Loading...
HomeMy WebLinkAboutWWP272293(1) 1 Award Date: CAG Awarded to: Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of + the Contract, Plans and Specifications sad City of Renton Construction of: Sears Lift Station Elimination Project ' PROJECT NO. WWP-27-2293 1 City of Renton 200 Mill Avenue South Renton, WA 98055 ' Wastewater Contact: Dave Christensen (206)277-6212 or Mike Benoit(206)277-6206 0 Printed on Recycled Paper CITY OF RENTON ' RENTON, WASHINGTON ' CONTRACT DOCUMENTS ' for the Sears Lift Station Elimination Project PROJECT NO. WWP-27-2293 May 1997 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT ' SPECIFICATIONS PLANS WAgly, t� two co 23169 �Q FGIs T- CITY OF RENTON WASTEWATER UTILITY ' 200 Mill Avenue South Renton, WA 98055 i ® Printed on Recycled Paper 1 t ' CITY OF RENTON W WP-27-2293 Sears Lift Station Elimination 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 1 Call for Phone Bids *Combined Affidavit & Certificate Form: Non-Collusion ' Anti-Trust Claims Minimum Wage Form *Proposal *Schedule of Prices ❖Bond to the City of Renton ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications WSDOT Ammendments Special Provisions Standard Plans 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 ' Planning/Building/Public Works Department 200 Mill Avenue South Renton, Washington 98055 ■ c:West Renton/BIDSPEC/MAB CITY OF RENTON ' WWP-27-2293 Sears Lift Station Elimination 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: Furnish and install approximately 154 lineal feet of 8 inch sewer main with new manhole structures, and appurtenances within the Renton Center complex located on Rainier Avenue S. Work includes connection to an existing manhole, converting an existing wet well to a manhole by filling and channeling, and testing of the new facilities. The project will also include traffic control, restoration, and asphalt patch. 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 fifteen (15) working days will be allowed for the completion of this project. c:West_Renton/BIDSPEC/MAB ' 3 d ] E �0 co 4tlz 1 U 400 0007200197 0007200150 ,9,3k ? E � p3'qp. S 7200151 SANITARY SEWER EASEMENT 15• o FOR GRAVITY FACILITY SEARS LIFT STATION ELIMINATION PROJECT 0007200146 FRED MEYER SITE 15' No O O 0 2 £ 0007200170 O ' 1823059220 e GtitY O6 Technical Services 1" =6 0' + + Ptmniny/Ruildinq/Pubrc Works R. MocOnie, D. Visneski q�3� �F 22 January 1997 CITY OF RENTON WWP-27-2293 ' Sears Lift Station Elimination ' CALL FOR PHONE BIDS 1 Sealed bids will be received until 2:30 p.m. May 21,1997 at the 4th floor Customer Service Counter and will be opened and publicly read at the 4th floor counter, Renton Municipal Building, 200 Mill Avenue South. The work to be performed within fifteen (15) working days from the date of commencement under this contract shall include, but not be limited to: Furnish and install approximately 154 lineal feet of 8 inch sewer main with new manhole structures, and appurtenances within the Renton Center complex located on Rainier Avenue S. Work includes connection to an existing manhole, converting an existing wet well to a manhole by filling and channeling, and testing of the new facilities. The project will also include traffic control, restoration, and asphalt patch. ' The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Questions regarding this call for phone bids, the plan holders list, or if a bidder has any questions regarding the project, please contact the Project Managers, Dave Christensen at (206)277-6212 or Michael Benoit (206) 277-6206. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. c:West_Renton/BIDSPEC/MAB ' CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) 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. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti- trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 1, 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: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE A/FLFIDAVIT Spars �i tT 610-A0n F/1m1na-h017 Pro J2cl Name of Project ' Gary Meriino Construction Co., Inc. Name of Bidder's Firm Signature of Authorized Representative of Bidder ' Subscribed and sworn to before me on this �6 day of A , 19 1 • 0• 1 fkEo�q•.,••,., ";•• ;; Notary Public in an for the to of Washington e 'er ; Z = ' i G o; O Notary (Print) -Do r T Z (ca— tf� o, 0 : My appointment expires: 0 I U ' '••�•, _r �'0F1W PS��`�� c:West_Renton/BIDSPEC/MAB ' CITY OF RENTON WWP-27-2293 ' Sears Lift Station Elimination ' PROPOSAL ' TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name C Signature ' G;�� —�—�— Address: Ia5 VZ. �. SeA e, Names of Members of Partnership: ' OR ' Name of President of Corporation G ar M P-r U n 0 Name of Secretary of Corporation -bon MR y b tj o ' Corporation Organized under the laws of I/J0 s TO n With Main Office in State of Washington at c:West_Renton/BIDSPEC/MAB 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT ' SCHEDUL15 OF PRICES SEARS LIFT STATION ELIMINATION ' (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUAN"PITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ' 001. 1 Mobilization c° o0 Lump Sum $—�c� 7�U5a� I KIIrJe UNWe? x.u+25 3r�IG0. per Lump Sum (words) figures 002. 1 Trench Excavation Safety Systems do 00 Lump Sum -COL-L'AeS per Lump Sum (words) figures 003, 154 Furnish and Install 8" Gravity Sewer Pipe 1�' �_Linear Foot $ pr./� I-�u"Xe� �jEl�.l �uore5 �O7 ��i LI-70' — per Linear Foot (words) figures 004. 1 Convert Existing Wetwell to Finished Manhole Each $ -TWD--t-VIbU5 _FNe }1 OVOD 7_WuA+2 2f Z�rJ per Each (words) figures 005. 4 Connect New Sewer to Existing Manhole 00 _ Ct7 Each $ DIVE' 4'Jr* �� -pou...a/L5 Sao, Z� GYRO. per Each (words) figures ' 006. 1 Furnish and Install 48" Sanitary Sewer Manhole 00 Each $ FIVE- 1 -pot-Lw5 — ' per Each (words) figures 007. 67 Removal and Replacement of Unsuitable Foundation �q W 00 Ton $ 01 r\I E ' per Ton (words) figures 008, 229 Select Imported Backfill 4 q 00 Ton $ N I►J t� �t, -t —p(L5 per Ton (words) figures ' 009. 140 Pavement Repair 25 do 9 Square Yard $ --JUIE� 4:71\111� �c,ca25 per Square Yard (words) figures ' 010. 1 Abandon Existing Lift Station Qf Lump ��1p 2� . Sum $ -C'�1�Cx.t`� �u.ae5 per Lump Sum (words) figures 011. 1 Temporary Erosion/Sedimentation Controls J m Q° Lump Sum $ �'WD .�c O) EO 'F F-T-' �-�5 25D" — ' per Lump Sum (words) figures 012. 1 Construction Surveying, Staking and As-Builts 11,506, !o- ' Lump Sum $ je-Trn;ULA±2 'Five 1N-u►�,�� TD1 U25 - 1,5�0. D per Lump Sum (words) figures CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SEARS LIFT STATION ELIMINATION (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT ' NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 013. 1 Traffic Control 42 D,oU 25� a? ' Lump Sum $ —T"vjD "Kweq f(j y —"u-Aa-5 per Lump Sum (words) figures 014. 1 Television Inspection C6 m Lump Sum $ DIVE A--A 'pt2-G> per Lump Sum (words) figures ' G6 015. 1 Remove Wall and Fence oco Lump Sum per Lump Sum (words) figures ' 016. 1 Replace Wall and Fence with Temporary Wall Lump Sum $ wive A-UKVR,0> L�L-. Ae5 ' per Lump Sum (words) figures 017. 1 Grading to Transition Pavement at Existing Wall 00 Lump Sum $ _040-T4+ fttD -t�5 per Lump Sum '(words) figures Subtotal Schedule q Dy Z .UO 8.6% Sales Tax 31-78--7. �=1 Total Schedule 829 ro� CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) 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. ,kND 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. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti- trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND ' MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such ' work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name 1�Project !�++ V OTICIN Name of Bidder's Firm Signature of Authorized Representative of Bidder ' Subscribed and sworn to before me on,14Z day of�, 1 A. Notary Public in and o the State of Washington I /yN�, Q AV B �'� 0 Notary (Print) l�oa/ a 2 My appointment expires: J2- q�W` c:West_Renton/BIDSPEC/MAB BID BOND KNOW ALL BY THESE PRESENTS,That we, FRANK COLUCCIO CONSTRUCTION COMPANY of SEATTLE, WASHINGTON (hereinafter called the Principal), as Principal, and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety are held and firmly bound unto d 1l Y Or (hereinafter called the Obligee)in the penal sum of 5% O F AMOUNT B I D Dollars($ 5% OF AMOUNT BID ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for d= '� G/F- ��I 0� �Llit4//LJ 4� �J o /��-�' 7- 40--Iaov- V0, 1,ywP- ,9-7 J-0y3 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void;otherwise to remain in full force and effect. Signed and sealed this cO day of /uA� 1997 f FRANK COLUCCIO CONSTRUCTION Witness COMPANY (Seal) Principal Title SA#`E-t-O INSURANCE COMPANY OF AMEfRICA By �w:� 'SAME B. BINDER Attorney-in-Pact S-0053/GEEF 1/97 COLUCCIO e POWER GENE INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SAFEC& SEATTLE. WASHINGTON 98185 No. 8 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ■K■R. W. SMITH; R. A. MOORE; GARY R. STONE; JAMES B. BINDER; HAROLD R. ROSS; HAROLD E . COOK; ANNE E. STRIEBY; ALICE R. WIENCKOSKI , Seattle, Washingtonxxuxmx KKrw MMNx%NNUMrxxxxxxMx MMxxxxxxxx its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 22nd day of November 19 94 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS . . . the President. any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . . . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, Thal the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto. and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I. R. A. Pierson. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this7� day of ' 19 /. S-974/EP 1/93 Registered trademark of SAFECO Corporation. CITY OF RENTON WWP-27-2293 Sears Lift Station Elimination PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: FREK COLUCCIO CONSTRUCTION CC ""r��jv (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name rr,a n 0 Signature ' Address: 944Q MARTIN LUTHER KING JR. WAY SO. VATrLS. WASHINGTON 751111 rNames of Members of Partnership: OR Name of President of Corporation —rig r1 K— Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at qW-Q MARTIN LUTHER KING JR. WAY SO. 1 S-E9LTI Fg YMSHINGTON 98118 c:West_Renton/BIDSPEC/MAB CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SEARS LIFT STATION ELIMINATION ' (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT ' NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Mobiliza ion yip JJt��strrl� 5iX /'Iitrl�//� Lump Sum $ !� G� y`5 per Lum Sum (words) figures 002. 1 Trench Excavation Saf ty jSstems I Lump Sum $ lY� y /�l�c � �fJ©,1�D �Dp.L2� per Lump Sum (words) c_oyt figures 003. 154 Furnish nd I stall 8"Gravitv Sewer Pipe Linear Foot $ /j,�/� l7 7 I D, DD per Linear Foot (words) y,0 e figures 004. 1 Convert E isting Wetwe I to Finished anh le Each $� CO per Each (words) 14,1,tA figures 005. 4 Cou-ect New Sewer to xistin Aanhole �7 Each $ per Each (words) figures 006. 1 Furnish and Install, S nit ry ewer Manhole Each $ ' OVI;-n Spw D/> Jf t2pp ©w per Each (words) figures 007. 67 Removal and R7[/)acement of Unsuitable Foundati n Ton $ Ylf7 /©,© per on (words) figures 008. 229 Select Import d B ckfill Ton $ �Ci}-t ���ll''P7 �1!'l� �'j t� G,�/I�I /P'0 per Ton (words) figures 009. 140 Paveme t R air Square Yard $ y ��^ 0Vj P, j per Square rd (words) figures 010. 1 Abandon 6xisting Lift St tion 11 Lump Sum $ h ,DD per Lump Sum (words)y� figures 011. 1 Tempora Ero ion/S dim1me atio=Con otsLump Sum $ l�lc per Lump Sum (words) figures 012. 1 Construc on Surveyin jtak g and As-B ilts Lump Sum $ per Lump Sum (words) 4 figures CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES SEARS LIFT STATION ELIMINATION (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE: AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cis. Dollars Cts. 013. 1 Traff Contr I 2 Lump Sum $ "Pprl n L� 3md,0® J®©, np per Lump Sum (words) figures 014. 1 Tele ision I spect'on 1 Lump Sum $�y� 'h h�� 1,��/ J:' lv.4 nP � , O� ��0 L� per Lump Sum (words) «y1 figures 015. 1 ReEnovq Wall and e3ne) Lump Sum $ .l y Pyl j UJ��J. ODD.ro per Lump Sum (words) figures 016. 1 RepI ce W II and Fen e with Temporary all Lump Sum $ yJ yU�.OI� �DD. per Lump Sum (words) figures 017. 1 Gra�ng to Transition Pav me tat Existing Wall Lump Sum . per Lump Sum (words) figures Subtotal Schedule 8.6% Sales Tax 3 Total Schedule Y -7 Q, City of Renton Bid Tabulation Sheet Project: Sears Lift Station Elimination Date: May 21, 1997 Bidder Triple Proposal Bid Including 8.6% Sales tax Form Gary Merlino Constr. Co. / / Frank Coluccio Constr. Co. VLS Constr. Co. Engineers Estimate A Document I\ City of Renton Bid Tabulation Sheet Project: Sears Lift Station Elimination Date: May 21, 1997 Bidder Triple Proposal Bid Including 8.6% Sales tax Form Gary Merlino Constr. Co. / / Frank Coluccio Constr. Co. 04� 7Za , 8 l VLS Constr. Co. d 6� Engineers Estimate Dmlmentl\ h--�i O h--� ~ �.J H W � � O � � - - - - - - - - - - - - - - - - - - - DIVISION 1 GENERAL REQUIREMENTS 1-04 SCOPE OF THE WORK 1-04.12 Hours of Work(Additional Section) ' General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Transportation Division. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes (Revised Section) ' Delete the first sentence of this section and replace with the following: Tile CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes, cross-sections, and curve superelevations. 1-05.5 Construction Stakes (Revised Section) The CONTRACTOR shall provide all required survey work, including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer or ' Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As- Builts" per lump sum, as described in Section 1-09.14(S). 1-05.5(2) Construction Staking (Supplemental Section) Sanitary Sewer Alignment and Grade Stakes ' (50' max. interval for laser control) (30' max. interval for batter boards) 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.15 Temporary Water Pollution/Erosion Control (Additional Section) The CONTRACTOR shall provide to the City of Renton, prior to the Preconstruction Conference, a "red ' line" erosion control plan for review and approval. Said plan should be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. 1-07.16 Protection and Restoration of Property(Supplemental Section) Private property such as plants, shrubs, trees, fences, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the Special Provisions,Division 7 Page l r CONTRACTOR's progress, and to remove those improvements to locations requested by the property owner or to restore them to near original location in as near original condition as possible. For the purpose of this contract, all property not within the Right of Way, including property owned by the City of Renton, will be considered private property. ' All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored with sod, after trench is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the following guidelines: A. Topsoil shall be placed at a depth of 3 inches. B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade without low areas to trap water and compacted, all as approved by the ENGINEER. C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and shall have the end joints staggered. The sod shall be rolled with a smooth roller following ' placement. D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic from access to the newly placed lawn during the establishment period. E. The watering schedule of all newly laid sod shall be four times a week for three weeks. Tile watering shall be such duration as to soak the replaced sod thoroughly and promote good root ' growth. F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental to other items of work and no further compensation will be made. The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the start of construction. Names and addresses will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy in person a minimum of three days prior to construction in front of each property. 1-07.17 Utilities and Similar Facilities (Supplemental Section) r The CONTRACTOR shall provide written notification to the ENGINEER whenever an adjustment to the new sewer line location or grade is known to be required in order to avoid conflicts. Locations and dimensions shown in the plans for existing buried facilities are in accordance with ' available information obtained without uncovering, measuring, or other verification. Tile CONTRACTOR shall be responsible for determining their exact location. All utilities shall be potholed to locate them horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at the CONTRACTOR's expense. 1 Special Provisions,Division 7 Page 2 1-09 MEASUREMENT AND PAYMENT 1-09.14 Payment Schedule(Additional Section) GENERAL 1-09.14(A) Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public 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. ' 1-09.14(B) Mobilization (Bid Item 1) Measurement for mobilization shall be based on the establishment of all site improvements required to begin construction: project schedule, and transportation of equipment to the project site, receipt of all bonds and insurance policies, obtaining all required permits, along with any other submittal and shop drawings requirements. Payment for mobilization will be made at the lump sum amount bid based on the percent of completed work as defined in the 1996 Standard Specifications for Road, Bridge, and Municipal Construction ' (WSDOT) for mobilization. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, etc. all in conformance with the Contract Documents. ' 1-09.14(C) Trench Excavation Safety Systems(Bid Item 2) ' Measurement for trench excavation safety systems will be based on a percentage defined as the amount of pipeline installed divided by the total length of pipe shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation ,for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. I Special Provisions,Division 7 Page 3 1-09.14(D) Furnish and Install 8" Gravity Sewer Pipe(Bid Item 3) Measurement for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8" diameter sanitary sewer pipe of the type required will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, asphalt concrete pavement removal, excavation, dewatering, bypass pumping, removal and disposal of waste material, pipe of the size and type required, gaskets, installation, laying and jointing pipe and fittings, bedding, and pipe zone fill material, appurtenances, placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, and testing (exfiltration or low pressure air test and deflection testing), etc. required to complete the work in ' accordance with the Contract Documents. Select imported backfill materials are included in other bid items (See Bid Item 8). 1-09.14(E) Convert Existing Wetwell to Finished Manhole (Bid Item 4) Measurement for converting the existing wetwell to a finished manhole will be per lump sum for completed conversion of the wetwell in conformance with the Contract Documents. Payment for converting the existing wetwell to a finished manhole will be made at the unit price lump ' sum, which payment will be complete compensation for all labor, equipment, excavation around and protection of existing manholes, core drilling, filling and channeling, materials hauling, pavement cutting, asphalt concrete pavement removal, dewatering, excavation, removal and disposal of waste material, gaskets, adjustment of frames to grade, remove and dispose of existing ladder and rungs and replace per ' City Standards, connections, placement of subsequent backfill (native) materials, compaction, water, cleaning and testing, etc. required to complete the conversion in conformance with the Contract Documents. Select imported backfill materials are included in other bid items (See Bid Item 8). 1-09.14(F) Connect New Sewer to Existing Manhole (Bid Item 5) Measurement for connecting the new sewer main to the existing 48" concrete manholewill be per each for connection made in conformance with the Contract Documents. Payment connecting the new sewer main to the existing 48" concrete manhole will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, excavation around and protection of existing manholes, core drilling, rechanneling existing manholes, materials hauling, adjustment of frames to grade, relocate ladder and rungs (if necessary), connections, placement of subsequent backfill (native) materials, compaction, water, cleaning and testing, etc. required to complete all the connections in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(see Bid Item 8). 1-09.14(G) Furnish and Install 48" Sanitary Sewer Manhole(Bid Item 6) Measurement for furnishing and installing 48" sanitary sewer manholes will be per each for each type manhole installed in conformance with the Contract Documents. Payment for furnishing and installing 48" sanitary sewer manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, asphalt concrete pavement removal, dewatering, excavation, removal and disposal of waste material, foundation material, concrete base, precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, adjustment of frames to grade, ladder and rungs, ' Special Provisions,Division 7 Page 4 appurtenances, connections, placement of subsequent backfill (native) materials, compaction, water, cleaning and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other bid items(see Bid Item 8). ' 1-09.14(H) Removal and Replacement of Unsuitable Foundation Material (Bid Item 7) ' Measurement for removal and replacement of unsuitable foundation material will be measured in Tons based on the placed weight of material installed. Placement of foundation material will be measured only for the area(s)authorized by the ENGINEER. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. ' Payment for removal and replacement of unsuitable foundation material will be made at the amount bid per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, %%aier, compaction, removal and disposal of waste material, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(I)Select Imported Backfill (Bid Item 8) ' Measurement for select imported backfill wilI be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the certified tickets. ' Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc. required to complete this item of work in conformance with the Contract Documents. 1 1-09.14(,I) Pavement Repair(Bid Item 9) Measurement for pavement repair will be in square yards, horizontally over the completed surface of the ' trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for pavement repair (crushed surfacing top course, and asphalt concrete) will be made at the amount bid per square yard, which payment will be complete compensation for all labor, materials, haul, surface preparation, gravel materials including crushed surfacing top course, compaction, water, ' temporary trench patch (placement and removal), pavement grinding, asphaltic materials, tack oil,placement, final trench patch, cleanup, pavement striping (to match existing striping), pavement markers (to match existing markers), etc. required to complete this item of work in conformance with the contract documents. 1-09.14(K) Abandon Existing Lift Station (Bid Item 10) Measurement for the abandonment of the existing lift station will be per lump sum for the completed lift station abandonment as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Special Provisions,Division 7 ' Page 5 Payment for the abandonment of the existing lift station will be made at the amount bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, coordination with Puget Power for power disconnect, transferring of surplus equipment to the City Maintenance Shops, proper disposal of any equipment not surplussed to the City, materials hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(L) Temporary Erosion/Sedimentation Controls (Bid Item 11) Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work complete, by dollar value,at the time of measurement. Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which pay- ment will be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing, plastic sheeting, etc. required to complete this item of work in conformance with Contract Documents. 1-09.14(M) Construction Surveying,Staking,and As-Builts (Bid Item 12) Measurement for construction surveying, staking and as-built information will be based on the percentage of total work complete, by dollar value, at the time of measurement. Payment for construction surveying, staking and as-built information will be made at the measured ' percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide the required construction and as-constructed field ' (as-built information) notes, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(N) Traffic Control(Bid Item 13) Measurement for traffic control for work as shown on the plan will be on the percentage of total work complete, by dollar value,at the time of measurement. Payment for traffic control for work will be made at the measured percentage amount for the pay period ' times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, flashers, signs, traffic control devices, cleanup, etc. required to complete this item of work in conformance with the Contract Documents. 1-09.14(0) Television Inspection (Bid Item 14) Measurement for television inspection of the new 8"diameter sewers will be for the complete job. Payment for television inspection of the new 8" diameter sewers in accordance with specification section 1 7-17.3(4)1 will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, materials, equipment, perform television inspection and prepare videotape record of all new 8"sewers constructed as part of the project and record videotapes. Special Provisions,Division 7 Page 6 r ' 1-09.14(P) Remove Wall and Fence (Bid Item 15) Measurement for removal of the wall and fence will be per lump sum for completed removal of the existing wall and fence as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for removal of the wall and fence will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, materials hauling, preparation, forming, placement, finishing,cleanup,etc. required to compete this item in conformance with the Contract Documents. 1-09.14(Q) Replace Wall and Fence With Temporary Wall (Bid Item 16) ' Measurement for replacement of the wall and fence will be per lump sum for completed replacement of the existing wall and fence with a temporary concrete barrier wall as shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for replacement of the wall and fence with a temporary wall will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, materials hauling, preparation, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(R) Grading to Transition Pavement at Existing Wall (Bid Item 17) Measurement for grading to transition pavement at existing wall will be per lump sum for grading to transition between parcels as shown in the Contract Documents, unless otherwise approved by the ' ENGINEER. Payment for grading to transition pavement at existing wall will be made per lump sum, which payment will be complete compensation for all labor, equipment, materials, hauling, pavement cutting, asphalt concrete pavement removal, grading, preparation, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. (Asphalt pavement shall be paid for under bid item 9) DIVISION 2 EARTHWORK 2-09 STRUCTURAL EXCAVATION 2-09.4 Measurement(Revised Section) Shoring or Extra Excavation. No specific unit measurement will apply to the lump sum item of shoring or extra excavation Class A. Shoring or extra excavation Class B will be measured as described in section 1-09.14(C)"Trench Excavation Safety Systems". 2-05 Payment(Revised Section) 6 Payment for shoring or extra excavation Class B will be measured as described in section 1-09.14(C)"Trench Excavation Safety Systems". Special Provisions,Division 7 Page 7 The unit contract price per lump sum will be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of construction shoring. If select backfill material is required for backfilling within the limits of the structural excavation, it shall also be required for backfill ' material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the pay limits of the excavation and shall not include the extra excavation beyond those limits. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-06 TEMPORARY PAVEMENT(Additional Section) 5-06.I Description (Additional Section) 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. The Contractor may use temporary pavement or the compacted backfill to allow vehicular traffic to travel over the construction areas. Trench plates or others devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. ' Labor, materials, haul, surface preparation,etc., required for temporary patching shall be considered incidental to Pavement Repair as described in Sections 1-09.14(K)of these Special Provisions. 5-06.2 Materials (Additional Section) Temporary pavement materials slialI be `Cold Mix'. The composition of other components of the temporary asphalt pavement shall be 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 (Additional Section) The roadway subsurface shall be prepared for the temporary pavement as defined in Section 2-06. Temporary pavement areas greater than ten (10)square feet shall be a minimum of four(4) inches thick and roller compacted to consolidation. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. 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. Special Provisions,Division 7 ' Page 8 r DIVISION 7 DRAINAGE STRUCTURES,STORM SEWERS,SANITARY SEWERS, WATER MAINS AND CONDUITS r 7-05 MANHOLES,INLETS,AND CATCH BASINS 7-05.3 Construction Requirements (Supplemental Section) rAdd the following to the second paragraph of this section: ' All manhole sections, adjustment rings, and castings shall be grouted in place and seal coated per Section 9-08.2(1). 7-II SANITARY SEWERS 7-17.2 Materials (Supplemental Section) Materials shall meet the requirements of the following sections: PVC Sewer Pipe Section 9-05.12 Ductile Iron Sewer Pipe Section 9-05.13 rFoundation Material used for sanitary sewers shall be as follows: Ballast Section 9-03.9(1) r7-17.3(1)B Pipe Bedding(Supplemental Section) Bedding used for sanitary sewers shall be as follows: ' Crushed Surfacing Top Course Section 9-03.9(3) ' 7-17.3(3) Backfilling Sewer Trenches(Revised Section) Revise the second sentence of the first paragraph to read as follows: ' The CONTRACTOR shall not have more than 150 feet of trench open which the sewer has been completed,except by permission of the ENGINEER. Replace the third paragraph with the following: r All trenches shall be backfilled full depth with Select Imported Backfill unless material excavated from the trench is determined suitable for use as backfill by the ENGINEER at the time of excavation. r Select Imported Backfill for trench backfill for sanitary sewers shall be as follows: Gravel Borrow Section 9-03.14 i ' Special Provisions.Division 7 Page 9 ' 7-17.3(4)A General (Supplemental Section) Side sewers stubbed to the property line shall be air-tested. 7-17.3(4)I Television Inspection (Replacement Section) ' The Engineer may require that any or all sanitary sewer lines be inspected by the use of a television camera before final acceptance. The costs incurred in making the initial inspection shall be borne by the owner of the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. ' The video inspection shall be done after the manholes have been channeled and the line cleaned and flushed. The video inspection shall be done with a minimum flow of water in the pipe and inspected in the direction of the flow unless otherwise directed by the ENGINEER. The camera shall have rotational capabilities and be used by the operator to view up each side sewer connection and provide best views of any non-conforming items. ' Once the television inspection has been completed the contractor shall submit to the Engineer the written reports of the inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2"wide high density VHS Tapes. The tapes will be run at standard ' speed SP(1 5/16 I.P.S.). . The CONTRACTOR shall use TV inspection report forms as considered industry standard and as approved by the OWNER, and provide completed forms and video tapes of the completed TV inspection to the OWNER. The costs incurred by the CONTRACTOR will be covered by the bid item for such television inspections, and all costs associated with the initial inspection and any requested additional inspections shall be ' included DIVISION 9 MATERIALS ' 9-05 DRAINAGE STRUCTURES,CULVERTS, AND CONDUITS 9-05.13 Ductile Iron Sewer Pipe (Supplemental Section) Interior surfaces of all ductile iron pipe, fittings,and specials shall be cleaned and lined in the shop with cement-mortar lining applied centrifugally in conformity with ANSI A21.4/AWWA C 104. The ' minimum lining thickness shall be 3/16 inch. All shop-applied cement mortar lining shall be given a seal coat of asphaltic material in conformance with ANSI A21.4 or AWWA C-104. The exterior coating shall be an asphaltic coating approximately 1 ml thick in conformance with ANSI A21.51 or AWWA C151. Special Provisions,Division 7 ' Page 10