Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: 9/17/2012 CAG-12—131
Awarded to: Whi tneX Equipment Co. , Inc.
21222 .50th Ur Sh Suite 110
Bothell , WA 98021
$66,400 .80
�Y o
ti
City of Renton Forms, Contract Forms,
Conditions of the Contract, Plans and
Specifications � MEMO"
�O
City of Renton
Construction of:
Oakesdale Pump Station
Repair Project
PROJECT NO. SWP-27-3637
i
City of Renton
1055 South Grady Way
Renton WA 98057
General Bid Infonnation: 425-430-7205
Project Manager: 425-430-7205
Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Oakesdale Pump Station Repair Project
PROJECT NO. SWP-27-3637
August 2012
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
AL
Q�
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
® Printed on Recycled Paper
i
�I
City of
SWP 27-3637
Oakesdale Pump Station Repair Project
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
*Proposal
*Schedule of Prices
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal-Aid FHWA)
Prevailing Minimum Hourly Wage Rates(New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
City of Renton Supplemental Specifications
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
** Submit
❖ Submit at Notice of Award (at the Latest)
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
02 conc.DOC\
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, this 7th day of
March , 2011 .
CITY RENTON RENTON CITY COUNCIL
a
Denis Law, Mayor uncii Prddsident
Attest: ;
Bonnie I. Walton, City Clerk SEAL
i
n
I ( 1
ICITY OF RENTON
SVAR*URY OFAWMCQ&WITH ACT POLICY
(� ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
I employment opporntnity 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 Iocal laws. All departments of the City
Iof Renton shall adhere to the following guidelines:
i (1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion,termination and training shall be conducted m a non-
Idiscriminatory 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.
I (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 DISABII,TTIES ACT POLICY-The City of Renton Americans
I j With Disabilities Act Policy will be maintained to facilitate equitable representation
I 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
Jl be the responsibility and the duty of all City officials and employees to carry out the
i policies and guidelines as set forth in this policy
( l (4) CONTRACTOR§' OBLIGATION - Contractors, subcontractors, consultants and
I t 1 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.
L CONCURRED IN by the City Council of the City of Renton, Washington,
' this 4th. day of October 1993.
I C
'7"" "�-Q �"/,,&A VX
RENTON RENTON CITY COUNCIL:
IMayor Cbuncd President
lL
` Attest:
City Cleric `VU
r �
J
P P �lk��9ro sn
Hot�9rale � ��' r�9 mA � g2mn .» y
�a ,
s Ay
y
�e�`fi .. � __• L.L.'� n_�: &sr III 2 �y%�T� ,,!r `� ,�.+,.,.�` �r
Y
'slit,
�IIIti�E �7rq. _ y
..W^� ,�'�' 7� 6lkdiiP ! �s �
4.Ask
w,r+nbc A w�i` r SJdV "
rASv t�
.y 6 ream rfh h HOC rare Coate
IW• r.,. °
MEN,w ,w ^rxL ar pmt _ :Gild- ,�C. F I,�I Fir 6 rM I
as; t ei rr - x ..
`r . ail , r S WON 4v�me'Pl @^F �ry,Y
AMUF m r as
a fouls
k Kdr
r kr '' 1 Euwnw enauc r�
d c e [[1f Rwrgenrw .
, -
�
Ir
yy�j7 4 I p4erm wwp, '.
� �'�iuno rid a� ��li �„ ,w.�^' :�,le^•-��� t4varn,a"1
�µ
SW4E6 SC 1G r�'M MOM
,'pkp
VICINITY MAP(N.T.S.) PROJECT SITE
LOCATION
CITY OF RENTON
SWP 27-3637
Oakesdale Pump Station Repair Project
PROPOSAL
TO THE CITY OF RENTON
RENTON,WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the contractor 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: 3EN4 f}M 1 V sc p-14cr .
Signature: �—
Address: 301* DR SE; Ste 10
C hel(, W6 4T 80.2'1
Names of Members of Partnership: vt
OR
Name of President of Corporation JoN V 1"1 A-rAI I
Name of Secretary of Corporation 'tC IC OAP 2 tu4CY
Corporation Organized under the laws of \6441F1 NO-TO
With Main Office in State of Washington atz
10_PROP.DOC\
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin;ancestry;sex;the presence of a physical,sensory,or mental
disability;age over 40;sexual orientation or gender Identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran's status.
II. The above-named contractor/subcontractor/consultant complies with all applicable federal,
state and local laws governing non-discrimination in employment.
III. When applicable,the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
�G1'1 lawl tw SC rote
Print Agent/Representative's Name
Vice PhzG i jewd
Print Agent/Representative's Title
A Representative's Signature
Dat igne
Instructions: This document MUST be completed by each contractor,subcontractor,consultant and/or
supplier. Include or attach this document(s)with the contract.
Schedule Prices-Numbers Only Confidential Page 1
Oakesdale Pump Station Repair Project
(Sales Tax Rule 170 Applies To This Project)
SEE SCOPE AND QUOTE FOR PAY ITEM DESCRIPTION
*Note: Show UNIT PRICE and TOTAL AMOUNT in figures only.
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE" TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
1 Lift Station Retrofit 1 _(Q_O� w+0 00
LS Per LS D, (o`+O, 0 0
Subtotal 60 &Lf 0 • O o
Tax(9.5%) -5 7I,O, 8
Total (o(o, 4 00. 8 0
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this 17 day of . by and
between THE CITY OF RENTON, Washington, a municipal co oration of the State of
Washington, hereinafter referred to as "CITY" and _Whitney Equipment Company, Inc.,
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
I) The Contractor shall within the time stipulated, (to-wit: within _15 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 No. SWP27-3637 for improvement by
construction and installation of.
Work as described in"Scope of Work" dated August 2012 ,attached
hereto.
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 fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Specifications(See June 13, 2012 WECI Scope&Quote)
c) Bid(See June 13,2012 WECI Scope& Quote)
d) Special Provisions(WSDOT Standard City of Renton)
e) Technical Specifications,if any(See June 13,2012 WECI Scope&
Quote)
1 C 1-2009
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the
benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's
insolvency,or if he or any of his subcontractors should violate any of the provisions of this
Contract, the City may then serve written notice upon him and his surety of its intention to
terminate the Contract,and unless within ten(10)days after the serving of such notice,such
violation or non-compliance of any provision of the Contract shall cease and satisfactory
arrangement for the correction thereof be made,this Contract, shall,upon the expiration of
said ten (10) day period, cease and terminate in every respect. In the event of any such
termination,the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) dAys after the serving upon it of
such notice of termination does not perform the Contract or does not commence
performance thereof, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable,for the account and at the expense of the Contractor,and his surety shall be liable
to the City for any excess cost or other damages occasioned the City thereby. In such event,
the City, if it so elects, may,without liability for so doing,take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
other properties belonging to the Contractor as may be on site of the project and useful
therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies 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.
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,
2 C 1-2009
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 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 15 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.
3 t_'1-2009
I
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 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 fines 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_$66,400.80
rmmbers
Sixty Six Thousand Four Hundred Dollars and EighV Cents
written words
including Washington State Sales Tax. Payments will be made to Contractor as specified in
the"Special Provisions"of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
STATUTORY LIMITATIONS PERIOD.
15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of
the covenants and agreements contained in this Agreement, or to exercise any option
4 C 1-?009
conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and
remain in full force and effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement,unless notified to the contrary.
Any 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.
I
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 CITY OF RE
May
Pr ent/PartnerlOwner Y L
or Denis `da �, !•
Al TE I U._,'
Secretary Bonnie I . Walt:e'
dba Vht4nepe - i rnew7 CO. Inc
Firm Name
check one
® Individual ® Partnership 0 Corporation Incorporated in W4J t hg 4=g,
5 C 1-2 009
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 INDrMUAL PROPRIETORSHIP,the name of the owner should appear
followed by d/b/a and name of the company.
6 C 1-21009
- I
CITY OF RENTON
Oakesdale Pump Station Repair Project
SWP-27-3637
RETAINAGE SELECTION
Per Standard Specifications Section 1-09.9(1)Retainage,and RCW 60.28,a sum of 5-percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment of(1)the State with respect to taxes,and(2)the claims
of any person arising under the Contract.
The Contractor shall select one of the options below for the retainage fund check one):
1.Retained in a fund held by the City(non-interest bearing),or
_ 2.Deposited by the City in an escrow account(interest bearing)in a bank,mutual savings bank,or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City's written authorization.
3.The City,at it's option,may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 2 or 3 it is fully responsible for selecting the bank or association to be
used,and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 2 or 3 shall be submitted to the City for review and
approval.
Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1-09.9(1),and applicable State Regulations,are met.
SIGNED:
PRINTNAME: fSey lawn". Scrace.
COMPANY: WW
DATE:
PREVAILING WAGE AFFIDAVITS AND INTENTS
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract,which is
located in_King_County, may be found at the following website address of the Department of Labor
and Industries: https://fortress.wa.gov/lni/wa elg_ookup//prvWa elm ookup.aspx
Based on the submittal al deadline for this project,the a pp licable effective date for prevailing wages es for
this project is_August 1, 2012 ._
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at_Renton City Hall, 1055 South Grady Way,Renton,Washington.
Upon request,the Owner will mail a hard copy of the applicable prevailing wage rates for this project.
21a-State Prevailing Wages Reference.doc\
Washington State Department of
Labor & Industries
Intent Details for Intent Id: 533460
Document Received Date:9/10/2012 Intent Id:533460 Affidavit Id: Status:Submitted On 9/10/2012
Company Details
WHITNEY EQUIPMENT CO INC UBI#:600105028
21222 30TH DR SE STE 110 Reg#:WHITNEC901 DS
BOTHELL,WA 98021 E-mail:pdavis@weci.com
425-486-9499
Industrial Insurance Account Id: 328,925-00
Filed By Meena,john
Prime Contractor
Company Name WHITNEY EQUIPMENT CO INC
Contractor Registration No. WHITNEC901D5
WA UBI Number 600105028
Phone Number 425-486-9499
Project Information
Awarding Agency RENTON,CITY OF
1055 S GRADY WAY RENTON,WA-98055
Awarding Agency Contact Steve Lee
Awarding Agency Contact Phone Number 425-430-7205
Contract Number SWP 27-3637
Project Name Oakesdale Pumpt Station Repair Progrm
Bid due date 8/12/2012
Award Date 8/27/2012
Project Site Address or Directions
Intent Details
Does your company intend to hire subcontractors to perform all work? No
Does your company intend to hire any subcontractors? No
Will your company have employees perform work on this project? Yes
Do you intend to use any apprentices?(apprentices are considered No
employees.)
Will this project utilize American Recovery and Reinvestment Act(ARRA) No
https://secureaccess.wa.gov/lni/pwia/Viewintent.aspx Page 1 of 2
funds?
Specifically,will this project utilize any weatherization or energy No
efficiency upgrade funds(ARRA or otherwise)?
How many owner/operators performing work on the project own 30%or 0
more of the company?
What is the estimated contract amount?Or is this a time and materials $66,400.00
esti mate?
Expected project start date: (MM-DD-YYYY) 9/15/2012
In what county(or counties)will the project be done? King
In what city(or nearest city)will the project be done? Renton
Journey Level Wages
County —
Trade Occupati-on ~.n _Wage Fringe
Workers
King y }industrial Engine And Machine Mechanics journey Level i$26.00 $5.00 2 ,
B Show/Hide Existing Notes
No note exists
Nimr Netelpf
ill
A Access
©Washington State Dept. of Labor& In, this site is subject to the laws of the state of Washington. ��ra 9tin lost
•�:rf f.°+welt�i°.�rnmini k'ch E;!r
h"ps://secureaccess.wa.gov/lni/pwia/Viewintent.aspx Page 2 of 2
W10112 11:39 AM
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-:5335
PO Box 44540, Olympia., WA 98504-4540
Payment Receipt
Your payment has been processed and your form has been submitted.
Transaction 3473023380003337590888
Id
!corm Filed Intent
Form 'Id 533460
Billing Patricia Davis
Information 21222 30th Dr SE #110
Bothell,WA 98021
Card Number MASTER
Amount Billed $40.00
about:blank Page 1 of 1
Department of Labor and Industries E ST.aTg0 AFFIDAVIT OF WAGES PAID
Prevailing Wage Program c 2
(360)902-5335 ! x Public Works Contract
www.lni.wa.gov/TradesLicensing/PrevWaize
$40.00 Filing Fee Required
,1889
• This form must be typed or printed in ink. Affidavit ID # (Assigned by L&I):
• Fill in ALL blanks or the form will be returned for correction(see instructions).
• Please allow a minimum of 10 business days for processing.
• Once approved,your form will be posted online at:
https:Hfortress.wa. og v/lni/pwigpub/SearchFor.asp
Your.tr'oilt an..Tufoarmahon : : � ° 4�; Awardin A enc Igformat�on 'r `- `
Your Company Name Project Name Contract Number
Your Company Address Awarding Agency
City State Zip+4 Awarding Agency Address
Your Contractor Registration Number Your UBI Number City State Zip+4
Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number
Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed
Contract Details,
Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's)
Job Site Address/Directions Your Approved Intent 1D# Indicate Total Dollar Amount of Your Contract
(including sales tax). $
EHB 2805(RCW 39.04.370)—Is the Prime Contractor's ❑Yes ❑No If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or
contract at a cost of over one million dollars($1,000,000)? later you must complete and submit the EHB 2805(RCW 39.04.370)Addendum.
ARRA Funds Weathe"rization or Ene Efficient Funds
Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade funds
❑Yes ❑No (ARRA or otherwise)? ❑Yes ❑No
Prime Coritractor's'Com en Information " ° ' = Tliriri Contractor's Com`ari LforinatirJ
n
Prime Contractor's Company Name Hiring Contractor's Company Name
Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number
Em to tnent Information.
Did you use ANY subcontractors. ❑Yes(Addendum B Required) ❑No Did employees perform work on this project? ❑Yes ❑No
Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No
Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3)
You must list the First and Last Name(s)of any Owner/Operator performing work below
List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly
provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe")
name no other information required. "Apprentices are not recorded below.You must Benefits
use Addendum D to list Apprentices.
Si naturezBlock
I hereby certify 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 I employed on this
Public Works Project were paid no less than the Prevailing Wage Rates as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name: Print Title: Signature: Date:
"r L&I'Use Onl
APPROVED: Department of Labor and Industries
By Industrial Statistician
F700-007-000 Affidavit of Wages Paid 3-2011
Department of Labor and Industries �ST 1A 0 AFFIDAVIT OF WAGES PAID
Prevailing Wage Program c
(360)902-5335 e. Public Works Contract
www.Ini.wa.gov/TradesLicensinia/PrevWage 0 4� $40.00 Filing Fee Required
1889�
• This form must be typed or printed in ink. Affidavit ID # (Assigned by L&I):
• 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 form will be posted online at
https://fortress.wa. og v/lni/pwiQub/SearchFor.asp
Your Company 6ompan y information `' Awardin A iroc"'lnforniation
Your Company Name Project Name 2 Contract Number
1
Your Address Awarding Agency
City State Zip+4 Awarding Agency Address
Your Contractor Registration Number Your UBI Number City State Zip+4
Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number
Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed
3 4.
Additional.Details Contract Details
Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's)
Job Site Address/Directions Your Approved Intent ID# Indicate Total Dollar Amount of Your Contract
(including sales tax). $
EHB 2805(RCW 39.04370) �5i,-e ractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or
Contract at a cost of over one 00,000)? Yes ❑No later you must complete and submit the EHB 2805(RCW 39.04.370)Addendum.
ARRA.Funds. rizationorEne Efficient Funds ..
Does this project utilize American Recovery and Reinvestment Act ti is project utilize any weatherization or energy efficiency upgrade funds
❑Yes ❑No or otherwise)? ❑Yes ❑No
`Prime Contractor's Company Inform_ atio 7
Hiring
Contractor's Com an I 8 n
Prime Contractor's Company Name Contractor's Company N
Prime Contractor's Registration Number Prime Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number
Em to meet Information = 9-
Did you use ANY subcontractors? ❑Yes(Addendum B Required) ❑No Did employees perform work on this project? ❑Yes ❑No
Was ALL work subcontracted? ❑Yes(Addendum B Required) ❑No Did you use apprentice employees? ❑Yes ❑No
Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ❑One(1) ❑Two(2) ❑ Three(3)
You must list the First and Last Name(s)of any Owner/Operator performing work below
List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly
provide all of the information below. Owner/Operators-must provide their First and Last Workers Worked Pay Usual("Fringe")
name no other information required. "Apprentices are not recorded below.You must Benefits
use Addendum D to list Apprentices.
li4 ..
Si naturc Block
I hereby certify that 1 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 I employed on
this Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name: Print Title: Signature: Date:
For L&l Use OnIV.
APPROVED: Department of Labor and Industries
B Industrial Statistician
Numbered Version of F700-007-000 Affidavit of Wages Paid 3-2011
Department of Labor&Industries
Prevailing Wage Program �a65T^TFO�
INSTRUCTIONS
P.O.Box 44540
p 4.
9
Olympia,Washington 98504-4540 AFFIDAVIT OF WAGES PAID FOR
y't 1860�u
Phone(360)902-5335/Fax(360)902-5300 PUBLIC WORKS CONTRACTS
COMPLETE ALL FIELDS ON THE FORM
The numbered blocks in the following instructions correspond to the numbered blocks on the numbered Affidavit of
Wages Paid above. In addition,a completed sample form(without numbers)is included at the end of these
instructions.
Your Company Information— Enter the following information:
a) Your Company Name and Address.
b) Your Contractor Registration Number—You can verify this number at:
hitps://fortress.wa.gov/lni/bbip/Search.asp .
c) Your UBI Number(Unified Business Identifier)—This 9-digit number registers you with several state
agencies and allows you to do business in Washington. You can verify this number at:
https://fortress.wa.gov/dol/dolprod/bpdLicenseQuery/.
d) Your Industrial Insurance Account Number— You can verify this number at:
https://fortress.wa.gov/lni/crpsi/MainMenu.aspx?Messaceld=2001
e) Please provide your Email Address so that L&I can notify you of form approval and/or any required
corrections.If you do not provide this information,L&I will use standard mail to send you correction
notices.You can access approved forms at:hMs://fortress.wa. o� v/lni/pwigpub/SearchFor.asp. No
notice of approval will be mailed.
f) Your company Phone Number.
Awarding Agency Information—Enter the following information regarding the agency that awarded the
contract. This information is available from the Prime Contractor:
a) Project Name—This is the name the Awarding Agency assigned to the project.
b) Contract Number—This is the number the Awarding Agency assigned to the project.
c) Awarding Agency—This is the name of the agency that awarded the contract.
d) Please enter the Street Address,City, State and Zip+4 of the Awarding Agency.
e) Awarding Agency Contact Name and Phone Number—Enter the name and phone number of the
person the Prime Contractor communicates with at the Awarding Agency.
f) County Where Work Was Performed—Enter the name of the county where the work was performed.
If the work was performed in multiple counties,include the names of all counties where work was
performed.
g) City Where Work Was Performed—Enter the name of the city where the work was performed. If the
work was performed outside the limits of any city,or in multiple cities,include the name of the nearest
city.
Additional Details
a) Your Job Start Date—This is the date that you began work on the project.
b) Your Date Work Completed—This is the date you completed work on the project.You cannot have a
date in the future.
c) Job Site Address/Directions—Enter the specific address of the project or provide brief details
regarding the location of the site,if no specific address exists.
d) Your Approved Intent ID#—Enter the 6-digit number,assigned by L&I,from the approved Intent
form filed for this project.
Instructions to F700-007-000 Affidavit of Wages Paid 12-2010 Page 3 of 5
Contract Details
a) Bid Due Date—Enter the date the Prime Contractor had to submit a bid to the Awarding Agency for
this project(mm/dd/yyyy).
• What if my contract was not bid?—If the contract you are working under was not required to
be bid,you will enter the date the contract was awarded.
b) Award Date—This is the date the Awarding Agency awarded the contract to the Prime Contractor
(nu /dd/yyyy).
c) Indicate the Total Dollar Amount of Your Contract—Enter the total amount of your contract,
including the applicable sales tax. You must enter the final amount of your contract. You cannot enter
Time and Materials on an Affidavit of Wages Paid.
EHB 2805 (RCW 39.04.370) -F700-164-000 is an addendum to your Affidavit of Wages Paid Form.RCW
39.04.370 requires you to complete form F700-164-000 for contracts entered into between September 1,2010 and
December 31,2013 if the Prime's contract is at a cost of over one million dollars($1,000,000).If you fail to properly
provide the requested information more than one time between September 1,2010 and December 31,2013,pursuant to
RCW 39.04.350(1)(f)you will not be considered a responsible bidder qualified to be awarded a public works project.
Use as many of these forms as you need in order to provide the requested information for all relevant project items.
This is an addendum to form F700-007-000.
ARRA&Weatherization Funding Questions—Enter the information regarding the source of funds. This
information should be obtained from the Awarding Agency or the Prime Contractor.
a) Does this project utilize American Recovery and Reinvestment Act(ARRA)funds?
b) Does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)?
Prime Contractor's Company Information—Enter information about the contractor who has the direct
contract with the Awarding Agency:
a) Prime Contractor's Company Name—Enter the Prime Contractor's company name.
b) Prime Contractor's Registration Number—Enter the Contractor Registration Number for the Prime
Contractor.You can verify the number at:https://fortress.wa.gov/lni/bbip/Search.aspx.
c) Prime Contractor's UBI Number—Enter the UBI number for the Prime Contractor. You can verify
this number at:https://fortress.wa.g ov/dol/dolprod/bpdLicenseOuery
Hiring Contractor's Company Information—Enter the information about the Hiring Contractor. This is the
contractor who hired or contracted your firm to perform work on this project:
a) Hiring Contractor's Company Name—Enter the name of the contractor who hired or contracted your
firm to perform work on this project.
b) Hiring Contractor's Registration Number—Enter the Contractor Registration Number for the
contractor who hired you.You can verify the number at: hM2ss://fortress.wa.gov/lni/bbip/Search.aspx.
c) Hiring Contractor's UBI Number—Enter the UBI Number for the contractor who hired you. You
can verify this number at:hiips://fortress.wa.gov/dol/doll2rod/bpdLicenseOuery .
Employment Information—Enter information about the individuals who performed work on this project:
a) Did you use any subcontractors?-If PART of the work was performed by subcontractors you hired,
check the"Yes"box and complete Addendum B.
b) Did employees perform work on this project?-If employees,including apprentices,performed any
work on the project,check the"Yes"box and list each employee's applicable craft/trade/occupation. If
you utilized apprentices on this project you must complete Addendum D.
c) Was ALL work subcontracted?-If ALL work was performed by subcontractors,check the"Yes"
box and complete Addendum B.
d) Did you use apprentice employees?—If you used apprentices on this project please be aware:
Instruction to F700-007-000 Affidavit of Wages Paid 3-2011
1. Any workers NOT registered with the Washington State Apprenticeship and Training
Council(WSATC)must be paid the correct journey-level prevailing rate of wage.
2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at
the correct journey-level prevailing rate of wage for the time preceding the date of
registration.
3. You MUST be a registered training agent with the WSATC in order to pay a registered
apprentice less than journey-level prevailing rate of wage.
4. To verify apprenticeship and/or registered training agent status call(360)902-5324.
e) Number of Owners/Operators who own at least 30%of the company who performed work on the
project—Indicate the number of Owners/Operators who performed work on the project.If no 30%+
Owners/Operators performed work on the project,check the box"None".
Crafts/Trades/Occupations ations and Apprentices—List the craft/trade/occupation ation of each worker,journey-level
level
P PP P �j Y-
and apprentice,employed on this project.
❖ Crafts/Trades/Occupations
If you indicated above that Owners/Operators worked on this project,and you also indicated above that
no employees performed work on the project,and that ALL work was subcontracted,then you do not
need to fill in this section. Individuals who own less than 30%of the company are not considered
Owner/Operators under RCW 39.12 and must be listed as employees and paid at least the prevailing
rate of wage for the work performed.
Use Addendum A for additional Crafts/Trades/Occupations that will not fit on this form.
Residential Construction-If you are using any residential classifications(e.g.Residential Carpenter,
Residential Laborer,etc.)you must provide information regarding the following questions,on
Addendum C,in order for L&I to determine if residential rates are being utilized appropriately:
1. Did the Awarding Agency,in compliance with RCW 39.12.030,determine that the project
meets the definition of residential construction?
2. Please indicate the type of structure(e.g. single-family dwelling,duplex,apartment,
condominium or other residential structure).
3. Including any basement or garage,how many stories or levels does the structure have?
4. What is the facility used for(answer"yes"or"no"to each of the following options)?:
a. Permanent residence only?
b. Rehabilitation house?
c. Transitional housing?
d. Communal dining facility?
e. Treatment services?
£ Counseling?
g. Other?
5. Does each dwelling unit have its own full,self-contained kitchen?
6. Does each dwelling unit have its own full bathroom?
7. Is there a community facility or manager's office on site?
8. Is any part of the facility used by members of the public?
Instruction to F700-007-000 Affidavit of Wages Paid 3-2011
Landscape Construction-If you are using"Landscape Construction"or any of the sub-classifications
within Landscape Construction(e.g.Landscape or Planting Laborer,Irrigation or Lawn Sprinkler
Installers,Landscape Equipment Operators or Truck Drivers)you must provide information regarding
the following questions,on Addendum C,in order for L&I to determine if Landscape Construction
rates are being utilized appropriately:
1. The beautification of a plot of land through addition of or modification to lawns,trees and
bushes under the Landscape Construction Scope of work(WAC 296-127-01346)is a
limited universe and has exclusions that may affect its application.Please provide L&I
with more information so we can verify whether the landscape construction wage rates
apply to this project.
a. Please describe the whole project—not just your part.
b. Please describe your part(s)of the project—the tasks you performed,equipment
used,and tools used.Please provide as much detail as you can.
c. If the project involves installing an irrigation system,trenching,installing French
drains or other subsurface water collection systems,or spreading top soil or
mulch,please tell us the relevant depths.
2. If Equipment Operators and/or Truck Drivers were used,describe the type,and list the
size or rated capacity of the equipment.
❖ Apprentices—If you employed apprentices on this project, list each apprentice by Name,Registration
Number,Trade,the number of hours the individual had completed in the program when they started
work(Beginning Hours)and ended work(Ending Hours)on the project,Beginning and Ending dates of
work performed on this project,and Rate of Hourly Pay and Usual("Fringe")Benefits.
1. Any workers NOT registered with the Washington State Apprenticeship and Training
Council(WSATC)must be paid the correct journey-level prevailing rate of wage.
2. Any apprentice NOT registered with the WSATC within 60 days of hiring must be paid at
the correct journey-level prevailing rate of wage for the time preceding the date of
registration.
3. You MUST be a registered training agent with the WSATC in order to pay a registered
apprentice less than journey-level prevailing rate of wage.
4. To verify apprenticeship and/or registered training agent status call(360)902-5366.
`t Number of Workers—Enter the number of journey-level workers employed on this project for that
craft/trade/occupation.
12 Total Number of Hours Worked—Enter the number of hours worked for that Craft/Trade/Occupation.
13 _ Rate of Hourly Pay—Enter the rate of hourly pay,as defined by RCW 39.12.010,that you actually paid the
workers for that Craft/Trade/Occupation. The amount listed for"Rate of Hourly Pay"plus the amount listed for
the"Rate of Hourly Fringe Benefits,"if any,must equal or exceed the applicable prevailing rate of wage.
Rate of Hourly Usual("Fringe")Benefits—Enter the rate of hourly fringe benefits for that
Craft/Trade/Occupation. This is the cost of fringe benefits,as defined by RCW 39.12.010,that you actually paid
to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Usual
("Fringe")Benefits,"if any,must equal or exceed the applicable prevailing rate of wage.
Instruction to F700-007-000 Affidavit of wages Paid 3-2011
If there is not enough space to list all required information on one form,use the appropriate Addendum as needed.No
additional fee is required for using Addendums to the form.No other attachments will be accepted.
L&I approval of your Affidavit of Wages Paid is based on the information you provide.Approval of the form does not signify
that the classifications of labor you listed on the form are the correct classifications of work for the tasks performed on the
public works project.It is your responsibility to pay workers the prevailing rate of wage for the classification of work that
correctly applies to the actual work they perform.
Be sure to include your email address on the form.If you do not provide this information,L&I will use standard
mail to send you correction notices.You will be able to access approved forms at:
https:I Ifortress.wa.gov/lni Ipwiapub/SearchFor.asp (No notice of approval will be mailed).
" MAILING INSTRUCTIONS; FURTHER INFORMATION
You must mail the completed and signed fo-rn Mike checks payable to:
with ortgtnal signature(a photocopy of a
Department ofLabor and Industries
signature will riot be accepted)with the$4D filing
fee to 7F lfyou have questions or.would like assistance.w.v.,
..
1
Management Services
hp e t the'foi rn;please cull us at(360)902
Ilepartment of tabor&Industries
5335 oremall the Prevatliitg Wage office at
Prevailing,Wage Program.. pw1 @Ln%wa: ov
PO Box 44835..
Prevailing wage rates are available on the Internet at:
hiip://www.Ini.wa.gov/TradesLicensing/PrevWa e/WaueRates/default.asp
Instruction to F700-007-000 Affidavit of Wages Paid 3-2011
Department of Labor and Industries E ST1A 0 AFFIDAVIT OF WAGES PAID
Prevailing Wage Program o
(360)902-5335 _ x Public Works Contract
www.Ini.wa.gov/TradesLicensing/PrevWag_e C2 $40.00 Filing Fee Required
0
• This form must be typed or printed in ink. Affidavit ID #(Assigned by L&I)•
• Fill in ALL blanks or the form will be returned for correction(see instructions).
• Please allow a minimum of 10 working days for processing. SAMPLE
• Once approved,your form will be posted online at
https://fortress.wa.izov/lni/pwiNub/SearchFor.asp
-Your C6n-tpahy Information ""r' Awardin A enc:lnformatiom
Your Company Name Project Name Contract Number
ABC Company Road Repair 123-456
Your Address Awarding Agency
1234 Main Street WA St Department of-;Transportation
City State Zip+4 Awarding Agency AddressFr,
Olympia WA 98501-1234 PO Box 123
Your Contractor Registration Number Your UBI Number City s;N. State Zip+4
ABCCI*0123AA 123456789 Olympia ,` ; 0 WA 198501
Your Industrial Insurance Account Number Awarding Agency Contact Name :'' Phone Number
111,111-1] John Doe ''.�
(555),555-5555
Your Email Address(required for notification of approval) Your Phone Number County Where Work Was Performed City Where Work Was Performed
prevailingwage@lni.wa.gov ( 555-5555 -'Thurston ` `Olympia
Addition x f::
Your Job Start tDate(mm/dd/ ^ Your Date ,m Completed Contract Details '^`
( yyyy) Work Co p (mm/dd/yyyy)� 'w Bid Due Date(Prime Contractor's) `t�Award Date(Prime Contractor's)r..,.
2/1/2011 3 _ 1 t 1/5/2011
Job Site Address/Directions Your Approved Intent ID.# `Indicate Total Dollar Amount of Your Contract
Plum and State Street 123456 \ (includin`g sales tax). 1$10,000.00
EHB 2805(RCW 39.04.370)-Is the Prime Contractor's ❑yes �'®`No If you answered"Yes"to the EHB 2805 question and the Award Date is 9/1/2010 or
Contract at a cost of over one million dollars($1,000,000)71 i NXlater you must complete and submit the EHB 2805(RCW 39.04.370)Addendum.
ARRA Funds `2� -�� � `'- "�Weatherizationbir Energy Efficient Funds °�°'~ '- °• _ -
Does this project utilize American Recovery and Reinve'stmentAct(ARRA)funds? Doe's,this project utilize any weatherization or energy efficiency upgrade funds
El ®No ', (A'�R,RA or otherwise)? El Yes 0 N
Prime Contractor's Co an'`information Hirin tontractbP s Cori au `I'-formatiort
Prime Contractor's Company Name .. Hiring Contractor's Company Name
XYZ Company C'BA Company
Prime Contractor's Registration Number Prime Contractor's UBI Number ` Hiring Contractor's Registration Number Hiring Contractor's UBI Number
;;I,, 1.
XYZCI*0123AA "; 987654321:x,-- '� CBACI*0123AA 456789123
'Employment Information
Did you use ANY subcontractors? ❑Yes(Addendum B Required) ®No Did employees perform work on this project? ®Yes ❑No
t
Was ALL work subcontracted?., Y❑Yes(Addendum B Required) ®No Did you use apprentice employees? ❑Yes ®No
Number of Owner/Operators who own at least 30%of the company who performed work on this project: ❑None(0) ®One(I) ❑Two(2) ❑ Three(3)
You must list the First and Last Names of an "Owner/O perator performing work below
List your Crafts/Trades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly
provide all of the information below. Owner/Operators must provide their First and Last Workers Worked Pay Usual("Fringe")
name no other information required. **Apprentices are not recorded below.You must Benefits
use Addendum D to list Apprentices. 4:r
General Labor 2 153 41.23 8.54
Cwpenter 5 21.0 52.26 10.13
Si°nature.Block
I hereby certify 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 I employed on this
Public Works Project were paid no less than the Prevailing Wage Rate(s)as determined by the Industrial Statistician of the Department of Labor and Industries.
Print Name:Jane Doe Print Title:Bookkeeper Signature: Date:3/5/2011
F or L&l Use Only
APPROVED: Department of Labor and Industries
B Industrial Statistician
SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project Oakesdale Pump Station Repair Project
SWP-27-3637 CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State
Department of Labor & Industries. This form will be executed and submitted to the City of Renton
prior to or with the last pay request.
Company Name
B .
Y
Title:
List of Subcontractors Used on the Project:
20-City-Cert-PrevailingW ages.docx\
SPECIFICATIONS, SCOPE & QUOTE LETTER
CITY OF RENTON
SPECIAL PROVISIONS
TABLE OF CONTENTS
DIVISION 1—GENERAL REQUIREMENTS..................................................................................SP-1
1-01 DEFINITIONS AND TERMS..........................................................................................SP-1
1-01.1 General................................................................................................................SP-1
1-01.2 Abbreviations(Project No. SWP 27-3 63 7..........................................................SP-1
1-01.3 Definitions...........................................................................................................SP-1
1-02 BID PROCEDURES AND CONDITIONS.....................................................................SP-4
1-02.6 Preparation of Proposal....................................................................................... SP-4
1-02.6(1) Proprietary Information (New Section).............................................................SP-4
1-02.12 Public Opening of Proposals...............................................................................SP-4
1-03 AWARD AND EXECUTION OF CONTRACT.............................................................SP-4
1-03.1 Consideration of Bids..........................................................................................SP-4
1-03.2 Award of Contract...............................................................................................SP-5
1-03.3 Execution of Contract.........................................................................................SP-5
1-04 SCOPE OF THE WORK..................................................................................................SP-6
1-04.2 Coordination of Contract Documents,Plans, Special Provisions
Specifications,and Addenda...............................................................................SP-6
1-04.3 Contractor-Discovered Discrepancies (New Section)....................................... SP-6
1-04.4 Changes...............................................................................................................SP-7
1-04.4(1) Minor Changes (Project No. SWP 27-3637)......................................................SP-7
1-04.6 Variation in Estimated Quantities (Project No. SWP 27-3637)..........................SP-7
1-04.8 Progress Estimates and Payments....................................................................... SP-7
1-04.11 Final Cleanup...................................................................................................... SP-7
1-05 CONTROL OF WORK....................................................................................................SP-8
1-05.4 Conformity With and Deviations from Plans and Stakes.................................... SP-8
1-05.4(3) Contractor Supplied Surveying (New Section)................................................. SP-9
1-05.4(4) Contractor Provided As-Built Information (New Section)................................SP-9
1-05.7 Removal of Defective and Unauthorized Work................................................SP-10
1-05.10 Guarantees.........................................................................................................SP-10
1-05.11 Final Inspection.................................................................................................SP-11
1-05.11(1) Substantial Completion.Date (New Section)................................................... SP-11
1-05.11(2) Final Inspection Date (New Section)..............................................................SP-12
1-05.11(3) Operational Testing (New Section).................................................................SP-12
1-05.12 Final Acceptance...............................................................................................SP-12
1-05.14 Cooperation with Other Contractors.................................................................SP-12
Elliot Spawning Channel Repair Project Special Provisions
City of Renton April 2012
1-05.18 Contractor's Daily Diary (New Section).........................................................SP-13
1-06 CONTROL OF MATERIAL..........................................................................................SP-14
1-06.1 Approval of Materials Prior to Use...................................................................SP-14
1-06.2(1) Samples and Tests for Acceptance....................................................................SP-15
1-06.2(2) Statistical Evaluation of Materials for Acceptance...........................................SP-15
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.....................SP-15
1-07.1 Laws to be Observed.........................................................................................SP-15
1-07.6 Permits and Licenses.........................................................................................SP-20
1-07.9(5) Required Documents.........................................................................................SP-22
1-07.11(11) City of Renton Affidavit of Compliance (New Section).................................SP-22
1-07.12 Federal Agency Inspection................................................................................SP-22
1-07.13(1) General..............................................................................................................SP-23
1-07.14 Responsibility for Damage(Project No. SWP 27-3637)...................................SP-23
1-07.15 Temporary Water Pollution/Erosion Control.....................................................SP-23
1-07.16(1) Private/Public Property .....................................................................................SP-23
1-07.16(4) Archaeological and Historical Objects(Project No. SWP 27-3637).................SP-25
1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains
(Project No. SWP 27-3637)...............................................................................SP-25
1-07.17 Utilities and Similar Facilities...........................................................................SP-26
1-07.18 Public Liability and Property Damage Insurance..............................................SP-27
1-07.18(1) General (New Section)....................................................................................SP-27
1-07.18(2) Coverages (New Section)...........................................:...................................SP-28
1-07.18(3) Limits (New Section)......................................................................................SP-30
1-07.18(4) Evidence of Insurance (New Section).............................................................SP-31
1-07.22 Use of Explosives..............................................................................................SP-31
1-07.23(1) Construction Under Traffic...............................................................................SP-31
1-08 PROSECUTION AND PROGRESS.............................................................................SP-32
1-08.0 Preliminary Matters (New Section).................................................................SP-32
1-08.0(1) Preconstruction Conference..............................................................................SP-32
1-08.1 Subcontracting...................................................................................................SP-33
1-08.1(2) Hours of Work (New Section)(Project No. SWP 27-3637)............................SP-34
1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees
(New Section)....................................................................................................SP-34
1-08.2 Assignment........................................................................................................SP-35
1-08.3 Progress Schedule.............................................................................................SP-35
1-08.4 Prosecution of the Work....................................................................................SP-36
1-08.4 Notice to Proceed and Prosecution of the Work................................................SP-36
1-08.5 Time For Completion........................................................................................SP-36
Elliot Spawning Channel Repair Project Special Provisions
Ciry of Renton April 2012
1-08.6 Suspension of Work...........................................................................................SP-37
1-08.9 Liquidated Damages.................................................................:........................SP-38
1-08.11 Contractor's Plant and Equipment (New Section)..........................................SP-38
1-08.12 Attention to Work (New Section)....................................................................SP-38
1-09 MEASUREMENT AND PAYMENT.............................................................................SP-38
1-09.1 Measurement of Quantities...............................................................................SP-38
1-09.3 Scope of Payment..............................................................................................SP-40
1-09.7 Mobilization...................................................................................................... SP-41
1-09.9 Payments...........................................................................................................SP-42
1-09.9(1) Retainage...........................................................................................................SP-42
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts
(New Section)....................................................................................................SP-42
1-09.9(3) Final Payment (New Section) .........................................................................SP-44
1-09.11(2) Claims ...............................................................................................................SP-45
1-09.1.1(3) Time Limitations and Jurisdiction.....................................................................SP-45
1-09.13(3)B Procedures to Pursue Arbitration.......................................................................SP-45
BID ITEM DESCRIPTIONS.....................................................................................SP-46
1-09.14 Payment Schedule (New Section) (Project No. SWP 27-3637).....................SP-46
1-09.14(1) Basic Bid (New Section).................................................................................SP-46
1-10 TEMPORARY TRAFFIC CONTROL.........................................................................SP-54
1-10.1 General.........................:....................................................................................SP-54
1-10.2(1)B Traffic Control Supervisor................................................................................SP-55
1-10.2(2) Traffic Control Plans......................................................................................... SP-55
1-10.3 Traffic Control Labor,Procedures, and Devices............................................... SP-55
1-10.3(3) Traffic Control Devices.....................................................................................SP-55
1-10.4 Measurement.....................................................................................................SP-56
1-1.0.5 Payment.............................................................................................................SP-56
1-11 RENTON SURVEYING STANDARDS (New Section).............................................SP-57
1-11.1 Description........................................................................................................SP-57
1-11.1(1) Responsibility for Surveys................................................................................SP-57
1-11.1(2) Survey Datum and Precision.............................................................................SP-57
1-11.1(4) Field Notes........................................................................................................SP-58
1-11.1(5) Corners and Monuments...................................................................................SP-58
1-11.1(6) Control or Base Line Survey............................................................................. SP-58
1-11.1(7) Precision Levels................................................................................................SP-59
1-11.1(8) Radial and Station-Offset Topography...........................................................SP-59
1-11.1(9) Radial Topography............................................................................................SP-60
1-11.1(10) Station-Offset Topography.............................................................................SP-60
Elliot Spawning Channel Repair Project Special Provisions
City of Renton April 2012
I
III
1-11.1(11) As-Built Survey.................................................................................................SP-60
Elliot Spawning Channel Repair Project Special Provisions
City of Renton April 2012
SPECIAL PROVISIONS
DIVISION 1
GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with the following:
Whenever reference is made to the State, 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.
1-01.2 Abbreviations (Project No. SWP 27-3637)
DAHP Department of Archaeology and Historic Preservation
SPU Seattle Public Utilities
EMD Washington State Emergency Management Division
FEMA Federal Emergency Management Agency
1-01.3 Definitions
Section 1-01.3 is revised and supplemented with 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.
Archaeologist
The Contracting Agency's consultant that prepared the archeological report and Inadvertent
Discovery Plan who may or may not administer the archaeological requirements during the
construction program for the Contracting Agency.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-1 August 2012
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads
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
Y
to the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
Contract Completion Date: The date by which the work is contractually required to be
completed.
Substantial Completion Date: See Section 1-05.11(1) of these Special Provisions.
Substantial Completion Date for the overall project shall be the date that the Owner
accepts the last phase as shown on the Plans as substantially complete.
Final Inspection Date: See Section 1-05.11(2).
Final Acceptance Date: The date the Contracting Agency accepts the work as complete
per the contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood
to mean working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works
project.
Inspector
Owner's authorized representative assigned to make necessary observations of the work
performed or being performed, or of materials furnished or being furnished by Contractor.
Or Equal
Where the term"or equal"is used herein,the Contracting Agency, or the Contracting Agency
on recommendation of the Engineer, shall be the sole judge of the quality and suitability of
the proposed substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner
shall be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-2 August 2012
Performance and Payment Bond
Same as"Contract Bond"defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of
prescribed work including layouts, profiles, cross-sections, and other details. Drawings may
either be bound in the same book as the balance of the Contract Documents or bound in
separate sets, and are a part of the Contract Documents, regardless of the method of binding.
The terms "Standard Drawings" or"Standard Details" generally used in specifications refers
to drawings bound either with the specification documents or included with the Plans or the
City of Renton Standard Plans.
Points
Wherever reference is made to Engineer's points, this shall mean all marks, bench marks,
reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal
and vertical control of the work.
Provide
Means"furnish and install"as specified and shown in the Plans.
Secretary,Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of
Planning/Building/Public Works Administrator.
Shop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and Supplemental Specifications that apply to an
individual project. The Special Provisions may describe work the Specifications do not cover.
Such work shall comply first with the Special Provisions and then with any Specifications
that apply. The Contractor shall include all costs of doing this work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The
City of Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions
Additional instructions by Engineer at request of Contractor by means of drawings or
documents necessary, in the opinion of Engineer, for the proper execution of the work. Such
drawings and instructions are consistent with the Contract Documents.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
communications and shall be understood to include tracks, overhead and underground wires,
cables,pipelines,conduits,ducts, sewers,or storm drains.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton . SP-3 August 2012
1-02 BID PROCEDURES AND CONDITIONS
1-02.6 Preparation of Proposal
The third paragraph and Item No. 1 under the third paragraph are revised as follows:
All prices shall be in legible figures and words written in ink or typed. The proposal shall
include:
1. A unit price for each item (omitting digits more than four places to the right of the
decimal point), each unit price shall also be written in words; where a conflict arises the
written words shall prevail.
Add the following new section:
1-02.6(1) Proprietary Information (New Section)
Vendors should, in the bid proposal, identify clearly any material(s) which constitute
"(valuable) formula, designs drawings, and research data" so as to be exempt from public
disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a
Statement of the basis for such claim of exemption. The Department (or State) will give
notice to the vendor of any request for disclosure of such information received within 5 (five)
years from the date of submission. Failure to so label such materials or failure to timely
respond after notice of request for public disclosure has been given shall be deemed a waiver
by the submitting vendor of any claim that such materials are, in fact, so exempt.
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices.No partial bids will be accepted
unless so stated in the call for bids or special provisions. The City reserves the right however
to award all or any schedule of a bid to the lowest bidder at its discretion.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-4 August 2012
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 with the following:
Within 10 calendar days after receipt from the City of the forms and documents required to
be completed by the Contractor, the successful bidder shall return the signed Contracting
Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a
satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by
the Contracting Agency, the successful bidder shall provide any pre-award information the
Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas and
for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within 10 calendar days after the award date, the Contracting Agency
may grant up to a maximum of 10 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition,
the Contracting Agency requires persons doing business with the Contracting Agency to
possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State
Contractors registration number,or both the Bidder shall insert such information in the spaces
provided. The Contracting Agency requires that 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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-5 August 2012
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents,Plans,Special Provisions
Specifications,and Addenda
Revise the second paragraph of Section 1-04.2 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. Amendments to Division 1-99 APWA Supplement
6. Amendments to the Standard Specifications,
7. Division 1-99 APWA Supplement
8. Latest version of WSDOT/APWA Standard Specifications for Road, Bridge and
Municipal Construction
9. Contracting Agency's Standard Plans(if any)
Add the following new section:
1-04.3 Contractor-Discovered Discrepancies (New Section)
Upon receipt of award of contract, Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. Contractor shall, prior to ordering material or performing work, report in
writing to Engineer any error, inconsistency, or omission in respect to design or mode of
construction, which is discovered. If Contractor, in the course of this study or in the
accomplishment of the work, finds any discrepancy between the Plans and the physical
condition of the locality as represented in the Plans,or any such errors or omissions in respect
to design or mode of construction in the Plans or in the layout as given by points and
instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and
Engineer will promptly check the same. Any work done after such discovery, until correction
of Plans or authorization of extra work is given, if Engineer finds that extra work is involved,
will be done at Contractor's risk. If extra work is involved,the procedure shall be as provided
in Section 1-04.4 of the Standard Specifications.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-6 August 2012
1-04.4 Changes
The last two paragraphs of Section 1-04.4 are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will
evaluate such proposals by the Contractor on a case-by-case basis.
1-04.4(1) Minor Changes (Project No. SWP 27-3637)
Section 1-04.4(1)is revised as follows:
Payments or credits for changes amounting to $20,000 or less may be made under the bid
item "Minor Changes".At the discretion of the Contracting Agency,this procedure for Minor
Changes may be used in lieu of the more formal procedure outlined in Section 1-04.4.
1-04.6 Variation in Estimated Quantities (Project No. SWP 27-3637)
Section 1-04.6 is supplemented with the following:
Because of the variable quantities that may be required for"Common Borrow Incl. Haul" and
"Channel Excavation Incl. Haul", the provision of this section shall not apply to these items.
The Engineer is given complete discretion as to the need and requirement for the use of these
materials on the project.
1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented with the following:
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 with the following:
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 lump sum contract price for "Finish and Cleanup" 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 clean up shall be considered incidental to the
contract and to other pay item and no further compensation shall be made.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-7 August 2012
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviations from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for Contractor supplied surveying,the Contractor shall provide all required
survey work, including such work as mentioned in Sections 1-05.4(1)and 1-05.4(2), 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 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, fill, and excavation slopes measured from the Engineer or 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
Contractor supplied surveyor informed of staking requirements and provide at least 48 hours'
notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including
existing monumentation, set by Contracting Agency forces. The Contractor will be charged
for the costs of replacing stakes, markers, and monumentation.that were not to be disturbed
but were destroyed or damaged by the Contractor's operations. This charge will be deducted
from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction
work allegedly due to error in the Engineer's line and grade, will not be allowed unless the
original control points set by the Engineer still exist, or unless other satisfactory
substantiating evidence to prove the error is furnished 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
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-8 August 2012
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.
Add the following new section:
1-05.4(3) Contractor Supplied Surveying (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 Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the Plans that prevent the Contractor and/or Surveyor from
constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies,
and omissions must be corrected to the satisfaction of the Engineer before the survey work
may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his operations in a
manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of
the Contractor's intent to remove any survey stakes and/or points before physically removing
them.
The surveyor shall be responsible for maintaining As-Built records for the project. The
Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-
Built records for the project.
If the Contractor and 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 moneys 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"Contractor Supplied Surveying".
Add the following new section:
1-05.4(4) Contractor Provided As-Built Information (New Section)
It shall be the Contractor's 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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-9 August 2012
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: fences, channel
top/bottom slopes, elevations of channels, locations of LWDs, backwater channel location,
final contours,and permeable berm top width and bottom width.
After the completion of the work covered by this contract, the Contractor's surveyor shall
provide to the City the hard covered field book(s) containing the as-built notes and one set of
white prints of the project drawings upon which he has plotted the notes of the Contractor
locating existing utilities, and one set of white prints of the project drawings upon which he
has plotted the as-built location of the new work as he recorded in the field book(s). This
drawing shall bear the surveyors seal and signature certifying its accuracy.
All costs for as-built work shall be included in the contract item "Contractor Supplied
Surveying", lump sum.
1-05.7 Removal of Defective and Unauthorized Work
Section 1-05.7 is supplemented with the following:
Contractor shall promptly replace and re-execute work by Contractor forces, in accordance
with the intent of the Contract and without expense to Owner, and shall bear the expense of
making good all work of other contractors destroyed or damaged by such removal or
replacement.
If Contractor does not remove such condemned work and materials and commence re-
execution of the work within 7 calendar days of notice from Engineer, Owner may correct the
same as provided in the Standard Specifications. In that case, Owner may store removed
material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days from
the date of the notice to Contractor of the fact of such removal, 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 moneys due to Contractor, including costs of
sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such
sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds
otherwise due Contractor.
1-05.10 Guarantees
Section 1-05.10 is supplemented with the following:
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, of 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
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-10 August 2012
i
Contracting Agency reserves the right to have defective and/or unauthorized Work corrected
or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct 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 or 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 tight of persons furnishing materials or labor, to recover under any bond given
by the Contractor for their protection, or any rights under any law permitting such persons to
look to funds due the Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts,
and notice of its provisions shall be given to all persons furnishing materials for the Work
when no formal contract is entered into for such materials.
1-05.11 Final Inspection
Add the following new section:
1-05.11(1) Substantial Completion Date (New Section)
When the Contractor considers the work to be substantially complete for the overall project,
the Contractor shall so notify the Engineer and request the Engineer establish the Substantial
Completion Date for the overall project. To be considered substantially complete for the
overall project,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 or correction of repair work remains to reach physical
completion of the work.
The Contractor's request shall list the specific items of work in subparagraph two above that
remains to be completed in order to reach physical completion. The Engineer may also
establish the Substantial Completion Date unilaterally.
If after this inspection, the Engineer concurs with the Contractor that the Work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the Work substantially complete and ready for its intended use, the
Engineer will,by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the Work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-11 August 2012
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.
Add the following new section:
1-05.11(2) Final Inspection Date (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.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing , of the date upon which the Work was considered physically
complete,that date shall constitute the Physical completion date of the Contract, but shall not
imply all the obligations of the Contractor under the Contract have been fulfilled.
Add the following new section:
1-05.11(3) Operational Testing (New Section)
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a
minimum of 3 working days' notice of the time for each test and inspection. If the inspection
is by another authority than Engineer, Contractor shall give Engineer a minimum of 3
working days' notice of the date fixed for such inspection. Required certificates of inspection
by other authority than Engineer shall be secured by Contractor.
1-05.12 Final Acceptance
The third and fourth sentences in the first paragraph of Section 1-05.12 are replaced with the
following:
The Final Acceptance date shall be that date in which the Renton City Council formally
approves acceptance of the Contract.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-12 August 2012
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented with the following:
Contractor shall afford 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 Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project
area are:
1. King County(Parks' bike trail near I-169).
2. City of Renton(water, sewer,transportation)
3. Private contractors employed by City of Renton Parks and Community Services for
the golf course.
Add the following new section:
1-05.18 Contractor's Daily Diary (New Section)
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record
of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type
that is commonly available through commercial outlets. The Diary must contain the Project
Name 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 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 Contractor,
Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for future
installation,to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-13 August 2012
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by
category of employment.
9. Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished
by Owner or other party during each day.
11. Entries to verify the daily (including non-work days) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. 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 Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page
numbers.
15. Each page must be signed and dated by Contractor's official representative on the
project.
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 Contractor and Owner that the Daily Diary maintained
by 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 Contractor to maintain this Diary in the manner described above will
constitute a waiver of any such claims or disputes by Contractor.
Engineer or other Owner's representative on the jobsite 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 with the following:
The materials and equipment lists submitted to 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 Engineer as to
conformity with the Contract Documents. Engineer will review the lists within 10 working
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-14 August 2012
days, noting required corrections. Contractor shall make required corrections and file 2
corrected copies with Engineer within 1 week after receipt of required corrections.Engineer's
review and acceptance of the lists shall not relieve 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 with the following:
The finished Work shall be in accordance with approved samples. Approval of samples by
Engineer does not relieve Contractor of responsibility for performance of the Work in
accordance with the Contract Documents.
-1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2)is supplemented with 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 with the following:
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 Engineer by Contractor.
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 Contractor.
FEDERAL& STATE CONTRACTING PROVISIONS
It is the contractor's responsibility to comply with all state and federal law in performing
the tasks undertaken with respect to this contract. As applicable and required by Federal
and State Law,the following provisions and references are included in this contract:
1. Equal Employment Opportunity —All contracts shall contain a provision requiring
compliance with E.O. 11246, "Equal Employment Opportunity," as amended by E.O.
11375, "Amending Executive Order 11246 Relating to Equal Employment
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-15 August 2012
Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of
Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor."
2. Copeland "Anti-Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) —All contracts
and subgrants in excess of $2,000 for construction or repair awarded by recipients
and subrecipients shall include a provision for compliance with the Copeland "Anti-
Kickback"Act (18 U.S.C. 874), as supplemented by Department of Labor regulations
(29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act
provides that each contractor or subrecipient shall be prohibited from inducing, by
any means, any person employed in the construction, completion, or repair of public
work, to give up any part of the compensation to which he is otherwise entitled. The
CITY OF RENTON shall report all suspected or reported violations to the Federal
awarding agency.
3. Contract Work Hours and Safety Standards Act (40 U.S.0 327-333) — Where
applicable, all contracts awarded by recipients in excess of $2,000 for construction
contracts and in excess of $2,500 for other contracts that involve the employment of
mechanics or laborers shall include a provision for compliance with Sections 102 and
107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as
supplemented by Department of Labor regulations (29 CFR part 5). Under Section
102 of the Act, each contractor shall be required to compute the wages of every
mechanic and laborer on the basis of a standard work week of 40 hours. Work in
excess of the standard work week is permissible provided that the worker is
compensated at a rate of not less than 1 'h times the basic rate of pay for all hours
worked in excess of 40 hours in the work week. Section 107 of the Act is applicable
to construction work and provides that no laborer or mechanic shall be required to
work in surroundings or under working conditions which are unsanitary, hazardous or
dangerous. These requirements do not apply to the purchases of supplies or
materials or articles ordinarily available on the open market, or contracts for
transportation or transmission of intelligence.
4. Rights to Inventions Made Under a Contract or Agreement — Contracts or
agreements for the performance of experimental, developmental, or research work
shall provide for the rights of the Federal Government and the recipient in any
resulting invention in accordance with 37 CFR part 401, "Rights to Inventions Made
by Nonprofit Organizations and Small Business Firms Under Government Grants,
Contracts and Cooperative Agreements," and any implementing regulations issued
by the awarding agency.
5. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control
Act (33 U.S.C. 1251 et seq.), as amended — Contractors and subgrants of amounts
in excess of $100,000 shall contain a provision that requires the recipient to agree to
comply with all applicable standards, orders or regulations issued pursuant to the
Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as
amended (33 U.S.C. 1251 et seq.) Violations shall be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency
(EPA).
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-16 August 2012
6. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) — Contractors who apply or bid
for an award of $100,000 or more shall file the required certification. Each tier
certifies to the tier above that it will not and has not used Federal appropriated funds
to pay any person or organization for influencing or attempting to influence an officer
or employee of any agency, a member of Congress, officer or employee of
Congress, or an employee of a member of Congress in connection with obtaining
any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier
shall also disclose any lobbying.in non-Federal funds that takes place in connection
with obtaining any Federal award. Such disclosures are forwarded from tier to tier up
to the recipient.
7. Debarment and Suspension (E.O.s 12549 and 12689) — No contract shall be made
to parties listed on the General Services Administration's List of Parties Excluded
from Federal Procurement or Nonprocurement Programs in accordance with E.O.s
12549 and 12689, "Debarment and Suspension." This list contains the names of
parties debarred, suspended, or otherwise excluded by agencies, and contractors
declared ineligible under statutory or regulatory authority other than E.O.- 12549.
Contractors with awards that exceed the small purchase threshold shall provide the
required certification regarding its exclusion status and that of its principal
employees.
8. PUBLIC LAW 88-352, TITLE VI OF THE CIVIL RIGHTS ACT OF 1964(42 U.S.C.
2000d et seq.) (24 CFR Part 1). The CITY OF RENTON must comply with the
provisions of "Public Law 88-352," which refers to Title VI of the Civil Rights Act of
1964 (42 U.S.C. 2000d et seq.). The law provides that no person in the United
States shall, on the grounds of race, color or national origin, be denied the benefits
of, be excluded from participation in, or be subjected to discrimination under any
program or activity receiving federal financial.assistance.
9. SECTION 504 OF THE REHABILITATION ACT, 1973, AS AMENDED (29 U.S.C.
794). The CITY OF RENTON must comply with Section 504 of the Rehabilitation Act
of 1973, as amended, which provides that no otherwise qualified individual shall,
solely by reason of his or her disability, be excluded from participation (including
employment), denied program benefits or be subjected to discrimination under any
program or activity receiving federal assistance funds.
10.AMERICANS WITH DISABILITIES ACT (42 U.S.C. 12101, et seq.) The CITY OF
RENTON shall comply with the provisions of the Americans with Disabilities Act, 42
U.S.C. 12101, et. sea. That Act provides a comprehensive national mandate to
eliminate discrimination against individuals with disabilities. The Act may impose
requirements on the CITY OF RENTON in four principle ways: 1) with respect to
employment; 2) with respect to the provision of public services; 3) with respect to
transportation; 4)with respect to existing facilities and new construction.
11.THE NATIONAL ENVIRONMENTAL POLICY ACT OF 1969 (NEPA) (42 U.S.0
Section 4321 et seq., and 24 CFR Part 58). The CITY OF RENTON shall comply
with the provisions of the National Environmental Policy Act of 1969. The purpose of
this Act is to attain the widest use of the environment without degradation, risk to
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-17 August 2012
health or safety, or other undesirable and unintended consequences. Environmental
review procedures, including determining and publishing a Finding of Significance or
of No Significance for a proposal, are a necessary part of this process. Pursuant to
these provisions, the CITY OF RENTON must also submit environmental
certifications to the STATE EMD when requesting that funds be released for the
project. The CITY OF RENTON must certify that the proposed project will not
significantly impact the environment and that the CITY OF RENTON has complied
with environmental regulations and fulfilled its obligations to give public notice of the
funding request, environmental findings and compliance performance.
12. EXECUTIVE ORDER 11990, MAY 24, 1977: PROTECTION OF WETLANDS (42
F.R. 26961 et seq.) The CITY OF RENTON shall comply with Executive Order
11990. The intent of this Executive Order is (1) to avoid, to the extent possible,
adverse impacts associated with the destruction or modification of wetland, and (2)
to avoid direct or indirect support of new construction in wetlands wherever there is a
practical alternative.
The CITY OF RENTON, to the extent permitted by law, must avoid
undertaking or providing assistance for new construction located in wetlands
unless (1) there is no practical alternative to such construction, and (2) the
proposed action includes all practical measures to minimize harm to wetlands
which may result from such use. In making this determination, the CITY OF
RENTON may take into account economic, environmental and other pertinent
factors.
13. EXECUTIVE ORDER 11988, MAY 24, 1977: FLOODPLAIN MANAGEMENT (42
F.R. 26951 et seq). The CITY OF RENTON shall comply with the provisions of
Executive Order 11988. The intent of this Executive Order is to (1) avoid, to the
extent possible, adverse impacts associated with the occupancy and modification of
floodplains, and (2) avoid direct or indirect support of floodplain development
wherever there is a practical alternative. If the CITY OF RENTON proposes to
conduct, support or allow an action to be located in a floodplain, the CITY OF
RENTON must consider alternatives to avoid adverse effects and incompatible
involvement in the floodplain. If siting in a floodplain is the only practical alternative,
the CITY must, prior to taking any action (1) design or modify its actions in order to
minimize any potential harm to the floodplain, and (2) prepare and circulate a notice
containing an explanation of why the action is proposed to be located in a floodplain.
14. THE WILD AND SCENIC RIVERS ACT OF 1968, AS AMENDED (16 U.S.C. 1271 et
seq.). The CITY OF RENTON shall comply with the Wild and Scenic Rivers Act.
The purpose of this Act is to preserve selected rivers or sections of rivers in their
free-flowing condition, to protect the water quality of such rivers and to fulfill other
vital national conservation goals. Federal assistance by loan, grant, license, or other
mechanism cannot be provided to water resources construction projects that would
have a direct and adverse effect on any river included or designated for study or
inclusion in the National Wild and Scenic River System.
15. COASTAL ZONE MANAGEMENT ACT OF 1972, AS AMENDED (16 U.S.C. 1451 et
seq.). The CITY OF RENTON shall comply with the Coastal Zone Management Act
of 1972, as amended. The intent of this Act is to preserve, protect, develop, and
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-18 August 2012
where possible, restore or enhance the resources of the nation's coastal zone.
Federal agencies cannot approve assistance for proposed projects that are
inconsistent with the state's Coastal Zone Management program except upon a
finding by the U.S. Secretary of Commerce that such a project is consistent with the
purpose of this chapter or necessary in the interests of national security.
16. THE ENDANGERED SPECIES ACT OF 1973, AS AMENDED (16 U.S.C. 1531 et
seq.). The CITY OF RENTON shall comply with the Endangered Species Act of
1973, as amended. The intent of this Act is to ensure that all federally assisted
projects seek to preserve endangered or threatened species. Federally authorized
and funded projects must not jeopardize the continued existence of endangered and
threatened species or result in the destruction of or modification of habitat of such
species which is determined by the U.S. Department of the Interior, after consultation
with the state, to be critical.
17. THE RESERVOIR SALVAGE ACT OF 1960, AS AMENDED BY THE
ARCHAEOLOGICAL AND HISTORIC PRESERVATION ACT OF 1974 (16 U.S.C.
469 et seq.). Under the Reservoir.Salvage Act, the CITY OF RENTON must comply
with provisions for the preservation of historical and archaeological data (including
relics and specimens) that might otherwise be irreparably lost or destroyed as a
result of any alteration of the terrain caused as a result of any federal construction
project or federally licensed activity or program. Whenever the CITY OF RENTON
finds, or is notified in writing by an appropriate historical or archaeological authority,
that its activities in connection with any federal funded construction project or
federally licensed project, activity or program may cause irreparable loss or
destruction of significant scientific, prehistoric, historical or archaeological data, the
CITY OF RENTON must stop work immediately and must notify the U.S. Secretary
of Interior and the Department in writing and provide appropriate information
concerning the project or program activity.
18. THE ARCHAEOLOGICAL AND HISTORICAL DATA PRESERVATION ACT OF
1974 (16 U.S.C. 469 a-1 et seq.). The CITY OF RENTON shall comply with the
Archaeological and Historical Data Preservation Act, which provides for the
preservation of historic and archaeological information that would be lost due to
development and construction activities as a result of federally funded activities.
19. THE SAFE DRINKING WATER ACT OF 1974, AS AMENDED (42 U.S.C. Section
201, 300(f) et seq.,and U.S.C. Section 349). The CITY OF RENTON must comply
with the Safe Drinking Water Act, as amended, which is intended to protect
underground sources of water. No commitment for federal financial assistance,
according to this Act, shall be entered into for any project, which the U.S.
Environmental Protection Agency determines, may contaminate an aquifer that is the
sole or principal drinking water source for an area.
20.THE FEDERAL WATER POLLUTION CONTROL ACT OF 1972, AS AMENDED,
INCLUDING THE CLEAR WATER ACT OF 1977, PUBLIC LAW 92-212 (33 U.S.C.
SECTION 1251 et seq.). The CITY OF RENTON must assure compliance with the
Water Pollution Control Act, as amended, which provides for the restoration of
chemical, physical and biological integrity of the nation's water.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-19 August 2012
21.THE SOLID WASTE DISPOSAL ACT, AS AMENDED BY THE RESOURCE
CONSERVATION AND RECOVERY ACT OF 1976 (42 U.S.C. SECTION 6901 et
seq.) The CITY OF RENTON must assure compliance with the Solid Waste
Disposal Act, as amended. The purpose of this Act is to promote the protection of
health and the environment and to conserve valuable material and energy resources.
22. THE FISH AND WILDLIFE COORDINATION ACT OF 1958, AS AMENDED (16
U.S.C. SECTION 661 et seq.) The APPLICANT must assure compliance with the
Fish and Wildlife Coordination Act, as amended. The Act assures that wildlife
conservation receives equal consideration and is coordinated with other features of
water resources development programs.
23. RELOCATION ASSISTANCE AND REAL PROPERTY ACQUISITION POLICY,
CHAPTER 8.26 RCW. The CITY OF RENTON shall comply with the provisions of
Chapter 8.26 RCW and Chapter 365-24 WAC when its activities involve any
acquisition of real property assisted under this Grant Agreement or the displacement
of any family, individual, business, nonprofit organization or farm that results from
such acquisition.
24. STATE ENVIRONMENTAL POLICY ACT (SEPA), CHAPTER 43.21 (C) RCW. The
CITY OF RENTON shall comply with the provisions of Chapter 43.21(C) RCW and
Chapter 197-11 WAC, the guidelines by which local agencies will (1) require
environmental checklists from private and public entities considering an action
potentially subject to the Environmental Impact Statement (EIS) requirement of
SEPA, (2) make "threshold determinations" that such an action will not have a
significant environmental impact, (3) provide for the preparation of a draft and final
EIS if the action has significant impact, and (4) circulate the EIS to other agencies
and interested parties.
25. NOISE CONTROL, CHAPTER 70.107 RCW. The CITY OF RENTON shall assure
compliance with the state Noise Control Act. Objectives of the Act are to assist local
governments in implementing local noise ordinances and to control and reduce
excessive noise in Washington.
26. SHORELINE MANAGEMENT ACT OF 1971, CHAPTER 90.58 RCW. The CITY OF
RENTON shall comply with the provisions of Chapter 90.58 RCW. This Act defines a
planning program and a permit system, which are initiated at the local government
level under state guidance. Its purpose is to protect and enhance the state's
shoreline and it includes a comprehensive shoreline inventory process and a master
program for regulation of shoreline uses. A permit application at the local level must
be in compliance with those plans and consistent with the state Coastal Zone
Management program if substantial developments and shoreline modifications occur,
and a record of the application and decision must be submitted to the state.
27. STATE BUILDING CODE, CHAPTER 19.27 RCW; ENERGY RELATED BUILDING
STANDARDS, CHAPTER 19.27A RCW; AND PROVISIONS IN BUILDINGS FOR
AGED AND HANDICAPPED PERSONS, CHAPTER 70.92 RCW. The CITY OF
RENTON shall comply with the provisions of Chapter 19.27 RCW, Chapter 19.27A
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-20 August 2012
RCW, Chapter 70.92 RCW and the regulations for building construction and for
barrier free facilities adopted by the Washington State Building Code Council
pursuant to these statutes.
The State Building Code Act provides for a uniform state building code and
mandates counties, cities and towns to administer and enforce its provisions. Local
governments are authorized to modify the state building code to fit local conditions
as long as such modifications do not result in a code that is less than the minimum
performance standards and objectives contained in the state code.
28. OPEN PUBLIC MEETINGS ACT, CHAPTER 42.30 RCW. The CITY OF RENTON
shall comply with provisions of Chapter 42.30 RCW which require that all meetings of
the governing body which pertain to this Grant Agreement shall be open to the public
except those where specific provision is made for executive sessions pursuant to
RCW 42.30.110.
29. LAW AGAINST DISCRIMINATION, CHAPTER 49.60 RCW. The CITY OF RENTON
shall comply with the provisions of Chapter 49.60 RCW in all activities relating to this
Grant Agreement.
30. GOVERNOR'S EXECUTIVE ORDER 89-10, DECEMBER 11, 1989: PROTECTION
OF WETLANDS, AND GOVERNOR'S EXECUTIVE ORDER 90-04, APRIL 21,
1990: PROTECTION OF WETLANDS. The CITY OF RENTON shall ensure that it
avoids any activities that would adversely affect wetlands and adequately mitigates
unavoidable impacts. For the purposes of this requirement, except where a contrary
definition is provided by statute, mitigation means: (1) avoiding the impact altogether
by not taking certain action or part of an action; (2) minimizing impacts by limiting the
degree or magnitude of the action and its implementation, by using appropriate
technology, or by taking affirmative steps to avoid or reduce impacts; (3) rectifying
the impact by repairing, rehabilitating, or restoring the affected environment; (4)
reducing or eliminating the impact over time by preservation and maintenance
operations during the life of the action; (5) compensating for the impact by replacing,
enhancing, or providing substitute resources or environments; and (6) monitoring the
impact and taking appropriate corrective measures.
Mitigation for individual actions may include a combination of the above measures.
Mitigation may not include any of the above measures to the extent that they may be
contrary to statute as applied under the particular circumstances. Emergency work
that is essential to save lives and protect property and public health is exempt from
these provisions.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented with the following:
The Contractor shall comply with all construction-related provisions of the CORPS permit,
the UPA,the NPDES Construction permit(when required for clearing over 1 acre), and other
permits obtained by the City.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-21 August 2012
The Contractor shall be responsible for making any changes required by the agencies, and
payment of any fines, for violations of any construction related provisions. The City will not
make additional compensation for any changes or fines due to the Contractors violations.
The permits, easements, and right of entry documents that have been acquired are available
for inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and
rights-of-entry, at no additional cost to Owner. Contractor is required to indemnify Owner
from claims on all easements and rights-of-entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. 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 Contractor. If Owner is required to secure such permits, permission
under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby
shall be charged against Contractor and deducted from any funds otherwise due Contractor.
1-07.9(5) Required Documents
Replace the first sentence of the third paragraph of Section 1-07.9(5)with the following:
Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors
and lower tier subcontractors, regardless of project's funding source. The certified payrolls
must be signed by a Certified Public Accountant in the State of Washington using the L&I
standard payroll report form.
Add the following new section:
1-07.11(11) City of Renton Affidavit of Compliance (New Section)
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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-22 August 2012
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 g
re q uirin the subcontractors to insert the FHWA 1273 and
amendments thereto in any lower tier subcontracts, together with the wage rates. The
Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is
inserted in each subcontract for subcontractors and lower tier subcontractors. For this
purpose, upon request to the Project Engineer, the Contractor will be provided with extra
copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this
Special Provision.
1-07.13(1) General
Section 1-07.13(1)is supplemented with the following:
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 by special
means or precautions acceptable to the Engineer, the Contractor shall be able to overcome
them.
1-07.14 Responsibility for Damage (Project No. SWP 27-3637)
Section 1-07.14 is supplemented with the following:
All references to the "State," "Commission," "Secretary," "Department," and "officers and
employees of the State" shall read"Contracting Agency."
1-07.15 Temporary Water Pollution/Erosion Control
Section 1-07.15 is supplemented with the following:
Work shall include isolating the spawning channel from the Cedar River and any dewatering
activities necessary to construct the channel improvements. Specifically, work shall include
furnishing, installing, maintaining, and removing sandbag dams, sumps, baker tank(s),
pumping systems,piping, level spreaders and fish exclusion netting.
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented with 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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-23 August 2012
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 which 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
top soil from the trench or construction area and stockpile it in such a manner that it
may be replaced by him, upon completion of construction. Ornamental trees and
shrubbery shall be carefully removed with the earth surrounding their roots wrapped
in burlap and replanted in their original positions within 48 hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with
material of equal quality at no additional cost to the Contracting Agency. In the event
that it is necessary to trench through any lawn area, the sod shall be carefully cut and
rolled and replaced after the trenches have been backfilled. The lawn area shall be
cleaned by sweeping or other means, of all earth and debris.
The Contractor shall use rubber wheel equipment similar to the small tractor-type
backhoes used by side sewer contractors for all work, including excavation and
backfill, on easements or rights-of-way which have lawn areas. All fences, markers,
mailboxes, or other temporary obstacles shall be removed by the Contractor and
immediately replace, after the trench is backfilled, in their original position. The
Contractor shall notify the Contracting Agency and property Owner at least 24 hours
in advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored to
their original condition or better. The original condition shall be established by
photographs taken and/or inspection made prior to construction. All such work shall
be done to the satisfaction of the property Owners and the Contracting Agency at the
expense of the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of
all streets(traveled ways)used by him if damaged.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-24 August 2012
Asphalt concrete pavement or bituminous surfacing outside the project area that is
disturbed by the work shall be restored to its original condition. Asphalt pavement
restoration shall comply with the provisions of Section 5-04(Hot Mix Asphalt)of the
Standard Specifications.
All other surfaces disturbed by the project shall be promptly replaced or relocated to
original or better than condition.
The Contractor shall restore all disturbed landscaping in conformance with Section 8-
02 (Roadside Restoration).
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.
1-07.16(4) Archaeological and Historical Objects (Project No. SWP 27-3637)
Replace the first two paragraphs of Section 1-07.16(4)with the following:
Archaeological or historical objects, such as ruins, sites, buildings, artifacts, fossils, or other
objects of antiquity that may have significance from a historical or scientific standpoint,
which may be encountered by the Contractor, shall not be further disturbed. The Contractor
shall immediately notify the Engineer of any such finds and implement the Inadvertent
Discovery Plan and the provisions of the DAHP permit included with these project
Specifications.
The Engineer will coordinate with the archaeological consultant to determine if the material
is to be salvaged. The Contractor may be required to stop work in the vicinity of the
discovery until such determination is made. The Engineer may require the Contractor to
suspend work in the vicinity of the discovery until salvage is accomplished.
If the Engineer finds that the suspension of work in the vicinity of the discovery increases or
decreases the cost or time required for performance of any part of the work under this
Contract, the Engineer will make an adjustment in payment or the time required for the
performance of the work in accordance with Sections 1-04.4 and 1-08.8.
1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains (Project No. SWP 27-3637)
Replace the first paragraph of Section 1-07.16(4)A with the following:
If human skeletal remains are encountered by the Contractor, they shall not be further
disturbed. The Contactor shall immediately notify the.Engineer of any such finds, and shall
cease all work adjacent to the discovery, in an area adequate to provide for the total security
and protection of the integrity of the skeletal remains. The Contractor shall implement the
Inadvertent Discovery Plan and the provisions of the DAHP permit included with these
project Specifications. The Engineer may require the Contractor to suspend work in the
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-25 August 2012
vicinity of the discovery until final determinations are made and removal of the skeletal
remains is completed.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented with the following:
Existing utilities indicated in the Plans have been plotted from the best information available
to 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 Owner and Engineer by owners of such underground
facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or
completeness thereof. It is to be understood that other aboveground or underground facilities
not shown in the Plans may be encountered during the course of the work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their
location to be determined by the Engineer or utility personnel under adverse conditions,
(inclement weather or darkness).
Where underground main distribution conduits, such as water,gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
assume that every property parcel will be served by a service connection for each type of
utility.
Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. 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 Contractor having all utilities field marked before starting work, 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, Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and progress
schedule. 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 Contractor for locations.
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 Contractor begins work, or may be performed in
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-26 August 2012
conjunction with the contract work. 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, Contractor shall continue the construction process on other
aspects of the project whenever possible. No additional compensation will be made to
Contractor for reason of delay caused by the actions of any utility company and 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 Engineer's request.
In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions,and elsewhere in the Contract Documents.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is replaced with the following new sections:
1-07.18(1) General (New Section; 2011 update)
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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-27 August 2012
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
cause 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 (New Section)
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require that proof of professional liability coverage be provided for up to two (2)
years after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII, the City
may make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies),terms, conditions,and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these
requirements will be considered a material breach of contract and shall be cause for
immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below.
By requiring such minimum insurance, the City of Renton shall not be deemed or construed
to have assessed the risks that may be applicable to the Contractor. The Contractor shall
assess its own risks,and if it deems appropriate and/or prudent,maintain higher limits and/or
broader coverage.
Coverage shall include:
A. Commercial General Liability—ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
1. Premises and Operations(including CG2503; General Aggregate to apply per
project, if applicable).
2. Explosion, Collapse, and Underground Hazards.
3. Products/Completed Operations.
4. Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract).
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-28 August 2012
5. Broad Form Property Damage.
6. Independent Contractors.
7. Personal/Advertising Injury.
8. Stop Gap Liability.
B. Automobile Liability including all:
1. Owned vehicles.
2. Non-owned vehicles.
3. Hired vehicles.
C. Workers'Compensation:
1. Statutory Benefits (Coverage A) — Show Washington Labor & Industries
Number.
D. Umbrella Liability(when necessary):
1. 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).
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-29 August 2012
D. The Contractor shall provide the Contracting Agency and all Additional Insured's
with written notice of any policy cancellation, within two business days of their
receipt of such notice.
E. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may,
after giving five business days' notice to the Contractor to correct the breach,
immediately terminate the contract, or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums
so expended to be repaid to the Contracting Agency on demand, or at the sole
discretion of the Contracting Agency, offset against funds due the Contractor
from the Contracting Agency.
1-07.18(3) Limits (New Section)
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.Pollution liability is required.
Commercial General Liability
General Aggregate* $2,000,000**
Products/Completed Operations Aggregate $2,000,000**
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments (Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or,equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $1,000,000
Aggregate $2,000,000
Pollution Liability
Each Occurrence/Incident/Claim $1,000,000
Aggregate $1,000,000
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-30 August 2012
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 (New Section)
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance
by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or
equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-
07.18(3)as revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter of
information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its agents or
representatives".
C. Amend the cancellation clause to state: "Should any of the above described policies be
cancelled before the expiration date thereof, notice will be delivered in accordance with
the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
above,the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented with 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(l)O Construction Under Traffic
Section 1-07.23(1) is supplemented with the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and
on any street, right-of-way owned by other agencies, or parking lots or areas which are
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-31 August 2012
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.
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
Contractor.
1-08 PROSECUTION AND PROGRESS
Add the following new sections:
1-08.0 Preliminary Matters (New Section)
1-08.0(1) Preconstruction Conference
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
Additional documents may be furnished upon request at the cost of reproduction. Prior to
undertaking each part of the Work the Contractor shall carefully study and compare the Contract
Documents and check and verify pertinent figures shown therein and all applicable field
measurements. The Contractor shall promptly report in writing to the Engineer any conflict,error
or discrepancy which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor,the Engineer, and such other
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
• Contractor's plan of operation and progress schedule(3+copies).
• Approval of qualified subcontractors(bring list of subcontractors if different
from list submitted with Bid).
• List of materials fabricated or manufactured off the project.
• Material sources on the project.
• Names of principal suppliers.
• Detailed equipment list, including"Rental Rate Blue Book"hourly costs(both
working and standby rates).
• Weighted wage rates for all employee classifications anticipated to be used on
Proj ect.
• Cost percentage breakdown for lump sum bid item(s).
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-32 August 2012
• Shop Drawings(bring preliminary list).
• Turbidity monitoring(if any)and moving of fish within project limits per
project's HPA requirements.
In addition,the Contractor shall be prepared to address:
• Bonds and insurance
• Project meetings—schedule and responsibilities
• Provision for inspection of materials from outside sources
• Responsibility for locating utilities
• Responsibility for damage
• Compliance with Contract Documents
• Acceptance and approval of work
• Labor compliance,payrolls, certifications
• Safety regulations for Contractors' and 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 Contractor
• Any conflicts or omissions in Contract Documents
• Any other problems or questions concerning the work
• Processing and administration of public complaints
• Other contracts
The franchise utilities may be present at the pre-construction conference, and Contractor
should be prepared for their review and discussion of progress schedule and coordination.
1-08.1 Subcontracting
Section 1-08.1 is supplemented with the following and with the following new sections:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer at
least 7 calendar days prior to start of a subcontractor's work. Each and every contractor
and subcontractor on a public works project must file their own Statement of Intent to
Pay Prevailing Wages (Intent) and Affidavit of Wages Paid (Affidavit) forms. These
forms must be filled out and finalized copies provided to the City.
Contractor agrees that s/he is fully responsible to 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
"
Oakesdale Pump P Station Repair Project Special Provisions
City of Renton SP-33 August 2012
employed by Contractor. 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 Owner.
Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.1(2) Hours of Work (New Section) (Project No. SWP 27-3637)
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
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. Permission to work longer than an 8-hour period between
7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no
later than noon on the working day prior to the day for which the Contractor is requesting
permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between
the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise
control requirements. Approval to continue work during these hours may be revoked at any time
the Contractor exceeds the Contracting Agency's noise control regulations or complaints are
received from the public or adjoining property owners regarding the noise from the Contractor's
operations. The Contractor shall have no claim for damages or delays should such permission be
revoked for these reasons.
Permission to work Saturdays, Sunday, holidays,of 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 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 Saturday and holiday as
working day 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 Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees when in the opinion of the Engineer such work necessitates
their presence.
1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees (New
Section)
Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of 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
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-34 August 2012
I
shall reimburse the Contraction Agency for the full amount of the straight time plus overtime
costs for employees 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.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder
without the prior written consent of 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 with the following:
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 Engineer. Submittal by Contractor and review by
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).
Engineer may request Contractor to alter the progress schedule when deemed necessary in the
opinion of Engineer—in the interest of public safety and welfare or of Owner, or for
coordination with any other activity of other contractors, the availability of all or portions of
the jobsite, or special provisions of this Contract, or to reasonably meet the completion date
of the project. Contractor shall provide such revised schedule within 10 days of request.
If, at any time, in the opinion of Engineer, the progress of construction falls significantly
behind schedule, 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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-35 August 2012
Contractor shall promptly report to Engineer any conditions which Contractor feels will
require revision of the schedule and shall promptly submit proposed revisions in the progress
schedule for acceptance by Engineer. When such changes are accepted by Engineer, the
revised schedule shall be followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to 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. 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 Contractor, the proposed construction schedule cannot be
met, Engineer will require Contractor to submit a revised schedule to Engineer for
acceptance.The approved revisions will thereafter, in all respects,apply in lieu of the original
schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including
revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making
available all or any portion of the jobsite, and will relieve Owner of any responsibility for
delays to Contractor in the performance of the work.
The cost of preparing the progress schedule, any supplementary progress schedules, and
weekly schedules shall be considered incidental to the Contract and no other compensation
shall be made.
1-08.4 Prosecution of the Work
The title for Section 1-08.4 is revised to read:
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is supplemented 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 replaced with the following:
The work shall be physically completed in its entirety within ***60***working days. The
physical completion date must be no later than October 15, 2012. The Contract Time shall
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-36 August 2012
begin on the Notice to Proceed Date, and shall end on the Contract Completion Date. All
work within the ordinary high water line (OHWL) shall occur only between July 1 and
September 1 per the provisions of the HPA.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
specifically suspends work, or one of these holidays: January 1, 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 which,
from historical records, is to be expected during the Contract Time, and during which periods,
work is anticipated to be performed. Each successive working day, beginning with the Notice
to Proceed Date and ending with the Physical Completion Date, shall be charged to the
Contract Time as it occurs except a day or part of a day which is designated a nonworking
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 nonworking 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.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented with the following:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor
in writing. The work shall be resumed by Contractor within 14 calendar days after the date
fixed in the written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that 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
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-37 August 2012
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.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented with the following:
In addition, Contractor shall compensate Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by Owner as a result of such
delay. Such labor costs will be billed to Contractor at actual costs, including administrative
overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any
provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to
recover its costs, including reasonable attorney's fees, from Contractor.
Add the following new section:
1-08.11 Contractor's Plant and Equipment (New Section)
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's equipment.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security
of the site from the time 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 equipment. The Owner will be provided keys
for all fenced, secured areas.
Add the following new section:
1-08.12 Attention to Work (New Section)
The Contractor shall give his personal attention to and shall supervise the work to the end that
it shall be prosecuted faithfully, and when he is not personally present on the work site, he
shall at all times be represented by a competent superintendent who shall have full authority
to execute the same, and to supply materials,tools, and labor without delay, and who shall be
the legal representative of the Contractor. The Contractor shall be liable for the faithful
observance of any instructions delivered to him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented with the following:
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-38 August 2012
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. 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 Engineer, and there shall be
no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on
the project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Quantity and type of material delivered in cubic yards
3. Drivers name, date and time of delivery
4. Location of delivery,by street and stationing on each street
5. Place for 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 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 Engineer to verify quantity shown on ticket and loads can be
verified by using the contractor's surveyor for pre- and post-construction topographical
surveys.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is
given to the Inspector on the project at the time of delivery of materials for each truckload
delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to
Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be
honored for payment.
Each truck shall be clearly numbered to the satisfaction of 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:
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-39 August 2012
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truck load 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 street and stationing on each street
rY Y g
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
If the project uses Tons as a unit of ticketing, then the material hauled away shall be dried as
much as possible and shall not be tallied as `wet' unit weight.
1-09.3 Scope of Payment
Section 1-09.3 is supplemented with the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in
the "Payment" clause of each Section of the Standard Specifications, will be the only items
for which compensation will be made for the Work described in or specified in that particular
Section 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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-40 August 2012
1-09.7 Mobilization
Section 1-09.7 is supplemented with the following:
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 Contractor's personnel; and obtaining permits or licenses
required to complete the project not furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone,
facsimile machine, and copy machine during all hours Contractor is working on the jobsite;
and a table and chair for their use when needed and requested.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
of all equipment and material proposed to be located at the site within the staging areas
shown on the Plans. Unless otherwise shown on the Plans or allowed through temporary
construction easements, storage shall not interfere with use of the City of Renton right-of-
way(ROW)or easements, and commercial and residential access.
The Contractor shall prepare a Work Plan that shall include the following:
A. Mobilization Plan showing the proposed location for storage of all equipment,
materials, and staging.
B. Proposed Construction Schedule and Sequence for all major items of work.
C. Temporary Erosion/Water Pollution Control Plan for all stages of the project if
differing from the proposed Temporary Erosion/Water Pollution Control Plan.
D. Traffic Control Plan if differing from the proposed Traffic Control Plan and shall
include provisions for cleaning,watering and sweeping of any impacted roadways.
E. Trench Excavation Safety Systems Plan/Provisions(if needed or used).
F. Temporary Water Diversion Plan and De-watering Plan
G. Identify Disposal Sites for various waste materials,and provide copies of the site's
permits and approvals.
The Work Plan shall be submitted to the Engineer for review and approval within 14 days of
the contract'award.
Payment will be made for the following bid item(s):
"Mobilization",per lump sum.
Payment for Mobilization will be made at the lump sum amount bid, which payment will be
considered complete compensation for all materials, equipment, and labor required to
complete this item of work in accordance with the Contract Documents.
Up to 65 percent of this item will be paid after the Contractor is fully in operation, and
construction on the new storm system has begun.
Up to 20 percent of this item will be paid after the Contractor has completed the boring for
Phase I and has started boring operations for Phase 2.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-41 August 2012
10 Percent will be paid when the project is complete,cleanup and restoration is complete, and
all items are completed to the satisfaction of the Owner.
The remaining 5 percent will be paid after the Final Pay Estimate is approved by the City
Council.
1-09.9 Payments
Section 1-09.9 is supplemented with the following:
Applications for payment shall be itemized and supported to the extent required by Engineer
by receipts or other vouchers showing payment for materials and labor, payments to
subcontractors, and other such evidence of Contractor's right to payment as Engineer may
direct.
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 with the following:
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 Owner has no unsatisfied claims
against Contractor. In the event claims are filed, Owner shall withhold, until such claims are
satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner
shall withhold such amount as is required to satisfy any claims by Owner against Contractor,
until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until
Contractor, if requested, delivers to 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 Contractor has knowledge or information, the release and receipts include all labor and
materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to
furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify
Owner against the lien. If any lien remains unsatisfied after all payments are made,
Contractor shall reimburse to 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.
Add the following new section:
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (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,
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-42 August 2012
in the Engineer's opinion,may be necessary to cover the Contracting Agency's costs for or to
remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been
filed.
2. Where the Contractor has not paid fees or charges to public authorities of
municipalities which the Contractor is obligated to pay.
3. Utilizing material, tested and inspected by the Engineer, for purposes not connected
with the Work(Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime work performed by City personnel per Section 1-08.1(4).
6. Anticipated or actual failure of the Contractor to complete the work on time:
a. Per Section 1-08.9(Liquidated Damages); or
b. Lack of construction progress based upon the Engineer's review of the
Contractor's approved progress schedule which indicates the Work will not be
complete within the Contract Time. When calculating an anticipated time
overrun, the Engineer will make allowances for weather delays,, approved
unavoidable delays, and suspensions of the Work. The amount withheld under
this subparagraph will be based upon the liquidated damages amount per day set
forth in Contract Documents multiplied by the number of days the Contractor's
approved progress schedule, in the opinion of the Engineer, indicates the
Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under
the contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when
required by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized work (Section 1-
05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in
lieu of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or
correct underpayment to employees of the contractor of subcontractor of any tier
as required by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW)as
required by Section I=07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule
per Section 1-08.3.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-43 August 2012
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 make under the terms and conditions of the Contract. The Contracting Agency shall
not be liable to the Contractor for such payment make in good faith.
Add the following new section:
1-09.9(3) Final Payment (New Section)
Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the
Contactor will be calculated based upon a Final Progress Estimate made by the Engineer.
Acceptance by the Contractor of the Final Payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other
than claims in stated amounts as may be specifically excepted in writing by the
Contractor;
2. For all things done or furnished in connection with the work;
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents
or the Contract Bond;nor shall such payment constitute a waiver of the Contracting Agency's
ability to investigate and act upon findings of non-compliance with the WMBE requirements
of the Contract; nor shall such payment preclude the Contracting Agency from recovering
damages, setting penalties,or obtaining such other remedies as may be permitted by law.
Before the work will be accepted by the Contracting Agency, the Contractor shall submit an
affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged
(DB), minority (MBE)or women business enterprises(WBE)participating in the Work. Such
affidavit shall certify the amounts paid to the DB,MBE or WBE subcontractors regardless of
tier.
On Federally-funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans,
gratuity or gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or
any other documents required for the final acceptance of the contract,the Contracting Agency
reserves the right to establish a completion date and unilaterally accept the contract.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-44 August 2012
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 which 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 of 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 regulations — Federal, State, or local — that affect the contract. The
dated the Contraction Agency unilaterally signs the Final Progress Estimate constitutes the
final acceptance date(Section 1-05.12).
1-09.11(2) Claims
J
Paragraph 5 of Section 1-09.11(2) 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
The first sentence of the first paragraph of Section 1-09.11(3) 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-O9.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented with the following:
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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-45 August 2012
BID ITEM DESCRIPTIONS
Add the following new section and subsections:
1-09.14 Payment Schedule (New Section) (Project No. SWP 27-3637)
General—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 US
Department of Labor(OSHA).
B. The Owner shall not pay for material quantities that exceed the actual measured amount
used and approved by the Engineer.
C. It is the intention of these specifications that the performance of all work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be considered incidental to the
construction of the project and the Contractor shall include the cost within the unit bid
prices.No separate payment will be made for these incidental items.
1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid items that will determine the low bidder for this
project. Measurement and Payment, where described in a bid item, shall supersede
Measurement and Payment listed in other sections of the Special Provisions and Standard
Specifications.
Bid Item 1: Lift Station Retrofit(Lump Sum)
The Contractor shall provide all required materials, labor and equipment necessary to install
the scope and products as listed in the attached scope and quote letter dated June 13,2012.
The lump sum price shall be full compensation for all labor, materials, tools, equipment,
transportation, supplies, and incidentals required to complete all work to furnish and install
this item. Removal and disposal of the pumps and any existing components of this project
shall first check with the City Engineer and Maintenance personnel.
Mobilization shall be in accordance with Special Provision 1-09.7(Mobilization).
Payment will be made in accordance with Special Provision.1-09.7 (Mobilization).
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-46 August 2012
Contractor will demobilize equipment and materials upon final punch list fixes as approved
by the Engineer. Any damaged property, damaged access, pavement, or other adjacent
properties shall be replaced in-kind by the contractor.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-47 August 2012
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Section 1-10.1 is supplemented with the following:
When the bid proposal includes an item for "Temporary Traffic Control", the work required
for this item shall be all items described in Section 1-10, including,but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing, maintaining, and payment in a
different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic
control labor;
3. Furnishing.any necessary vehicle(s) to set up and remove the Class B construction
signs and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid
proposal to specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed,
vandalized or damaged during the life of the project.
6. Furnishing pedestrian traffic flagger to warn public of incoming and outgoing traffic
into the project site at the King County trail. A traffic flagger shall be required per
the recommended traffic control plan provided. The flagger shall direct pedestrians
to stop when truck crossing is necessary to enter and exit the site. Hand sweeping
will be necessary to clean the King County trail of mud, dust and debris generated
from the construction site.
7. Contacting police, fire, 911, and ambulance services to notify them in advance of any
work that will affect and traveled portion of a roadway.
8. Promptly removing or covering all non-applicable signs during periods when they are
not needed.
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
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-48 August 2012
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.
Traffic control and maintenance for the safety of the traveling public on this project shall be
the sole responsibility of Contractor and all methods and equipment used will be subject to
the approval of Owner.
Traffic control devices and their use shall conform to City of Renton standards and the
Manual on Uniform Traffic Control Devices.
Contractor shall not proceed with any construction until proper traffic control has been
provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be
charged against 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
The first and second paragraphs of Section 1-10.2(1)B 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 jobsite 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 with the following:
The Contractor shall be responsible for assuring that traffic control is installed and
maintained in conformance to established City and WSDOT 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. The Contractor will be
responsible for obtaining the City traffic control plan permit from the recommended plan
provided within the construction plans.
1-10.3 Traffic Control Labor,Procedures,and Devices
Section 1-10.3 is supplemented with the following:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton .SP-49 August 2012
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M.
diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with
flashers.
1-10.3(3) Traffic Control Devices
The fourth Paragraph of Section 1-10.3(3)is supplemented with the following:
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:
The lump sum contract price for "Temporary Traffic Control" shall be full compensation for
all materials, labor, tools, and equipment required to prepare the Traffic Control Plan and
provide traffic control during the duration of construction, including temporary pavement
markings, safety barriers,flaggers,mobilization, and demobilization.
No specific unit of measurement will apply to the lump sum item of "Temporary 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 the following:
Payment for all labor, materials, and equipment described in Section 1-1.0 will be made in
accordance with Section 1-04.1, for the following bid items when included in the proposal:
"Temporary Traffic Control", per lump sum.
The lump sum contract price shall be full pay for all costs not covered by other specific pay
items in the bid proposal for furnishing, installing, maintaining, and removing traffic control
devices required by the contract and as directed by the Engineer in conformance with
accepted standards and in such a manner as to maximize safety, and minimize disruption and
inconvenience to the public. Flaggers will also be paid under this bid item.
Progress payment for the lump sum item"Traffic Control"will be made as follows:
1. When in initial warning signs for the beginning of the project and the end of
construction signs are installed and approved by the Engineer, 30 percent of the
amount bid for the item will be paid.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-50 August 2012
I
2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a
prorated basis in accordance with the total job progress as determined by progress
payments.
The Lump Sum contract price shall be full pay for all costs for the labor provided for
performing those construction operations described in Section 1-10.3(1) and as authorized by
the Engineer.
The Lump Sum contract price shall be full pay for all costs for performing the work described
in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment,
and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and
ultimate return of all Contracting Agency-furnished signs.
The Lump Sum contract price shall be full pay for all costs involved when a person performs
the duties described in Section 1-10.2(1)B including when performing traffic control labor
duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle
or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
Add the following new section and subsections:
1-11 RENTON SURVEYING STANDARDS (NEW SECTION)
1-11.1 Description
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors
under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North
American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton's Survey Control Network monuments. The source of the
coordinate values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of
WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by
ALTA and ACSM in 1992 or comparable classification in future editions of said document.
The angular and linear closure and precision ratio of traverses used for survey control shall be
revealed on the face of the survey drawing,as shall the method of adjustment.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-51 August 2012
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 and 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(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with
waterproof pages. In cases where an electronic data collector is used field notes must also be
kept with a sketch and a record of control and base line traverses describing station
occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers
shall be unique within a complete job. The preferred method-of point numbering is field
notebook, page and point set on that page. Example: The first point set or found on page 16
of field book 348 would be identified as Point No. 348.16.01, the second point would be
348.16.02,etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the
City or the original field notebook(s) used by the surveyor will be given to the City. For all
other work, surveyors will provide a copy of the notes to the City upon request.In those cases
where an electronic data collector is used, a hard copy print out in ASCII text format will
accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on the
ground.
Monument: Any physical object or structure of record which marks or accurately references:
A corner or other survey point established by or under the supervision of an individual
per Section 1-11.1(1)and any corner or monument established by the General Land
Office and its successor the Bureau of Land Management including section
subdivision corners down to and including one-sixteenth corners; and
Any permanently monumented boundary,right-of-way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-52 August 2012
I
or light poles, or any non-single family building. Control or Base Line Surveys shall consist
of such number of permanent monuments as are required such that every structure may be
observed for staking or "as-builting" while occupying one such monument and sighting
another such monument. A minimum of two of these permanent monuments shall be existing
monuments, recognized and on record with the City of Renton. The Control or Base Line
Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of
Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented and the scale shown graphically as well as
noted. The drawing must be of such quality that a reduction thereof to one-half original scale
remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on
18-inch by 24-inch Mylar and will comply with all provisions of Chapter 58.09 RCW. A.
photographic Mylar of the drawing will be submitted to the City of Renton and, upon their
review and acceptance per the specific requirements of the project, the original will be
recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch
Mylar, and the original or a photographic Mylar thereof will be submitted to the City of
Renton.
The survey drawings shall meet or exceed the requirements of WAC 3.32-130-050 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 Section 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.
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-53 August 2012
1-11.1(8) Radial and Station—Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines
for station—offset topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1) spirit leveling with misclosure not to exceed 0.1 foot 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 foot.
1-11.1(10) Station—Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and
shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall
not exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton
Codes, Title 4 Building Regulations and Title 9 Public Ways and Property, must be located
both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-
built" survey must be based on the same base line or control survey used for the construction
staking survey for the improvements being"as-built."The"as-built" survey for all subsurface
improvements should occur prior to backfilling. Close cooperation between the installing
contractor and the"as-builting"surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and
submitted with stamped and signed "as-built" drawings which includes a statement certifying
the accuracy of the"as built."
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built"surveys.
END OF DIVISION 1
Oakesdale Pump Station Repair Project Special Provisions
City of Renton SP-54 August 2012
T1 �
21222 30th Drive SE, Ste. 110 Bothell, WA 98021-7019 www.wed.corn 800-255-2580
Quote##: 90348 Date: 6/13/12
To: City of Renton From:
Attn: Steve Lee Whitney Equipment Company
Phone: 425-430-7205 Noel Vivion
Email: Sleegrentonwa.gov REF: Oakesdale Lift Station-Retrofit
Steve,
We are pleased to offer the following for the retrofit of the Oalesdale Storm Water Lift Station complete with
Flygt Submersible Pumps;NP3127.095-421 with the Hi-Chrome wet end option complete with the energy
efficient"N"impeller and insert. The estimated duty point for these pumps should be about 1100 GPM at 20ft
TDH. The pump discharge flange shall be drilled to accept the supplied(by Renton)ABS guide rail adapter. The
standard 5-year warrantee shall apply to these pumps.
Replacement Pump:
ITEM QTY. PART# DESCRIPTION UNIT PRICE TOTAL
1 4 NP-3127X Flygt NP-3127X-421 with:
10 hp explosion proof motor
460volt, 3 phase submersible pump
Fluid leak sensor
50ft power cable
Mini-Cas
Socket for Mini-Cas
Drilled Discharge Flange
Chain Sling for Grip Eye
Includes freight
$9,911.00 $39,644.00
Controls Retrofit:
• Replacement of Motor Starters and CAS units in 4 MCC Buckets with 4 each l OHP AB EIC Motor
Starter.
• Install 4 Each Flygt Minicas Units provided by WECI
• Replacement of Analog Ammeter w/4-20mA CT and Red Lion Display
3893.00
Wet Well Modifications:
• Replace all four of the 6"Victaulic Elbows with new,plus two new clamps with gaskets for the same.
1653.00
Labor for the above:
• 5-days—All tooling and boom truck included. 15,450.00
• Includes 1-year warrantee on labor.
i
Total for the above. $60,640.00
9.5% Tax $5,760.80
Grand Total $66,400.80
Any additional items or labor shall be discussed and invoiced outside.of this proposal.
Please make ensuing purchase orders to: Whitney Equipment Company, Inc.
FOB: Bothell,WA This quote is valid for 30 days.
Terms: Net 30 days on approved accounts Lead Time: 10— 14 weeks
Taxes: Shall be added at time of invoice.
If you have any questions,please give me a call.
Thank you,
Noel Vivion—Aftermarket Service Manager
CC: Chris Porter, Inside Sales
A Commitment to Quality and Service
xye m
Lets Salve Water
NP 3127 LT 3~ 421 FLYGT
Performance curve
Pump M otor
Outlet width 5 7/8 inch Motor# N3127.181 21-12-4AL-W 10hp Powerfactor
Inlet diameter 150 mm Stator variant 1/1 Load 0.85
Impeller diameter 7"h6" Frequency 60 Hz 3/4 Load 0.83
Number of blades 2 Rated voltage 460 V 1/2 Load 0.75
Number of poles 4
Phases 3- Efficiency
Rated power 10 hp 1/1 Load 82.0%
Rated current 13A 3/4 Load 83.5%
Starting current 68A 1/2 Load 83.0%
Rated speed 1720 rpm
[ft] Neaa
64
60
56 —
52
48
44
40
36
32 Eff. -
73.9"o
28 - - --'_.
24
20
16
12
8
i.
4
421202mm
[70 Efficiency
I
70
i
60 Total_efficie-ncy -
50 -4 . - ------ - - -- - -
40 — 1
30
20 - - --r- .. ------- --- ----- - -- - - --' - -. - --
10 ZT2D2mm
[h P1 Shaft-power-P-2��
10 Power'Finput PY 1 1 202 m(P1)
9
'1.202 m(P2)
8
7
6-
NPSH-values 21202mm,
30
20
10 I
I I
0 100 200 300 400 500 600 700 800 900 1000 1100 1200 1300 1400 1500 1600 1700 [US g.p.m.]
Curve according to ISO 9906 grade 2 annex 1 or 2
Protect .r-n R.�n--a,�I:RF t1D I Cd by,, 77777 ;Ceate
xylem -
Lets Solve Water
NP 3127 LT 3'r 421 FLYGT
Dimensional drawing
43314 (TO FURTHEST PONT)
FEF.UNE 301/4
47/8
�P m
0
412
338 181/2
REF.UW 1/2 11/4
11" 49'16
2' GUIDE BARS
i
i
STD.C 4SS 125
C.1-FLAUT
mom^ i
G7
N v MNLEVEL '
OD -
00 -�
i
M v
0 51/2 . FE:.uNe
O
� 11" BCLT03f4 4x
o MEW
_
CIW-%ICVTODMa:WCERARS 355 205
t— a Miu
—'FU °`070821
os' 7014200 3
Pra)ect Pro)ect ID Createtl by' Create don,- Last update r
-- 2012-05 31 � M. .
ENVIRONMENTAL & PERMITS
REt?UIRENIENTS FOR THE PREVENTION OF r-NY I ZONME'is1TA)( POLLUTION 4ND`
PRESERVATION OF PUBEIC NATURAL..RESOURCT�S
In accordance with the provisions of Chapter 62, Laws of 1973, H B.-624: the Contract or shall'',-
secure an.y permits or licenses required by an' comply fully with all.provisions of the following''.
laws,ordinances,and resolutions:
Kiny- County Ordinance No 1527 requires Building and Land l.?Development Division and
Hydraulics Division review of grading and filling permits an unclas6fie d:use perrruts..i i flood.
hazard areas. Resolution No. 36230 establishes storm dram design standards ncorp orated into ,
project design standards to be incorporated into biroN t design by EngtneeFing Services Review by,
Hydraulics Division.
King Count., Ordinance No 800 No 900 No-l 1006 and Resolution No 8778 No 24553 No
24834 N6. 689.4 and No. 11242 contained in King County Code Titles:8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
contaminants from all sources within the Jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties)in accordance:with'the Washington Clean
Air Act,R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W-A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
protection of wildlife,birds,game,fish, and other aquatic life, and the industrial development of the
state, and to that end require the use of all known available and reasonable methods by industries
and others to prevent and control the pollution of the waters of the State of Washington. It is
unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000/day for each violation.
R.0-W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
R.C.W.76-04.370: Provide for abatement of additional fire hazard(lands upon which there is forest
debris) and extreme fire hazard(areas of additional fire hazard near buildings,roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
spreads on property on which an extreme fire hazard exists.
R.C.W. 76-04.010: Defines terms relating to the suppression or abatement of forest fires or forest
fire conditions.
Ii:\DIVISION.S\UTILnM.S\WATEK\RiCK\Springbrook Spring-ABIDSPEC.DOGbh
REQ:UIFtEl<IENTS`FQR'THE PREVENT,IONOF.ENVIRO'`�MENTAL POLLUfiYON.A.ND;.
PRESERVATION.OF I'UB'LII✓1'�ATUIZs�L,RES():URCES ''
R C W. 70:94:660 Provides.for issuance of bumrng Perrnats for.abasing or preveil
tj
n of forest fire.
`hazards,inslructlon or agricultural operations
R.C.W. 16-.04-34i stipulates tbat.everyone clearing land or cleanng:right-of vi ay. shall pile and
10
burn or dispose of by—other satisfactory :means,.ah forest dclns cut; thereon, as rapidly as the
clearing or cutting progresses or;'At''sucl othe tames as the department may specify .;and
compliance wit h the law.requanng burning perrruts'
R. C. W 78=44 Laws governi surface nunin'g (including sand gravel, stone and earth from
'borrow p5ts)which provide for fees and permits,plan or:operat.o),reclamation plan 'bonder g and
inspection of operations.
W.A.C. 3324$: Delineates all' requirements of R C.W. 16-04 peztaining to land clearing and
buming.
U.S.ARMY CORPS OF ENGINEERS
Section l of the River and Harbor Act of June 13 1902: A hapzes:Secretary of Army and-Corps
of Engineers to issue pezn its to any;:persoils or corporaCign desiring to innprove any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water'Pollution:Control Act :(PL9.2-5(10 86 Stat. 8:16): Authorizes the
Secretary of i e Army, acting through the Corps of Engineers, to issue pemaits for the discharge,of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied.
if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and w.ildli fe or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved.March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U.S.Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King. County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Pernnit
acquired by Public Works and reviewed by Building and Land Development Division-
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping,
quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
H:\DIVISION_S\UliLrnE.S"VATERUUCK'Springbrook SpringsTIDSPEC.DOMh
Li
REQUIREMENTS FOR THE PRES1EIVTYON:O ENS'IRONMEN`I'AL JUI LiITI,OIV AND
?RES> RVATION.QFP.UBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF FISHERIES A.ND GAME.
Chapter 112, Laws: of 1949: Requires. hydraulics permit on certain projects: (King County
Department of Public Works will obtain.)
WASHINGTON STATE DEP.A.RTMENT OE ECOLOGY
W.A.0 173 7220 Requires a l ational I?oJlutant Discharge EIiitunation System (NPDES) perni.t.
before discharge of`pollutants from a point source into the navigable waters of the State of.
Washington, .
W.A.C. 372-24: Permit to discharge coinmercral or industrial waste waters into State surface or
ground water(such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity).
W.A.C.508-12400: Requires permmt to use surface water.
W.A_C. 508712-1,90. Requires that changes to p
,enhits for water use.be reviewed by the Department
of Ecology avheriever it is desired to change the. purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
W.A_C. 508-12-220: Requires permit to use groundwater.
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
li W_A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 50&60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation (false work design,etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.I50: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal_ Also the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
R.GW. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand, gravel, stone,
and earth from borrow pits)_
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3 1899: Requires permit for construction(other than
bridges, see U. S.Coast Guard administered permits)on navigable waters (King County Department
of Public Works will obtain.)
H:I DIVISION.S\UTIl.rnE.SAWATER\RICK\Springbrook Springs\BJDSPEC_DOGbh
REOUIREIVIENTS:FOR.HE.I'REVENTION:OF.ENV iR0'NhIE1VTAL P:OZLL7TION 13
PRESERVATIO:N,OFPUBLlC NAIU
TRAL' ZS.a`URGES
FIRE PROTECTION DhSTRICT:
R.C.W. 52.28.010 52.28.020 5228;030 5228 fl40 5228 05b: Provides authority or'.
requirements.of, and ;penalties for failure to secure a fire'peilriit for buldrn.g an open fire within a
fire protection district.
UNITED STATES COAST GUARD
Section:9 of River and ITarbo"r Act'of Mar€h 3, 18999 General:Bndge'Act of Iylarch''23
Y9,06 anal
General Bede Act of 1946 as amended August 1956 Recjuues a;perrrut for constructron of.
budge;on navigable waters (King County Department of''Pubhc:Works,will obtain);. King'County: ,
Department of Public Works will`comply with:perttnejnt sec.tians c?f the following laws whle
securiri the aforementioned.
g pernu. Section 4(f). of Departtnent of Transportation Act, National'
Environmental Policy Act of 196911 ater Quality Improvement Act of 1`970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9_02(d)(2)fiii) of Regulation I: Request for verification of population density. Contractor
should be`Sure.his rations Are m compliance with Regulation:',particularly. Section-9.02(outdooX
fires),'Secti;on 9.04 (particulate matter - dust), and Section 9.15. (preventing particulate matter from
becoi ing airborne).
ENVI'RONIti1ENTAL PROTECTION AGENCY
Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures ltaving,fewer than five(5)d welling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
All permits will be available at construction site.
H:\DIVISION.SXUTR,rM.S\WATER\RICK\Springbrook Springs\BIDSPEC.DO(Jbh
4% -
CITY OF RENTON
Electrical Permit
Permit Number: El 21310
Permission is hereby given to do the following described work,
according to the conditions hereon and according to the approved plans
and specifications pertaining thereto, subjectto compliance with the Ordinances of the City of Renton.
Nature of Work:
OAKESDALE PUMP STATION-MINI CAS WIRING, STARTERS AND AMP
METER REPLACEMENT
Job Address:
OAKESDALE AVE SW(I-405 UNDERPASS)
Owner:
Tenant:
Contractor:
WHITNEY EQUIPMENT CO INC Contractor License WHITNEC901D5
21222 30TH DR SE STE 110 Contractor Phone 425-486-9499
BOTHELL,WA City License 35054
98021
Other Information:
Date of Issue 09/13/2012
Date of Expiration 03/12/2013
Construction Value $60,640.00
Parcel Number
I hereby certify that no work is to be done except Subject to compliance with the Ordinances of the
as described above and in approved plans,and that City of Renton and information filed herewith
work is to conform to Renton codes and permit is granted.
ordinances.
Applicant X
Building Official
$20.00 WILL BE CHARGED FOR COPIES OF LOST OR DAMAGED PERMITS
elecOl 1/01 bh
'A
CITY OF RENTON
Inspection Record
Permit Number: El 21310
24 HOUR NOTICE REQUIRED FOR ALL INSPECTIONS
Call by 4:00 pm for inspections the following day-Phone 425-430-7202
Call before work is concealed or concrete poured/Do not pour concrete until approved
Do not cover until approved/Do not occupy until final inspection is complete
Nature of Work: OAKESDALE PUMP STATION-MINI CAS WIRING,STARTERS AND AMP
METER REPLACEMENT
Job Address:
Lot#/Unit#Bldg#/Tenant:
Owner:
Contractor:WHITNEY EQUIPMENT CO INC Phone: 425-486-9499
Inspection Tye Date Inspector Comments
Temporary Power- 19
Underground-20
Under Slab-22
Rough-In-Walls- 23
Rough-in Wiring-21
Fire Alarm Wiring-24
Fire Alarm Panel- 26
Electric Service-27
Feeder(s)- 73
Rough-in-Ceiling-28
Circuit(s)- 74
Low Voltage- Walls- 66
Low Voltage-Ceiling-67
Final- 100
FINAL INSPECTION REQUIRED
Post this record at job site at all times