technical data of backup equipment used to
maintain curing temperature; rough size of vehicle(s) which carries the CIPP pipe
and installation equipment.
13. Pipe sizing certified calculations demonstrating that the liner has been properly
sized to avoid the creation of wrinkles or folds.
14. Manufacturer or Assembler onsite Representative's Certification that the
Contractor's installation meets all requirements of the Manufacturer or
Assembler and will not void the Owner's warranty.
15. CIPP field samples from previous field installations of the same resin system and
tube materials as proposed for the actual installation. Field sampling procedure
shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and
in accordance with ASTM D5813.
16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all
other compounds or chemicals to be used on the job site.
17. Data logger output in graphic format showing pipe section, time, pressure, and
temperature during activation, heating, curing, and cool down.
18. Informational hand out that describes the materials, processes, and odors
associated with the lining process. This handout shall be provided at the request
of concerned residents.
I
F
F
1
70
1
07/15/2015
7-21.1(5) Quality Assurance
The Manufacturer or Assembler shall provide the following:
1. List of inspection items that should be observed and recorded. Inspection items
include pre -installation activities, product identification, installation procedures,
equipment operations, and post -installation activities.
2. Review all post -installation CCTV tapes of the installed liner. Following this
'
review the Manufacturer's or Assembler's representative shall provide
certification to the Engineer ensuring that the Contractor's installation meets the
Manufacturer's or Assembler's requirements and will not void the warranty.
The finished CIPP shall be continuous over the entire length of an insertion run between
two manholes or access points and shall be free from visual defects such as foreign
inclusions, dry spots, pinholes, and de -lamination.
'
Wrinkles in the finished CIPP greater than S percent of the pipe diameter are unacceptable
and shall be removed and repaired by the Contractor at the Contractor's expense. Methods
of repair shall be proposed by Contractor and submitted to the Engineer for review and
'
approval.
7-21.1(6) Warranty
'
The Contractor shall warrant each mainline sewer lined with the specified product against
defects in materials, surface preparation, lining application, and workmanship for a period
of 24 months from the date of final acceptance of the project. The Contractor shall, within
one month of written notice thereof, repair defects in materials or workmanship that may
'
develop during said 24-month period. Defects shall be defined as: visible leakage of
groundwater through the CIPP system, de -lamination of any portion of the CIPP system as
visible from CCTV inspection, or separation of any part of the CIPP system from the host
'
pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent
or less of the completed CIPP system inside diameter. The Contractor shall also repair any
damage to other work; damage to sewer system components (including pump stations)
damages to buildings, houses or environmental damage caused by the backup of the sewer
'
because of the failure of the lining system or repairing of the same at the expense of
Contractor, and without cost to the Owner.
Repairs shall include removal of the existing liner and re -lining if possible, or excavation and
replacement of the section of pipe where the defect occurs.
7-21.2 Materials
7-21.2 1 Cured in Place Resin Impregnated Material in General
()
The liner shall be designed for a "fully deteriorated" pipe condition in accordance with the
procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All
material properties used in design calculations shall be long-term (time -corrected) values.
The Contractor shall be familiar with the existing site conditions when preparing the liner
'
design.
The CIPP will be continuous in length and the wall thickness shall be uniform. No
overlapping sections shall be allowed in the circumference or the length of the liner.
The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It
shall be able to stretch to fit irregular pipe sections and negotiate bends.
1
The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may
contact, and the host pipe materials.
1
71
07/15/2015
The CIPP shall be marked at a distance of regular intervals along its entire length, not to
exceed 5 feet. Markings shall include Manufacturer's or Assembler's name or identifying
symbol.
The CIPP liner shall be manufactured with materials from a consistent supplier. All
materials of similar type shall be from a single source for the entire project.
The composite materials of the liner tube and resin shall, upon installation inside the host
pipe, exceed the following minimum test standards, based on restrained sample cured in
host pipe and flat plate sample:
ical Properties
Flexural Strength (ASTM D790) 4,500 psi
Flexural Modulus (ASTM D790) Short Term 300,000 psi
Flexural Modulus (ASTM D2990) Long Term 150,000 psi
Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi
The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal
circumference and length of the original pipe.
1. Allowance shall be made for circumferential and longitudinal stretching during
the installation process.
2. Diametric shrinking during the curing process shall meet the requirements of
ASTM D 5813, Section 6.3.1 or better.
The liner thickness shall be designed based on the engineering formulas listed in ASTM
D638 and F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent
groundwater from entering the pipe, while maintaining the maximum cross -sectional pipe
area possible.
Contractor shall prepare design calculations for approval prior to performing the lining
work. The submitted design calculations shall provide the following information as a
minimum:
1. Manhole to Manhole designation 5321-010 to 5321-009
2. Pipe Nominal Diameter (inches)
3. Minimum Liner thickness (inches)
4. Proposed Liner Thickness (inches)
The following parameters shall be assumed for the liner design:
1. Modulus of soil reaction, E's = 1,500 psi (fully deteriorated)
2. Unit weight of soil = 140 pcf
3. The minimum ovality for straight runs shall be 2.0 percent
4. AASHTO H2O traffic loads
5. AREMA E-80 railroad loads
6. Groundwater at the surface
7. Factor of Safety, N=2.0
For liners inserted by the inversion method, the CIPP shall be coated on one side with a
translucent waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a
translucent waterproof coating of:
1. Polyvinyl chloride (PVC)
2. Polyurethane
1
11
72
r07/15/2015
I
3. Polyethylene
4. Polypropylene
7-21.2(2) Resin
The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test
Methods of ASTM D 5813.
Prior to construction, the Contractor shall submit an infrared spectrum chemical fingerprint
of the type of resin to be used for this project.
7-21.2(3) Physical Properties
The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing
quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical
reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet
the chemical resistance requirements of ASTM D543 when subjected to the following
solutions:
Chemical Solution
Concentration, percent
Tap Water (pH 6-9)
100
Nitric Acid
5
Phosphoric Acid
10
Sulfuric Acid
10
Gasoline
100
Vegetable Oil
100
Detergent
0.1
Soap
0.1
The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP
1 shall have at a minimum the full flow capacity of the original pipe before rehabilitation.
Calculated capacities may be derived using commonly accepted roughness coefficients for
the existing pipe material taking into consideration its age and condition.
' Physical properties shall be subject to ASTM D 2122.
7-21.3 Construction Requirements
7-21.3(1) Preparation
The Contractor shall make all necessary provisions to ensure service conditions and
structural conditions of host pipe are suitable for installation and warranty of the liner. The
'
Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of
the tube with resin, to ensure that the tube will have sufficient length to extend the entire
length of the run. The Contractor shall also measure the inside diameter of the existing
pipelines in the field prior to ordering liner so that the liner can be installed in a tight -fitted
condition.
'
7-21.3(1)A Flow Management
It shall be the Contractor's responsibility to maintain operation of the existing sewer
systems throughout the duration of the project without any interruption of sewer service.
The Contractor shall divert all flows around each segment of the pipe designated for
'
rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole
and discharging it to a manhole downstream of the rehabilitation operation. This can be
accomplished via a combination of pumping and/or gravity flow. After the work is
1
73
07/ 15/201
completed, flow shall be returned to the rehabilitated sewer system. The area affected by
the bypass operation shall be fully restored.
Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be
on -site and available for periods of maintenance, refueling or failure of the primary bypass
pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to
damage private or public property, or create a nuisance or public menace. The bypass -
pumping pipe shall not block any driveways or intersections unless approved by the
Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately
protected from traffic. The discharge of raw sewage to private property, city streets,
sidewalks, storm sewer, or any location other than an approved sanitary sewer is
prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines
should the Contractor's operation cause any backups or overflows.
The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe
capacity in each subject line removed from service. If flow conditions are greater than full
pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the
subject line from service. Working days will not be charged for the period of time during
which the flow is greater than full pipe. No additional payment will be made for periods of
high flows during which the Contractor elects to wait for lower flows. Once the Contractor
removes a section of line from service he/she is responsible to bypass any and all flow in the
system during construction, even in the event the system surcharges and exceeds the full
pipe capacity, until the line is returned to service.
All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing
sewer system shall be submitted by the Contractor for review. The Contractor's plan for
bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to
commence bypass pumping. The sewage bypass pumping plan shall include an emergency
response plan to be followed in the event of a failure of the bypass pumping. The review of
the bypassing system and equipment by the Engineer shall in no way relieve the Contractor
of his responsibility and public liability.
The Contractor shall coordinate activities with impacted property owners. Property Owners
shall be notified that their side sewer will be out of service for a specified period of time, as
approved by the Engineer.
When there exist situations where impacted properties cannot be disconnected, plugged, or
subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc.,
bypass pumping of the side sewer to the downstream sanitary sewer system shall be
required prior to insertion of the liner system. The Contractor shall verify whether a
property is able to be interrupted prior to lining operations 7-21.3(1)B Cleaning
Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements.
7-21.3(1)C Point Repairs
Advise the Engineer of any point requiring repairs that can only be performed by excavating
the defect and removing or repairing the obstruction.
Grout defects in the host pipeline including but not limited to open joints, fractures, cracks,
and holes in the pipeline as follows:
1. Grout all defects as recommended by liner manufacturer or installer.
2. Grout all locations with active infiltration.
Make point repairs of any host pipe defect that can be removed by conventional sewer
cleaning equipment or by remotely performed repair methods acceptable to the Engineer
Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects
protruding into the host pipe, internally with a remote controlled cutter.
I�
n
74
F1
07/ 15/2015
�J
11
Ll
P_
7-21.3(1)D Manholes
Protect all manholes to withstand forces generated by the equipment while installing the
liner.
7-21.3(2) Liner Installation
7-21.3(2)A Inversion Method
The impregnated tube shall be inserted through an existing manhole or other access point
by means of the Manufacturer's or Assembler's recommended installation process. The
application of a hydrostatic head, compressed air, or other means shall fully extend the liner
to the next designated manhole or termination point and inflate and firmly adhere the liner
to the pipe wall.
The liner shall be installed at a rate less than 10 feet per minute at all times.
Liner shall not be installed through intermediate manholes unless specifically requested in
advance in writing and approved by the Engineer.
Liner installation shall be in accordance with ASTM F 1216, Section 7.
When inversion is by hydrostatic head, the Contractor shall use methods that control the
installation rate, accounting for the increase in hydrostatic head in pipes that have
significant elevation change.
7-21.3(2)B Pull/Winch Method
The impregnated tube shall be pulled into place within the host pipe with the aid of a power
winch that is equipped with a device to monitor the force and prevent excessive tension
and tube elongation.
The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1)
percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the
fully inserted tube to the actual length of pipe being rehabilitated.
The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The
calibration hose may or may not remain in the complete installation. Hose materials
remaining in the installation shall be compatible with the resin system used, shall bond
permanently with the tube, and shall be translucent to facilitate post -installation inspection.
Hose materials that are to be removed after curing shall be of non-bonding material.
Liner installation shall be in accordance with ASTM 1743, Section 6.
7-21.3(2)C Finished Pipe Liner
The finished lining shall be continuous over the entire length of an installation run and be
free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de -
lamination. The lining shall be impervious and free of any leakage from the pipe to the
surrounding ground or from the ground to inside the lined pipe.
Any defect, which will or could affect the structural integrity, strength, capacity, or future
maintenance of the installed liners, shall be repaired at the Contractor's expense, in a
manner approved by the Engineer.
The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the
manhole, and the ends sealed with a resin mixture compatible with the liner/resin system
and shall provide a watertight seal. Sealing material and installation method shall be
submitted to and approved by the Engineer prior to start of construction.
75
07/15/2oU
Hydraulic cements and quick -set cement products are not acceptable.
7-21.3(3) Service Connection Restoration
Internally restore by using a pivot -headed CCTV camera and a remote cutting tool to locate
the service connections from inside the lined pipe and cutting a hole matching the service
connection diameter. Provide a hole free from burrs or projections and with a smooth and
crack -free edge. The hole shall be 95 percent minimum of the original service connection
interior diameter. The invert of the reinstated service opening shall match the invert of the
service connection. Service connection restoration shall be recorded on DVD disc and shall
include a pan and tilt view of the entire lateral circumference following cutting.
Other methods may be used as approved by the Engineer.
7-21.3(4) Testing
7-21.3(4)A Material Testing
Provide certified test results of the properties of the cured lining material from the actual
installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP
shall be sampled and tested for flexural strength and flexural modulus in accordance with
the requirements of ASTM D790.
Liner thickness shall be determined at a minimum of three (3) locations on a cut section of
the liner using a method of measurement accurate to the nearest 0.005 inch. Wall thickness
of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum
wall thickness at any point shall not be less than 87-1/2 percent of the design thickness.
7-21.3(4)B Field Testing
Low Pressure Air Test: Mainlines without service connections shall be low pressure air
tested in accordance with Section 7-17 of these specifications.
7-22 RESIN IMPREGNATED FABRIC CIPP
(New Section)
7-22.1 Description
This Section specifies rehabilitation of pipelines by the installation of resin -impregnated
fabric liners.
7-22.1(1) Related Work Specified Elsewhere
General Specifications for Cured In Place Pipe (CIPP), Section 7-21.
7-22.2 Materials
7-22.2(1) Cured in Place Pipe Liner
The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-
woven material, or a combination of non -woven and woven materials capable of carrying
resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5;
ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8.
Seams in the CIPP shall be stronger than the non -seamed felt.
7-22.2(2) Resin
The resin shall be a chemically resistant isopthalic based polyester thermoset resin and
catalyst system, or epoxy resin and hardener that is compatible with the installation
process. Vinyl Esters may be used, however, they shall only be used when specifically called
for by the Engineer. The resin should be able to cure both in the presence, and without the
presence of water, and the initiation temperature for cure should be less that 180 degrees
Fahrenheit. When properly cured the resin liner system shall meet the structural and
chemical resistance requirements of ASTM F1216 and ASTM F1743.
76
1 07/ 15/2015
The activated resin shall contain a colorant compatible with the resin, organic peroxides and
the installation and curing process, such as Creallova® CHROMA CHEM 844-7260 Phthalo-
Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall
be added concurrently with the organic peroxide activator solution, or immediately after
adding it to the resin, to serve as a multi -purpose visual quality assurance indicator.
'
7-22.2(3) Physical Properties
The wall color of the interior pipe surface of the CIPP after installation shall be a light
reflective color.
7-22.3 Construction Requirements
7-22.3(1) Preparation
7-22.3(1)A Cleaning
Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements.
7-22.3(2) Installation
7-22.3(2)A Resin Impregnation
The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the
'
volume of all voids in the fabric tube material with additional allowances for polymerization
shrinkage and the loss of resin through cracks and irregularities in the host pipe wall.
A vacuum impregnation process shall be used. To insure thorough resin saturation
throughout the length of the felt tube the level of the vacuum and the speed of the resin
advance shall be coordinated so that white spots (dry areas) at the inside surface of the
flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or
3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length.
A roller system shall be used to uniformly distribute the resin throughout the fabric tube.
The roller gap dimension shall be calculated by a method that determines the correct
'
volume of resin/felt per foot contained within the confining perimeter of the flexible
membrane.
The "wet -out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable,
and shall have 'a uniform thickness and excess resin distribution that when compressed at
installation pressures will meet or exceed the design thickness after cure.
'
No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color
contrast between the felt fabric and the activated resin containing a colorant.
The person in charge of the "wet -out" process shall complete and sign a "wet -out" sheet for
"wet
'
each liner to be delivered to the site. The certified -out" sheet shall include, but is not
limited to, "wet -out" date, resin identification, fabric tube length, diameter, and thickness.
The Contractor must submit to the Engineer the signed "wet -out" sheet for each liner
delivered to the site. Additionally, the Contractor shall submit a sample "wet -out" sheet
'
from a previous job for the Engineer's review prior to the start of the "wet -out" process for
the current project.
I
The Owner reserves the right to inspect all phases of production and testing of materials,
from manufacturing, shipping, "wet -out", installation, and cure, to finished product
Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the
1
inversion method only.
11
77
07/ 15/2015
7-22.3(2)B Water, Air or Steam Curing
After placement of the liner is complete, provide a suitable heat source and distribution
equipment. The equipment shall be capable of circulating hot water, air, and/or steam
throughout the lined section in accordance with the Manufacturer's or Assembler's
recommendations to raise the temperature uniformly above the temperature required to
affect a resin cure. This temperature shall be determined by the Manufacturer or
Assembler based on the resin/hardener system employed.
The heat source shall be fitted with continuous monitoring thermocouples to measure and
record the temperature of the incoming and outgoing water, steam, and/or air supply.
Water, steam, or air temperature during the cure period shall meet the requirements of the
resin Manufacturer or Assembler as measured and recorded at the heat source inflow and
outflow return lines.
Provide standby equipment to maintain the heat source supply. The temperature during
the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe
wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet
resin system requirements.
Temperature shall be maintained during the curing period as recommended by the resin
Manufacturer or Assembler, and shall follow the heating schedule supplied by the
Manufacturer or Assembler.
A data logger shall record temperature, pressure, and time during activation, heating, and
curing.
7-22.3(2)C Cool Down
Cool the liner down to temperature specified by Manufacturer or Assembler following the
cure period for duration specified by Manufacturer or Assembler, prior to relieving static
head.
Care shall be taken to ensure that a vacuum is not induced which could damage the new
CIPP during the release of head on the new CIPP.
A data logger shall record temperature, pressure, and time during cool down.
7-23 RESIN IMPREGNATED FIBERGLASS CIPP . (New Section)
7-23.1 Description
Contractor shall provide and install a resin impregnated fiberglass material tube with a
plastic coated wearing surface in all sewers identified for CIPP lining in accordance with
ASTM F 1216 and ASTM F 2019.
7-23.1(1) Related Work Specified Elsewhere
General Specifications for Cured In Place Pipe (CIPP), Section 7-21.
7-23.1(2) Reference Specifications, Codes, and Standards
The following documents form a part of this specification to the extent stated herein and
shall be the latest editions thereof. Where differences exist between codes and standards,
the one affording the greatest protection shall apply, as determined by the City.
I
11
i�
d
78
1
07/ 15/2015
I�
11
11
Reference
Title
ASTM D 543
Test Method for Resistance of Plastics to Chemical Reagents
ASTM D 578
Standard Specification Glass Fiber Strands
ASTM D 638
Test Method for Tensile Properties of Plastics
ASTM D 790
Flexural Properties of Unreinforced and Reinforced Plastics and
Electrical Insulating Materials
ASTM D 883
Definitions and Terms Relating to Plastics
ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics
ASTM F 412 Definitions of Terms relating to Plastic Piping Systems
ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and
Curing of a Resin Impregnated Tube
ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits
by the. Pulled in Place Installation of Glass Reinforced Plastic (GRP)
Cured -in -Place Thermosetting Resin Pipe (CIPP)
7-23.1(3) CIPP Liner Samples
The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its
physical properties. Samples shall be prepared and tested using the flat plate sampling
method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019,
as is applicable. The sample will be constructed on the same materials (tube and
resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large
enough to provide five sample specimens for each Short Term Flexural (Bending) properties
as per ASTM D 790 and ASTM D 638 respectively.
The cured sample shall be tested by an independent testing laboratory, as recommended by
the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile
properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be
made until test results are received. The Contractor shall be responsible for any deviation
from the specified physical properties and those evaluated through testing. Failure to meet
the specified physical properties will result in the CIPP liner being considered defective work
which will be handled in accordance with Section 1=05 of the standard specifications. The
Contractor shall be responsible for all costs associated with the testing of the liner physical
properties.
The above -stated sampling shall be performed for each separate installation of CIPP. For
example: one flat plate sample from each individual pipeline liner installed.
The wall thickness of the material tube shall be ordered to the next standard 1.0 mm
incremental thickness above the minimum calculated design thickness. Unless otherwise
specified to provide for excess resin migration, the gap thickness of the wetting -out
equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during
' impregnation. The minimum wall thickness shall be determined at a minimum of three
locations on a cut section of the CIPP flat plate sample using a method of measurement
accurate to the nearest 0.005 inch.
r 7-23.1(4) CIPP Liner Handling
Contractor shall exercise adequate care during transportation, handling, and installing to
ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP
materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be
1
r 79
07/ 15/2015
repaired or replaced in accordance with the manufacturer's recommendations and approval
by the Engineer before proceeding further; and at the Contractor's expense.
7-23.2 Materials
7-23.2(1) General Specifications
All materials and installation procedures provided by the Contractor for use in the. CIPP
installation process shall be equal to or exceed the requirements of Sections 5 and 7 of
ASTM.F 1216 or ASTM F 2019 Section 5 and 6, as is applicable.
Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or
reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe
diameter) are unacceptable and shall be removed or repaired by the Contractor at no
additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural
stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the
Contractor shall repair or replace that section of the pipe at. no additional cost to the
Owner. Methods of repair shall be proposed by the Contractor and submitted to the
Engineer for review.
Contractor shall be responsible for control of all material and process variables to provide a
finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019,
as is applicable and supplemented herein.
7-23.2(2) Chemical Resistance
The chemical resistance tests should be completed in accordance with Test Method ASTM D
543. Exposure should be for a minimum of one month at 73.4 degrees F. During this
period, the CIPP test specimens should lose no more than 20 percent of their initial flexural
strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or
ASTM F 1743, whichever is applicable.
The Contractor shall be responsible for all costs associated with the chemical resistance
tests.
Proof of meeting these requirements shall be provided to the Engineer for approval at least
ten (10) days prior to commencement of work.
7-23.2(3) Component Properties
The fiberglass tubing shall be made of non corrosion material and shall be free from tears,
holes, cuts, foreign materials and other surface defects.
The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins
should be appropriate for conditions encountered.
7-23.2(4) Finished and Cured CIPP Liner Properties
The physical properties of the cured CIPP shall have minimum initial test values as given in
Section 17-21. Properties for these or any other enhanced resins shall be substantiated
with test data.
7-23.2(5) Dimensions
Contractor shall make allowances in determining the in -liner tube length and circumference
for stretch during installation and shrinkage during curing. The minimum length shall be
that which continuously spans the distance from the center of the inlet manhole to the
center of the outlet manhole. The Contractor shall verify the lengths in the field before the
in -liner tube is cut and impregnated. Individual installation runs may include one or more
manhole -to -manhole sections as approved by the Engineer. Installation of the liner shall be
through existing or new manholes. Excavation for liner insertion shall not be permitted
except to replace the manhole cones, if necessary and/or required.
80
I
07/15/201 5
The diameter of the existing pipes may be larger than the nominal inside diameter. It is the
Contractor's responsibility to determine the required diameter of the liner.
The maximum wall thickness shall be at least the calculated design thickness, or the
minimum specified, to increase the diameter only as much as necessary.
7-23.3 Construction Requirements
7-23.3(1) Installation Procedures
It is forbidden to "wet -out" in -liner at the construction site because of external influences
such as heat, no possibilities to control vacuum and correct mixture of resin.
The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside
pressure due to groundwater.
7-23.3(1)A Installation Process
The liner will be installed by the pull/winch method.
The Contractor has to make sure that at no time resin can come in contact to the
groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre -
liner is part.of the installation and is included without any additional costs.
Before pulling the in -liner in, a protective foil has to be installed. The in -liner tube shall be
impregnated with resin and lowered into the manhole. The tube shall then be pulled into
position within the existing pipe with the aid of a power winch that is equipped with a
device to monitor the force and prevent excessive tension and tube elongation as
determined by the liner manufacturer. The pipe shall then be inflated with air. The in -liner
has to be inspected immediately before starting the curing process.
7-23.3(1)B Curing
Pre -curing video inspection of the inflated liner must be recorded and the entire length of
the liner must be recorded including the liner section that the light chain occupies at any
one time. Two cameras must be located on the light chain, one on the front and one on the
rear of the light chain to insure the entire length of the liner has been properly inflated.
Curing must be done under UV — Light only. The curing process shall follow a step cure or
similar approach recommended by the manufacturer and approved by the Engineer, and
shall be held at the top step for an adequate length of time as determined by the liner
1
manufacturer to ensure that the design physical properties are attained.
Pressure, temperature and curing process shall be monitored by both, computer and video
at any time as determined by the liner manufacturer.
7-23.3(2) Finished Product
The finished CIPP shall be continuous over the entire length of an installation run.
Defects such as foreign inclusions, dry spots, pinholes, de -lamination, and wrinkling beyond
1
the specification allowances, determined by the Engineer as affecting the integrity or
strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be
repaired or replaced at the Contractor's expense.
'
7-24 MANHOLE REHABILITATION (New Section)
7-24.1 Description
'
This Section specifies work, materials and equipment necessary for the installation of
coatings applied to the interior of concrete and masonry sanitary sewer manholes and
manhole risers to eliminate infiltration, provide corrosion protection, and repair voids
utilizing a monolithic, fiber -reinforced, structurally enhanced, cementitious-based liner
'
material sprayed applied to the wall and bench surfaces of the manhole structure.
1 81
07/ 15/201 5
A large portion of the rehabilitation work is located outside of public rights -of -way, both
within and behind an apartment complex. The Contractor shall be responsible to properly
secure materials and equipment utilized to perform the work required for this project. The
Contractor shall coordinate with property owner(s) to preserve access within the site and
maintain the site in a safe manner.
7-24.1(1) Reference Specifications, Codes, and Standards
The following documents form a part of this specification to the extent stated herein and
shall be the latest editions thereof. Where differences exist between codes and standards,
the one affording the greatest protection shall apply, as determined by the Owner.
Reference Title
ASTM C 78 Flexural Strength of Concrete (Using Simple Beam with Third Point
Loading)
ASTM C 94 Ready -Mixed Concrete
ASTM C 109 Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or 50-
mm Cube Specimens)
ASTM C 234 Comparing Concretes on the Basis of the Bond Developed with
Reinforcing Steel
ASTM C 321 Bond Strength of Chemical -Resistant Mortars
ASTV C 496 Splitting Tensile Strength of Cylindrical Concrete Specimens
ASTM C 596
Drying Shrinkage of Mortar Containing Portland Cement
ASTM C 666
Resistance of Concrete to Rapid Freezing and Thawing
ASTM C 827
Change in Height at Early Ages of Cylindrical Specimens from
Cementitious Mixtures
ASTM C 952
Bond Strength of Mortar to Masonry Units
ASTM C 1244 Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test
7-24.1(2) Licensing
The Contractor or sub -contractors shall be registered to work in the City of Renton.
The Contractor or sub -contractor installing the manhole rehabilitation product shall have a
current license agreement with the product Manufacturer or Assembler.
Individuals installing the manhole rehabilitation product shall be certified by the product
Manufacturer or Assembler.
Manhole liner installation shall be in accordance with the requirements of the product
Manufacturer and as directed by their Technical Representative. This includes the
correction of defective work.
Certification showing that the Installer is currently licensed by the appropriate licensor to
perform the manhole liner installation shall be provided.
7-24.1(3) Contractor and Manufacturer Qualifications
The Manufacturer of the manhole rehabilitation liner product shall have a minimum of 10
year history of successfully installed manhole rehabilitation liners in accordance with these
specifications. Manufacturer's using standards other than those listed in these
specifications shall demonstrate to the satisfaction of the Owner that the standards
82
1
07/15/201 5
ii
I
1
1
followed produce a product that is, at a minimum, equal to the quality of product
developed using the listed standards.
Product application shall be performed only by workmen who are factory trained and
experienced to apply the proposed manhole rehabilitation liner product. Applicators to
perform coating installation work, including spray operators as applicable, shall be certified
by the manufacturer. The Applicator shall have a minimum of three (3) years experience
and have successfully used the specified product on a minimum of 100 manholes. The
Contractors shall provide references and documentation of certification and experience.
Applicator shall be the person responsible for the actual work, either as the foreman or the
person actually applying the coating system.
7-24.1(4) Contractor Submittals
All procedures or material descriptions requiring the Engineer's approval shall be submitted
not less than 15 calendar days prior to mobilizing or commencing any manhole
rehabilitation activities at the site of the work and shall include the following information:
1. Manufacturer's technical literature on coating material, and description of
installation method that includes the following:
• Manufacturer's name and product name
• Physical properties, tensile/compressive/flexural strength, volatile organic
compound (VOC) content, etc.
• Surface preparation requirements
• Primer type, where required
• Environmental controls and requirements for application and worker safety
• Maximum dry and wet mil thickness per coat
• Minimum and maximum curing time between coats, including atmospheric
conditions for each
• Curing time before submergence in municipal wastewater
• Thinner to be used with each coating
• Ventilation requirements
• Allowable application methods
• Maximum storage life and storage requirements
• Material Safety Data Sheets
• Minimum and maximum relative humidity requirements
• Minimum and maximum surface temperature requirements
• Minimum and maximum ambient temperature requirements
• Manufacturer's recommended application procedure
• ASTM test results indicating the product conforms to and is suitable for its
intended use per these specifications
2. Manufacturer's certificate(s) indicating that the supplied lining materials meet
the requirements of the Specifications, ASTM standards and a certificate of
compliance from an independent third party lab.
3. Manufacturer Qualifications: Submit list of a minimum of 10 manhole
rehabilitation projects (at least 500 manholes) completed during the past 5
years.
4. Applicator Qualifications: Submit certification stating applicator is factory trained
and approved by manufacturer in application of specified product. Provide list of
recently completed manhole rehabilitation projects, including project name and
location, names of owner and engineer, and description of products used,
substrates, and application procedures.
83
07/15/2oU
5. Bypass Pumping: The Contractor shall submit shop drawings that identify the
liner insertion and bypass pumping locations and methods with sufficient detail
to assure that the work can be accomplished without sewage spill. The bypass
pumping plan shall include an emergency response plan to be followed in the
event of a failure of the bypass pumping system.
6. A list of all equipment shall be provided before the equipment is delivered to the
worksite. Certification by the individual coating system manufacturer that the
application equipment is sufficient to adequately apply the coating.
7. Provide information on planned surface preparation procedures including, when
relevant, abrasive media, minimum delivery pressure and flow rate (e.g. 5,000
psig @ 4 gpm), nozzle types (e.g. zero degree rotating nozzle), etc. for coating
systems specified. Surface preparation method(s) shall be based upon the
conditions of the substrate and the requirements of the protective coating to be
applied. Whichever method(s) are used, they shall be performed in a manner
that provides a uniform, sound clean neutralized surface.
8. For each prime and finish coating, furnish a 12-inch square sample applied to
concrete board. Field sample may be requested by the Owner.
7-24.1(5) Quality Assurance
Pre -Application Meeting: Convene a pre -application meeting a minimum of one (1) week
before the start of manhole rehabilitation. The meeting shall be attended by all parties
directly affecting the work, including the Contractor, Engineer, applicator, and
manufacturer's representative. The purpose of the pre -application meeting will be to
review surface preparation, invert repair, application process, curing requirements, field
quality control, protection and emergency response plans, and coordination with other
work.
Materials, supplies, and articles provided shall be the standard products of manufacturers.
Coatings in a particular system shall be the products of a single manufacturer.
The Contractor shall initiate and enforce quality control procedures consistent with
applicable standards and the manufacturer's recommendations.
The Owner's representative will observe preparation, installation and material handling
procedures to ensure adherence to the specifications.
Deviations from the manufacturer's printed instructions will not be allowed unless
approved in writing by the manufacturer and the Owner before execution of said change.
Where there is a conflict between the manufacturer's recommendations and these
specifications, the manufacturer's recommendations shall govern.
The Contractor shall perform the coating work and vacuum testing on four manholes and
qualify the process, materials, and crew before proceeding with the rest of the coating work
for the specific coating system.
7-24.1(6) Delivery, Storage, and Handling
Material shall be delivered to the job site in their original, unopened containers. Each
container shall bear the manufacturer's name brand, batch number, date of manufacture,
storage life, and special directions.
Coatings shall be stored in enclosed structures and shall be protected from weather and
excessive heat or cold. Flammable materials shall be stored in accordance with state and
local codes. Materials exceeding storage life recommended by the manufacturer or that
have been visibly damaged shall be removed from the site.
84
07/15/2015
1
1�
1
it
1
1�'
Ll
Protective coating materials are to be handled according to their material safety data
sheets.
7-24.1(7) Containment
No coating materials, solvents, chemicals, blasting media, or debris of any sort shall be
allowed down the sewer. Water from pressure washing (>100 psi) may be allowed down
the sewer after any debris has settled, when it is demonstrated to the satisfaction of the
Owner that no debris will flow down the sewer. Water applied at less than 100 psi and
containing common, household strength detergents, that is used strictly for rinsing the
interior surfaces of the manhole may be allowed down the sewer as long as no debris is
washed down the sewer.
All overspray shall be contained within the manhole. Dust or dry spray mists exiting the
manhole shall be contained in the immediate vicinity of the manhole by means of tarps or
filtration fabrics.
7-24.1(8) Warranty
The Contractor and coating Manufacturer shall equally warrant each manhole coated with
the specified product against defects in materials, surface preparation, coating application,
and workmanship for a period of 18 months from the date of final acceptance of the
project. The Contractor and coating Manufacturer shall, within one month of written notice
thereof, repair defects in materials or workmanship that may develop during said 18-month
period. Defects shall be defined as: visible leakage of groundwater through the coating or
separation of any part of the coating from the host manhole.
7-24.2 Materials
7-24.2(1) General
Materials, supplies, and articles provided shall be the standard products of manufacturers.
Coatings in a particular system shall be the products of a single manufacturer and shall be
compatible with the substrate and each other. All materials shall be approved by the
manufacturer.
Materials shall not be used until the Owner has inspected the materials and surface
preparation. Surface preparation shall be as specified for each product.
The standard products of manufacturers other than those specified may be accepted when
it is demonstrated that they are equal in composition, durability, usefulness, and
convenience for the purpose intended. Requests for substitutions may be considered when
submitted per the specifications provided the following minimum conditions are met:
• The proposed coating system shall use an equal or greater number of separate
coats to achieve the required dry film thickness.
• The proposed coating system shall use coatings of the same generic type.
• The directions for application and descriptive literature which includes generic
type, non-volatile content by volume, material safety data sheets, VOC's by
weight per gallon, and other information confirms that the substitution is equal
to the specified coating system.
• Certified laboratory data sheets showing the results of complete physical
property durability tests performed on the proposed substitute. Tests shall be
performed by a laboratory which conforms to the provisions of ASTM E329 and
which shall be a member of the American Council of Independent Laboritories.
• No coating materials shall contain benzene, volatile organic compounds,
isocyanates, styrenes, or lead.
Blasting material shall be arsenic -free and contain no free silica. Blasting material shall not
be reused.
m
7-24.2(2) Strong -Seal Systems
7-24.2(2)A Patching Material
C
85
07/15/201>
Strong -Seal® QSR, a quick setting fiber reinforced calcium aluminate corrosion resistant
cementitious material, shall be used as a patching material and is to be mixed and applied
according to manufacturer's recommendations and shall have the following minimum
requirements:
Minimum Requirements
Compressive Strength
ASTM C109
>800 psi, 1 hrs.
>1800 psi, 24 hrs.
Bond
ASTM C882
>1600 psi, 28 days
Calcium Aluminate Cement
Sulfate resistant
Applied Density
105 Ibs/ft3± 5
Shrinkage
ASTM C596
0% at 90% R.H.
Placement Time
5 to 10 minutes
Set Time
15 to 30 minutes
7-24.2(2)B Infiltration Control Material
Strong -Plug®, a rapid setting cementitious product specifically formulated for leak control,
shall be used to stop minor water infiltration and shall be mixed and applied according to
manufacturer's recommendations and shall have the following minimum reauirements:
Minimum Requirements
Compressive
Strength
ASTM C109
>1000psi, 1 hrs.
>2500 psi, 24 hrs.
Sulfate Resistance
ASTM C267
No weight loss after 15 cycles
@ 2000 ppm
Freeze/Thaw
ASTM C666 "Method A"
100 cycles
Pull Out Strength
ASTM C234
14,000 Ibs
Set Time
<1.0 minute
7-24.2(2)C Liner Material
Strong -Seal® MS2-C cementitious liner shall be used to form a structural monolithic liner
covering all interior substrate surfaces and shall be mixed and applied according to
manufacturer's recommendations and shall have the following minimum requirements:
Item
Specification
Time
MS2-C
Compressive Strength
ASTM C109
28 days
>8000 psi
Tensile Strength
ASTM C496
28 days
>800 psi
Flexural Strength
ASTM C293
28 days
>1500 psi
Shrinkage @ 90% R.H.
ASTM C596
28 days
0%
Bond
ASTM C882
28 days
>2000 psi
Density, When Applied
-
N/A
134 ± 5 Ibs/ft3
Freeze/Thaw
ASTM C666
N/A
100 cycles (no visible
damage)
Strong -Seal® MS2-C® shall be made with calcium aluminate cement and shall be used
according to manufacturer's recommendations in applications. Strong -Seal® MS2-C®
product or approved equivalent shall be factory blended requiring only the addition of
water at the jobsite. The bag weight shall be 61-67 pounds. The contents shall have a dry
bulk density of 82-85 pounds per cubic foot. When mixed with manufacturer's
86
07/ 15/2015
L
L�
recommended amount of water it shall have a wet nozzle density in the range of 129-139
pounds per cubic foot and shall have a typical yield of .57 cubic feet per bag.
7-24.2(3) SewperCoat'
7-24.2(3)A Inflow and Infiltration Prevention
If inflow or infiltration is observed within the structure after surface preparation is
complete, a rapid setting crystalline enhanced hydraulic cement product specifically
formulated for infiltration control shall be used to stop the minor infiltration flows in
accordance with the manufacturer's recommendations. The material shall meet the
following stren th requirements:
Minimum Requirements
Compressive
ASTM C597B
600 psi, 24 hrs.
Strength
1000 psi, 7 days
Bond Strength
ASTM C321
30 psi, 1 fir.
80 psi, 1 day
The material shall be Preco Plug, Octocrete, Burke Plug or Owner approved equal. Where
infiltration flows are more severe, pressure grouting may be required. The material for
pressure grouting shall be Avanti A-220, DeNeef or Owner approved equal installed in
accordance with the manufacturer's written instructions.
7-24.2(3)B Liner Material
The mortar mix shall be either SewperCoat PG or SewperCoat 2000HS Regular, both as
manufactured by Kerneos Inc. — Chesapeake, Virginia.
Lining material furnished under this specification shall be a prepackaged mortar mix,
including all cement, aggregates, and any required additives. It is the intent of this
specification that the Contractor only be required to add the proper amount of potable
water so as to produce concrete suitable for spray application.
The chemical composition of the cement portion as well as the aggregates of the mortar
mix shall be as follows:
A1203
ICaO
IFe0 + Fe203
1 Si02
39-44%
35-39%
9-14%
5-7%
The desien properties of the mortar mix shall be as follows:
Item
Specification
Time
MS2-C
Compressive Strength
ASTM C109
24 hrs.
28 days
>6000 psi
>8000 psi
Flexural Strength
ASTM C293
24 hrs.
28 days
>1300 psi
>1600 psi
Splitting Tensile Strength
ASTM C496
24 hrs.
>900 psi
Slant Shear Test
ASTM C882
28 days
>2300 psi
Shrinkage
ASTM C596
28 days
>0.08% cured @ 90% R.H.
Freeze/Thaw
ASTM C666
N/A
300 cycles (no visible
damage)
In addition, the mortar mix shall be designed to withstand long-term exposure to a
bacterially corrosive hydrogen sulfide environment that may be expected to produce a pH
of 1 on normal Portland cement based concrete or typical brick and mortar surfaces.
87
07/15/2015
7-24.2(4) Water
Water used to mix product shall be clean and potable. Questionable water shall be tested
by a laboratory per ASTM C94 procedure. Potable water need not be tested.
7-24.3 Construction Requirements
7-24.3(1) Notification
The Contractor shall provide notification of the project to the adjacent properties.
Notification shall be by "door hanger" notice and where appropriate by direct contact.
Notification shall include general information as to the type of construction, as well as
specific information as to how the property may be affected and what steps should be
taken to minimize impacts to the property and facilitate the Contractor's work.
7-24.3(2) Examination
The Contractor shall examine surfaces to receive manhole rehabilitation. Notify the
Engineer in writing if surfaces are not acceptable. Do not begin surface preparation, repair,
or application until unacceptable conditions have been corrected.
7-24.3(3) Surface Preparation
7-24.3(3)A General
Surfaces to be coated shall be prepared per the coating manufacturer's recommendations.
Before applying coating, all contaminants including sewage, oil, grease, dirt, rust, loose mill
scale, waxes, efflorescence, sealers, salts, old weathered coatings and other foreign
substances shall be removed. Oil and grease shall be removed before mechanical cleaning
is started. Where mechanical cleaning is accomplished by abrasive blast cleaning, the
abrasive used shall be washed, graded and free of contaminants which might interfere with
the adhesion of the coatings. Steam cleaning, detergent, industrial degreasers, and hot
water, shall be used to clean wall surfaces unless this in contrary to the recommendations
of the specific coating system manufacturer. Acid solutions shall not be used.
Clean cloths and clean fluids shall be used in solvent cleaning.
Damaged surfaces shall be observed by Owner before repairs are made.
Plug or place covers over all pipe openings to prevent extraneous material from entering
the sewer system.
7-24.3(3)B Surface Preparation of Concrete and Masonry Surfaces
Concrete shall be prepared per SSPC SP13/NACE 6 "Surface Preparation for Concrete", and
the coating manufacturer's recommendation.
Loose or protruding brick, mortar and concrete shall be removed by using a mason's
hammer and chisel. The surface to be repaired must be clean and free of any loose
materials.
Bug holes, holes, and honeycombs shall be filled and sealed per recommendations of
coating system manufacturer. Grout shall be as recommended by coating system
manufacturer.
All leaks evidenced by indications of infiltration, shall be plugged with materials as
recommended by coating manufacturer.
Surface profile created by abrasive blasted surfaces shall be per the manufacturer's
recommendation for the coating system.
88
1 07/15/2015
Surfaces which are to be coated shall be allowed to dry to the moisture content
recommended by the coating manufacturer.
Steam cleaning may be used to clean wall surfaces and channels to be coated.
7-24.3(3)C Plastic Surfaces
1 Do not coat the tread surfaces of plastic ladders or steps.
7-24.3(4) Application
The coating shall not be applied to a frozen surface or to a surface that may freeze within 24
hours of application. Frozen conditions shall be defined as ambient temperatures of 32
degrees Fahrenheit or below.
Coating shall be conducted in accordance with the requirements of SSPC, Good Painting
Practice, Volume 1.
Coated surfaces shall be free of significant runs, drips, ridges, waves, laps and brush marks,
1
etc. Coats shall be applied so as to produce an even film of uniform thickness.
Coating equipment shall be designed for application of the material specified. Compressors
shall have traps and filters to remove water and oils. Spray equipment shall be equipped
with mechanical agitators, pressure gages, and pressure regulators, and spray nozzles of the
proper sizes and functioning in a manner suitable to perform the work. The spray
equipment shall be specifically designed to accurately ratio and apply the specified
protective coating materials and shall be regularly maintained and in proper working order.
Spray application equipment must be approved by the coating manufacturer and shall be
used to apply each coat of the protective coating.
'
Each coat of material shall be applied evenly and sharply cut to line.
Coating shall provide a monolithic film with coverage of all specified surfaces and
interfacing joints. Undercoats shall be sanded to provide a surface suitable for the proper
application and adhesion of subsequent coats. Overspray, pinholes and other surface
defects shall be repaired.
Coating shall be thoroughly stirred, strained, and kept at a uniform consistency during
application, and shall be mixed in accordance with the manufacturer's instructions.
Where two or more coats are required, all coats will be Wet Film Thickness tested.
'
Coating system thickness is the total thickness of primer and finish coats. Coatings shall be
applied to the thickness specified by the manufacturer.
Surface to be coated shall be clean and free of all foreign material and shall be damp
without noticeable free water droplets or running water, but totally saturated just prior to
application of the material. Materials shall be spray applied up to one (1) inch thick in one
or more passes from the bottom to the top; however, the minimum total thickness shall not
be less than % inch. The surface is then troweled to a relatively smooth finish being careful
'
not to over trowel.
A brush finish shall be applied to the trowel -finished surface. Manufacturer's
recommendations shall be followed whenever more than 24 hours have elapsed between
applications.
Application shall be from an angle as nearly perpendicular to the surface as practicable,
with the nozzle held at least 1 foot from the working substrate (except in confined control).
'
If the flow of material at the nozzle is not uniform and slugs, sand spots, or wet sloughs
result, the applicator shall direct the nozzle away from the work until the faulty conditions
are corrected. Such defects shall be replaced as the work progresses.
1
89
07/15/201 5
Application shall be suspended if the air velocity separates the cement from the aggregate
at the nozzle or if the ambient temperature approaches freezing and the newly placed
coating cannot be protected and insulated.
The time interval between successive layers of material application must be sufficient to
allow "tackiness" to develop but not final set.
Construction joints in the coating within a manhole shall be avoided. In the event a
construction joint in the coating is necessary and approved by the Owner, it shall be sloped
off to a thin, clean, regular edge, at a 45-degree angle. Prior to placement of the adjoining
materials, the sloped portion and adjacent applied material shall be thoroughly cleaned as
necessary, then moistened and scoured with an air jet.
7-24.3(5) Bench Application
The bench shall be sprayed with material applied in such a manner that a gradual slope is
produced from the walls to the invert with the thickness at the invert to be no less than %2
inch. The wall/bench intersection shall be rounded to a uniform radius the full
circumference of the intersection.
7-24.3(6) Curing
Comply with all manufacturer's recommendations for curing. Minimize exposure of applied
materials to sunlight and air movement. Cover structure if time between applications of
additional coats is to be longer than 15 minutes. Do not expose finished material to
sunlight or air movement for longer than 15 minutes before covering or closing access.
Shade manhole while rehabilitation is in process in hot and arid weather. Apply
manufacturer recommended concrete curing compound if relative humidity is less than 70%
within manhole.
Allow a minimum 4 hour cure time before subjecting manhole to flows or surcharge. If
manhole is subject to force main flows, allow a minimum of 6 hour cure time before
reinstating flows to the manhole. Do not allow traffic for a minimum of 24 hours after final
application of the coating.
7-24.3(7) Manhole Steps
Any manhole ladders or steps shall be protected and not coated during the manhole
rehabilitation.
The Contractor shall notify the Owner of any manhole ladders or steps needing to be
replaced prior to beginning the coating process.
7-24.3(8) Field Quality Control
7-24.3(8)A General Testing
The Contractor shall provide all testing equipment. Equipment shall be in good condition
and shall be calibrated as defined by applicable standards. Test equipment shall be
available to the inspector at all times. Failure to maintain test equipment in proper working
order or failure to have test equipment available to inspector when needed may require
delaying the related work and shall not be considered a valid reason for time extensions or
delay claims.
A test report shall be completed for every manhole
Inspection by the Engineer or the waiver of inspection of any portion of the work shall not
relieve the Contractor of responsibility to perform the work as specified.
7-24.3(8)B Product Testing
Four 2-inch cubes may be cast each day or from every pallet of product used, and shall be
properly packaged, labeled and returned to the manufacturer or an independent third -party
90
07/15/2015
testing lab for testing in.accordance with the Owner's or Manufacturer's directions for
compression strength per ASTM C109 procedure. The results of the testing shall be
submitted to both the Contractor and the.Engineer.
7-24.3(8)C Vacuum Testing
After coating system application (excluding coatings to only the interior of a chimney and
spot -type only repairs) a vacuum test shall be performed by the Contractor. The testing
shall be performed per ACTM C1244 — Standard Test Method for Concrete Sewer Manholes
by the Negative Air Pressure (Vacuum) Test Prior to Backfill, and as modified in these
specifications. This test shall be measured as pass or fail. Pass/Fail shall be documented in
the test report. Failure of this test requires the Contractor to repair the coating or recoat,
as recommended by the manufacturer and approved by the Owner, and retest. This test
shall use liquid soap to find and document leaks. Leak locations shall be documented in the
test report. This test shall be performed in the presence of the Owner's Project.
Representative. The Contractor must provide the Owner a minimum of 2 working days
notice prior to the test. Vacuum testing shall not be performed earlier than 7 days after
application.
7-24.3(8)D pH Testing
After surface preparation and prior to coating system being applied to the interior of a
manhole, measure and record pH of the manhole interior surface in at least two locations
as directed by the Owner. Adjust if required by the coating system manufacturer and 'per
NACE 6/SPPC SP 13 Table 1 for severe service.
7-24.3(8)E Wet Film Thickness (WFT)
During coating system application, measure and record WFT of the coating in at least four
locations in the manhole (one in a chimney) or as directed by the Owner. Use an industry
standard WFT gage (ASTM D4414) designed for thick coatings. Minimum WFT thickness
shall be per manufacturer's recommendations.
7-24.3(8)F Ambient Conditions
Measure and record the test results for relative humidity, manhole wall surface
temperature, dew point and ambient temperature to ensure compliance for coatings
applied.
■ 7-24.3(8)G Coating Adhesion
After coating system application and cure, measure and record the results of a minimum of
two adhesion tests, without glue failures, per manhole at locations within the manhole as
directed by the Owner. Tests shall be per ASTM D4541 as modified herein. Utilize a 20mm
test dolly and portable pull -off adhesion tester. Document test failure mode, whether
failure is within the concrete, failure is within the coating, or failure is at the
coating/concrete interface. Failure of the dolly adhesive shall require retesting. If the
testing damages the coating, spot repair the test location while following manufacturer's
recommendations. Failure at the coating/concrete interface with less than 10% of substrate
adhered to the coating and less than 100 psi pull -off strength, shall be deemed a coating
' system failure and the Contractor shall remove the coating to soundly adhered edges, re -
perform surface preparation procedures, and recoat the failed surfaces, at the Contractor's
cost. Low pull -off strength values (<150 psi) may require additional testing/evaluation to
determine potential adhesion defects at the sole discretion of the Owner.
7-24.3(9) Protection
Comply with manufacturer's recommendations for allowing traffic to drive over manholes,
1 unless directed otherwise by the Owner.
Prevent wet or dry overspray from leaving the immediate vicinity of the manhole. Provide
all necessary protection to vehicles and private property.
1
91
07/15/2015
1
Settable solids, rocks, concrete chips, chemicals, or debris incidental to work under this
Contract shall be prevented from entering the sewer.
Where protection is provided for coated surfaces, such protection shall be preserved in
place until the coating film has properly dried and the removal of the protection is
authorized by the Owner. Items which have been coated shall not be handled, work on or
otherwise disturbed, until the coating is completely dry and hard.
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.
n
r
I
1
92 1
� MAPS
� AND
PROJECT INFORMATION
I
"I
Sanitary
Sewer Main Rehabilitation List:
Current
Current
Upstream
Old
Downstream
Manhole
Manhole
Approx
Manhole
Old Manhole
Approx
Pipe
Active
Pipe ID #
Number
Number
Depth
Number
Number
Depth
Pipe Size
Pipe Type
Length
Taps
Video File
GM03739
2759
5321-004
7.00 ft
2758
5321-003
6.00 ft
14
Cast Iron
215 ft
0
GM03739.mpg
GM05310
1304
5321-005
7.00 ft
2759
5321-004
7.00 ft
14
Cast Iron
390 ft
0
GM05310.mpg
'
TOTAL LENGTH OF 14" PIPE
605 ft
GM05308
Concrete
127 ft
0
GM05308.mpg
5302
5321-007
16.00 ft
5303
5321-006
13.00 ft
18
GM05309
5303
5321-006
13.00 ft
5304
5321-005
7.00 ft
18
Concrete
88 ft
0
GM05309.mpg
GM05318
5276
5321-015
23.00 ft
5277
5321-014
7.00 ft
18
Concrete
50 ft
0
GM05318.mpg
TOTAL LENGTH OF 18" PIPE
265 ft
'
GM05311
21
GM05311.mpg
5300
5321-008
8.00 ft
5302
5321-007
16.00 ft
Concrete
484 ft
0
GM05312
5301
5321-009
11.00 ft
5300
5321-008
8.00 ft
21
Concrete
495 ft
0
GM05312.mpg
TOTAL LENGTH OF 21" PIPE
979 ft
'
GM05319
GM05319.mpg
2760
5321-016
22.00 ft
5276
5321-015
23.00 ft
24
Concrete
147 ft
0
GM05320
2813
5321-023
23.00 ft
2760
5321-016
22.00 ft
24
Concrete
137 ft
0
GM05320.mpg
GM05321
2814
5321-024
21.00 ft
2813
5321-023
23.00 ft
24
Concrete
125 ft
0
GM05321.mpg
'
GM05322
2818
5321-028
15.00 ft
2814
5321-024
21.00 ft
24
Concrete
268 ft
0
GM05322.mpg
GM05323
2819
5321-029
15.00 ft
2818
5321-028
15.00 ft
24
Concrete
53 ft
0
GM05323.mpg
GM05324
6296
5321-277
15.00 ft
2819
5321-029
15.00 ft
24
Concrete
308 ft
0
GM05324.mpg
'
GM05325
2792
5321-115
22.00 ft
6297
5321-276
13.00 ft
24
Concrete
154 ft
0
GM05325.mpg
GM05326
2791
5321-114
20.00 ft
2792
5321-115
22.00 ft
24
Concrete
82 ft
0
GM05326.mpg
'
GM05327
2790
5321-113
19.00 ft
2791
5321-114
20.00 ft
24
Concrete
308 ft
2
GM05327.mpg
GM05328
2794
5321-117
21.00 ft
2793
5321-116
20.00 ft
24
Concrete
319 ft
0
GM05328.mpg
GM05329
2795
5321-118
15.00 ft
2794
5321-117
21.00 ft
24
Concrete
105 ft
0
GM05329.mpg
'
GM05330
5305
5321-112
28.00 ft
2790
5321-113
19.00 ft
24
Concrete
368 ft
0
GM05330.mpg
GM05331
2793
5321-116
20.00 ft
5305
5321-112
28.00 ft
24
Concrete
281 ft
0
GM05331.mpg
GM06801
2835
5321-055
13.00 ft
6296
5321-277
15.00 ft
24
Concrete
194 ft
0
GM06801.mpg
'
GM06802
6297
5321-276
13.00 ft
2835
5321-055
13.00 ft
24
Concrete
86 ft
0
GM06802.mpg
TOTAL
LENGTH OF 24" PIPE
2935 ft
Notes:
1
The existing Video
files reference
the old numbering system
for sanitary
sewer manholes.
2
All precleaning and post inspection video files
for this
project shall reference the Pipe ID # and the current manhole numbers.
3
Pipe and Manhole
Rehabilitation
on School
Property Shall be Performed on Non -School Days
*
Video files for download
ftp://ftp.rentonwa.gov/UtilitySystems/Wastewater/Cascade
are
available
at :
Sanitary Sewer Manhole Rehabilitation List;
(All Manholes are Concrete)
Manhole
Number
Approx
Depth
2758
2759
6.00 ft
7.00 ft
2760
22.00
ft
2790
19.00
ft
2791
20.00
ft
2792
22.00
ft
2793
20.00
ft
_
2794
21.00
ft
2795
15.00
ft
2813
23.00
ft
2814
21.00
ft
2818
15.00
ft
2835
13.00
ft
5300
8.00
ft
5302
16.00
ft
5303
13.00
ft
5304
7.00
ft
5305
28.00
ft
6296
15.00
ft
6297
13.00
ft
#;Aft
MH2MH
759
MH5300
MH5310, r,
�Pi )
_ \ �,;•• . � :+ , �► � �� , . MH5303 MH5304
Y t •-. r + `
�
'' S
,,fe
0
1,,.. /j * �k.• :� 5277 a�Hi//S Dry
�MH2813"MH
2760
;'y`�► • MH28144,
so
MH MH2818 *�`i`� _ _ it tA►M }
s • ~ 7 _ !gigs�
{11
� by 4�n \ ; � ,�.�r` _ ' Cake;�� � � •,,c ;�� �,� 6t�;4� vi �-� rho
' • /„• ,. °un9s lya YS fro
MH6296 .�
• \ '- .� � Pam.. `t � _ m k •�. `y' � r
MH2835
MH6297
_�.• . /k f ; io MH2792 _ � ,�, -t � 5 � � _.,,r,�'• �.
Ir
rIV MH2791 =
c f i moo
� �• _v /k '
o ^�; - N f,, �•
' , • }` _ ��a�f t � ,✓• %..,• , �i ,ram = .�� + A ';� �!'�, ` ' i
MH5305
{•.. ir-qw SE:15711 St ��/'�', c ys MH2793
i ,; •ir
MH2794 . .
SEr20th-PI W SF 7s MH2795 `� `'
t— w' >,@`r ��a�r o N ��:•SF 5 # 0 200 400
♦OL
��Mi
-
d •
P M H 27 58 Irj
CL
rmfL
cn
w �eY 3 .
rMIL
,�"� . F • T � b se O
a'P
r i
a V
Srwo
e-r ► ai► `
�
�i
T
fmqL
J
® Manholes to be Rehabilitated
Sewer Mains to be Rehabilitated ■
Wastewater Gravity Mains
— o City Gravity Main
— 1 City Dry Mains
p
Private Gravity Mains %�a
Wastewater Pressurized Mains 0
1-IL
----� City Pressurized Mains
800 Feet = Private Pressurized Mains
�J
mil'. "�'�7� �'Y � a � s- ,�. �, � y � �`x'�i .• `y.jj • } L
r a
' � • _ f� ^ `y .!. ` -� r iC �-"N�trw a+� �'L'� !j� c,i.,'►__���jj � `-4•` R � � �'l _ -+•,! ! �j.
MH2759
w}� > _
."► - 6
ro
.+� MH5302 .�
NL
J, .
o
f MH5303 Mai 304
' GM05309
' ,� • �'� n �s r S �.,' r _.. 4 `" 0 50 100 200
A�
_
MH2758
a ,`
rMIL
f
V Q
C •
cr
I
(J
Q Manholes to be Rehabilitated
Sewer Mains to be Rehabilitated
Wastewater Gravity Mains
1
-� City Gravity Main
City Dry Mains
Private Gravity Mains
Wastewater Pressurized Mains
--- City Pressurized Mains
=t
0
0mh
Private Pressurized Mains
ry y JI-
r "''
,AIr
0
Ap A
5301
CD
ISO
MH5300 4 �_
�-
�' _ S MH5302
s^ Y
-
1 cr
.•t.�1{ ,fir .t' �,. >t na% -�•
MH5303 f�
� YU ♦ � , • �� �j - Jill w' .w i. K ��' � . j,'
*7
r�� � � �, R � !, nee ". M► R' � ..,� � J
Y _ �A ,i"9 , �,�� Q Manholes to be Rehabilitated
Sewer Mains to be Rehabilitated
Wastewater Gravity Mains
City Gravity Main
erepe:�i _—� City Dry Mains
Private Gravity Mains
�• 4
.oOn LI
i Wastewater Pressurized Mains
ep�'*F ^ ----t City Pressurized Mains
0 A!` 0 50 100 200 Feet 0
Private Pressurized Mains
f. I . . , f,
lltlm
CL
\r f • MH
MH 4
5276 ` 4
MH2760 '+. 1a• r ���
ji.: `� • `• MH2813Ak
s� r
w F
MH2814
• � :� .�:, � �. _ .��.- -fir � �
1, t.• ;.cr
Ave s 3 � ■
o
MH2818 AMP
AM
vs
F . f
Manholes to be Rehabilitated
819
MH Sewer Mains to be Rehabilitated •
Wastewater Gravity MainsAli
�
City Gravity Main
r / 'r'•;
-0 City Dry Mains
Private Gravity Mains /A
-•. Wastewater Pressurized Mains N
ake'y` ----� City Pressurized Mainswaftm Is
w
0 50 100 200 Feet / o l i i i I i i i I = Private Pressurized Mains 0
MH6296
Y r .
Ilk
_ �Gt SE 1
Y •.. q, o k
aYI
MH6296 " µ
rMIL
� �� } - MH2835
1"A
r - i
f
MH6297
Ile
AC
SE
MH2792 ko. AM&�■
MH279 + 't O■
�A ' -=i Manholes to be Rehabilitated
�/Of�, Sewer Mains to be Rehabilitated _
`` }�:, •��,` � �� Wastewater Gravity Mains
City Gravity Main cn
a ,. +� -► City Dry Mains
►' �'
MH2790 CD
� ? �
Private Gravity Mains
:.
100
Wastewater Pressurized Mains
N
'r ----t O
.
%r Y# City Pressurized Mains
/ ;_. 4� 0 50 100 200 Feet = Private Pressurized Mains
., 001*' to
�
�ePJe
�0�
CL
rMIL
K 1
P'IF
MH5305
t, cr
t
_ f r'F
`s i �■
i
ww"'m"- S�h C Q Manholes to be Rehabilitated
MH2793 m 0 Sewer Mains to be Rehabilitated
rg Wastewater Gravity Mains
• � 1
City Gravity Main
-i►- City Dry Mains
it
3j = Private Gravity Mains /�
\V
h A� t
- rmqL
Wastewater Pressurized Mains
`� ---� City Pressurized Mains
0 50 100 200 Feet 0
Private Pressurized Mains �'
N.
MH2794
MH279344
z.0 L . 2)
CD
4f A
rMIL
SE Tgth C
CD
13
fENIL
A
IP
dft
cr
rEIL
4k-
SE 20th C?
Manholes to be Rehabilitated
Sewer Mains to be Rehabilitated
Wastewater Gravity Mains
City Gravity Main
10 City Dry Mains
(D
Private Gravity Mains Oft
Wastewater Pressurized Mains
rMIL
City Pressurized Mains
0 50 100 200 Feet Private Pressurized Mains 0
L - I r- I —h
mmmm=