Loading...
HomeMy WebLinkAboutContract Award Date: August 21, 2012 CAG-12-106 Awarded to: Insituform Technologies, Inc 17988 Edison Ave Chesterfield, MO 63005 Award Amount: $247,327.03 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications Construction of: Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pipe Rehabilitation PROJECT NO. WWP-27-3624 SWP-27-3618 July 2012 City of Renton 1055 South Grady Way Renton, WA 98057 Project Manager: John Hobson,(425)430-7279 D City of V CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pipe Rehabilitation PROJECT NO. WWP-27-3624 SWP-27-3618 July, 2012 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ?169y �Q I95'/0NA,1. �5 , 1}Q Department of 8 4? SpLabor.and Industries, �lTQFORM TECHNOLOGIES LLG Olympia?WA 9850 -4454 #� 3° hRe CfSiL8S3G . ,»i BI X601`-$8a 26 6- kRegtstered as prflviried by La�v as: r cOtISLTti ction Cvntradbr 1L P TECHNOLO ' T x 3 ffe ' late,2 4/2012 1I51TU oRM 17988 EDISON AVE p� ifii 1?atel/14/ Ol C'STgRFiELD MO 6300531 00 ti C. 1NSITUFORM TECHNOLOGIES,LLC Assistant Seeretarv's Certificate The undersigned,being the Assistant Secretary of Insituform Technologies,LLC,a Delaware limited liability company,hereby certifies that: I. The following is a true and correct excerpt from the Limited Liability Company Agreement of the Company: Appointments by the President. The President of the Company may from time to time appoint officers of the Company's operating divisions,and such contracting and attesting officers of the Company as the President may deem proper,who shall have such authority, subject to the control of the Board of Managers,as the President may from tirne to time prescribe. 2. The President of the Company has,pursuant to the above authority, duly appointed H. Douglas Thomas,Vice President—Global Procurement/Operations Support, and has appointed Joann Smith,Denise L.Carroll,Debra Jasper,Jana Lause and Diane Partridge as Contracting and Attesting Officers of the Company. Each of the foregoing have been fully authorized and empowered by the President of the Company(i)to certify and to attest the signature of any officer of the Company,(ii)to enter into and to bind the Company to perforlb pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company,(iii)to execute and to deliver documents on behalf of the Company,and(iv)to take such other action as is or may be necessary and appropriate to carry out the project,activities and work of the Company. IN WITNESS WHEREOF, I have hereunto affixed my name as Assistant Secretary this I"day of January,2012. INSITUFO.RM TECHNOLOGIES,LLC By: (/ Tod O'Donoghft Assistant Secr (((([[JJ Insituform Technologies,LLC is a subsidiary of Aegion Corporation ►nsitufnrm Technologies, LLC INSITUFORM TECHNOLOGIES,LLC BOARD OF MANAGERS AND OFFICERS Current as of January 1,2012 Board of Mana ers J. Joseph Burgess Member,Board of Managers David A.Martin Member,Board of Managers David F.Morris Member,Board of Managers OFFICERS J. Joseph Burgess President and Chief Executive Officer David F.Morris Senior Vice President, Chief Administrative Officer and Secretary David A.Martin Senior Vice President and Chief Financial Officer Brian J. Clarke Senior Vice President—Business Integration Kenneth L. Young Vice President and Treasurer Tod O'Donoghue Assistant Secretary Lori Knudson Assistant Secretary Business Address for Officers and Directors: 17988 Edison Avenue Chesterfield,MO 63005 I City of An Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pipe Rehabilitation WWP-27-3624 SWP-27-3618 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton •:•Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal -Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Maps and Project Information Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 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 I 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 j 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. j 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 2 th day of March. 201_1 I CITY O RENTON RENTON CITY COUNCIL Denis Law, Mayor •mow until Pr silent Attest: ryry Bonnie I.Walton,City Clerk i i I CITY OF RENTON SU S&RYOFAW&CANS WITH DISABILP17E3ACT POLICY ADOPTED BYRESOLUVONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and.programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993: C7 RENTON RENTON CITY COUNCIL: Mayor uncil President Attest: IV City Clerk CITY OF RENTON Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pipe Rehabilitation WWP-27-3624 SWP-27-3618 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The rehabilitation of a portion of the City of Renton's sanitary sewer and storm sewer systems through the installation of approximately 4,909 linear feet of 8", 546 linear feet of 10", 92 linear feet of 12" and 58 linear feet of 18" Cured-in-Place Pipe (CIPP) and the reinstatement of approximately 46 side-sewer laterals. Work will include pre-installation inspection and cleaning of the facilities as well as post instatllation inspection and the bypassing of flows necessary for each phase of work. Work will also include the rehabilitation of 11 sanitary sewer manholes including the removal and replacement of concrete channels in approximately 5 of the manholes. Work will also include the relaying of the downstream two, 2-foot sections of dislodged 12" concrete culvert prior to installation of the.CIPP. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 60 working days will be allowed for the completion of this project from. I LAKE WASHINGTON BLVD o a a DD (j?Lake Washington DD o II ff Dom°° DQ Du�o°o SEEM 0 � M rrlpBm €FERNDALE D PRESIDENT o rt �CIRCLENE PARK CD OODBD� DDaoDc IQRKLAND p m 0 0 ����� 'GRANDEY WAY NE: AVE NE �DQ�� �i]TMUTT &BRONSON WAY NE N 3rd ST �DDo D _ o DCROSSING CD u D� o °DODO �D aDO D00��0 a o 0 � D oD�DDTALBOT RD S SANITARY SEWER REHABILITATION 2012 AND LAKE WASHINGTON BLVD PIPE REHABILITATION INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be.returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18"Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions. other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA"2010 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be deleted and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ❑ Have you submitted the Dept. of Labor& Industries Certificate of Registration form? CAG-12-106 CITY OF RENTON CALL FOR BIDS Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd. Pipe Rehabilitation W W P-27-3624/SW P-27-3618 Sealed bids will be received until 2:30 p.m.Tuesday,August 14, 2012 at the City Clerk's office, 7th floor and will be opened and publicly read in conference room Conference Room 620 on the 6th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. The work to be performed within 60 working days from the Notice to Proceed Date under this contract shall include, but not be limited to: The rehabilitation of a portion of the City of Renton's sanitary sewer and storm sewer systems through the installation of approximately 4,909 linear feet of 8", 546 linear feet of 10", 92 linear feet of 12" and 58 linear feet of 18" Cured-in-Place Pipe (CIPP) and the reinstatement of approximately 46 side-sewer laterals. Work will include pre-installation inspection and cleaning of the facilities as well as post installation inspection and the bypassing of flows necessary for each phase of work. Work will also include the rehabilitation of 11 sanitary sewer manholes including the removal and replacement of concrete channels in approximately 5 of the manholes. Work will also include the relaying of the downstream two, 2-foot sections of dislodged 12" concrete culvert prior to installation of the CIPP. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available July 31, 2012. Plans, specifications, addenda, and the plan holders list for this project are available on-line through. Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") If a bidder has any questions regarding the project, please contact the Project Managers, John Hobson (sewer work) at 425-430-7279 or Allen Quynn (stormwater culverts) at 425-430-7247. The mailing address is 1055 South Grady Way, Renton,WA 98057. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination,and Americans with Disability Act Policies shall apply. r )� 471 - Jas A.Se h, D u y ity Clerk Published: Daily Journal of Commerce July 31, 2012 Daily Journal of Commerce August 7, 2012 ,Jr Proposal=Page 1 of 2 ClITY OF RENTON Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pipe Rehabilitation W W P-27-3624 SW P-27-3618 Proposal& Combined Affidavit& Certificate Form TO THE CITY OF RENTON RENTON,WASHINGTON. Ladies and/or Gentlemen.- The undersigned hereby:certify that the bidder.has examined the site of the.proposed work.and have read and. thoroughly understand the plans, specifications and contract governing:the work embraced in this Improvement, and the method by which payment will be made for said work; and hereby" propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available,_ in accordance with the.said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all, extensions, and total amount of bid should be shown. Show: unit prices both in.writing and in figures.) The undersigned further certifies-and agrees to the following provisions: NOWCOLLUSION AFFIDAVIT Being duly>,swo.rn,deposes,and-says,that he is the identical person who submitted the foregoing proposal or bid,and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and,further,that the deponent has not directly induced or solicited any other Bidder on the,fo"regoing Work or equipment to out in a sham bid, or any other person.or corporation to refrain from bidding,,and that deponent has not in any manner sought by collusion to.secure to himself or to any other person any advantage:over other Bidder or Bidders. AND' CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor.and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations'are in fact usually borne by the purchaser. Therefore,vendor Hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in. connection with this order or contract,except as to overcharges resulting from anti-trust violations commencing after the date of the.bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception, AND Provided to Builders Exchange of WA; Inc. For usage Conditions Agreement see\vww.bxwa.com-Always Verify Scale Proposal-Page 2 of 2 MINIMUM WAGE AFFIDAVIT FORM I,: the, undersigned; having been duly sworn, deposed, say and certify that In connection with the performance of the work of this project, I will pay each classification:of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages'at specified in the.principal contract. I have read the above, and foregoing statements and certificate, know the contents thereof. and the substance as set forth therein is true to my knowledge and belief. FOR; PROPOSAL,NON COLLUSION AFFIDAVIT,.ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Insituform Technologies, LLC Name of Bidder's Firm Printed Name: Denise carroll Si g nature: z", ntracting and Attesting Officer Address; 17988 Edison Ave, Chestrfield, MO 63005 i Denise Carroll Contact Name{please print}; Phone: 636.530.8000 Email: dcarroll @insituform.com Names of Members of Partnership: OR ` � . N Name of President of Corporation see attached list �ojf officers /� Name ofSecretarvofCorporation 5� 0Aaj&'t" /j'� 09/ aY�L�C�lp!',(' Corporation Organized under the laws.of Delaware With.Main Office in State of Washington at. /V/z Subscribed and sworn to before me on this 14 day,of August 20 12 ,/�4a 5E�; -- - LAUgA "'°"' Notary blic in and for the State of i hRigt= Missouri gal-Notary Seal MISSpURI County Notary(Print) To-v\.a-bo-4se.pires. Dec,5,2013 #09805616 My appointment expires December 5, 2013 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bMa.com-Always Verify Scale Department of Labor and Industries. Certificate of Registration Name on Registration: Insituform Technologies, LLC INSITTL883CW Registration Number:: 2/14/2014 Expiration Date:. Note:A copy of the certificate will be requested as part of contract execution when project is awarded.. Provided to Builders Exchange of WA, Inc: For usage Conditions Agreement see www.bxwa.com-Always Verify Scale s i Department of Labor and Industries � ' � � � 'LN"T -1FORM TECHNOLOGIES LLC PO Box 44450 Oljinapia, WA 98504-445(1 f A Reg: CC [NSITTL883CW ` # `UBI•'601' 886--220 R.e � er'ed as prci�' ed by Law as: Consthic0on Contractor. (CCD1) ` GENERAL f ~g IT Eff�ctive Date 2%14/201'2 1NSITUFORNI TECHNOL(j6lES L:LC 17988 EDISON AVE Expiratt6n Date;?/14/2014 s CHESTERFIELD.MO 630053700 f �� A F t BID BOND FORM Herewith find posit in the form of a certified check,cashier's check, cash,or bid bond in the amour:t of$ �tJ which amount is not less than five percent of the total bid. N Signature Know All Men by These Presents: That we, Insitufonn Technologies LLC as Principal, 2r:d Tra elers Casua t a-Surety company of��nenca as Surety,are held and firmly bound unto the City of Renton,as Obligee,in the penal sum of_ Five Percent(5%)of the Amount Bid Dollars,for the payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators,successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Sanitary Sewer Rehabilitation 2012* according to the terms of the proposal or bid made by the Principal therefore,and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee;or if the Principal shall,in case of failure to do . so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then this obligation shall be null and void;otherwise it shall be and remain in full force and effect and s e Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,the amount of th,; bond. and Lake Washington Blvd.Pipe Rehabilitation WWP-27-3624/SWP-27-3618 SIGNED,SEALED AND DATED THIS 14 DAY OF August 2012 Insituform Tec fogies,LLC Y 17988 Ediso Av nue,Chesterfield, 63005 Principa! iV—a.-a// Travelers Casualty and Surety Com�pRan of America To er Square rd,CT 06183y uret Barbar Buchh d,Attorney-In-Fact Received return of deposit in the sum of Provided to Builders Exchange of WA.,!n c.For usage Conditions Agreement see vrNAv.bxvva.corn-Ahvays Verify S,caie i State of Missouri County of St. Louis On 8/14/2012, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Barbara Buchhold known to me to be Attorney-in- Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. �. Debra A. Woodard,Notary Public DEBRA A.WOODARD Notary Publie-Notary weal 57 ATE OF MISS©URf St.-imis county my C0 Commiss onp#mot 041Nov-2,2014 27 My Commission Expires: J WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IPOWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company I223577 Attorney-In Fact No. Certificate No. 004867720 y IKNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under Ithe laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint IAndrew P.Thome,Dana A.Dragoy, Kristan L. Lucas, Peter J.Mohs, Helen A.Antoine,Selena Wood,Debra A.Woodard,and Barbara Buchhold I of the City of C_he,tPrfiPId State of Missouri their true and lawful Attorney(s)-in-Fact, I each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of-guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitt4in any�actions or-proceedings allowed by law. t IN WITNESS WHEREOF,the Companies have caused this instrument to'be signedand their corpor t seals to be hereto affixed,this 21St May 2012y` * day of w. I v" Farmington Casualty Co, p ny R St.Paul Mercury Insurance Company Fidelity and Guarantydns,urancb Company,j° Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company I GASUq� N� plFE�4'mN,,. \�,W�MfG .N3Uq.Y p\tY ANO SYfI 1� r�ORPORq>'li :'4�1, up G'D •c 3 � �(1 �CdiFCRATfp r m �I Ft's lWipOaPORgrf;,C,f m� u�`I� � A 1977 1 �u SEAL'Oi CONN. ca+r+ a in 896 ,S G disNN�I .......... I State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President I On this the 21 st day of May 2012 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, lexecuted the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 1 In Witness Whereof,I hereunto set my hand and official seal. ' W w" ti • V�Vn� My Commission expires the 30th day of June,2016. * pd * Marie C.Tetreault,Notary Public I58440-6-11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity I and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Ins:aance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman,the President,any Vice Chairman, any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice I President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any I of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy I thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the I Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, I any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal r shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on I the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance I Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United-,States Fidelity and Guaranty Company do hereby certify that the above and foregoing tt A � is a true and correct copy of the Power of Attorney executed by said Companies which;is in'#ull force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 14 day of August 20 12 Kevin E.Hughes,Assistant Sec tary I � nn !� � J � O= � ffJP,.........Hyt yJP ,q �NM�RFJy �pYY• .t� i x ,�� � 19� Q/'r�I�RATED .. T Z �f��R P�RATF ml �W:'C�aPORATf P! ,� 9� J F• Yti`J� IFp i �,�y��ti�,t �! �� 1951 'a "ro�,��^�n� ��•..,S1 EAL�.a.•o-n,s t�oa:;.•.., o- SB L,•n •;� e a W OHACROTFNOKR.D, o n fLiRIFCFfi9 i c rJ$ N t p , 1896 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ti CITY OF RENTON PUBLIC WORKS DEPARTMENT SANITARY SEWER REHABILITATION 2012 AND LAKE WASHINGTON BLVD PIPE REHABILITATION (Note: The.bid price shall be stated in figures only-,in.temis of the units'indicated and as to a total amount. In the event of errors orwhete conflict occurs,the unit price bid shall govem. illegible figures.will Invalidate the bid) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITE APPROX. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars Cents. Qoliars Cents. Schedule A ` A0.1 1 Mobilization&Demobilization Schedule A Lump Sum per Lump Sum A02 1 Traffic Control Schedule A $:. I=� , $ Lump Sum per Lump Sum'. Pre=lnstallation Cleaning and Inspection A03 5,455 Schedule A $ l .� $` Linear Foot per Linear Foot Excessive Leak Repair for Cured in Place A04 2 Pipe $ (go ,(TQ $, looc�), G�) Each per Each °- A05 4,1.11 Furnish,&Install 8'"Cured In Place Pipe $ $ Linear Foot per Linear Foot, A06 546 Furnish&Install 10"Cured in Place Pipe $ 'De , qb $ , 1 �� „ T 0 Linear Foot per Linear Foot Furnish&Install 8"Cured In Place Pipe in 1 -1 A07 798 Limited.Access Areas $ �3 -t-l© $ ('6 , l 3 CJ�, Linear Foot per Linear Foot c A08 46 Reinstate.Side Sewer Laterals $ D Olp $ \ 0 Each per Each �- A09 5,455 Post Installation Inspection Schedule A $ .�0 $ ` J� l r on Linear Foot per Linear Foot Remove and Replace Concrete Channeling in 0 A10 5. Existing Manhole $ 1,0o d� $ L4 0 to Each per Each '� 2 All 11 Sewer Manhole Rehabilitation $ k `�'0 $ � � � -Z c)o r�© Each per Each Subtotal Schedule"A" $:. 1 D1» .�© 9.5%Sales Tax $ ,J 1 1 213 Total Schedule"A" 2.. 9�00 , (23 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON PUBLIC WORKS DEPARTMENT` SANITARY SEWER REHABILITATION 201.2 AND LAKE WASHINGTON BLVD PIPE.REHABILITATION (Note: The bld'price shall,be.stated In figures oniy,.in terms of the units.Indicated and as to a total,amount: In the bvent'of errors or Where conflict occurs;the unit price bid shall govern. Illegible figures will invalidate the bid) SEE SECTION 1-69.1.4 OF THE SPECIAL PROVISIONS FOR INFORMATION.ON BID ITEMS. ITEIA APPROX. I ITEM UNIT PRICE AMOUNT NQ.IOUANTITYI Dollars Cents. Dollars Cents. Schedule B B01 1 Mobilization&Demobilization Schedule B. $ Lump Sum per Lump Sum B02 1 Traffic Control Schedule B $ coa)c© .a© $. Lump Sum per Lump Sum Trench Shoring and Excavation Safety B03 1 Systems $ 1', 0® '$ Qc .Lump Sum per Lump Sum B04 1 Minor Reconstruction of Culvert No.2 Outlet .®© Lump.Sum per Lump Surn. Pre-Installation Cleaning arid Inspection B05 150 ScheduleB $ ' . tz� j $ CDC Linear Foot per Linear Foot, I B06 92 Fumish&Install 12"Cured.in Place Pipe $ ®� .-��� $ Linear Foot per Linear Foot B07 58 Furnish&Install 1a"Cured In Place Pipe $ $ -lei `14 _ Linear Foot per L near Foot. BOB 150 Post Installation Inspection Schedule B $ $ 00 Linear Foot per Linear Foot Total Schedule"B.' $ J J Tss� Total Schedule"A"(Incl.ta)c)&Schedule"B" $ `,-L .1 r� 32-7, Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale L BOND NO. 105825740 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Insituform Technologies,LLC as principal, and Travelers Casualty and Surety Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws-of the State of Washington to became surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $247,327.03* for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. *Two Hundred Forty Seven Thousand Three Hundred Twenty Seven and 03/100 Dollars This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at ,Washington,this A0 day of 2012. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-12-106 providing for construction of Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pioe Rehabilitation (project name) the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS,the principal has accepted, or is about to accept,the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work,and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, Or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under r a c n thereof o the contract within a period or one year after tt.,acceptanc.. ther..o, by th.. City of Penton,then and in t event ' I ' and remain in full force and effect. that even.�ktts obligation shall be void; but otherwise it shat be Insi'uform'1'echn&gies,LLC Travelers Casualty and Surety Company of America 17988 Edison Avenue,Chesterfield,MO 63005 One Tower Square,Hartford,CT 06183 Princal` r Surety 1 S(AttomeYzln-Fact nature H.Douglas Thomas, arbara BLchhold, VP-Global Procurement/Operations Support Title Ti State of Missouri County of St. Louis On /0 2�dl.Z , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Barbara Buchhold known to me to be Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Salena Wood,Notary Public SAL NA WOOD Notary Seal ISSOURI County My ires: July 17,2015 My Commission Expires: 111��191� WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY ' TRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America ' St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company IAttorney-In Fact No. 223577 Certificate No. 004964562 I KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under Ithe laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint ' Andrew P.Thome, Dana A.Dragoy, Kristan L.Lucas,Peter J.Mohs,Helen A.Antoine,Salena Wood,Debra A.Woodard,and Barbara Buchhold of the City of Chesterfield State of Missouri their true and lawful Attorney(s)-in-Fact, ' each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,business of-guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required orp(ermittedin any ctions or-.p"roceedings allowed by law. k ,m W8 l50-.".. � �4,x^�a i"• 17th IN WITNESS WHEREOF,the Companies have caused this instrument to be signed-and the`rr`cmr orate seals to be hereto affixed,this day of July 2012 Farmington Casualty Company "i St.Paul Mercury Insurance Company Fidelity and GuarantyiInsuranc Company } Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ' pI•$Uq ..\RE��6%4yk \W4 6%1�i.o Qo �e�y n S E A G W t�;�-. o �tSEALia W o b a �eyas eo� �•.. •A a•. a ! Ay �n,,,,s�r+`c 1S.:�N..•✓ �:s... �a d1 R„ v9 N/1 ANId�"" State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President On this the 17th day of July 2012 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he, as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. I G•TET In Witness Whereof,I hereunto set my hand and official seal. TNi W w" l: • V IMy Commission expires the 30th day of June,2016. Marie C.Tetreault,Notary Public I58440-6-11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity I and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice I President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is I FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is I FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, I any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal I shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance I Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United=States Fidel y,and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companias- hich,is inhfnll force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and'affrxed the�seals f s d`Companies this day of 20 Kevin E.Hughes,Assistant Sec tary I GASU,��� JyF\RE4� ��W IMSG Q�Ng... .... F 2 3 ' �"i c1 �4 1.7�! yn �N�IPDRAtED .. . m �i � F;m l:uipoaPORATf:.C" m� AT p <O G m: [f t s a HARTFORD t 3 HARtFCRO, < � t J., 'nf ♦i `o>' CONN. n CDNN. gO� 1951 �.SEALio. - �N To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. I I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON FAIR PRACTICES POLICY i. AFFIDAVIT OF COMPLIANCE I. Insituform Technologies, LLC hereby confirms and declares that: (Name of contractor/subconttactor/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. ll. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. i I i III. When applicable,the above-named contractor/subcontractor/consultant.will seek out and I. negotiate with minority and women contractors for the award of subcontracts. H. Douglas Thomas Print Agent/Representative's Name VP-Global Procurement/Operations Support Print Agent/Representat•ve's Title gent/Represe 's Signature August 28, 2012 Date Signed { Instructions; This document MUST be completed by each contractor,subcontractor,consultant and/or supplier. Include or attach this document(s)with the contract. I I • f CONTRACTS OTHER THAN FEDERAL-AID FHWA �Al THIS AGREEMENT, made and entered into this day of ,A01. . by and between THE CITY OF RENTON, Washington; a municipal corporation of t1fe State of Washington, hereinafter referred to as "CITY" and Insituform Technologies, LLC ,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall. within the time stipulated, (to-wits within Sixty (60) 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. CAG-12-106 for improvement by construction and installation of: Work for the Sanitary Sewer Rehabilitation 2012 and Lake Washington Blvd Pipe Rehabilitation,per the"Scope of Work"included herein. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated,.and in full compliance with all applicable codes,.ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractors 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) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications,if any 1 C1-2009 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 hire and his surety of its intention to termnate 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, 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: 2 0-1-2009 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 Indu,strial 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 Sixty (60) 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 Cl-2009 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 firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $247,327.03 num vs Two Hundred Forty Seven Thousand Three Hundred Twenty Seven and 03/100 Wn � 0r 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. 1.4) 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 C1-2009 c 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. 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 i 'by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written.. CONTRA TOR CITY O RENTON rPresi. ner H. Douglas Thomas, Mayor Denis L VP-Glo rocurement/Operations Support ATTEST Secretly y"Deri�se Carroll Contracting Bonnie I. Walton City lerk iJ j' aria Atteting Officer y � dba Insitiuform Technologies, LLC Firm Name. check one ❑ Individual ❑ Partnership 0 Cofg�ration Incorporated in Delaware 5 Cl-2009 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; anyone partner may sign the contract. If businesses an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed. b d/b/a and name of the company. Y 6 Cl-2009 ill PREVAILING MINIMUM HOURLY WAGE RATES Page 1 of 15 State of Washington Department of.Labor &"Industries Prevaing.Wage Section Telephone 360-902-5335 PO'toox 44540, Olympia; WA 98504-4540 Washington State Prevallin'g Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourty rate of fringe benefits.. On public Works projects, worker's wage and benefit rates must add to not less than this total: A brief description of overtime calculation requirements are : provided on the Benefit Code Key. ' Journey Level `Prevailing Wage Rates-for the Effective Dater 08/01/2012 County Trade, Job Classification Wade Holiday Overtime Note King Asbestos Abatement'Workers Journey Level $40.03 .5D w '`•. 1 H' ', g i Kin Boilermakers Journey Level $60:24 5N 1C ..r King Bnck-MasIon BricK,6d Block Finisher $4.1:41 �5A 1M ;King Bne'k Mason Journey Level $48:27 5A IM iKing Brick Mason Pointer-Caulker-Cleaner $48.27. -5A 1'M } ?King Building Service Employees Janitor $19.52 5S "2F j _. 'Kiri'g' BUM J6 tervice Employees" Traveli,n_g,Waxer./shampooer' $19.93 -5S 2F King Building Service Employees Window Cleaner.(Scaffold) $23:94 5S :2F: ? King Building Service,Emoloyees Window Cleaner.(non-scaffold) $23.08 .5S 2F [King Cabinet Makers (In,Shop) Journey LeYel King Carpenters Acoustical Worker $48.63 5D 1M jKing Carpenters Bridge,;Dock And Wharf $48.•47 5A 1M Kin Carpenters Carpenter Car enters i g p $48.47 5D ". 1M King Carpenters Creosoted"Material $48.57 5D 1M iKing Carpenters Floor F�msh°er' "$48:60 5_D 1M King Carpenters Floor Layer 48.60 5D 1M King Carpenters Floor.Sander $4&,60 5D >,, s1_M l iKing Carpenters Sawfil"er 48.60 5D 1M King Carpenters Shingler $48 60' " 5`D 1M r King Qar penters Stationary Power Saw Operator $48:60, 5D- 1_M j King Carpenters Stationary Woodworking Tools $48=60 5D ;.y 'IM ?King Cement Masons Jou"rney Level $49,15, , 7AY 1M i _. ;King Divers£t Tenders Diver $100 28 5D 1M': .8A King Dryers £t Tenders Diver On"Standby $56 68' 5D", 1M King Divers It Tenders Diver Tender $52 23 5D: iKing Divers Et.Tenders Surface Rcv ft Rov;Operator $52 23 SD King Divers & Tenders Surface Rcv & Rov Operator $48.67 5A 1 B https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 2 of 15 jTender King Dredge Workers Assistant Engineer, $49.57 5D 1T 8L ;King Dredge Workers Assistant Mate(deckhand) $49:06 5D 1T 8L ;King Dredge Workers Engineer Welder $49.62 5D IT 8L King Dredge Workers Leverman,.Hydraulic $51:19 5D 1T 8L s King Dredge Workers Maintenance $49.06 5D 1T 8L iKing Dredg Workers Mates,And Boatmen` $49;57 5D 1T 8L j jKing,, Dredge Workers Oiler $49.19 5D. 4T 8L :Kin g Drywall Applicator Journey Level $48:47 5D 1 M j iKing - Drywall.Tapers Journey Level $48.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E I Workers (King Electricians Inside.- Cable.Splicer $61.93 7C, 2W ;King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W i iKing Electricians - Inside Certified Welder $59.83 7C 2W i j.King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W king Electricians Inside Construction Stock Person $31.83 7C 2W iKing Electricians - Inside Journey Level $57.72 7C 2W King Electricians Inside X Journey Level (tunnel) $61.93 7C 2W King Electricians < Motor Shop .Craftsman $15.37 1 iKing Electricians =Motor Shop Journey Level $14.69 1` iKing Electricians - Powerline Cable Splicer $64.95 5A 4A Construction !King .Electricians Powerline Certified Line Welder $59.37 5A 4A Construction 'King Electricians -Powerline' Groundperson $.42.16 5A 4A F Construction ; 2King Electricians- Powerline Head Groundperson $44.50 5A 4A Construction King Electricians - Powerline Heavy Line Equipment - $59.37 5A 4A i Construction. Operator iKing Electricians = Powerline Jackhammer Operator $44.50 5A 4A I Construction King Electricians - Powerline Journey Level Lineperson $59.37 5A 44 l Construction } (King_ Electricians Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians- Powerline Pole Sprayer $59.37 5A 4A, Construction . King Electricians Powerline Powderperson $44.50 5A 4A Construction i King Electronic.Technicians Journey Level $31.00 1 ;King Elevator Constructors. Mechanic $75.24 7D 4A ;King Elevator Constructors Mechanic In Charge $82.00 7D 4A King Fabricated.Precast.Concrete All Classifications - In-Factory $14.15 5Bk 2K Products Work Only iKing Fence Erectors Fence Erector $15.18 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 3 of 15 IKing Daggers Journey Level $33.93 7A 2Y 1 ,King Glaziers Journey Level 4 $50.91 7L ` 1Y r King Heat:Et.Frost Insulators And Journeyman $55..68 5J w 1S Asbestos Workers King Heating Equipment Mechanics Journey Level ' { $67.82 7F I E King Hod.Carriers £t'Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 .f t Mechanics ,,,,- – 1 'King Industrial Power Vacuum"., Journey'Level $9.24 9 Cleaner 1 IKing' Inland Boatmen­•' Boat.Operator,,, .� $51.95 58 1K. _.,... ._::. Cook $48.62 Kin g-- Inland Boatmen Y 5B 1_K.,,„ �. IKing Inland Boatmen 0eckhand' $48.62 5B 1K. ,Kin Inland Boatmen Deckhand Engineer $49.60 5B 1K , g g — i j King Inland Boatmen Launch Operator : $50.80 5B 1K i King Inland Boatmen Mate $50.80 5B 1K IKing Inspection/Cleaninig%Sealing Of Cleaner Operator, Foamer, $31.49 Sewer- Et-Water Systems By Operator Remote Control jKing Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer &"Water`Systems.By f Remote Control King Inspection%Cleaning/Seating Of Head Operator., $24.91 1 Sewer.'&-Nater, 5ystems$y Remote Control " zKing Infection/Cleaning/Sealing Of Technician $19.33 1 Sewer'&.Water.5ystems By - ± Remote Control I j jKing Inspection%Cleaning/Seating Of Tv Truck Operator $20.45 1 : i Sewer Et-Wat&-Skems BV i Remote Control jKing Insulation Applicators Journey Level J $48.47 5D IKing Ironworkers _ Journeyman $58.27 7_N 10 ;King Laborers Air, Gas Or Electric Vibrating $40.03 7A 2Y= Screed IKing Laborers Airtrac Drill Operator"° • $41.28 7A 2Y _ King Laborers Ballast Regular Machine $40.03 7A 2Y i King Laborers Batch'Weighman` $33.93 7A 2Y 'King Laborers , BnckPavers $40.03, 7A 2Y , f I King... Laborers Brush Cutter '' $4b.03 7A -2Y 'King Laborers Brush Hog Fee, er $40.03 7A' 2Y I King Laborers ;Bui ner ` $40.03, 7A 2Y 'King Laborers Caisson`Worke.r. , $41.28 7A 2Y I King Laborers Carpenter Tender $40.03 7A 2Y ng Laborers Caulker $40,03 7A 2_Y. I King Laborers Cement Dumper-paving $40.77 7A 2Y IKing Laborers Cement Finisher Tender $40:03 7A 2Y I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 4 of 15 ii King Laborers Change House Or Dry Shack $40.03 7A 2Y i (King Laborers Chipping Gun (under 301-bs.) $40.03 7A 2Y. jKing Laborers Chipping Gun(30 Lbs. And $40.77 7A 2Y Over) , c {King Laborers Choker Setter $40.03 7A 2Y 1 King Laborers Chuck Tender $40:03 7A 2Y !King Laborers Clary Power Spreader_ $40.77 7A 2Y. � iKing Laborers . Clean-up Laborer $40.03 _ 7A. 2Y .King Laborers Concrete Dumper/chute $40.77 7A 2Y i Operator i 'King Laborers Concrete Form.Stripper $40.03 7A 2Y,_ i 1 King Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Con.Crete Saw Operator%core $40.77 7A 2Y Driller !King Laborers Crusher Feeder $33.93 7A 2Y (King Laborers Curing Laborer $40.03 7A 2Y 1King Laborers Demolition: Wrecking Et Moving $40.03 7A (incl. Charred Material) }King Laborers Ditch Digger_ $40.03 7A ;-2Y_ King Laborers Diver $41.28 7A '- 2Y f 'King Laborers Drill Operator $40.77 74' 2Y (hydraulic,diamond) j King Laborers Dry Stack Watts $40.03 7A 2Y iKing Laborers Dump Person $40.03 74 , 2Y If ;King Laborers Epoxy Technician $40:03 7A 2Y i iKing Laborers Erosion Control Worker $40.03 7A 2Y- King Laborers Faller t* Bucker Chain Saw $40.77 7A- 2Y i 'King Laborers Fine Graders $40.03 77A 2Y i !King Laborers Firewatch $33.93 7A 2Y King Laborers Form Setter $40.03. 7A 2Y 1 ;King Laborers Gabian.Basket Buil ders $40.03 7A 2Y iKing Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker $ Transit $41.28 7A 2Y Person.. 3 King Laborers Grinders $40.03 7A 2Y . E King Laborers Grout Machine.Tender $40.03 7A 2Y #King Laborers Groutmen (pressure)including $40.77 7A 2Y., i Post Tension Beams ;King Laborers Guardrail Erector $40.03 7A 2Y jKing Laborers Hazardous Waste Worker (level $41.28 7A 2Y A) King Laborers Hazardous Waste Worker (level $40.77 7A 2Y B). King Laborers Hazardous Waste Worker (level $40.03 7A .2Y C) L ;King Laborers High Scaler $41.28 7A 2Y 1 https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 5 of 15 (King Laborers Jackhammer $40.77 7A :2Y King Laborers Lase'rbeam Operator,.= $40.77 7A _ 2Y . . King Laborers Maintenance Person $40'03. 7A 2Y. A I � . f ,King Laborers Manhole Builder mudman. $40.77 7A 2Y EKing,. Laborers Material Yard Person $40.03 7A 2Y �: s King Laborers Motorman dinky Locomotive $40.77 7A 2Y . . King' Laborers ! Nozzleman (concrete Pump, $40.77 7A 2Y Green'.Cutte.rl. ewllsing 3 Combinationbf'High Pressure Air Et Water On:Goncrete,Et Rock, Sandblast, Guni.te, i Shotcr'ete, Water.Bla , ,.. . . it King Laborers Pavement Breaker ,: $40.77 74 2Y f King Laborers Pilot Car : $33.93 7A 2Y l Kin Laborers Pi e La er Lead = `" .° ' g P. Y $41.28 7A 2Y ; King Laborers.: Pipe.Layer/..tailor.' $40.27 7A 2Y King' L Laborers Pipe Pot Tender `. ' $40.77 7A 2Y ` }King - Laborers - Pipe Reh,ner $40:77 -----7A -2Y f 1Kin Laborers Pipe Wrapper $40.77 7A 2Y- Kin Laborers Pot Tender ,. ,g $40.03 7A 2Y €King Laborers t Powderman $41.28 7A 2Y King Laborers P ow-derman's Helper, $40:03 74 2Y King Laborers Power Jacks $40,:77 "7A 2Y King Laborer's Railroad Spike Puller. Power $40.77 7;A 2Y. King Laborers Raker='Asphalt : $41.28 7A ` 2Y- �Kmg Laborers Y berman-- , $41,.28 7 ,2Y Kind Laborers Remote Equipment Operator $40 7.7. 74,.. 2Y' j King Laborers Rigger/signal Person $40.77 7A 2Y,. 1'King Laborers Rip ,Rap Person '.$40:03 7A,- :2Y King- ? ,. Laborers Rivet Buster..- _.. ­$40.77 7A—.. '. ` 2Y -t iKin'g Laborers Rodder'+ � $40:77 7A •� 2Y l King Laborers: Scaffold-,Erector 7- ,-$40:03 74- 2Y King Laborers Scale Person $40`03 7-A 2Y j i . King Laborers" Slopes(overa20,") $40 7,7. 7Ar : 2Y +King Laborers Stoper Sprayer $40 03 7A 2Y j =King Laborers Spreader (concrete) $40.77 7A 2Y King Laborers Stake Hopper 7A, 2Y•. !King Laborers Stock Piler $40'03 7A, °2Y. . 'King Laborers Tamper $ Similar Electric,Air $40.77_ 7A lY 1 f & Gas Operated Toolsx< j.KSng Laborers Tamper (niu'lfip&—B�Self- $40.77 ' 7A ` 2Y' { propelled) - King Laborers Timber-Person -•Sewer_ (lagger,• '°$40:77 7A 2Y" Shores£t Cr_ibber)`..� . , r j i King Laborers. . Too lroom.P..erson (at Jotisite) $40.03 King. Laborers Topper.. $40.03 7_A °.`2Y' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 6 of 15 King Laborers Track Laborer $40.03 7A 2Y f 1 King Laborers Track Liner,(power). f $40.77 7A 2Y _ 1 king Laborers Truck Spotter" $40.03 7A 2Y j King Laborers Tugger Operator, $40.77 7A 2Y . King Laborers Tunnel Work=Compressed Air $52.08 7A 2Y m Workee 0-30.psi. King Laborers Tunnel Work-Compressed Air $57.08 7A 2Y Worker 30.01=44.00 psi King. Laborers Tunnel Work-Compressed Air $60.76 7A 2Y Worker 44.01-54.00 psi King Laborers Tunnel Wgrk-Compressed Air $66.46 7A 2Y € Worker;54,.01.-60..00 psi. .,., King Laborers Tunnel Work-Compressed Air $68.58 7A 2Y ( Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $73.68 7A 2Y Worker 64.0.1-68;:00'psi i `King Laborers Tunnel Work=C6nipressed Air $75.58 7A 2Y 8 Worker 68.01 70.00 psi j King Laborers Tunnel Work-Guage and Lock $41.38 7A 2Y Tender i,King . Laborers Tunnel Work-Miner" ' $41.38 7A 2Y King . Laborers Vibrator $40.77 7A 2Y ;King Laborers Vinyl Sea_mer $40.03 7A 2Y i King Laborers, Watchman,- $30.84 . 7A 2Y`. King Laborers, M Welder $40.77 7A 2Y _ !.King Laborers Well Point Laborer . $40.77 7A 2Y j 1 King Laborers Window Waslier/cleaner $30.84 ., 7A 2Y King Laborers Underground Sewer General Laborer Et.Topman $40.03, 7A 2Y 8: Water King Laborers - Underground Sewer Pipe Layer $40.77 7A 2Y j &r Water W _ _ t iKing Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 j Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers ;King Landscape Construction Landscaping or'Planting $17.87 Laborers ,King Lathers Journey.Level,, $48.74 5D 1H 1 iKing Marble.Setters Journey Lever $48.27 5A 1M i jKing - Metal Fabrication In Shop) fitter $15.86 1.,;. !King Metal Fabrication In Shop) Laborer. $9.78 1 King Metal Fabrication(In.Shop) , Machine..Operator -. $13.04 1 I tKing Metal Fabrication In Shop) Painter $11.10 1 i [ IKing Metal.Fabrication (In Shop, Welder $15.48 1 i i.King Millwright Journey Level. , „. $49.47 5D 1M 1 (King" Modular Buildii s-' Cabinet Assembly, " $11:56 1 1 !King Modular.BuildiriQs Electrician $11.56 1 # https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/.23/2012 III Page 7 of 15 #King Modular Buildings Equipment Maintenance $11.56. , 1 ;King Modular BuildiaLs Plumber'" "' `' $11.56 1 1 King ;- Modular Buildings - - Production W"orker $9.40 1 I g , -.. $11.56. 1 ... Kin' Modular Buildings Tool Maintenance King Modular Buildings Utility"Pefi.6n $11.56 1 Kin Modular Buildings Welder �.. - g $11.5,6 1 � . King Painters 'i Jou"rn'ey Level'' $35.12 6ZI 2B` ` i King Pile Driver Journey Level- $48.67 5A 1M j King Plasterers Journey Level- w` $46 88 7Q 1_R i Kin'g Playground Et Park Equi"pment Journey Level., '` $9'04 1` Installers. (King Plurribers.Et Pipefitters Journey Levels $70.84 '6Z 1G ;King Power Equipment=Operators Asphalt Plant 0perators ,1 $50.39 7A IT 8P King Power Equipment Operators Assistant Engineer $47.12 . 7A IT 8R l King Power.Equipment Operators Barrier"Machine (zipper)' $49.90 7A IT 8P s lKing Power Equipment-Operators. Batch Plant Operator, $49:90 7A 1T 8P ' Concrete ;. ;King Power Equipment Operators 'Bobca`f $47:.12 7A 1T 8P'' 'King Power-Equipment Operators Brokk - Remote Demolition's $47.12 7A IT 8P Equipment _King Power Equipment Operators Brooms $47.12 7A f'IT 8P'""` King Power Equipment-Operators Bum"p Cutter, $49M 7A IT 8P jKing Power Equipment Operator`s- Cableways $50:39 '74 1T, 80 1 ;King Power`Eguibrrient Operators Chipper $49:90, 7A IT 80 j l King Power Eguipm`ent-Operators" Compressor $47:12 7A IT 8P King Power Equipment'"Operators. Concrete Pump Truck Mount $50.39 , 7A w IT . 80 With Boom"Attachment Over 42 s M ' King Power Equipment Operators ' Concrete Finish Machine 1aser $47.12 7A IT 8P h . Screed King Pow!er Equipment 0perators Concrete Pump Mounted Or $49.48 7A `1T 8P Trailer Highs Pressure Line I PumP,' Pump4High Pressure. 'King Power Equipment Operators Concrete Pump"Truck Mount $49.90 7A IT 8P With Boom Attachment`Up To 42m � a (King, Power Equipment Op`er'ators Conve'ors " 8P ! r_, . King Power Equipment Operators Cranes 20 Tons Through X44 $49 96 7A.' '1 T ; 8P 1 " Tons With Attachments Overhead, Bridge,Type Crane: 20-Tons.Through,44.Tons; ;King Power Equipment Operators Cranes:-100 Tons Through 199 $50.94 7A IT 8P Tons, or.15U of:boom ! (including:jib withj` 1 attachments Overhead bndg.e type,100 tons and over; I Tower crane up-to i75'in height, base`to Boom.- ' f https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspk 07/23/2012 Page 8 of 15 King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $51.51 7A 1.T 8P ? Or 250' Of Boom(including Jib With Attachments) 4 (King Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A` it 8P Tons, Under 150"Of Boom (including Jib With°° Attachments) iKing Power Equipment Operators Cranes: A-.frame :'10 Ton s And $41.12 7A 1T 8P. ( Under King Power Equipment Operators Cranes: Friction 100 Tons $51.51 7A It 8P i Through 199 Tons (King Power Equipment Operators Cranes: Friction`Over��200 Tons $52.07 7A' 1_T 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A 1T- 8P Of Boom (including Jib With t Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P { I Attachments A-frame Over 10 Tons EKing Power Equipment Operators Crusher $49.90 7A ._ IT 8P { King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A IT 8P of _ (power); iKing Power Equipment Operators Derricks, On Building Work $50.39 7A IT 8P 'King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A 1T. 8P Over ;King Power Equipment Operators Dozers D-9 Et Under $49.48 7A IT 8P I King Power.Eguipment Operators Drily Oilers: Auger Type, Truck $49.48 74' 1T 8P. Or Crane Mount (King Power Equipment Operators Drilling Machine $44.90 7A IT 8P 4 iKing Power Equipment Operators Elevator And.Man lift: $47.12 7A IT 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine,,Bidwell And. $49.90- 7A IT 8P Gamaco Et Similar Equipment } ;King Power Equipment Operators Forklift: 3000 Lbs And Over $49.48- 7A °' IT 8P With'Attachments ?King Power Equipment Operators Forklifts: Under.3.00.0 Lbs. With $47.12 7A IT 8P f Attachments =King Power Equipment Operators Grade Engineer: Using Blue $49.90 7A IT 8P i Prints, Cut Sheets, Etc ;King Power'Eguipment.Operators Gradechecker%stakeman', $47.12 '-7A It 8P j King Power Equipment'Operafors Guardrail Punch/Auger $49..90 7A IT .; 8P i King Power Equipment Operators Hard Tail End Dump l $50.39 7A IT 8P Articulafing'Off- Road ' Equipment 45 Yards: E: Over j } r iKing Power Equipment Operators Hard Tail End bump $49.90 7A IT 8P i Articulating Off_road Equipment Under 45 Yards iKing Power Equipment Operators Horizontal Jdirectional Drill $49.48 7A IT 8P I { Locator, j {King Power Equipment Operators Horizontal/directional Drill $49.90 7A IT 8P Operator i https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 9 of 15 1King Power Equipment Operators Hydralifts/boom Trucks Over $_49.48 7A 1T 8P 10 Tons Aa i { �"King Power EwipmentOperators Hydralifts/boom.Trucks,y 10 $47.12 7A 1T . 8P­ } Tons And Under - King Power Equipment-operators Loader; Overhead 8 Yards. Et" $50.94. 7A 1T 8P. ' Over f 1King Power Equipment Operators Loader, Overhead, 6 Yards:.But $50.39 7A 1T 2P Not Including 8 Yards King Power Equipment Operators Loader's, Overhead Under 6 - $49:90 'JA 1T 8_P t Yards l jKid" Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 80 {King Power Equipment Operators Loaders Elevating Type Belt $49-48 7A 1T 8P King Power.Equipment Operators Locomotives,-,All $49 90 7A 1T 8P King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P j tKing Power Equipment Operators Mechanics;-All (leadmen -- $50.94 7A 1T. 8P f $0 .50 Per Hour Over Mechanic) King Power Equipment Oper"ators Mixers: Asphalt Plant,. $.49.90 7A w1T, 8P S King Power Equipment Operators Motor Patrol G' rader'1 Non $49.48 7A 1T 8P finishing 1 King Power,Equi6n'ient Operators Motor`'Patrol'Graders, Finishing $50:39," 7_A 'jT 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P :, — Drill, Borin91 Road Header , And/or Shield: i King Power Equipment Operators Oil'Distributors,'Blower $47.12 7A IT 8P Distribution Et Mulch Seeding ; y _. O'perator. {. King Power Equipment Operators Outside Hoists (elevators And $49}48 7A 1_T 8P i Manlifts), Air Tuggers,strato !King Power Eguipmentbperators Overhead_ B' dgeType:'45 $50.39 74 1T' 8P f Tons Through 99 Tons King Power Equipment Operators PaveIm,ent Breaker. $47.12 7A 1T "' 8P [King Power Eguipment'Operators Pile Driver (other TkarrCrane $49.90 7A 1T 8P M ... .... _ Mount) .�.. .. ._ ;. .King Power E6uipment.Operators Of t;0iler Asphalt, Crusher '$49 48 ZA 1T., 8_R'.. E King Power Equipment Operators Posthote Digger, Mechanical $47.12 7A 1T 8P ,King Power Equipment Ope.raf6w Prower.IRlanf' $47:12, 7A ,= 1T-' SP+ ..King. Power Equipment.Operators .... Pumps.--,Water. '$47.12 7A 1 T 8P l King Power EguipmentbO 66rators Quick'Tower- No Cab, Under $4.7.12 7A` 1T 8P 100 Feet In Height Based To Boom 'King Power Equipment Operators Remote Control Operator On -$50 3,9 7A 1T 8P,. i Rubber Tired Earth Moving Equipment 4 King Power Equipment Operators Rigger And Bellman $47:12, 7A 1l : -8P JJ ;King Power Equipment.Operators Rollagon $50 39 7A •1T 28P { ;King Rower Equipment"Operators Roller, O.ther,Than Plant.Mix 547 12 7A,, 1T 8P I — — }King Power Equipment Operators Roller, Plant Mix Or Multi-lift °;'$49.48. 7A-•.';. 1,T_ 8P Materials I ' httn.-, //fnrtrec cwa.unv/lni/waaPlnnknn/nrvWa ore]nnknn.acnx 07/23/2012 Page 10 of 15 ?King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T. 8P lKing Power Equipment Operators Saws -.Concrete $49.48 7A IT 80 €King Power Eq"uipirient Operators Scraper; Self Propelled Under $49.90 7A 1T 8P { 45 Yards . King Power Equipment Operators Scrapers - Concrete 11Et Carry All $49.48 7A"' 1T - 8P King Power Equipment Operators Scrapers., Self-propelled: 45 $50.39 7A IT 8P r Yards And Over. i ;King Power Equipment Operators Service Engineers' Equipment $49.48 7A IT - 8P 1King Power Equipment Operators Shotcrete/gumt`e Equipment $47.12 7A IT 8P 1 King Power"Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A IT 8P I Tractors Under` 15 Metric Tons. King Power Equipment.Operators Shovel, Excavator; Backhoe: $50.39 74 IT 8P Over 30 Metric Tons To 50 Metric Tons ;King Power Equipment Operators Shovel; Excavator, Backhoes, $49.90 7A IT 8P Tractors:-.15 To 30 Metric.Tons ;King Power Equipment Operators Shovel, Excavator,,Backhoes: $50.94 7A IT 8P ' Over 50 Metric.Tons'T6.901 f e Metric Tons ` ;King Power Equipment Operators Shovel Excavator Backhoes: $51,51 7A IT 8P Over 90 Metric Tons t I i iKing Power Equipment Operators Slipform Pavers $50.39 7A IT 8P `King Power Equipment Operators Spreader, Topsider Et $50.39 7A IT 8P Scrde.dman ; 1King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Equipment Operators Tower,Bucket Elevafors $49.48 7A IT 8P (King Power Equipment Operators Tower Crane Over 17.5'in $51.51 7A IT 8P l Height, Base;To Boom King Power Equipment Operators Tower Crane Up To 175' In' $50.94 7A IT SP Height Base To Boom ! King Power Equipment Operators Transporters", All Track Or $50.39 7A IT 8P l Truck-.Ty0e y; , jKing Power Equipment.Operators Trenching Machines $49.48 7A IT 8P :King Power Equipment Operators Truck Crarie Oiler/driver - 100 $49.90 7A" IT 8P j Tons,And.Over.. King Power Equipment Operators Truck Crane Oiler/driver Under $49.48 7A ,; IT 8P 1 . __... _. 100 Tons King Power Equipment Operators Truck Mount Portable_Conveyor $49.90 7A . " IT 8P , King Power Equipment Operators Welder $50.39 7A IT 8P jKing Power Equipment Operators Wheel Tractors, Farman Type $47.12 .e7A IT 8P King Power Equipment Operators Yo Yo Pay Dozer $49.00 7A IT 80 King Power Equipment Operators- Asphalt Plant Operators $50.39 7A IT 8P Underground Sewer Et Water lKing Power Equipment Operators- Assistant Engineer $47.12 74 IT 8P a. Underground-Sewer-Et Water " King . Power Equipment Operators- Barrier Machine (zipper) $49.90 7A IT' 8P - UnderubOhd.Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $49.90 7A IT 8P httns:H fortress.wa.Lyov/lni/waLelookuD/DrvWaLelookuD.asnx 07/23/2012 Page 11 of 15 j Underground Sewer &.Water Concrete ,King Power Ecidipment Operators- Bobcat :$47.41 . • ;7A 1T 8P E Underground Sewer Et VJa'ter x h. :+''j s .: ;King Power Equipment Operators- Brokk,- Remote Demo:lition:, $47:12 �' 7A 1T° 8P { Underground Sewer Et Water. Equipment } King P.o er Equipment Operators-_ Brooms :$47:,:12 7A ` _T 8P., ! Underground Sewer Et--Water jKing. Power Equipment Operators-. Bump Cutter :$49.90 " 7A..' 1T". 8P i Undergro'u'nd Sewer &Water — 8P, King Power Equi t pmen .Operators- Cableways $50 39 7A 1T _ � � ' Undergro'u'nd Sewer.rEt Wate'r� +. King Power Equipment Operators= Chipper 49 90 : 7A 1T 8P Underground Sewer, I ater :King Power Equipment.Operators- Compressor $47 :12 7A;' 1T`_' 8P j Underground Sewer Et,Water Kin Pow � ,„, `v I g er Equiprnent.Operator.s- Concrete Pump. Truck Mount $50.39 7A 1T 8P ' Underground Sewer Et`Water : With;Boom:Attachment.Over 42 M. : Unwer Eguipment.Operators- Concrete Fi aser $47:12 ' 7A _ 1T 8P �King Po '" n'ish Machine -1 derground Sewer Et Water Screed King' Power Equiprnent::Operators' Concrete Pump - Mounted O.r $49:48 7A 1T 8P 4 ro r Undegund Sewer,£� Water Trailer High Pressure Line Pump,,Pump.High P ..... ' ress. ... ure. .King Power Equipment Operators`- Concrete.Pump: Truck Mount $49.9.0 7A 1T 8P ' i Underground Sewer Et Water" With Boom Attachment Up To i 42m i Underground Sewer 6 W Kin Power Equipment 0 eraater Conveyors $49.48 7A 1T 8P. g P w . y +... E (King Power Equipment Operators- Cranes; 20.Tons Tlirough,44' $49.'90 7A 1TT , ' 8P. . l Underground Sewer £t Water Tons With,Attachments, Oyerhead, Bridge Type Crane: ;. .... 20 Tons Through 44 Tons Und �. . ;King Power Equipment Operators- Cranes 200 Tons To 300 Tons, $51.51 77A =1T 8P erground Sewer Et Water Or 250' Of Boom (ripuding Jib ! Wrth,Attachments) 1 Kmg Pow � . a ,. ,-. ,. . er Equipment Operators Cranes 45 Tons Through 99 $50 39' 7A 1T, .' 8P f Underground Sewer Er-`Water Tons, Under 150'Of Boom } Aittachmen 1b Wrtfi ts) r � f King Power Equipment Operators- Cranes: A-frame -' 10 Tons And '$47.12 7A 1T ' 8P k, Underground Sewer 8t Water Under ! !King Power Equipment Operators- Cranes Fricton,1'00 Tons' $51 51; '� 7A 1T 8P'' Undergrdund.Sewer;'Et Water, Through 199 Tons K.;g p n . 0 Tons $52 07 7A' 1 T 8P ... ... E King Power Equipment 0 erators- Cranes.'Friction Over 20 Underground Sewer_&.Water King Power Equipment Operators= Cranes`Over 300°Tons Or;300' ` $52 07 7A' 1T '8P { Undergrourd Sewer $:Water, Of Boom (including Jib With { f tw Attachments) ; + King Power.Equipment Operators Cranes .Thro ugh.l9 Ton's With $49..48' 7A If 8P., i Underground S.ewer,£t-Water Attachment's A=frame Over 10 { Tons httr)s://f6rtress.wa.gov/lni/wa2elookui)/prvWagelookup.aspk 07/23/2012 Page 12 of 15 ,King Power Equipment Operators- Crusher $49.90 7A IT 8P ( Underground 5ewer`Et Water, lKing Power Equipment Operators- Deck Engineer/deck Winches $49:90 7A 1T 8P j Underground Sewer Et.Water (powerj. z 4 ZKing Power Equipment Operators= Derricks, On Building Work $50.39 7A IT 8P j T Underground.S6vw&r Et:Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $50.39 7A IT 8P i Underground Sewer Et Water_. Over {King Power Equipment Operators- Dozers D-9 Et Under $49.48 74 IT 8P { Underground Sewer Et'Water I (King Power Equipment Operators- Drill Oilers: Auger Type, Truck $49.48 7A IT 8P UnderQrourid Sewer Et,. ater Or Crane Mount King Power Equipment:Operators- Drilling Machine _$49:90 7A IT 88—P i Underkround­Sewer Et Water l Kin Power Equipme ' g nt Operators- Elevator And Man-lift: $47.12 7A IT 8P E UnderRroiind Sewer Et Water Permanent And Shaft Type . King Power Equipment Operators finishing Machine, Bidwell And $49.90 7A IT 8P Underground Sewer Et Water Gamaco Et Similar Equipment # ;King Power Equipment Operators Forklift: 3000 Lbs_And Over $49.4.8 7A IT 8P Undemround:Sewer'Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With .$47.12 7A IT 8P { Underground Sewer Et Water Attachments ;King Power.Equipment Operators Grade Engineer: Using Blue $49.90 7A IT 8P 1 Underground:Sewer Et.Water Prints, Cut Sheets, Etc j King Power EduipmenfOper`ators- Gradechecker/stakeman $47.12 7A IT 8P ' Underground Sewer Et Water I King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P .4 Underground Sewer Et Water _t King Power Equipment Operators- Hard Tail End Dump $50.39 ' 7A , IT 8P Underground Sewer Et Water Articulating„Off- Road ; Equipment45 Yards. Et Over King Power Equipment Operators- Hard Tait End Dump $49.90 7A 1T 8P Underground Sewer Et"Water Articu lating Off-road Equipment Under 45 Yards ;King Power Equipment Operators- Horizontal/directional Drill $49.48 7A IT 8P I Underground Sewer£t Water Locator King Power Equipment Operators- Horizontal/directional Drill $49.90 7A IT 8P Underground Sevier Et Water Operator i 7A t ;King Power Equipment Operators- Hydralifts/boom Trucks Over $49.48 1T 8P_ — i Underground Sewer Et Water 10 Tons ':,King Power Equipment Operators- Hydralifts/boom Trucks, 10 $47.12 7x' ' ” IT 8P Underground Sewer 6 Water Tons And Under � ;King Power Equipment Operators- Loader, Overhead 8 Yards. & $50.94 7A IT 8P j Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But '$50.39 7A `" 'IT' `8P gr Underound Sewer.&t Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $49.90 74 IT 8P I Underground Sewer Et.Wa e'r Yards King Power Equipment Operators- Loaders, Plant Feed. , ` $49.90 7A w IT 8P Underground Sewer Et Water I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 13 of 15 King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A, IT 8P Under round Sewer Et Water i }Kin Power E ui ment Operat g q p "` ors Locomotives, All $49.90 7A 1T' SP UnderQround Sewer 6 Water . t .King Power Equipment Operators- Mate" t7ansfer Device` $49.40 7A IT 8P Underground Sewer.Et Water, King Power Equipment Operators' Mechanics;All (lead men $5b.94 7A 1_f 8P.` Under round Sewer•.Et Water: $0 50µPer Hour Over Mechanic) Kin Power Equipment g Operators Mixers: As halt Plant' $49 90 7A IT . UnderQround Sewer & Wafer King Power Equipment Operators= Motor Patrol Grader Non $49..",47 8 7A IT 8P Underground Sewer 6 Water finishing• Power Equipment g. er ors- Motor Patrol'Graders; Finishing $50.39.1 7A 1T 8P' .k Kin Opat UnderQround Sewer Et Wa te r' 'Ki'n'g Power,66ipnent6 raf s- Mucki rg Machine-,- Mole,"Tunnel $50:39 7A :' IT 8P Underground Sewer&Water Dnit 'Bonrig, Road Header And/or,Shield `King Power Equipment Operators- Oil'Distributors, Blower "$47.12 7A IT 8P Underground Sewer'Et Water 4Di stribution Et Mulch Seeding Operator King Power Equipment Operators- „' Outside Hoists (elevators And .$49.48 `" 7A 1T 8P ( Un'der sound Sewer.Et Water . Mantifts),,Air.Tuggers,strato i King Power Equipment Operators Overhead, Bridge Type: 45 ' $50.39 7A IT 8P UnderQround Sewer"Et.Wafe' r Tons Through 99 Tons t ;King Power Equipment Operators Pavement Breaker $47.12 7A IT 8P Unders;rournd Sewer _Et t Water ;King Power Equipment Operators- Pile Driver (oth&TKan'Crane $49.90 7A IT 8P Underground Sewer•& Water . Mount) ;King Power E6` pment Operators- Plant Oiler Asp halt, Crusher $4.4` 7A 1T 80 UnderQround Sewer Et Water *King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P s i Underground Sewer Ft.Water King Power.Equipment Operators- Power Plant $47.12 7A ; IT 8P Underground Sewer Et: :Water s iKing Power Equipment Operators- Pump`s - Water $47.12 7A IT 8P i 7A Underground Sewer a Water i iKing Power Equipment.Opera'tors- Quick Tower= NoCab,:Under $47.12 7A IT 8P { Underground Sewer&'Water 100,FdeCln'Height Ba''sed`To Boom kKing Under Eo`und Sew o Et Water RubberTiredrEaO;he�von On $50.39' "`7A +" 1T 8P � g Equipment King Power Equipment Operators Rigger.And Gellman 7A . :1T ` 8P Underground Sewer & Water iKing Power Equipment Operators Rollagon $50.3 9 ,7A .,, IT .8- P j Underground Sewer.Et'Water j *King Power.Eguipment Operators- Roller;-Other Than Plant Mix .$47 12 :7A 1T 8P , j Under Qround Sewer Et Water !King Power Equipment''Operators- Roller, Plant Mix Or Multi .lift $49 48 7A;r ,,1T 8P f Underground Sewer Et Water Materials httl)s:H fortress.wa.govA ni/wagelookup/prvWdgelookup.aspx 07/23/2012 Page 14 of 15 King Power Equipment Operators- Roto-mill, Roto-grinder,. $49.90 7A 1T 8P ( Underground Sewer Et Water 1King Power Equipment Operators- Saws - Concrete. $49.48 7A 1T. ryBP ! Underground Sewer Et Water j King Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A IT 8P I Underground Sewer Er Water 45 Yards King Power Equipment Operators- Scrapers,- Concrete Et Carry All $49.48 7A IT 8P ., . t UndergroundSewer`Et Water - t „. King Power Equipment Operators- Scrapers, Self-propelled:,45 M $50.39 7A IT 80 j j Underground Seyier'&t Water Yards And Over (; ;King Power Equipment Operators- Service Engineers ;.Equipment $49.48 7A IT 8P Underground Sewer.Et Water i (King Pow Equipment Operators- Shotcrete/gunite Equipment $47.12 7A 1T 8P. er 1 Underground Sewer•Et Water EKing Power Equipment Operators- Shovel , Excavator, Backhoe,- ,$49.48 7A IT 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. i King Power Equipment Operators- Shovel, Excavator,`Backhoe: $50.39 7A IT 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons 1King Power Equipment Operators- Shovel ,Excavator, Backhoes $49.90 7A IT 8P Underground Sewer Et Water Tractors 15 To.30 Metric Tons King Power.Eguipment Operators- Shovel, Excavator, Backhoes: $50:94 7A IT 8P t Underground Sewer.Et Water Over 50.Metric.Tons To 90 Metric.Tons King Power Equipment Operators- Shovel', Excavator, Backhoes: $51.51 74 IT 8P Underground Sewer & Water Over 90 Metric Tons , King Power Equipment Operators Slipform Pavers $50.39 7A' IT _ 8P Underground Sewer Et Water 1King Power Equipment Operators- Spreader, Topsider Et $50.39 7A IT 8P ( Underground Sewer' .Et Water Screedman King Power Equipment Operators SubgraderTrimmer- $49.90 7A IT 8P , j Underground Sewer Et Water King Power Equipment.Operators Tower Bucket Elevators $4948 7A -1T 8P. Underground Sewer Et Water 'King Power Equipment Operators Tower Crane Over 175'in . $51.51 7A IT 8P Underground Sewer Ft Water Height, Base To Boom { King Power Equipment.Operators- Tower Crane Up To,175' In- $50.94 7A IT 8P Underground Sewer Et Water Height Base To Boom 'King Power Equipment Operators- Transporters, All Track Or $50.39 7A IT 8P Underground Sew er'a Water Truck Type , yKing Power Equipment Operators- Trenching Machines $49.48 7A IT 8P Underground Sewer E: Water King Power Equipmenf Operators- Truck Crane Oiler/driver - 100 $49.90 7A 1T 8P.' I Underground Sewer.Et Water Tons And Over j King Power Equipment Operators- Truck Crane Oiler/driver Under $49.48 7A IT 8P i Underground Sewer Et Water 100 Tons King Power Equjoiiient Operators- Truck Mount Portable Conveyor. $49.90 7A,. IT 8P, Underground Sewer Et Water + kKing Power Eguipment..Operators- Welder $50.:39 7A IT 1P Underground Sewer Ft Water 3 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Page 15 of 15 ' r King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P Underground Sewer 6 Water ! )King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A IT 8P Underground Sewer£t Water ;King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A . Trimmers f ;King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers jKing Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers ,King Power.Line Clearance Tree Tree Trimmer $38.38 5A 4A j j Trimmers )King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A i ( Trimmers { King Refrigeration.Et Air Journey Level $69.96 6Z 1 G Conditioning Mechanics 1 ,King Residential BrickMason Journey Level $48.27 5A 1M j )King Residential Carpenters Journey Level $28.20 1 r King Residential.Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.08 5D i M t King Residential Drywall Tapers Journey Level $48.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 I i King Residential Glaziers Journey Level $34.60 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators j King Residential Laborers Journey Level $23.03 1 (King Residential Marble Setters Journey Level $24.09 1 j King Residential.Painters Journey Level $24.46 1 j EKing Residential Plumbers Et Journey Level $34.69 1 Pipefitters i ;King Residential Refrigeration E: Air Journey Level $69.96 6Z 1G i j Conditioning Mechanics f I King Residential Sheet Metal Journey Level (Field or Shop) $40.04 7F 1 R Workers { ?King Residential Soft Floor Lavers Journey Level $41.95 5A 2Z iKing Residential Sprinkler Fitters Journey Level $41.31 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $48.27 5A 1M l;King Residential Terrazzo Workers Journey Level $43.93 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 1 Finishers j King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.65 5A 1 R King Roofers Using Irritable Bituminous $46.65 5A 111 Materials https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 07/23/2012 Department of Labor and bidustries Prevailing Wage R STATEMENT OF INTENT TO Www.902-5335 PAY PREVAILING WAGES \wv\v.lnt.wa.(?oV/"I7adesLicensiittt/P rev VVaRe -r � �'yt tees Noy • This form must be typed or printed itt ink. Public Works Contract • Fill fn all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required •Please allow a mimunun of I D working days for processing. • Once approved,your form will be posted online at Intent ID#(Assigned by L&I) h n os:/l fortre3s.wa.�o vl ht i/p\via pub/tiem•ch For.asl) Y.o.nfComjtanyintorrnution ;=r: , ; ;''„ ti ;;� ,A,wiidingAgency7nfotmatlan, e;: Your Company Name - Project Name Contract Number 1 ABC Company,Inc. Road Repair ¢ )1rr 2011-0 1B Your Address Awarding Agency 1234 Main Street WA State Department of Transp'gation Ctl r„ M1ky1.A,q.. U'`..... City State Zi +4 Awarding Agency Address Igt.i.:eiap„,{I Olympia WA 98501-1234 PO Box 47354 �;Qn7m u Your Contractor Registration Number YourUBINumbcr City State e{i"Zi +4 io,�$ §� P ABCC[*0123AA 123456789 Olympia' g. "hm !It WA x '7 98501 Your Industrial Insurance Account Number Awarding Ptgeficy Contact Name s t pep'tSiitber 111,111-]1 John DRe41 e ' i, ('S6 )�5'"5-5555 Your Email Address(required for notification of approval) Your Phone Number County Where'Work}�Vlll Be Perfored Gify Where Work Will Be Performed prevailingwage @Ini.wa.gov (555)555-5555 fitur n }�"t t., " Ol m pia rtu!�c�l� pv IsN ) 1 Alditlon@IDetails ,':` ;':' ` ' i ,�.,::.�: "i�+tly Crtlil0*1(ibetnil5';: Your Expected Job Start Date(mm/dd/yyyy) ( �y,T Bid Due D{tl (Prime C oatira`Otptt s)nQ^� Award Date(Prime Contractor's) 01/01/2011 ° t' r4 0u8/Ol/2010ry� ( gt aky 09/10/2010 6 L 4Y 9,(ilU,r �' "`�tt(�IFpte•rb'fal Dollar Amount f Your Contract(including - Job Site Address/Directions g1ir,(a t ?^ State Street @ Plum Street -;�'._`a: sang .aij)or time andmatei s,if applicable. $1000.00 ARIZ'A Funds ; - '::: .^ ' �;' WeattiCrizition`',or EuCrgy,4lifBCient Funds { Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? „ Does this p(o)1eCtrutilize any Weatherization or enetgy efficiency upgrade funds me:Coittructor ( Sre )? ❑Yes ®No ARRA or Yes 0 N s Pr L g Prime Contractor's Company Name Prime,��Conlrab or Intent Nurtl(6,er Hiring�.,Qgn'tractor's Company Name L}rAlyz = ' XYZ Company,Inc. 123456 � SupegPavers,Inc. Prins Contractor's Registration Number Prime Contractor's[)I3F1Qmb' tit Hifing Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN*0123AA 987654321 'rl, t')'f1, SUPERPA123AA 321456987 z Do you intend to use ANY subcontract ors�l'" ( r ❑Ycs 'r r7®No Will employees perform work on this projeell ®Yes .❑No Will ALL work be subcontracted? '�. � Q2+u .v'®No IDo you intend to use apprentice employees? ®Yes ❑No Number of Owner/OpperOtors who own at leastO�oofthe cotnpany;\vho will perform work on the project: ❑None(0) [D One(1) E]Two(2) [3 Three(3) ,aepfr? Crafts/Trades/,Occupatiaus=°1(Do not list appr`aii ices. They are listed on the Affidavit of Wages Paid only.) Rate of Hourly 4." p, Number of Rate of Hourly If an etnploycey'Yorks in more than one bade,ens%' that all hours worked in each trade are reported below. Usual("Fringe") 8 z,. Workers Pay For additional crafts/trAA4edcs/occupatiff'.g.p$,pl pas e uso'Aklden'dum A. Benefits �� Nrvfil�l''' :4�Si il'P i.'.1',n(tSklll�lR 0)y Laborer-Asphalt ftakar !rykl, 2 39.28 5.00 Power Equipment Operator-Asphalt Plant Operator 1 48.04 2.35 Truck Driver-Asphalt Mix(o'.yeral�6iYds) 1 46.47 1 0.00 Sl'iiatirre.131ock:: ,,. " r I hereby erti' that I have read and understand the instructions to complete this form and that the information,y ty i rmation,including any addenda,me correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wa a Rates as determined b the Industrial Statistician of the Department of Labor and Industries. 'Print Name: Print Title: Si nature; Date: For-U&T 11.6i'061 i A rovedb signature of the Department of Labor and Indu sines Industrial Statistician i i I NOTICE: If the prime contract Is at a cast of over one nriilton dollars($1,000,000.00),RCW 39.04.370 requires you to complete the EHB 2805(RCW 39.04.370)Addendum and attach It to your Affidavit of Rages of Paid when your work on(lie project concludes, This Is only n notice.The-EHB 2805 Addendum is not submitted with this Intend. SAMPLE-F700-029-000 Statement of Intent to Pay Prevailing Wages 03.2011 i Department or and Industries ��Q srez�o� AFFIDAVIT OF WAGES PAID Prevailing Waagge e P Program o � (360)902-5335 t' Public Works Contract www.Ini.wa.go /TradeaLicensinelPrevt�agg yo $40.00 Filing Fee Required j 9�7881+ae � • This form must be typed or printed in ink. Affidavit ID#(Assigned by L&I): • Fill In ALT,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 SAMPLE bps://forlress.wa eU�dini%utvia.ub/SearcliPor.asu YoitrCom ant!InforniAfloin, Anardln`A cnc'"!Tnfotmationi;, Your Company Name Project Name - Contlact.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 Address;: Olympia WA 98501-1234 PO Box 123 Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia WA 98501 Your Industrial Insurance Account Number Awarding Agency Contact Naive '' Phone Number 111,111-11 Jo1m Doe (555)555-5555 Your Email Address(required for notification ofapproval) Your Phone Number County Where Work Was Performed City Where Work Was Performed revailingwagealni.wa.gov 555)555-5555 Thurston Olympia Additional Dct ills Contcitct`,hetahs. , Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(nnn/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) 2/1/2011 3/1/2011 1/112011 11/5/2011 Job Site Address/Directions Yom-Approved Intent'D.# indicate Total Dollar Amount of:YOur Contract Plum and State Street 123456 (mcludmgsaiestar). $10,000.00 EHB 2805(IICW 39.04.370)-Is tite Prince Contractor's ❑Yes Z 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 S 1,000,000 7 later you niusttcomplete and submit the EHB 2805(RC"'39.04.370)Addendum. ARIL1 Funds .�„y -ti �� .':u.; 3Veatlicri anion orl&her ;Etltellent,Fuiids�]t Does this project utilize American Recovery and Reinvestriient Act(ARRA)funds? Does,this proj6ct,6tilize any weatherization or energy efficiency upgrade funds ❑Yes Z No (ARRA or otherwise)? ❑Yes Z No Phone Contractor s.Com tarty In[oriniitron a Hlrin Contractor s`Com anV°.Ipformatlon? Prime Contractor's Company Name Hiring Contractor's Company Name XYZ Company CBA Company Prime Contractor's'Registration Number Prime'Contractor's UBI Number Hiring Contractor's Registration Number Hiring Contractor's UBI Number XYZCI*0123AA 987654321 CBACI*0123AA 456789123 Lm ilti weriF nn LiforaUoil Did you use ANY subcontractors? ❑Yes(Addenduni13 Reauired Z No Did employees perform work on this project? Z Yes ❑No Was ALL work subcontracted? ❑Yes(Addendum B Ronulred) Z No Did you use apprentice employees? ❑Yes Z No Number of Owner/Opemto s who own at least 30%of the company who performed work on this project: ❑None(0) Z One(1) E3 Two(2) ❑ Three(3) You must list the First and Last Nanw 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. General Labor 2 153 41.23 8.54 Carpenter 5 2.10 52.26 10,13 I 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 lhe,hevailin Wage Ratc(s)as detemrined by the Industrial Statistician of the Department of Labor and Industries. Print Name:Jane Doe PriutTitle:Bookkee er Si nature: Datc:3/5/2011 For'L&T:Use Oni D APPROVED: Department of Labor.and Industries I B Industrial Statistician i I SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 I I i �I SPECIAL PROVISIONS SPECIALPROVISIONS.....................................................................................................................11 1-01 DEFINITIONS AND TERMS.....................................................................................................11 1-01.1 General...............................................................................................................................11 1-01.3 Definitions.........................................................................................................................11 1-02 BID PROCEDURES AND CONDITIONS...................................................................................13 1-02.1 Prequalification of Bidders...............................................................................................13 1-02.2 Plans and Specifications...................................................................................................13 1-02.5 Proposal Forms.................................................................................................................13 1-02.6 Preparation of Proposal....................................................................................................14 1-02.6(1) Proprietary Information...............................................................................................14 1-02.7 Bid Deposit........................................................................................................................14 1-02.9 Delivery of Proposal..........................................................................................................15 1-02.12 Public Opening of Proposals...........................................................................................15 1-02.13 Irregular Proposals..........................................................................................................15 1-02.14 Disqualification of Bidders..............................................................................................15 1-02.15 Pre Award Information...................................................................................................16 1-03 AWARD AND EXECUTION OF CONTRACT............................................................................16 1-03.1 Consideration of Bids........................................................................................................16 1-03.2 .Award of Contract......................................................................:......................................16 1-03.3 Execution of Contract........................................................................................................16 1-03.4 Contract Bond...................................................................................................................17 1-03.7 Judicial Review..................................................................................................................17 1-04 SCOPE OF WORK................................................................................:.................................17 1-04.2 Coordination of Contract Documents, Plans,Specials Provisions Specifications,and Addenda.........................................................................................................................................17 1-04.3 Contractor-Discovered Discrepancies...............................................................................18 1-04.4 Changes.............................................................................................................................18 1-04.8 Progress Estimates and Payments....................................................................................18 1-04.11 Final Cleanup...................................................................................................................18 1-05 CONTROL OF WORK.............................................................................................................18 1-05.4 Conformity With and Deviation from Plans and Stakes..................................................18 1-05.4(3) Contractor Supplied Surveying....................................................................................19 1-05.4(4) Contractor Provided As-Built Information...................................................................20 1-05.7 Removal of Defective and Unauthorized Work...............................................................20 1-05.10 Guarantees......................................................................................................................21 1 1-05.11 Final Inspection...............................................................................................................21 1-05.11(1) Substantial Completion Date.....................................................................................21 1-05.11(2) Final Inspection and Physical Completion Date........................................................22 1-05.11(3) Operational Testing....................................................................................................22 1-05.12 Final Acceptance.............................................................................................................23 1-05.13 Superintendents, Labor and Equipment of Contractor.................................................23 1-05.14 Cooperation with Other Contractors..............................................................................23 1-05.16 Water and Power............................................................................................................23 1-05.17 Oral Agreements.............................................................................................................23 1-05.18 Contractor's Daily Diary..................................................................................................24 1-06 CONTROL OF MATERIAL.......................................................................................................24 1-06.1 Approval of Materials Prior to Use...................................................................................24 1-06.2(1) Samples and Tests for Acceptance...............................................................................25 1-06.2(2) Statistical Evaluation of Materials for Acceptance......................................................25 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.................................................25 1-07.1 Laws to be Observed.........................................................................................................25 1-07.2 State Sales Tax...................................................................................................................26 i 1-07.2(1) General..........................................................................................................................26. 1-07.2(2) State Sales Tax-Rule 171............................................................................................26 1-07.2(3) State Sales Tax-Rule 170............................................................................................26 1-07.2(4) Services................................................. ................27 1-07.6 Permits and Licenses.........................................................................................................27 I 1-07.9 Wages................................................................................................................................27 1-07.9(5) Required Documents....................................................................................................27 1-07.11 Requirements for Non-Discrimination...........................................................................27 1-07.11(11) City of Renton Affidavit of Compliance...................................................................27 1-07.12 Federal Agency Inspection..............................................................................................27 1-07.13 Contractor's Responsibility for Work.............................................................................28 1-07.13(1) General........................................................................................................................28 1-07.15 Temporary Water Pollution/Erosion Control.................................................................28 I 1-07.16 Protection and Restoration of Property.........................................................................28 1-07.16(1) Private/Public Property..............................................................................................28 1-07.17 Utilities and Similar Facilities................................................................... .................29 1-07.17(1) Interruption of Services..............................................................................................30 1-07.18 Public Liability and Property Damage Insurance...........................................................30 2 1-07.18(1) General........................................................................................................................30 1-07.18(2) Coverages....................................................................................................................31 1-07.18(3) Limits...........................................................................................................................32 1-07.18(4) Evidence of Insurance.................................................................................................33 1-07.22 Use of Explosives.............................................................................................................33 1-07.23 Public Convenience and Safety.......................................................................................34 1-07.23(1) Construction under Traffic.........................................................................................34 1-07.23(2) Construction and Maintenance of Detours.....................:.........................................35 1-07.24 Rights-of-Way..:...............................................................................................................35 1-07.28 Confined Space Entry......................................................................................................36 1-08 PROSECUTION AND PROGRESS...................................... .............36 ........................................ 1-08.0 Preliminary Matters..........................................................................................................36 1-08.0(1) Preconstruction Conference.........................................................................................37 1-08.0(2) Hours of Work...............................................................................................................37 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees....................38 1-08.1 Subcontracting..................................................................................................................38 1-08.2 Assignment........................................................................................................................39 1-08.3 Progress Schedule.............................................................................................................39 1-08.4 Notice to Proceed and Prosecution of the Work.............................................................40 1-08.5 Time for Completion.........................................................................................................40 1-08.6 Suspension of Work..........................................................................................................41 1-08.7 Maintenance during Suspension......................................................................................41 I1-08.9 Liquidated Damages..........................................................................................................42 1-08.11 Contractor's Plant and Equipment.................................................................................42 1-08.12 Attention to Work...........................................................................................................42 1-09 MEASUREMENT AND PAYMENT..........................................................................................42 1-09.1 Measurement of Quantities.............................................................................................42 1-09.3 Scope of Payment.............................................................................................................43 1-09.6 Force Account....................................................................................................................44 1-09.7 Mobilization......................................................................................................................44 1-09.9 Payments...........................................................................................................................44 1-09.9(1) Retainage......................................................................................................................45 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts..................45 1-09.9(3) Final Payment......................................... .................................................................. ..46 1-09.11 Disputes and Claims.........................................................................................................47 3 1-09.11(2) Claims..........................................................................................................................47 1-09.11(3) Time Limitations and Jurisdiction..............................................................................47 1-09.13 Claims and Resolutions....................................................................................................47 1-09:13(3) Claims$250,000 or Less.............................................................................................47 1=09.13(3)A Administration of Arbitration..................................................................................48 1-09.13(3)B Procedures to Pursue Arbitration............................................................................48 1-09.14 Payment Schedule...........................................................................................................48 1-09.14(1) Scope...........................................................................................................................48 1-09.14(2) Bid Items.....................................................................................................................49 1-10 TEMPORARY TRAFFIC CONTROL..........................................................................................54 1-10.1 General.....................................:........................................................................................54 1-10.2(1)B Traffic Control Supervisor........................................................................:.................55 1-10.2(2) Traffic Control Plans.....................................................................................................55 1-10.3 Flagging, Signs,and All Other Traffic Control Devices.....................................................55 1-10.3(3) Construction Signs........................................................................................................56 1-10.4 Measurement....................................................................................................................56 1-10.5 Payment............................................................................................................................56 1-11 RENTON SURVEYING STANDARDS.......................................................................................56 1-11.1(1) Responsibility for Surveys............................................................................................56 1-11.1(2) Survey Datum and Precision........................................................................................56 1-11.1(3) Subdivision Information................................................................................................57 1-11.1(4) Field Notes....................................................................................................................57 1-11.1(5) Corners and Monuments.............................................................................................57 1-11.1(6) Control or Base Line Survey.........................................................................................57 1-11.1(7) Precision Levels............................................................................................................58 1-11.1(8) Radial and Station--Offset Topography......................................................................58 1-11.1(9) Radial Topography........................................................................................................58 v 1-11.1(10) Station--Offset.Topography........................................................................................58 1-11.1(11) As-Built Survey...........................................................................................................58 1-11.1(12) Monument Setting and Referencing..........................................................................59 1-11.12 Materials.........................................................................................................................59 1-11.12(1) Property/Lot Corners.................................................................................................59 1-11.12(2) Monuments.................................................................................. .............................59 1-11.12(3) Monument Case and Cover........................................................................................59 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP.............................................................59 4 2-01.1 Description........................................................................................................................59 2-01.2 Disposal of Usable Material and Debris...........................................................................60 2-01.5 Payment............................................................................................................................60 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS................................................................60 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs..............................................................60 2-02.4 Measurement....................................................................................................................60 2-02.5 Payment............................................................................................................................60 2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................................61 2-03.3 Construction Requirements..............................................................................................61 2-03.4 Measurement....................................................................................................................61 2-03.5 Payment............................................................................................................................62 2-04 HAUL.....................................................................................................................................62 2-04.5 Payment............................................................................................................................62 2-06 SUBGRADE PREPARATION ...................................................................................................62 2-06.5 Measurement and Payment............................................................................................62 2-09 STRUCTURE EXCAVATION.....................................................................................................62 2-09.1 Description........................................................................................................................62 2-09.3(1)D Disposal of Excavated Material.................................................................................62 2-09.4 Measurement....................................................................................................................63 2-09.5 Payment............................................................................................................................63 5-04 ASPHALT CONCRETE PAVEMENT..........................................................................................64 5-04.2 Materials...........................................................................................................................64 5-04.3 Construction Requirements..............................................................................................64 5-04.3(5) Conditioning the Existing Surface................................................................................64 5-04.3(5)A Preparation of Existing Surface.................................................................................64 5-04.3(7)A Mix Design..................................................................................................................65 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture...................................................65 5-04.3(10)B Control......................................................................................................................66 5-04.5 Payment............................................................................................................................66 5-04.5(1)A Price Adjustments for Quality of HMA Mixture........................................................66 5-04.5(1)B Price Adjustments for Quality of HMA Compaction.................................................67 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA...............................................................67 5-06.1 Description........................................................................................................................67 5-06.2 Materials...........................................................................................................................67 5-06.3 Construction Requirements..............................................................................................67 5 7-05 MANHOLES, INLETS,AND CATCH BASINS............................................................................68 7-05.2 Materials...........................................................................................................................68 7-05.3 Construction Requirements..............................................................................................68 7-05.3(1) Adjusting Manholes and Catch Basins to Grade..........................................................68 7-05.3(2) Abandon Existing Manholes........................................................................................69. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...............................................................:....69 7-05.3(3) Connections to Existing Manholes...............................................................................69 7-05.3(5) Manhole Coatings.........................................................................................................69 7-05.4 Measurement....................................................................................................................70 7-05.5 Payment............................................................................................................................70 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...................................................................70 7-08.3 Construction Requirements..............................................................................................70 7-08.3(1)C Bedding the Pipe........................................................................................................70 7-08.3(1)D Pipe Foundation........................................................................................................70 7-08.3(2)A Survey Line and Grade...............................................................................................71 7-08.3(2)B Pipe Laying-General.................................................................................................71 7-08.3(2)E Rubber Gasketed Joints..............................................................................................71 7-08.3(2)H Sewer Line Connections.............................................................................................71 7-08.3(2)J Placing PVC Pipe..........................................................................................................72 7-08.3(3)A Backfilling Sanitary Sewer Trenches..........................................................................72 7-08.4 Measurement....................................................................................................................72 7-08.5 Payment............................................................................................................................73 7-17 SANITARY SEWERS................................:..............................................................................73 7-17.2 Materials...........................................................................................................................73 7-17.3 Construction Requirements..............................................................................................73 7-17.3(1) Protection of Existing Sewerage Facilities...................................................................73 7-17.3(2)H Television Inspection .................................................................................................73 7-17.4 Measurement.............................................................................................:......................74 7-17.5 Payment............................................................................................................................74 7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE (CIPP).............................................74 7-21.1 Description........................................................................................................................74 7-21.1(1) Related Work Specified Elsewhere..............................................................................74 7-21.1(2) Licensing.......................................................................................................................75 7-21.1(3) Contractor and Manufacturer Qualifications..............................................................75 7-21.1(4) Contractor Submittals..................................................................................................75 6 7-21.1(5) Quality Assurance.........................................................................................................77 7-21.1(6) Warranty.......................................................................................................................77 7-21.2 Materials...........................................................................................................................77 7-21.2 Cured in Place Resin Impregnated Material in General...................................................77 7-21.2(2) Resin..............................................................................................................................79 7-21.2(3) Physical Properties.......................................................................................................79 7-21.3 Construction Requirements..............................................................................................79 7-21.3(1) Preparation...................................................................................................................79 7-21.3(1)A Flow Management.....................................................................................................79 7-21.3(1)B Cleaning......................................................................................................................80 7-21.3(1)C Point Repairs...............................................................................................................80 7-21.3(1)D Manholes....................................................................................................................81 7-21.3(2) Liner Installation...........................................................................................................81 7-21.3(2)A Inversion Method.......................................................................................................81 7-21.3(2)B Pull/Winch Method...................................................................................................81 7-21.3(2)C Finished Pipe Liner.....................................................................................................81 7-21.3(3) Service Connection Restoration...................................................................................82 7-21.3(4) Testing...........................................................................................................................82 7-21.3(4)A Material Testing.........................................................................................................82 7-21.3(4)B Field Testing................................................................................................................82 7-21.3(4)C Post Installation CCTV Inspection..............................................................................82 7-21.4 Measurement....................................................................................................................82 7-21.5 Payment............................................................................................................................82 7-22 RESIN IMPREGNATED FABRIC CIPP......................................................................................82 7-22.1 Description........................................................................................................................82 7-22.1(1) Related Work Specified Elsewhere........:.....................................................................83 7-22.2 Materials...........................................................................................................................83 7-22.2(1) Cured in Place Pipe Liner..............................................................................................83 7-22.2(2) Resin..............................................................................................................................83 7-22.2(3) Physical Properties.......................................................................................................83 7-22.3 Construction Requirements..............................................................................................83 7-22.3(1) Preparation...................................................................................................................83 7-22.3(1)A Cleaning......................................................................................................................83 7-22.3(2) Installation....................................................................................................................83 7-22.3(2)A Resin Impregnation....................................................................................................83 7 7-22.3(2)B Water,Air or Steam Curing........................................................................................84 7-22.3(2)C Cool Down..................................................................................................................84 7-23 RESIN IMPREGNATED FIBERGLASS CIPP..............................................................................84 7-23.1 Description.................. ..................................................................................................84 7-23.1(1) Related Work Specified Elsewhere..............................................................................84 7-23.1(2) Reference Specifications,Codes,and Standards.........................................................85 7-23.1(3) CIPP Liner Samples.......................................................................................................85 7-23.1(4) CIPP Liner Handling......................................................................................................85 7-23.2 Materials...........................................................................................................................86 7-23.2(1) General Specifications..................................................................................................86 7-23.2(2) Chemical Resistance.....................................................................................................86 7-23.3(3) Component Properties.................................................................................................86 7-23.3(4) Finished and Cured CIPP Liner Properties...................................................................86 7-23.2(5) Dimensions...................................................................................................................86 7-23.3 Construction Requirements..............................................................................................87 7-23.3(1) Installation Procedures ................................................................................................87 7-23.3(1)A Installation Process....................................................................................................87 7-23.3(1)B Curing..........................................................................................................................87 7-23.3(2) Finished Product........................................................................................:..................87 I 7-25 MANHOLE REHABILITATION ................................................................................................87 7-25.1 Description........................................................................................................................87 7-25.1(1) Reference Specifications, Codes,and Standards.........................................................88 7-25.1(1)A Cementitious Based Liner Reference Specifications,Codes,and Standards............88 7-25.1(1)B Polymer Resin Based Liner Reference Specifications,Codes,and Standards..........88 7-25.1(2) Licensing.......................................................................................................................88 7-25.1(3). Contractor and Manufacturer Qualifications..............................................................89 7-25.1(4) Contractor Submittals..................................................................................................89 7-25.1(5) Quality Assurance.........................................................................................................90 7-25.1(6) Delivery, Storage,and Handling...................................................................................91 7-25.1(7) Containment.................................................................................................................91 7-25.1(8) Warranty.......................................................................................................................91 7-25.2 Materials...........................................................................................................................91 7-25.2(1) General..........................................................................................................................91 7-25.2(2) Strong Seal Systems......................................................................................................92 7-25.2(2)A Patching Material.......................................................................................................92 8 I I 7-25.2(2)B Infiltration Control Material......................................................................................92 7-25.2(2)C Liner Material.............................................................................................................92 7-25.2(3) SewperCoat...................................................................................:..............................93 7-25.2(3)A Inflow and Infiltration Prevention.............................................................................93 7-25.2(3)B Liner Material..............................................:..............................................................93 7-25.2(4) SPECTRASHIELD, by CC[Spectrum, Inc.........................................................:...............94 7-25.2(4)A Modified Polymer......................................................................................................94 7-25.2(4)B Polyurethane Rigid Structure Foam...........................................................................95 7-25.2(4)C Thickness...............................................................:....................................................96 7-25.2(5) Water...........:................................................................................................................96 7-25.3 Construction Requirements..............................................................................................96 7-25.3(1) Examination..................................................................................................................96 7-25.3(2) Surface Preparation..............................................:.......................................................96 7-25.3(2)A General......:................................................................................................................96 7-25.3(2)B Surface Preparation of Concrete and Masonry Surfaces..........................................97 7-25.3(2)C Plastic Surfaces...........................................................................................................97 7-25.3(3) Application....................................................................................................................97 7-25.3(4) Bench Application........................................................:..:.....:.......................................98 7-25.3(5) Curing............................................................................................................................98 7-25.3(6) Manhole Steps........................................................... ....................98 ............................... 7-25.3(7) Field Quality Control....................................................................................................99 7-25.3(7)A General Testing...........................................................................................................99 7-25.3(7)B Vacuum Testing...........................................................................................................99 7-25.3(7)C pH Testing...................................................................................................................99 7-25.3(7)D Wet Film Thickness(WFT).........................................................................................99 7-25.3(7)E Ambient Conditions....................................................................................................99 7-25.3(7)F Coating Adhesion........................................................................................................99 7-25.3(8) Protection...................................................................................................................100 7-25.4 Measurement..................................................................................................................100 7-25.5 Payment..........................................................................................................................100 7-26 MANHOLE CHANNEL REMOVAL AND REPLACEMENT............................:..........................100 7-26.1 Description......................................................................................................................100 7-26.1(1) Warranty.....................................................................................................................100 7-26.2 Materials.........................................................................................................................101 7-26.3 Construction Requirements............................................................................................101 9 7-26.3(1) Examination................................................................................................................101 7-26.3(2) Surface Preparation....................................................................................................101 7-26.3(2)A General.....................................................................................................................101 7-26.4 Construction Requirements............................................................................................101 I I i 10 07/27/2012 SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the.proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date:The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the 11 07/27/2012 Contract time. Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Date of Commencement: The date stated in the Notice to Proceed on which the Contract Time begins. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative,or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer's points,this shall mean all marks, bench marks, reference points, stakes, hubs,tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. 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 12 07/27/2012 officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer,for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists,wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: Bidders shall be qualified by experience,financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1=02.2 Plans and Specifications Delete this Section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 4 Furnished 17") and contract automatically upon provisions award Large Plans (22"x 34") 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: 13 07/27/2012 At the request of the bidder,the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the Work. It will also list m estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the . unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a.State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency.. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: All prices shall be in legible figures written in ink or typed. The proposal shall include: 1.A unit price for each item (omitting digits more than four places to the right of the decimal point); where a conflict arises the unit price shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. (******) Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State)will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: (******) Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of.the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of 14 I 07/27/2012 the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope; with Project Name and Project Number as stated in the Advertisement for Bids, clearly marked on the outside of the envelope. Or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e.. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business. Enterprise Certification, if applicable, as required in Section 1-02.6; or L The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not.responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; 7 workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise)which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable,financially or otherwise,to perform the Work; i. _A bidder is not authorized to do business in the State of Washington (not registered in 15 07/27/2012 accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared 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 I 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 I 16 07/27/2012 requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces `provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the Contract,or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 17 07/27/2012 S. Contracting Agency's Standard Plans(if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8.' WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. 18 07/27/2012 The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor. Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall 19 07/27/2012 coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per th e su ry ey sta n da rd of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade,Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As- Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice,with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case,the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including 20 07/27/2012 costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and.replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public,the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work or if an emergency exists pY / g Y the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any.law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed 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 right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: When the Contractor considers the Work to be substantially complete,the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. 21 07/27/2012 To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable.The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may, upon Written Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. I Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer,the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other 22 07/27/2012 similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, . the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts,agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. Qwest Communications 4. City of Renton (water, sewer,transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7, Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either 23 07/27/2012 before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor,the Owner, or any third party in any manner. 5. Listing of any materials received and stored on-or off-site by the Contractor for future installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections,testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily(including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry"for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary p g g Y in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: 24 07/27/2012 The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance ( eta ce p Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation,shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and.made.known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's e plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, 25 07/27/2012 in, on,or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1)through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3)describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment,or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to;the construction of streets, roads, highways, etc., owned by the state of Washington;water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system;telephone,telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases,the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception:The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies 26 07/27/2012 not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. h i All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees,the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete n it e ete th a first sentence of the third paragraph, and replace it with the following: The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non-Discrirhination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor,Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however,that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract,together with the wage rates which are part of the FHWA 1273, as amended. Also,a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID 27 07/27/2012 PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer,the Contractor will be provided with extra copies of the FHWA 1273,the amendments thereto,the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions,the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: In an effort to prevent, control, and stop water pollution and erosion within the project,thereby protecting the Work, nearby land, streams, and other bodies of water,the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project.The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. i 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. i The Contractor shall provide,with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material,and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements,cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be 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. 28 07/27/2012 All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way,which have lawn areas. All fences, markers, mailboxes,or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall bedone in accordance with the City o f Renton nton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 29 I 07/27/2012 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally,the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed,will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, 30 07/27/2012 including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors 31 07/27/2012 • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 Products/Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 32 07/27/2012 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 (If required) to apply on a per proiect basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1- 07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Wash ington.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. 33 07/27/2012 1-07.23 Public Convenience and Safety 1-07.23(1) Construction under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway,the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. I At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway.lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of 34 07/27/2012 the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved,the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway,or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the-easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. 35 07/27/2012 The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not,the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 36 07/27/2012 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be.furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor,the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work,time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal 37 I 07/27/2012 straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 4:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to Work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in-RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the 38 07/27/2012 subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM ), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack,time. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner,or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects,apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions 39 07/27/2012 thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time for Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday,the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that,from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. Because the City will be closed and the employees furloughed, the following dates shall also be considered non-working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October 12, 2009; and Wednesday, November 25, 2009. The Engineer will furnish the Contractor a weekly report showing (1)the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days;.(3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week.This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise,the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. 40 07/27/2012 Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law,to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects). b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance during Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension 41 07/27/2012 (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition,the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees,from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. 42 07/27/2012 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name,date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item;' "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item,then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid forma When items are to be "furnished" under one payment item and "installed" under 43 07/27/2012 another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization & Demobilization," Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at.the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form—the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand—100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra Work as determined by the Engineer. 44 I 07/27/2012 Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section.1-09.9(l); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no'claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer,for purposes not connected with the Work(Section 1-05.6). 4. landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 45 07/27/2012 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule,which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun,the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work.The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc.,or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. 46 I 07/27/2012 A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract,the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30- calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1- 09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1,Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 47 07/27/2012 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items Section 1-09.14 is a new section: 1-09.14(1) Scope Section 1-09.14(1) is a new section: A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. i B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 48 07/27/2012 1-09.14(2) Bid Items 1-09.14(2)A Mobilization & Demobilization Schedule A(Bid Item A01) Section 1-09.14(2)A is a new section: Measurement for "Mobilization & Demobilization", shall be lump sum. The lump sum price shown shall cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, final clean-up of the site, and move all personnel and equipment off the site after contract completion. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2008 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% (demobilization) will be made upon completion and final clean up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, clean-up etc. all in conformance with the Contract Documents. Bid Item.A01 may not be more than ten percent(10%) of the total amount of Schedule. 1-09.14(2)B Traffic Control Schedule A(Bid Item A02) Section 1-09.14(2)B is a new section: Measurement for "Traffic Control" will be based on the percentage of total Work complete, by dollar value, at the time of measurement. Payment for "Traffic Control" will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). Bid Item 1-09.14(2)C Pre-Installation Cleaning and Inspection Schedule A (Bid Item A03). Section 1-09.14(2)C is a new Section: Measurement for"Pre-Installation Cleaning and Inspection" will be based on the lineal feet of pipe inspected and cleaned. Payment for "Pre-Installation Cleaning and Inspection" will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, bypass sewer routing, cleaning, root cutting, internal removal of protruding laterals, removal of hanging gaskets, removal and disposal of waste material, water, CCTV inspection, provision of record DVDs to the Engineer, etc. required to complete the Work in accordance with the Contract Documents. Atmospheric testing for manhole access shall be incidental to this Bid item. 49 07/27/2012 1-09.14(2)D Excessive Leak Repair for Cured-In-Place Pipe (Bid Item A04) Section 1-09.14(2)D is a new Section: Measurement for"Excessive Leak Repair for Cured-In-Place Pipe" will be per each for each excessive leak repaired in conformance with the Contract Documents. c Payment for "Excessive Leak Repair for Cured-In-Place Pipe" will be made at the amount bid per each, which payment will be complete compensation for all labor, materials, equipment, bypass sewer routing, cleaning, grouting, necessary or incidental to prepare the leak location for repair and to furnish and install the leak repair complete in place such that the leak is completely eliminated prior to installation of the proposed cured-in-place-pipe, CCTV inspection, provision of record DVDs to the Engineer, etc. required to complete the Work in accordance with the Contract Documents. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)E Furnish and Install 8" Cured-In-Place Pipe (Bid Item A05) Section 1-09.14(2)E is a new section: Measurement for "Furnish and Install 8" Cured-In-Place Pipe" will be based on the lineal feet of 8" cured in place pipe installed. The length will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. i j Payment for"Furnish and Install 8" Cured-In-Place Pipe" will be made at the amount bid per linear foot, which j payment will be complete compensation for all labor, materials, equipment, and tools necessary or incidental to furnish and install the cured-in-place-pipe complete in place in accordance with the Plans and Specifications including water required for "wet out", bypass sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)F Furnish and Install 10" Cured-In-Place Pipe (Bid Item A06) Section 1-09.14(2)F is a new section: Measurement for "Furnish and Install 10" Cured-In-Place Pipe" will be based on the lineal feet of 10" cured in place pipe installed. The length will be the number of linear feet of completed installation measured along the invert and will include the length through elbows,tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. Payment for"Furnish and Install 10" Cured-In-Place Pipe" will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, and tools necessary or incidental to furnish and install the cured-in-place-pipe complete in place in accordance with the Plans and Specifications including water required for "wet out", bypass sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)G Furnish and Install 8" Cured-In-Place Pipe in Limited Access Areas (Bid Item A07) Section 1-09.14(2)G is a new section: (******) Measurement for "Furnish and Install 8" Cured-In-Place Pipe in Limited Access Areas" will be based on the lineal feet of 8" cured 'in p lace pipe installed. The length will be the number of linear feet of completed p p I� p installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. Payment for "Furnish and Install 8" Cured-In-Place Pipe in Limited Access Areas" will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, 50 07/27/2012 coordination with adjacent property owners for access, and tools necessary or incidental to furnish and install the cured-in-place-pipe complete in place in accordance with the Plans and Specifications including water required for "wet out", bypass sewer routing and pipe testing. Dewatering as required shall be incidental to this bid item. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)H Reinstate CIPP Laterals (Bid Item A08) Section 1-09.14(2)H is a new section: Measurement for"Reinstate CIPP Laterals"will be per each for each side sewer lateral reestablished in conformance with the Contract Documents. Payment for"Reinstate CIPP Laterals" will be made at the unit price bid per each,which payment will be complete compensation for all labor, material,equipment,tools and bypass sewer routing necessary or incidental to completely reinstate the existing side sewers utilizing robotic cutters in accordance with the specifications. Dewatering as required shall be incidental to this bid item. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)1 Post Installation Inspection Schedule A (Bid Item A09) Section 1-09.14(2)1 is a new section: Measurement for"Post Installation Inspection" will be based on the lineal feet of pipe inspected. Payment for "Post Installation Inspection" will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, bypass sewer routing, water, CCTV inspection, provision of record DVDs to the Engineer, etc. required to complete the Work in accordance with the Contract Documents. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)1 Remove and Replace Concrete Channeling in Existing Manhole (Bid Item A10) Section 1-09.14(2)1 is a new section: Measurement for "Remove and Replace Concrete Channeling in Existing Manhole" will be per each for each manhole that the contractor removes and replaces the existing channeling with new concrete channeling in conformance with the Contract Documents. Payment for "Remove and Replace Concrete Channeling in Existing Manhole" will be made at the unit price bid per each, which payment will be complete compensation for all labor, materials, equipment and tools necessary or incidental to furnish and install the manhole rehabilitation complete in place in accordance with the Plans and Specifications including water required for mixing, bypass sewer routing and manhole testing. Dewatering as required shall be incidental to this bid Item. 1-09.14(2)K Sewer Manhole Rehabilitation (Bid Item A11) Section 1-09.14(2)K is a new section: Measurement for "Sewer Manhole Rehabilitation" will be per each for each manhole rehabilitated in conformance with the Contract Documents. Payment for "Sewer Manhole Rehabilitation" will be made at the unit price bid per each, which payment will be complete compensation for all labor, materials, equipment and tools necessary or incidental to furnish and install the manhole rehabilitation complete in place in accordance with the Plans and Specifications including water required for mixing, bypass sewer routing and manhole testing. Dewatering as required shall be incidental to this bid Item. Atmospheric testing for manhole access shall be incidental to this Bid item. 51 07/27/2012 1-09.14(2)L Mobilization & Demobilization Schedule B (Bid Item B01) Section 1-09.14(2)L is a new section: Measurement for "Mobilization & Demobilization", shall be lump sum. The lump sum price shown shall cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, final clean-up of the site, and move all personnel and equipment off the site after contract completion. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2008 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% (demobilization) will be made upon completion and final clean up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, clean-up etc. all in conformance with the Contract Documents. Bid Item B01 may not be more than ten (10%)of the total amount of Schedule B. 1-09.14(2)M Traffic Control Schedule B (Bid Item B02) Section 1-09.14(2)M is a new section: Measurement for "Traffic Control" will be based on the percentage of total Work complete, by dollar value, at the time of measurement. Payment for"Traffic Control" will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). i 1-09.14(2)N Trench Shoring and Excavation Safety Systems Schedule B (Bid Item B03) Section 1-09.14(2)N is a new section: Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum. The Contractor shall be responsible at all times for the inspections, safety, maintenance, and adequacy of the Trench Shoring and Excavation Safety Systems. Payment for Trench Shoring and Excavation Safety Systems shall cover the complete cost of furnishing, installing, and removing adequate shoring and support for all excavations to provide safe access for workers, prevent soil sloughing, soil loss, damage to pavement,structures, utilities, and ground adjacent to the excavation. Trench Shoring and Excavation Safety Systems shall comply with OSHA, RCW Chapter 49.17 and the 2012 WSDOT Standard Specifications Section 7-08.3(1)B. Payment for this item will be prorated over the construction period to complete Bid Item B04. 1-09.14(2)0 Minor Reconstruction of Culvert No. 2 Outlet Schedule B (Bid Item B04) Section 1-09.14(2)0 is a new section: 52 07/27/2012 Measurement for"Minor Reconstruction of Culvert No. 2 Outlet" shall be per lump sum. The lump sum contract price for"Minor Reconstruction of Culvert No. 2 Outlet" shall be full compensation for all materials, labor,tools and equipment required to reconstruct the outlet of culvert No. 2 in order to provide a suitable conduit for the cured in place pipe to be installed under Bid Item 06. The work for this bid item includes but is not limited to coordination with utility companies, dewatering, storm flow bypass, excavation, pipe bedding, re-laying 2-2' sections of existing concrete pipe to grade, backfill over pipe outlet, compaction and restoration of disturbed areas to condition immediately prior to construction. Pipe bedding shall be Gravel Backfill for Pipe Zone Bedding per the 2012 WSDOT Standard Specifications 9-03.12(3). Pipe bedding shall be installed per the 2012 Standard Specifications 7-08.3(1)C. Where possible, bedding material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe. Payment for bedding material shall be included in the lump sum price. Imported trench backfill shall meet the 2012 WSDOT Standard Specifications 9-03.19. Backfill and Bedding material shall be incidental to this bid item. 1-09.14(2)P Pre-Installation Cleaning and Inspection Schedule B (Bid Item BOS) Section 1-09.14(2)P is a new Section: Measurement for"Pre-Installation Cleaning and Inspection Schedule B" will be based on the lineal feet of pipe inspected and cleaned. Payment for "Pre-Installation Cleaning and Inspection Schedule B" will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, bypass storm routing, cleaning, root cutting, internal removal of protruding laterals, removal of hanging gaskets, removal and disposal of waste material, water, CCTV inspection, provision of record DVDs to the Engineer, etc. required to complete the Work in accordance with the Contract Documents. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)Q Furnish and Install 12" Cured-In-Place Pipe (Bid Item B06) Section 1-09.14(2)Q is a new section: Measurement for "Furnish and Install 12" Cured-In-Place Pipe" will be based on the lineal feet of 12" cured in place pipe installed. The length will be the number of linear feet of completed installation measured along the . invert and will include the length through elbows,tees and fittings. The number of linear feet will be measured from the center of the upstream catch basin to outlet of culvert. Payment for"Furnish and Install 12" Cured-In-Place Pipe"will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, coordination with adjacent property owners for access, and tools necessary or incidental to furnish and install the cured-in-place-pipe complete in place in accordance with the Plans and Specifications including water required for "wet out", bypass storm routing and pipe testing. Dewatering as required shall be incidental to this bid item. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)R Furnish and Install 18" Cured-In-Place Pipe (Bid Item B07) Section 1-09.14(2)R is a new section: Measurement for "Furnish and Install 18" Cured-In-Place Pipe" will be based on the lineal feet of 18" cured in place pipe installed. The length will be the number of linear feet of completed installation measured along the invert and will include the length through elbows,tees and fittings. The number of linear feet will be measured from the center of the upstream catch basin to the outlet of the culvert. 53 07/27/2012 Payment for"Furnish and Install 18" Cured-In-Place Pipe" will be made at the amount bid per linear foot,which payment will be complete compensation for all labor, materials, equipment, coordination with adjacent property owners for access, and tools necessary or incidental to furnish and install the cured-in-place-pipe complete in place in accordance with the Plans and Specifications including water required for "wet out", bypass storm routing and pipe testing. Dewatering as required shall be incidental to this bid item. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-09.14(2)S Post Installation Inspection Schedule B (Bid Item B08) Section 1-09.14(2)S is a new section: Measurement for"Post Installation Inspection Schedule B"will be based on the lineal feet of pipe inspected. Payment for "Post Installation Inspection Schedule B" will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, bypass storm routing, water, CCTV . inspection, provision of record DVDs to the Engineer, etc. required to complete the Work in accordance with the Contract Documents. Atmospheric testing for manhole access shall be incidental to this Bid item. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up,`removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops,or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 54 07/27/2012 6:30 a.m. to 8:30 a.m., and 3:00 p.m.to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not. needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods,the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented"as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action, to correct any problems that become evident during operation. .1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or 55 07/27/2012 equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1,for the following bid items when included in the proposal: "Traffic Control," Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 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. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future"editions of + said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) 56 07/27/2012 used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record,which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. ' The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. 57 07/27/2012 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at'each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station- offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being"as- built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted 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. 58 07/27/2012 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or.reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases,this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections; center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one- sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83,/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in.the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal,the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the 59 07/27/2012 construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS r 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item "1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 60 07/27/2012 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface,which is smooth and even,without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. r Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment,Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the 61 07/27/2012 point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: (******) Payment for embankment compaction,will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul," per cubic yard "Removal and Replacement of Unsuitable Foundation Material," per ton "Gravel Borrow Including Haul," per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material' shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: (******) All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION I 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: (******) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid f prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: (******) The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the 62 07/27/2012 unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included.in the unit bid price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the Contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. ` If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. "Gravel Backfill (Kind)for(Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. i 63 i 07/27/2012 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2%2 inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1%Z inches. HMA Class %" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay The Contractor. shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs,Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: 64 07/27/2012 The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt'4" - 6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 65 07/27/2012 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1%", 1",%", %", "" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. ' 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside 66 07/27/2012 the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)6 Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF.of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the m.ix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and.the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. 67 07/27/2012 The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.2 Materials Section 7-05.2 is su pp lemented by adding the following: Manhole Grade Adjustment Rings shall be "Pro-Ring" by Cretex Specialty Products or approved equal. 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per the project plans, prior to final acceptance of the Work. Manhole grade adjusting rings shall be installed per manufacturer instructions. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the methods as shown on the project plans. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted. with hot asphalt cement or asphalt emulsion and.shall be immediately covered with dry paving sand before the asphalt cement solidifies. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 68 07/27/2012 7-05.3(2) Abandon Existing Manholes ( ) g Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to p g p 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer.The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans,additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n- Seal" boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any.damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.5 is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7. (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case 69 07/27/2012 System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish:Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: "Adjust Existing ," per each. The unit contract price per each for"Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the Work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9- 03.9(1) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 70 07/27/2012 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 112" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight- tenths)flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast.iron saddle secured to the sewer main with stainless steel bands. When the existing 71 07/27/2012 main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3).. 7-08.3(2)1 Placing PVC Pipe Section 7-08.3(2)1 is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill or where unsuitable e material is requested by the Engineer to be removed or over-excavated from trench excavations, then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09,or by the ton. 72 07/27/2012 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class " per cubic Y and or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe", per each. "Commercial Concrete"; per cubic yard. "Structure Excavation Class B", per cubic yard. . "Structure Excavation Class B Incl. Haul", per cubic yard. . Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the Contract,then it shall be incidental. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the DVD's. The City accepts video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 73 07/27/2012 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. I 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for" Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for"Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard or ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material' shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all Work to furnish, place, and compact material in the trench. "Television Inspection", per linear foot. 7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE (CIPP) New Section 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated liner cured in place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. . A portion of the.pipeline rehabilitation work is located outside of public rights-of-way behind single family homes. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s) to preserve access within the site and maintain the site in a safe manner. 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. Resin Impregnated Fiberglass CIPP, Section 7-23. 74 II 07/27/2012 7-21.1(2) Licensing The Contractor or sub-contractors shall be registered to work in the City of Renton. The Contractor or sub-contractor installing the CIPP shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer's using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor's project superintendent. shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor's identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor's installation crew shall have a minimum of one (1) year of CIPP installation experience and shall be on the project site at all times. The Contractor's identified Lateral Cutting Technician shall have minimum of one(1)year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and trauma of project conditions. 7-21.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 15 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work and shall include the following information: 1. CIPP Lining Plan to include the following: • Work sequence organized by pipeline section with installation schedule. • Confirmation of liner length. • Locations of all service connections with disposition for each. • Anticipated cleaning and preparation requirements. • Sewer Service Interruption Notification Plan. 2. Manufacturer's certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications,ASTM standards and a certificate of compliance from an independent third party lab. 3. Details on all lining materials and resins. 4. Name.of resin supplier and liner fabric supplier. 5. Manufacturer's or Assembler's certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 75 07/27/2012 6. Test reports on testing of CIPP products 7. Manufacturer's or Assembler's recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 8. Manufacturer's or Assembler's data sheets for factory wet out and/or Contractor's data sheets for field wet out showing: quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 9. Manufacturer's or Assembler's certification that all Manufacturer's or Assembler's wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 10. Manufacturer's or Assembler's recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate installation. 11. Manufacturer's or Assembler's recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 12. Data on Contractor's equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make model, and technical data of all equipment used to generate heat for the curing process; make, model and technical data of backup equipment used to maintain curing temperature; rough size of vehicle(s)which carries the CIPP pipe and installation equipment. 13. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 14. Manufacturer or Assembler onsite Representative's Certification that the Contractor's installation meets all requirements of the Manufacturer or Assembler and will not void the Owner's warranty. 15. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 17. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 18. Informational hand out that describes the materials, processes, and odors associated with the lining process. This handout shall be provided at the request of concerned residents. 19. Post-Installation CCTV inspection videos. 76 07/27/2012 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 1. List of inspection items that should be observed and recorded. Inspection items include pre-installation activities, product identification, installation procedures, equipment operations, and post-installation activities. 2. Review all post-installation CCTV tapes of the installed liner. Following this review the Manufacturer's or Assembler's representative shall provide certification to the Engineer ensuring that the Contractor's installation meets the Manufacturer's or Assembler's requirements and will not void the warranty. The finished CIPP shall be continuous over the entire length of an insertion run between two manholes or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and de- lamination. Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall be removed and repaired by the Contractor at the Contractor's expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de-lamination of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re-lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a "fully deteriorated" pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time-corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer's or Assembler's name or identifying symbol. 77 07/27/2012 The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: 1. Physical Properties Flexural Strength (ASTM D790) 4,500 psi Flexural Modulus (ASTM D790)Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi The CIRP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. 1. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 2. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813, Section 6.3.1 or better. The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 1. Manhole to Manhole designation 5321-010 to 5321-009 2. Pipe Nominal Diameter (inches) 3. Minimum Liner thickness (inches) 4. Proposed Liner Thickness (inches) The following parameters shall be assumed for the liner design: 1. Modulus of soil reaction, E'S= 1,500 psi (fully deteriorated) 2. Unit weight of soil = 140 pcf 3. The minimum ovality for straight runs shall be 2.0 percent 4. AASHTO H2O traffic loads 5. AREMA E-80 railroad loads 6. Groundwater at the surface 7. Factor of Safety, N=2.0 For liners inserted by the inversion method,the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane 3. Polyethylene 4. Polypropylene 78 07/27/2012 7-21.2(2) Resin The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods of ASTM D 5813. Prior to construction,the Contractor shall submit an infrared spectrum chemical fingerprint of the type of resin to be used for this project. 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water(pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Detergent 0.1 Soap 0.1 The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. Physical properties shall be subject to ASTM D 2122. 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight-fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the rehabilitated sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on-site and available for periods of maintenance, refueling or failure of the primary bypass. pump(s) or diversion system. . 79 07/27/2012 Bypass pumping shall be done in such a manner as not to damage private or public property, or create a nuisance or public menace. The bypass-pumping pipe shall not block any driveways or intersections unless approved by the.Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall.be sized to handle, at a minimum,the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject.line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. When there exist situations where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be required prior to insertion of the liner system. The Contractor shall verify whether a property is able to be interrupted prior to lining operations. If the subject property's side sewer requires bypass pumping,the costs for the bypass pumping shall be covered by Force Account. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline including but not limited to open joints, fractures, cracks, and holes in the pipeline as follows: 1. Grout all defects as recommended by liner manufacturer or installer. 2. Grout all locations with active infiltration. The determination of an excessive leak shall be made by the Owner's representative and shall be based on PACP leak designations. Leaks that would be categorized as a Runner(IR) —Severity 4 or Gusher(IG)—Severity 5 shall be considered as excessive. Leaks categorized as Weeper(IW) — Severity 2 or Dripper(ID) - Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote controlled cutter. 80 07/27/2012 Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer's or Assembler's recommended installation process. The application of a hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. The liner shall be installed at a rate less than 10 feet per minute at all times. Liner shall not be installed through intermediate manholes unless specifically requested in advance in writing and approved by the Engineer. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. 7-21.3(2)6 Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The calibration hose may or may not remain in the complete installation. Hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post-installation inspection. Hose materials that are to be removed after curing shall be of non- bonding material. Liner installation shall be in accordance with ASTM 1743,Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners,shall be repaired at the Contractor's expense, in a manner approved by the Engineer. The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not acceptable. 81 07/27/2012 7-21.3(3) Service Connection Restoration Internally restore by using a pivot-headed CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe and cutting a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack-free edge. The hole shall be 95 percent minimum of the original service connection interior diameter. The invert of the reinstated service opening shall match the invert of the service connection. Service connection restoration shall be recorded on DVD disc and shall include a pan and tilt view of the entire lateral circumference following cutting. Other methods may be used as approved by the Engineer. 7-21.3(4) Testing 7-21.3(4)A Material Testing Provide certified test results of the properties of the cured lining material from the actual installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. Liner thickness shall be determined at a minimum of three (3) locations on a cut section of the liner using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743,Section 8.1.6. The minimum wall thickness at any point shall not be less than 87-1/2 percent of the design thickness. 7-21.3(4)6 Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)C Post Installation CCTV Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as the Pre-Installation Inspection as specified in Section 7-20 of these special provisions. The post-installation CCTV inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-21.4 Measurement The length of sewer pipe CIPP rehabilitation will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. Measurement for"CIPP Lateral Reinstatement"will be per each. 7-21.5 Payment Measurement and Payment Schedule for X"Cured-in-Place Pipe (CIPP) and Reinstate CIPP Laterals is shown in Section 1-09.14 7-22 RESIN IMPREGNATED FABRIC CIPP New Section 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated fabric liners. 82 07/27/2012 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-woven material, or a combination of non-woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non-seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used, however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less that 180 degrees Fahrenheit. When properly cured the resin liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as Creallova® CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi-purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length. A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. 83 07/27/2012 No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet for each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not limited to, "wet- out" date, resin identification, fabric tube length, diameter, and thickness.The Contractor must submit to the Engineer the signed "wet-out" sheet for each liner delivered to the site. Additionally, the Contractor shall submit a sample "wet-out" sheet from a previous job for the Engineer's review prior to the start of the "wet-out" process for the current project. The Owner reserves the right to inspect all phases of production and testing of materials, from manufacturing, shipping, "wet-out", installation, and cure, to finished product Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer's or Assembler's recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin Manufacturer or Assembler, and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to temperature specified by Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-23 RESIN IMPREGNATED FIBERGLASS CIPP New Section 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 84 07/27/2012 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP) 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP liner being considered defective work which will be handled in accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above-stated sampling shall be performed for each separate installation of CIPP. For example: one flat plate sample from each individual pipeline liner installed. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance 85 07/27/2012 with the manufacturer's recommendations and approval by the Engineer before proceeding further; and at the Contractor's expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for review. Contractor shall be responsible for control of all material and process variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable and supplemented herein. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable. The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. I 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17- 21. Properties for these or any other enhanced resins shall be substantiated with test data. I 7-23.2(5) Dimensions Contractor shall make allowances in determining the in-liner tube length and circumference for stretch during installation and shrinkage during curing. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet- manhole. The Contractor shall verify the lengths in the field before the in-liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. . Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor's responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to increase the diameter only as much as necessary. 86 07/27/2012 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to "wet-out" in-liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. The Contractor has to make sure that at no time resin can come in contact to the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of the installation and is included without any additional costs. Before pulling the in-liner in, a protective foil has to be installed. The in-liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air.The in-liner has to be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre-curing video inspection of the inflated liner must be recorded and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on-the rear of the light chain to insure the entire length of the liner has been properly inflated. Curing must be done under UV—Light only. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that the design physical properties are attained. Pressure, temperature and curing process shall be monitored by both, computer and video at any time as determined by the liner manufacturer. 7-23.3(2) Finished Product The finished CIPP shall be continuous over the entire length of an installation run. Defects such as foreign inclusions, dry spots, pinholes, de-lamination, and wrinkling beyond the specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the Contractor's expense. 7-25 MANHOLE REHABILITATION New Section 7-25.1 Description This Section specifies work, materials and equipment necessary for the installation of coatings applied to the interior of concrete and masonry sanitary sewer manholes and manhole risers to eliminate infiltration, provide corrosion protection, and repair voids utilizing a monolithic, fiber-reinforced, structurally enhanced, cementitious-based liner material or a multi-layered, polymer resin-based liner material spray applied to the wall and bench surfaces of the manhole structure. A portion of the rehabilitation work is located outside of public rights-of-way behind single family homes. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s)to preserve access within the site and maintain the site in a safe manner. 87 07/27/201.2 7-25.1(1) Reference Specifications, Codes,and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards,the one affording the greatest protection shall apply, as determined by the Owner. 7-25.1(1)A Cementitious-Based Liner Reference Specifications, Codes, and Standards i Reference Title ASTM C 78 Flexural Strength of Concrete (Using Simple Beam with Third Point Loading) ASTM C 94 Ready-Mixed Concrete ASTM C 109 Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or 50-mm Cube Specimens) ASTM C 234 Comparing Concretes on the Basis of the Bond Developed with Reinforcing Steel ASTM C 321 Bond Strength of Chemical-Resistant Mortars ASTV C 496 Splitting Tensile Strength of Cylindrical Concrete Specimens ASTM C 596 Drying Shrinkage of Mortar Containing Portland Cement ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 827 Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures ASTM C 952 Bond Strength of Mortar to Masonry Units ASTM C 1244 Concrete Sewer Manholes by the Negative Air Pressure (Vacuum)Test 7-25.1(1)B Polymer Resin-Based Liner Reference Specifications, Codes, and Standards Reference Title ASTM 4541 Adhesion ASTM D 412 Tensile Strength (PSI) ASTM D 412 Elongation (%) ASTM D 2240 Tear Strength (PLI) ASTM D 1737 Hardness ASTM D 1737 Flexibility (1/8" mandrel) ASTM 4060 Taber Abrasion (mg loss) CIGMAT Evaluation (UH 96-7) of Spectrashield Liner System for Wastewater Concrete and Clay Brick Facilities. University of Houston Department of Civil Engineering: December 1996 7-25.1(2) Licensing The Contractor or sub-contractors shall be registered to work in the City of Renton. 88 07/27/2012 The Contractor or sub-contractor installing the manhole rehabilitation product shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the manhole rehabilitation product shall be certified by the product Manufacturer or Assembler. Manhole liner installation shall be in accordance with the requirements of the product Manufacturer and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform the manhole liner installation shall be provided. 7-25:1(3) Contractor and Manufacturer Qualifications The Manufacturer of the manhole rehabilitation liner product shall have a minimum of 10 year history of successfully installed manhole rehabilitation liners in accordance with these specifications. Manufacturer's using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. Product application shall be performed only by workmen who are factory trained and experienced to apply the proposed manhole rehabilitation liner product. Applicators to perform coating installation work, including spray operators as applicable, shall be certified by the manufacturer. The Applicator shall have a minimum of three (3)years experience and have successfully used the specified product on a minimum of 100 manholes. The Contractors shall provide references and documentation of certification and experience. Applicator shall be the person responsible for the actual work, either as the foreman or the person actually applying the coating system. 7-25.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 15 calendar days prior to mobilizing or commencing any manhole rehabilitation activities at the site of the work and shall include the following information: 1. Manufacturer's technical literature on coating material, and description of installation method that includes the following: • Manufacturer's name and product name • Physical properties, tensile/compressive/flexural strength, volatile organic compound (VOC) content, etc. • Surface preparation requirements • Primer type,where required • Environmental controls and requirements for application and worker safety • Maximum dry and wet mil thickness per coat • Minimum and maximum curing time between coats, including atmospheric conditions for each • Curing time before submergence in municipal wastewater • Thinner to be used with each coating (if required) • Ventilation requirements • Allowable application methods • Maximum storage life and storage requirements • Material Safety Data Sheets • Minimum and maximum relative humidity requirements • Minimum and maximum surface temperature requirements • Minimum and maximum ambient temperature requirements 89 07/27/2012 • Manufacturer's recommended application procedure • ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications • CIGMAT evaluation for polymer resin-based liner materials 2. Manufacturer's certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications, ASTM standards and a certificate of compliance from an independent third party lab. 3. Manufacturer Qualifications: Submit list of a minimum of 10 manhole rehabilitation projects (at least 500 manholes) completed during the past S years. 4. Applicator Qualifications: Submit certification stating applicator is factory trained and approved by manufacturer in application of specified product. Provide list of recently completed manhole rehabilitation projects, including project name and location, names of owner and engineer, and description of products used, substrates, and application procedures. 5. Bypass Pumping: The Contractor shall submit shop drawings that identify the liner insertion and bypass pumping locations and methods with sufficient detail to assure that the work can be accomplished without sewage spill. The bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping system. 6. A list of all equipment shall be provided before the equipment is delivered to the worksite. Certification by the individual coating system manufacturer that the application equipment is sufficient to adequately apply the coating. 7. Provide information on planned surface preparation procedures including, when relevant, abrasive media, minimum delivery pressure and flow rate (e.g. 5,000 psig @ 4 gpm), nozzle types (e.g. zero degree rotating nozzle), etc. for coating systems specified. Surface preparation method(s) shall be based upon the conditions of the substrate and the requirements of the protective coating to be applied. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface. 8. For each prime and finish coating, furnish a 12-inch square sample applied to concrete board. Field sample may be requested by the Owner. 7-25.1(5) Quality Assurance Pre-Application Meeting: Convene a pre-application meeting a minimum of one (1) week before the start of manhole rehabilitation. The meeting shall be attended by all parties directly affecting the work, including the Contractor, Engineer, applicator, and manufacturer's representative. The purpose of the pre- application meeting will be to review surface preparation, invert repair, application process, curing requirements, field quality control, protection and emergency response plans, and coordination with other work. Materials, supplies, and articles provided shall be the standard products of manufacturers. Coatings in a particular system shall be the products of a single manufacturer. The Contractor shall initiate and enforce quality control procedures consistent with applicable standards and the manufacturer's recommendations. The Owner's representative will observe preparation, installation and material handling procedures to ensure adherence to the specifications. Deviations from the manufacturer's printed instructions will not be allowed unless approved in writing by the manufacturer and the Owner before execution of said change. 90 07/27/2012 Where there is a conflict between the manufacturer's recommendations and these specifications,the manufacturer's recommendations shall govern. The Contractor shall perform the coating work and vacuum testing on four manholes and qualify the process, materials, and crew before proceeding with the rest of the coating work for the specific coating system. 7-25.1(6) Delivery,Storage,and Handling Material shall be delivered to the job site in their original, unopened containers. Each container shall bear the manufacturer's name brand, batch number, date of manufacture, storage life, and special directions. Coatings shall be stored in enclosed structures and shall be protected from weather and excessive heat or cold. Flammable materials shall be stored in accordance with state and local codes. Materials exceeding storage life recommended by the manufacturer or that have been visibly damaged shall be removed from the site. Protective coating materials are to be handled according to their material safety data sheets. 7-25.1(7) Containment No coating materials, solvents, chemicals, blasting media, or debris of any sort shall be allowed down the sewer. Water from pressure washing (>100 psi) may be allowed down the sewer after any debris has settled,when it is demonstrated to the satisfaction of the Owner that no debris will flow down the sewer. Water applied at less than 100 psi and containing common, household strength detergents that is used strictly for rinsing the interior surfaces of the manhole may be allowed down the sewer as long as no debris is washed down the sewer. All overspray shall be contained within the manhole. Dust or dry spray mists exiting the manhole shall be contained in the immediate vicinity of the manhole by means of tarps or filtration fabrics. 7-25.1(8) Warranty The Contractor and coating Manufacturer shall equally warrant each manhole coated with the specified product against defects in materials, surface preparation, coating application, and workmanship for a period of 18 months from the date of final acceptance of the project. The Contractor and coating Manufacturer shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 18-month period. Defects shall be defined as:visible leakage of groundwater through the coating or separation of any part of the coating from the host manhole. 7-25.2 Materials 7-25.2(1) General Materials, supplies, and articles provided shall be the standard products of manufacturers. Coatings in a particular system shall be the products of a single manufacturer and shall be compatible with the substrate and each other. All materials shall be approved by the manufacturer. I Materials shall not be used until the Owner has inspected the materials and surface preparation. Surface preparation shall be as specified for each product. The standard products of manufacturers other than those specified may be accepted when it is demonstrated that they are equal in composition, durability, usefulness, and convenience for the purpose intended. Requests for substitutions may be considered when submitted per the specifications provided the following minimum conditions are met: • The proposed coating system shall use an equal or greater number of separate coats to achieve the required dry film thickness. • The proposed coating system shall use coatings of the same generic type. 91 07/27/2012 • The directions for application and descriptive literature which includes generic type, non-volatile content by volume, material safety data sheets,VOC's by weight per gallon, and other information confirms that the substitution is equal to the specified coating system. • Certified laboratory data sheets showing the results of complete physical property durability tests performed on the proposed substitute. Tests shall be performed by a laboratory which conforms to the provisions of ASTM E329 and which shall be a member of the American Council of Independent Laboratories. • No coating materials shall contain benzene, volatile organic compounds, isocyanates, styrenes, or lead. Blasting material shall be arsenic-free and contain no free silica. Blasting material shall not be reused. 7-25.2(2) Strong-Seal Systems® 7-25.2(2)A Patching Material Strong-Seal®QSR, a quick setting fiber reinforced calcium aluminate corrosion resistant cementitious material, shall be used as a patching material and is to be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: Minimum Requirements Compressive Strength ASTM C109 >800 psi, 1 hrs. >1800 psi, 24 hrs. Bond ASTM C882 >1600 psi, 28 days Calcium Aluminate Cement Sulfate resistant Applied Density 105 Ibs/ft3± 5 Shrinkage ASTM C596 0% at 90% R.H. Placement Time 5 to 10 minutes Set Time 15 to 30 minutes 7-25.2(2)B Infiltration Control Material Strong-Plug®, a rapid setting cementitious product specifically formulated for leak control, shall be used to stop minor water infiltration and shall be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: Minimum Requirements Compressive ASTM C109 >1000psi, 1 hrs. Strength >2500 psi, 24 hrs. Sulfate Resistance ASTM C267 No weight loss after 15 cycles @ 2000 ppm Freeze./Thaw ASTM C666 "Method A" 100 cycles Pull Out Strength ASTM C234 14,000 Ibs Set Time <1.0 minute 7-25.2(2)C Liner Material Strong-Seal®MS2-C cementitious liner shall be used to form a structural monolithic liner covering all interior substrate surfaces and shall be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: I 92 07/27/2012 Item Specification Time MS2-C Compressive Strength ASTM C109 28 days >8000 psi Tensile Strength ASTM C496 28 days >800 psi Flexural Strength ASTM C293 28 days >1500 psi Shrinkage @ 90% R.H. ASTM C596 28 days 0% Bond ASTM C882 28 days >2000 psi Density, When Applied - N/A 134± 5 Ibs/ft3 Freeze/Thaw ASTM C666 N/A 100 cycles (no visible damage) Strong-Seal®MS2-C® shall be made with calcium aluminate cement and shall be used according to manufacturers recommendations in applications. Strong-Sea! MS2-C product or approved ,equivalent shall be factory blended requiring only the addition of water at the jobsite. The bag weight shall be 61-67 pounds. The contents shall have a dry bulk density of 82-85 pounds per cubic foot. When mixed with manufacturer's.recommended amount of water it shall have a wet nozzle density in the range of 129-139 pounds per cubic foot and shall have a typical yield of.57 cubic feet per bag. 7-25.2(3) SewperCoat" 7-25.2(3)A Inflow and Infiltration Prevention If inflow or infiltration is observed within the structure after surface preparation is complete, a rapid setting crystalline enhanced hydraulic cement product specifically formulated for infiltration control shall be used to stop the minor infiltration flows in accordance with the manufacturer's recommendations. The material shall meet the following strength requirements Minimum Requirements Compressive ASTM C597B 600 psi, 24 hrs. Strength 1000 psi, 7 days Bond Strength ASTM C321 30 psi, 1 hr. 80 psi, 1 day The material shall be Preco Plug, Octocrete, Burke Plug or Owner approved equal. Where infiltration flows are more severe, pressure grouting may be required. The material for pressure grouting shall be Avanti A-220, DeNeef or Owner approved equal installed in accordance with the manufacturer's written instructions. 7-25.2(3)B Liner Material The mortar mix shall be either SewperCoat PG or SewperCoat 2000HS Regular, both as manufactured by Kerneos Inc.—Chesapeake, Virginia. Lining material furnished under this specification shall be a prepackaged mortar mix, including all cement, aggregates, and any required additives. It is the intent of this specification that the Contractor only be required to add the proper amount of potable water so as to produce concrete suitable for spray application. The chemical composition of the cement portion as well as the aggregates of the mortar mix shall be as follows: 93 07/27/2012 Al2O3 CaO FeO + Fe2O3 SiO2 39-44% 35-39% 9-14% 5-7% The design properties of the mortar mix shall be as follows: Item Specification Time MS2-C Compressive Strength ASTM C109 24 hrs. >6000 psi 28 days >8000 psi Flexural Strength ASTM C293 24 hrs. >1300 psi 28 days >1600 psi Splitting Tensile Strength ASTM C496 24 hrs. >900 psi Slant Shear Test ASTM C882 28 days >2300 psi Shrinkage ASTM C596 28 days >0.08%cured @ 90% R.H. i Freeze/Thaw ASTM C666 N/A 300 cycles (no visible damage) In addition, the mortar mix shall be designed to withstand long-term exposure to a bacterially corrosive hydrogen sulfide environment that may be expected to produce a pH of 1 on normal Portland cement based concrete or typical brick and mortar surfaces. 7-25.2(4) SPECTRASHIELD, by CCI Spectrum, Inc. The lining system shall be a multi-component stress skin panel liner system as described below: Installation Liner Moister Barrier Modified Polymer Surfacer Polyurethane/Polymeric Blend Foam Final Corrosion Barrier Modified Polymer 7-25.2(4)A Modified Polymer The modified polymer shall be sprayable, solvent free, two-component polymeric, moisture/chemical barrier specifically developed for the corrosive wastewater environment. The typical chemical analysis shall be as follows: "A" Component Viscosity, 772 F, cps. 450 Physical State Liquid Color Clear to Amber Hygroscopicity Reacts with Water "B" Component Viscosity, 772 F, cps. 500 Physical State Liquid Color Flamingo Pink Non-Volatile 100% 94 07/27/2012 Reaction Profile (100 grams, 1752 F Sample Gel Time, seconds 10 Tack Free Time, 20 seconds Cure Time, seconds 90 Processing A System/.B System, volume 1.00/ 1.00 ratio Typical Physical Properties Tensile Strength, PSI >3600 Elongation, % >300 Tear Strength, PLI >500 Shore A Hardness 96 100% Modulus, PSI >2400 7-25.2(4)B Polyurethane Rigid Structure Foam Polyurethane Rigid Structure Foam shall be low viscosity two-component, containing flame retardants. The typical chemical analysis shall be as follows: "A" Component Viscosity, 772 F, cps. 200 Physical State Liquid Color Dark Brown Reacts with Water and Evolves CO2 Hygroscopicity Gas "B" Component Viscosity, 772 F, cps. 660 Physical State Liquid Color Transparent Dark Hygroscopicity Absorbs water rapidly thus changing ratio Reaction Profile (100 grams, 1752 F Sample Cream Time, seconds 1-4 Tack Free Time, 5-8 95 07/27/2012 seconds Rise Time, seconds 6-10 Processing A System/13 System, volume 1.00/ 1.00 ratio Typical Physical Properties Density, nominal, core, Ibs/ft3 ASTM D-1622 @ 4-10 742 F Compression Strength, ASTM D-1621 @ 749 F parallel rise; PSI 90-150 Closed Cell Content, % @ 749 F Over 95 Shear Strength, PSI—ASTM C-273 @ 749 F 225-250 7-25.2(4)C Thickness Total thickness of multi-component stress panel liner shall be a minimum of 500 mils. 7-25.2(5) Water Water used to mix product, if required, shall be clean and potable. Questionable water shall be tested by a laboratory per ASTM C94 procedure. Potable water need not be tested. 7-25.3 Construction Requirements 7-25.3(1) Examination The Contractor shall examine surfaces to receive manhole rehabilitation. Notify the Engineer in writing if surfaces are not acceptable. Do not begin surface preparation, repair, or application until unacceptable conditions have been corrected. 7-25.3(2) Surface Preparation 7-25.3(2)A General ' I Surfaces to be coated shall be prepared per the coating manufacturer's recommendations. Before applying coating, all contaminants including sewage, oil, grease, dirt, rust, loose mill scale, waxes, efflorescence, sealers, salts, old weathered coatings and other foreign substances shall be removed. Oil and grease shall be removed before mechanical cleaning is started. Where mechanical cleaning is accomplished by abrasive blast cleaning,the abrasive used shall be washed, graded and free of contaminants which might interfere with the adhesion of the coatings. Steam cleaning, detergent, industrial degreasers, and hot water, shall be used to clean wall surfaces unless this in contrary to the recommendations of the specific coating system manufacturer. Acid solutions shall not be used. Clean cloths and clean fluids shall be used in solvent cleaning. 96 07i27i2012 i I Damaged surfaces shall be observed by Owner before repairs are made. Plug or place covers over all pipe openings to prevent extraneous material from entering the sewer system. 7-25.3(2)6 Surface Preparation of Concrete and Masonry Surfaces Concrete shall be prepared per SSPC SP13/NACE 6 "Surface Preparation for Concrete", and the coating manufacturer's recommendation. Loose or protruding brick, mortar and concrete shall be removed by using a mason's hammer and chisel. The surface to be repaired must be clean and free of any loose materials. Bug holes, holes, and honeycombs shall be filled and sealed per recommendations of coating system manufacturer. Grout shall be as recommended by coating system manufacturer. All leaks evidenced by indications of infiltration, shall be plugged with materials as recommended by coating manufacturer. Excessive leaks shall be paid for based on the per each unit bid price per these specifications. The determination of an excessive leak shall be made by the Owner's representative and shall be based on MACP leak designations. Leaks that would be categorized as a Runner(IR) —Severity 4 or Gusher(IG)—Severity 5 shall be considered'as excessive and paid for under the unit price bid. Leaks categorized as Weeper(IW) —Severity 2 or Dripper(ID)—Severity 3 shall be considered incidental to the unit price for manhole rehabilitation. Surface profile created by abrasive blasted surfaces shall be per the manufacturer's recommendation for the coating system. Surfaces which are to be coated shall be allowed to dry to the moisture content recommended by the coating manufacturer. Steam cleaning may be used to clean wall surfaces and channels to be coated. 7-25.3(2)C Plastic Surfaces Do not coat the tread surfaces of plastic ladders or steps. 7-25.3(3) Application The coating shall not be applied to a frozen surface or to a surface that may freeze within 24 hours of application. Frozen conditions shall be defined as ambient temperatures of 32 degrees Fahrenheit or below. Coating shall be conducted in accordance with the requirements of SSPC, Good Painting Practice,Volume 1. Coated surfaces shall be free of significant runs, drips, ridges, waves, laps and brush marks, etc. Coats shall be applied so as to produce an even film of uniform thickness. Coating equipment shall be designed for application of the material specified. Compressors shall have traps and filters to remove water and oils. Spray equipment shall be equipped with mechanical agitators, pressure gages, and pressure regulators, and spray nozzles of the proper sizes and functioning in a manner suitable to perform the work. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. Spray application equipment must be approved by the coating manufacturer and shall be used to apply each coat of the protective coating. Each coat of material shall be applied evenly and sharply cut to line. Coating shall provide a monolithic film with coverage of all specified surfaces and interfacing joints. Undercoats, if required,shall be sanded to provide a surface suitable for the proper application and adhesion of subsequent coats. Overspray, pinholes and other surface defects shall be repaired. 97 07/27/2012 Coating shall be thoroughly stirred, strained, and kept at a uniform consistency during application, and shall be mixed in accordance with the manufacturer's instructions. Where two or more coats are required, all coats will be Wet Film Thickness tested. Coating system thickness is the total thickness of primer and finish coats. Coatings shall be applied to the thickness specified by the manufacturer. Surface to be coated shall be clean and free of all foreign material and shall be damp without noticeable free water droplets or running water, but totally saturated just prior to application of the material. For cementitious-based liners, materials shall be spray applied up to one (1) inch thick in one or more passes from the bottom to the top; however,the minimum total thickness shall not be less than % inch. The surface is then troweled to a relatively smooth finish being careful not to over trowel. For polymer resin- based liners,the minimum thickness shall be 500 mils. A brush finish shall be applied to the trowel-finished surface of cementitious liners. Manufacturer's recommendations shall be followed whenever more than 24 hours have elapsed between applications. Application shall be from an angle as nearly perpendicular to the surface as practicable, with the nozzle held at least 1 foot from the working substrate (except in confined control). If the flow of material at the nozzle is not uniform and slugs, sand spots, or wet sloughs result, the applicator shall direct the nozzle away from the work until the faulty conditions are corrected. Such defects shall be replaced as the work progresses. Application shall be suspended if the air velocity separates the cement from the aggregate at the nozzle or if the ambient temperature approaches freezing and the newly placed coating cannot be protected and insulated for cementitious-based liners. The time interval between successive layers of material application must be sufficient to allow"tackiness" to develop but not final set. Construction joints in the coating within a manhole shall be avoided. In the event a construction joint in the coating is necessary and approved by the Owner, it shall be sloped off to a thin, clean, regular edge, at a 45-degree angle. Prior to placement of the adjoining materials, the sloped portion and adjacent applied material shall be thoroughly cleaned as necessary,then moistened and scoured with an air jet. 7-25.3(4) Bench Application The bench shall be sprayed with material applied in such a manner that a gradual slope is produced from the walls to the flow line of the existing pipe. The wall/bench intersection shall be rounded to a uniform radius the full circumference of the intersection. 7-25.3(5) Curing Comply with all manufacturer's recommendations for curing. Minimize exposure of applied materials to sunlight and air movement. Cover structure if time between applications of additional coats is to be longer than 15 minutes. Do not expose finished material to sunlight or air movement for longer than 15 minutes before covering or closing access. Shade manhole while rehabilitation is in process in hot and arid weather. For cementitious-based liners, apply manufacturer recommended concrete curing compound if relative humidity is less than 70%within manhole. Allow a minimum 4 hour cure time before subjecting manhole to flows or surcharge. If manhole is subject to force main flows,allow a minimum of 6 hour cure time before reinstating flows to the manhole. Do not allow traffic for a minimum of 24 hours after final application of the coating. 7-25.3(6) Manhole Steps 98 07/27/2012 Any manhole ladders or steps shall be protected and not coated during the manhole rehabilitation. The Contractor shall notify the Owner of any manhole ladders or steps needing to be replaced prior to beginning the coating process. 7-25.3(7) Field Quality Control 7-25.3(7)A General Testing The Contractor shall provide all testing equipment. Equipment shall be in good condition and shall be calibrated as defined by applicable standards. Test equipment shall be available to the inspector at all times. Failure to maintain test equipment in proper working order or failure to have test equipment available to inspector when needed may require delaying the related work and shall not be considered a valid reason for time extensions or delay claims. A test report shall be completed for every manhole. Inspection by the Engineer or the waiver of inspection of any portion of the work shall not relieve the Contractor of responsibility to perform the work as specified. 7-25.3(7)B Vacuum Testing After coating system application (excluding coatings to only the interior of a chimney and spot-type only repairs) a vacuum test shall be performed by the Contractor. The testing shall be performed per ACTM C1244—Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum)Test Prior to Backfill, and as modified in these specifications. This test shall be measured as pass or fail. Pass/Fail shall be documented in the test report. Failure of this test requires the Contractor to repair the coating or recoat, as recommended by the manufacturer and approved by the Owner, and retest. This test shall use liquid soap to find and document leaks. Leak locations shall be documented in the test report. This test shall be performed in the presence of the Owner's Project Representative. The Contractor must provide the Owner a minimum of 2 working days notice prior to the test. Vacuum testing shall not be performed earlier than 7 days after application. 7-25.3(7)C pH Testing After surface preparation and prior to coating system being applied to the interior of.a manhole, measure and record pH of the manhole interior surface in at least two locations as directed by the Owner. Adjust if required by the coating system manufacturer and per NACE 6/SPPC SP 13 Table 1 for severe service. 7-25.3(7)D Wet Film Thickness (WFT) During coating system application, measure and record WFT of the coating in at least four locations in the manhole (one in a chimney) or as directed by the Owner. Use an industry standard WFT gage (ASTM D4414) designed for thick coatings. Minimum WFT thickness shall be per manufacturer's recommendations. 7-25.3(7)E Ambient Conditions Measure and record the test results for relative humidity, manhole wall surface temperature, dew point and ambient temperature to ensure compliance for coatings applied. 7-25.3(7)F Coating Adhesion After coating system application and cure, measure and record the results of a minimum of two adhesion tests, without glue failures, per manhole at locations within the manhole as directed by the Owner. Tests shall be per ASTM D4541 as modified herein. Utilize a 20mm test dolly and 99 07/27/2012 portable pull-off adhesion tester. Document test failure mode, whether failure is within the concrete, failure is within the coating, or failure is at the coating/concrete interface. Failure of the dolly adhesive shall require retesting. If the testing damages the coating, spot repair the test location while following manufacturer's recommendations. Failure at the coating/concrete interface with less than 10% of substrate adhered to the coating and less than 100 psi pull-off strength, shall be deemed a'coating system failure and the Contractor shall remove the coating to soundly adhered edges, re-perform surface preparation procedures, and recoat the failed surfaces, at the Contractor's cost. Low pull-off strength values (<150 psi) may require additional testing/evaluation to determine potential adhesion defects at the sole discretion of the Owner. 7-25.3(8) Protection Comply with manufacturer's recommendations for allowing traffic to drive over manholes, unless directed otherwise by the Owner. Prevent wet or dry overspray from leaving the immediate vicinity of the manhole. Provide all necessary protection to vehicles and private property. Settable solids, rocks, concrete chips, chemicals, or debris incidental to work under this Contract shall be prevented from entering the sewer. Where protection is provided for coated surfaces, such protection shall be preserved in place until the coating film has properly dried and the removal of the protection is authorized by the Owner. Items which have been coated shall not be handled, work on or otherwise disturbed, until the coating is completely dry and hard. 7-25.4 Measurement The measurement for Sewer Manhole Rehabilitation shall be per Section 1-09.14(2)J. 7-25.5 Payment The measurement for Sewer Manhole Rehabilitation shall be per Section 1-09.14(2)J. 7-26 MANHOLE CHANNEL REMOVAL AND REPLACEMENT New Section 7-26.1 Description This Section specifies work, materials and equipment necessary for the removal and replacement of sanitary sewer manhole channels in existing manholes. A portion of the manhole channel removal and replacement work is located outside of public rights-of-way behind single family homes. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s)to preserve access within the site and maintain the site in a safe manner. 7-26.1(1) Warranty The Contractor shall equally warrant each manhole channel against defects in materials, surface preparation, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall,within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as:,.cracks,flaking or separation of any part of the channel from the host manhole. 100 07/27/2012 7-26.2 Materials Concrete used to channel manholes shall be of an industry standard mix that is utilized for channeling sanitary sewer manholes. 7-26.3 Construction Requirements 7-26.3(1) Examination The Contractor shall examine surfaces to receive manhole channel removal and replacement. Notify the Engineer in writing if there are any conditions which would preclude the contractor from performing the work. Do not begin channel removal, surface preparation, repair, or application until unacceptable conditions have been corrected. 7-26.3(2) Surface Preparation 7-26.3(2)A General The existing channel shall be removed utilizing tools suitable for removal of concrete manhole channels. f The entire bench and channel shall be removed prior to installation of the new channel. Before installing the new channel, all contaminants including sewage, oil, grease, dirt, rust, loose mill scale, waxes, efflorescence, sealers, salts, old weathered coatings and other foreign substances shall be removed. Plug or place covers over all pipe openings to prevent extraneous material from entering the sewer system. 7-26.4 Construction Requirements Manhole channels shall be a minimum of%the height of the inside diameter of the largest pipe. The shelf of the channel shall slope upwards from the channel to the manhole wall at a 1%slope. All upstream channels shall be installed to direct flow towards the downstream (outlet) pipe. 101 MAPS AND PROJECT INFORMATION �1 SCHEDULE A-Cured-in-Place Pipe for Sanitary Sewer Approx#of Upstream Approx Downstrm Approx Run Laterals to Excessive Street Manhole Depth Manhole Depth Pipe Size Pipe Type Length Reinstate Leaks �l Talbot Rd S 5331-057 11.00 ft 5331-056 10.00 ft 8" Concrete 235 ft 0 S1 Talbot Rd S 5331-056 10.00 ft 5331-055 9.00 ft 8" Concrete 254 ft 1 Talbot Rd S 5331-055 9.00 ft 5331-054 9.00 ft 8" Concrete 288 ft 1 2 Talbot Rd S 5331-054 9.00 ft 5331-053 10.00 ft 8" Concrete 320 ft 0 Pierce Ave NE 5309-814 6.00 ft 5309-203 6.00 ft 8" Concrete 158 ft 3 NE 8th St 5309-204 8.00 ft 5309-202 6.50 ft 8 Concrete 211 ft 3 l NE 7th St 5309-219 12.00 ft 5309-218 9.00 ft 8.. Concrete 166 ft 1 1 Esmt.Redmond/Pipeline 5309-225 11.00 ft 5309-226 10.50 ft 8" Concrete 248 ft 1 J Esmt.Redmond/Queen 5309-226 10.50 ft 5309-227 11.00 ft 8" Concrete 287 ft 5 1 Kirkland Ave NE 5309-402 9.00 ft 5309-401 9.00 ft 8" Concrete 365 ft 6 Kirkland Ave NE 5309-401 9.00 ft 5309-400 11.00 ft 8" Concrete 355 ft 3 Kirkland Ave NE 5309-400 11.00 ft 5309-399 11.00 ft 8" Concrete 348 ft 6 Kirkland Ave NE 53,09-399 11.00 ft 5309-398 9.00 ft 8" Concrete 188 ft 1 Kirkland Ave NE 5309-398 9.00 ft 5309-397 10.00 ft V. Concrete 222 ft 3 NE 3rd St 5318-373 7.00 ft 5318-369 8.50 ft 8" Concrete 141 ft 0 *NE 3rd St 5318-153 7.00 ft 5318-151 8.50 ft 8" Concrete 320 ft 1 Esmt.Grandey Way NE 5317-197 8.50 ft 5317-195 10.50 ft 8" Concrete 281 ft 3 Esmt.Grandey Way NE 5317-195 10.50 ft 5317-194 4.50 ft 8" Concrete 118 ft 1 Esmt.Grandey Way NE 5317-194 4.50 ft 5308-017 4.00 ft 8" Concrete 50 ft 1 Esmt.Grandey Way NE 5317-197 8.50 ft 5317-804 4.00 ft 8" Concrete 349 ft 4 Shattuck Ave S/1-405 5319-071 11.00 ft 5319-045 3.60 ft 10" Concrete 260 ft 0 Ferndale Circle NE 5309-043 12.00 ft 5309-033 13.00 ft 10" Concrete 286 ft 2 Total 8" 4904 ft 44 2 ii Total 10" 546 ft 2 �f The pipe segment on NE 3rd St between manholes 5318-153 and 5318-151 has a protruding lateral J that will need to be removed prior to any TV inspection. �1 SCHEDULE B-CIPP Upstream Depth from Catchbasin Road Grade to Run Street Pipe Run# Depth Culvert Outfall Pipe Size Host Pipe Type Length Lake Washington Blvc N 1 8.30 ft 14.00 ft 18" Concrete/CPEP 58 ft Lake Washington Blvc N 2 6.00 ft 12.20 ft 12" Concrete 4S ft Lake Washington Blvc N . 3 2.80 ft 4.30 ft 12" Concrete/PVC 43 ft Total 18" 58 ft Total 12" 88 ft r i I - Y 0 50 100 200 ' Feet .. :"�, f , dk k i e 1 ;;! 'Ka.yy�� .k j 1 , _ s E,]Oth St ..,. .;•, k,� •: - WA rill fig' I ,g� t y. ,. � W�t � J +-i� �s� � ♦ ';* iy ![�- 'Wry°,. 4•j l�� -° - - __ _.F•,.,.. 74' V, ♦. - :.,may; r �, - }vq `"'� �� �Q pp � �'--^ - ;FF� ;'• �' � r:: ,;'_ i++ UU � �.� �: '.A! .,� ri i$ .-.+�� ilp�.�,r.,,�. - '" •t"s���',�-".z-.,��> . �i y, 's"- -`'-,.:`r,.�:a'SC" - -_ - T` 3,q,':T t va a AN till°7' �j� ,f `♦ _ � ( - +.x .,,E .+ ,.� a Ax 't1 d„ .'�` .� s -� r i Iiii It .ib "+ 1 ��. =' -'►w " - .'K'.-Y {mss_' .d ,�. r , 5309033 j 5: r— 5309043'. •. :,;ti T. � "� lip ff ti°" �rcr �� Q oil jill Jill low uwIlL.. t r- "°- •• C.:..__ ..,,--�_,_,� au .>.` All k, co W-�l � � j .. 4+ -' "'. � SIB �€.i �`[` •_ ^tS '�1 _ _ r i F to NNW Nr w U) e r '. 1�� �w ♦ � p. Q �§ m m �a U) U) , 0 100 200 400' Feet ; r" �,_ L 4v 11'Tt,k FBI °Z\ ♦ T N' � lz `dc`s 7j -...�•ai � ,�� ' i ' �i art. �� :• t SSS �'_ k �Aw v( .; •.kl HV� `21t r _ y ALA IT .fi. A UM ts•�� 9! ' I r 6'O:Y4 ip - �' - fir , - s , -- ° y . �y i -�--• �_.�-,,. :: _ ., �;__,' e� ... T�.��r". ..,1:� ��d.«...t�:,SSk L �'... J i'w�?: A....,'Cw,,,��'�"-,YS„v� E�+k � +4i 5309814 <� ;hk w +�.w±; +irk,; - '1' `s� •�,y�' � 40 }T t �� �V yj6R!3 4. 53092031. IhAx63 A tit Qhl �,L-'F I' Rl JAI L, �.` Y ,t. r•`.,..- - p �w �" M u 1 ��d �5309202 ''' �:-.�..4y�.:t�- ,��•d �� rr�� r �'f 4 � ;� T. { �p Jd fr_rv_ET 1-Ml Eg4` -St s t 530921 5309�219 2 F s 53 092 1 K 8 .` ,•'� v� '° ; :Rf S 'yrH,7_3 j, �'!'' _-_-.��.R s k .., .. ` ft . cQ ^- U . � �d S 5309226 Nk 5309227 la ��� �' ` 41 Ll cn ���4�. •� .(�j� e` w'J �- T�="��i �� is M co Ah r >�, s-. "`�'-- ,,„e6 's�,�L. , V Tom_ .V. ''"�'". •.�.€� (`) a`) a�i a�i PT- f „S gay,; (�' �t Yti' ��•1s '_ 1r,�,�,� ` , _,1'!A '� k( �• ' "aS V U) U r! (D SMILLA morn &M� ' IT ' ^"'_ -a---."r+r�—s �q,..e t .,ra"'-° RY,..w+�-1.." 1 ♦ 1 i dy .r � .--`.,,.r`�a�' +� #' � ati�.' 0 100 200 400 Feet °~� � ��``',, �.fifi ��yy � '�� ••;, �~ Y {~�- 4 #:- + ,r :,�,. 'tc . "l 7 �`;'�.:, q-• _s:"�� .,,�f,`,r Or i MAI k� � �` i�tq J.: � ..,'.a- by +.,EE �r � \. 'e'.' Y�t r�3'.' �, •+., G�K` n, t l }!- - _ •.r I �� -j Ai' 1 - ' [ Y:. t p` , � ,, y �fw}. Del, Ap t ! � Vii; . :., P.. Ari # ems, -^ _ !: .?..'tw•�'_ .\: M' `' .e�_q S '- - S��,r ��yyA' :1: ... x' It.a�_ �.. ..; 'T•..'- ,..,..- _"".�,,.:,....Ji.." ..+•t - ".,' .. .,������ �R',°"°',�'t �i� * ". :. �� 4f+ �� ,fey: � � rte,. e y N. "t/ -4'-s• Y ' .■,-� _ it` �' 4+ - &'.s... - RIF _ i �y j • '• i • 9 r LA ill, ;JA TL ith pp LIJ I p I k 1 5309401 1�i- C)@ ?# Mw�,�'�y'...g;� �� '♦wO'v I �'�"��t s a ,�AV t e i +. T ��- `5309400 ` e® jt 7 t w .'� p'� X lit {� '��• Y t' •� �t F - � .4.., . .,.p,.......•�.. i \ ^r{ i � � AM t eF 5309399 Al cn r • f s., ... -' • r aF� �/ s 4 `�' a 1.' i •' r'° 5309398 _ # 3 to 530939 lb 711 j? MOT- , �1 ; ' s., � t ,., E \• �s.��`--,L Zg JIS7' j• 1r�. r�;11y': q --lo �;!v ' -."' JiU`.7 ;;. ws Crr t,• } .'[s' 3 •.-i' i� i '.1f. k -.. r. - �°rg +E,�.�. ;c°-° 3'��f P•�€F— '; '1 ,.Q • ? S� ��. LN A-K br e °.+e a !- r �,• 1 !e ±gip ;1 C C ION N N X' ril ',, R h �-, ffr4 . . f m N �s lo-. �T •�P ,6 .r+c` ✓ ..... _ i! •1 iV mil. '�_• .y - �"'4., Cn C I :"`�,. �� �M � +u •e�'��'�r` V - •�R � +s �Ji�rk Ri�`;,��Rr�' k"'rr�r�',` t,�i+w' ,eaz��,' ' a:�'�" J 0 50 100 200 z x / ,• j t, k s rf s Feet i g cl, ,�� Y L^ � q`• ti-,v� / 111�„ r JIJI �?' _ - ��• .+ ,'�,.�. �s- m � .tom.� � . WO ✓� <� `: x uj Poo mr, L4 At rcn y, w t }} lT S } YET ♦ ♦ , yt .� 5308017 :;lo, ti �, ,a , ��� -.... � �r---...__ pj(� �r,� r A�FF-+� Rte•+. .�o iS� fir;. . '� p. 5347194 Nli x 5317195 5317197 � � . �A?l'' � u� te >f = 71 C=j tY a� �, ���{�_ Y• `'� �� F jp� nn-e�1 t p ��' `4 e��� �•ise';'++ +,F�c,e�= Y !-` � '3;.s+s'BYy.�.-�-.y.F ai:: >(j���i,r�,,:. �7 :. •� - � :-['fir{"" '� "- W' :.� �}!+�'qp `w ,� F �.. � �,s. [Q'sJ 1'��l.."�y�,, � � �' � �� :�e 'rye ���',� y!�`r y..^J.." :; -a,•�' � i ��� f� `�'+ Xvi • 'w, � `�# A ,'s'�i,NT"F2y H S t ��-^fy 1� ' �- y ':# y �� �� Y+•E .i � \ 4 _ f""'. LL ,00 1al w -�'� '—af' -' w�''' y N �.,;�. •�•Y� *..LT �.i ,�C- - `x ti (f tv /. ' rte ,a Ti CJ ra - a. ` Q Im f 0 50 100 200 ' t Feet : ,x - 1r r 4 . L pp �� Y •�.� 9\'+` � k. �.,. � 0.L VV .. x �. , a - r 4- •...y..�aT'1,`� �°'q� °rid x>?. yt+q� APP It Ln rim 61 qn cn - e , :�r- _,�� - ww::y+r�e - ,��_, ,rg±�j i��'� '�'' -. e - aY"`. ,� .,;kall��ti , i __ - - .t• �', � # _`_. - _ "` _•ins.+i��� IC k.- y � , � _ # k x D �ww ►j n tIANI G 1 ! it �� >k� .,�' _-� .a- i � ,. _. Nom_:; •_= _ $++�� 'z� "• .:�-�� RP ���pt� � #* �� f .��' fin.. ���, *t#;*-... �,z, „��£ r'`kt �..�[�.:t_ �"� r +- ice« ._•..�.�` R 1 i� �'" _ 5318151 L� �Iy l +,� — 5318373 ' iir _ -- �* 5318153 ; Al S �T"!� l ' y ' 7 1 � •..s �i � - � ;C. �` �l �` 1� � � � :x s : 't F'_'�"--.�.ice'..»., � •.": - ... - u:. r.... ice."'aarrs >- "�w. s ;+ 3 u t -, t s� �,.'. r�x ..�� �.. I •. 'T'4� �.:a1t'.aa,.,J _. � '*� � ME ' ! x ir • eK tk io 3rd!PI No .. -74 - tn •• '• I � I _ I, fr a E y I 4 Y, a 'v t � I ri 0 50 100 200 Feet ;S Renton T14.1 >n i � v r L {ter• _ f' ,�-,•... ., i bS t•, �». v,. flu; _ �' � n l , c.:ai" .,. a '• ° ► � + a,' 'fr�V` e t * W`'an ':f' �t. i' ■ • � :yn �:*w �sr^±^:a..cea• >`F .�; ,�.k3f',. 'r -_zr-- m' �' ,� X`'� �Y,'"�,,�`� t •i �` '�f�§�'�'.H � ;�j`" �:� 'v_.�• - O, : * 5319045 � - - •* W �� �, �� -.,_ b `'�'� P,.. '.fie:.�:;.; �;a -�' � .�,: � � M - %� r L , 1L + tom"- - t=i4 ' J •� '+"' - ■■ ,��,...f'/�✓'��� ,dry—+rw, "-�,.� 0 �- _� �}►,5319071 '�"�..� r fib„ '. �!•.' � e r� Ali. II" • ..rt, Y - n cc voti OE Li or F _ J ry lllly. a F z _ 4 -r__w.,. - ;(.'x' "tom : y[ � •1.-��� Y� Y. f' t ,� `4'YM ___ "'�✓f °` y - t:- -p+td _ is it 'Fig,' A U, al m E aVR i �s c c it rl }'FJl 993i� 5 i. T � r ¢Y '{ S tom_,^-�'�.r..��,",�.'_"�, _ 4 �, .••.-` '�,, s;. -_ - 1 � z r, t� 0 100 200 400 = r. ,s -= Feet 'CT's ,-' '�+„�:�;4�'�.� ,,,� 1 k;' � � s ,j� ,�, p r�"�',ic'��.L� �'---Q•)�.-. ,_.-°_:�:_._,_ �� �` � '�' {�' t�i 0 a FE _ �5.• :,� "fit, 41' s baw bJh � E i n ?!r_ ' _1i i = tl•�c fi�{Lpq 1 u ` i 5l{ 4"�;r k ..' Y+`:,"$ *""'.`�r'�-.. . "S #:,r§ a.:_ice g � �,- ,e� i R R `fir •-r .,.r y _� .,: we Vzl �� f '� F � 'T�:r' €�,r"• �rl�� >;�'� .,�' �,. �� ' �+��.� i`d,tea. _ ?:,�. ` t � ,� �., *�,,�° � V " r �'f '�l�t ,� �� Y I� r;,7' :""t�'- { F- +tom � � ",►,�4 f., _ _ �� j'.y.�e i+ g'• !j �1 .,a'XY ear .'^s^F, ` '� i ` A .,.,�t� :.. ywl� 's. rs- - S r�.4� _'r• re 1 ` ° ``,; l ,rJ _ [y -ar`".•M1 'Fa._� ' -,''�' a'�. s S -:N,i�P �iE'T xffiY .,� ,� �• t� '. o _ r r; !'7 t.Ne )�. ..tR., `l^ y y♦!d �r'' is"'�".�(" ,, r `I. a !yk'f ,? ,P"�,"*k. toy "f ;i- ,'1 / �,wS. � •. ��.i''Y�'S, `yam Bi?!!U} .�Y. .- ,�Po I�_ ' F^� K7 •` FF,•.k rre� _ - -`�,:i;�\ a` -e" .t F4; 0. J. �t- l�3'ii ', Qt 'Oz,;�° :L _ Ax srx.�.,�..lR`. _,a�'"'_,.r,�w.'^---�.�. �♦ Cx., r �"� � -. I // "*"� �• �. "G�7�• V'Tj r \ i af{ s -,• a Pu 7 � q •t'� r /, ,.J•/s i E <'�`�'•ti. „s �'7� ,'� t fry }� �.; �: �,.�: ',*.J1 - h �' ��� >r ��--�C41�a 1<,lJ•dd_�'i 4��."r, � >� �.`�t t f'-� ,1�:,� F � •'.s_ ,�,�'' a r rte•. �'' ff � 1• ` y a „ 7 � a 5331053 I �� Wt , �' � .: 7 h .;_� r'S r � �� jyj � �tir� �7y�� •{.Fir . �.; f�; �F¢ �� G 'i A V Nx I VF � � � ,� •.,,r. �"��� ti, i , � � �� `It t ��� ��� # �" + � ��.'a� ' `� i��.�� ✓ 5331055 y 44,1.d r MM .�" x •r ''•� ,. C4 �, ii? � •"V� j�� n r� � i�`>it� �1. - �rw& � .�� �; �`r � ',3' 5331056 Y,,•` `�'v t dr. r is,i f Il .v yi IV x Al , _ f r} FA 5331057 -� ' `- ,•�-=s �. � s '^ •'. •'/' - .'7- `I/' t �'`,'`� 1 '? gf i » P s '�vt; WA tT tit x �_ sue., t'7r r '� •6• ���5�:= ._ � � €+fj`'�r�t.f� '�'�-7k°. - '�F �,p" �p,,, •):3 fl Yyi @ � .. �.i-_ ,r. 4 �'� ..� .Q .� � i � 'sir • ^� 6 F� - '+G - -.- �� � �,., ! 7 �,'+• �k, A lit Ai W m co i.:`� r�s. _ �Y.. cis. '.. '� \ ,� •�� .. � �. � v4s Y.:.;: k'SjLK— �11t y vr -_.�,.,.,., �- n.. 'F' ':',f' 3 'C •C rr� .r_ �,e r t Px fl y 'g. — �'^- g ... _ _ 3 p L 14 air ZI CTI .. y :�€ � -,�)' f' - - F. - $y,,•" ' *s, ., •.4 �kk. j� 1t a..-... Yi 4«P�,..F ."�'^,,,,.� '.,.�,�'"°,,•, ;�'-. '�`a,±�,' "� � , �• s r- J b' P", . �..% d• `w,•; - - a,,, 1 i 'L.r „S 1 IM o V 1 - - p' /'1 ,may ..c.r. I V u Ive 1 4 1 Burnett Ave 11 ON—., J4.»'`` '"" Jar� f --^.. ..�,4` a�y.. C ° •;1.14,,._._ 1� 1,J r'Il s k *,. ` - '.^"c.. ILdN} I r f i i _y w 4 "-•`^.. - .'a y id �:�,`,. 1[ tYT.tea...--� �.r'` :.�"� ''�., ;�, �1 �,r�! �+.A- P° { rat:".tL`~" t{y"'•�:4.�+ '�� ;• � C u I ve rt ,� �.} ;� ,':!k...--.,..._.. '"�.y ."..I ,,,�„ v. .�. k� (i Y: ii.. .; -�r,",a r - y t 3 '. a �° ". `' t�'' - + ",``�"",:. "'1F -Al Nk �r°"-S -'+et �'t--f"�'rp.,..•.,�r.�.�. hT "0.i" ir.;... — Aj. . .`�'... "-Y �•'i- �'. '0.,` - � . "i �`; "•^' ' s' .t• �:.-a, : .� � tk. ..+. '+0.. .. x � 'f .. w f 'j] •+µ'.:.....,,r,..,...,1 s i l %. P°`,..:ldry/"j. ....„. r - i: uA ce.•"..y:"s''_4. S , ',, ,Yprt' ,4 �°,..✓ M ^ ,1".�c f�'�;'.'n.,_�,. ..'?.��{;a e..((. �,,; •� �fi -.. .'.°M 1 T�'y� `+1� rJ fi" �i ,�'1'a"'.�".�'''.�` ,g',r:,:"� _ �, _ 'y/� ,�`,� .x" .�� -,,.Pi.. 4. I .��.�r � • `- _°.4 s�` �;f” •} 1" t ecN } -i; � �:J - - ' ��� �-,�'T - ...!rx�.. " '^ �. `�- x y �s. '�✓X- - _ � .h� j((� ,.tir.� f. � ... �]. "y--✓..e.... �Y.Y�' •�'.. �,Y' 1� fr. �'^.+�� ��` ti � •.. rM ,y[.,.r�."^ j' r _ ff-"Y 2 Z"'r-.="'} �.-� '!^"..''^n -_r'�. ..a�.r F ,r ,r.� �n'5,7�,•�w- r. .+. „� i,r� � � %1.' ra �['` C�,y ".w Y�yv .w4, Ci,,;.,,� "'`• ::P;'< ro P rye-��u, jl ,. � .::;�,°.. +'s. � `'^w _ ,.:,�ti„ '��., r•R f 1 � i r • � �,; '..:s,".. A �. l i� (7 1 � � P �� 1! } A"111 - � L • + I � x , i rjA fry.Y � � ra� ;�-ais..,... S.o � `' [ ��'Xw .. �•,`'�S' �t:. 1` � ��� "i �� � � 7 -mss•.--ra r' .... ,a :.'� � ,._.:._:, � _ :. ,i'.rI . ".w..,. .�� . .. „x' „ �wpk,�:y c..+`. ... r ._. � � ..'' Ja } , [ R C u I ve rt Mf S � '4N r t •� ',i Y' r� r � yy Asr.� A .S”rr y��y.S �r ,r' w� F}' � r:i,'. • ` � r" ,y » .�. � . , F;' ,�,kp ``3p `a. .�r. � � �'^!s::k yi y y 1[1y� ,.,,,, �.�1 t �0 4 '"�,,;,.;"`� !'• ^�1. ,+ .1 .�. 10(` .sya l'. . • y.'. L «�" °� r.��w�' 1 i Y:. '' A4 i♦ $` { Y _ yes �.. 'q {. "W k �. ..T'. 1 . P i Legend Storm Drainage Culvert to be Rehabilitated r �"" a ��{y # u x _ „ # w• - Storm Drainage System Qched e BM UWver$ Mehabl taVon � CALL 48 HOURS BEFORE YOU DIG { �N � � y , ' M 1-800-424-5555 m °11, � I� ° ° u u N EXISTING UTILITY LOCATIONS ARE APPROXIMATE, NOT ALL UTILTIES MAY BE SHOWN. �� r °r a E IL CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL UTILITIES. °° ' �' ° ' T ^ . � r i ° t i � a r° NOTES: � �d �[��' 2 � a i � a �� 2 j j F Z t oP5 �<v p�tl 1 EXCAVATE BACK AND RELAY LAST TWO v ; Y z° ° r ry ` a� ' ° r n° 2• d' d7 °� ,a� t a� C cc O JOINTS TO CONFORM TO SLOPE OF EX. r �, f �� °���n J O 12" CONCRETE PIPE. ENSURE PROPER a� o� `4 rr� �F ° `' ° BEDDING AND COMPACTION IN �° Ff pa ° "� F a . ACCORDANCE WITH SPECIFICATIONS. a°° `� E u - °a 20 REGRADE EMBANKMENT ABOVE PIPE AS a�1 I r^I. SHOWN. °y i� ° O = n y°°° c°6 t p° acv r .. , p I r r 4r r 0 52' OF CURED IN PLACE PIPE. aEx TEL� HONE z ° Off ` 9 X21 ,.; ® CONTRACTOR SHALL RESTORE ALL r, ' I Ff f'° a� 1 l °� c��oRere p� ./ - ,: , �"...�. r pe ° DISTURBED AREAS TO CONDITIONS �, o, IMMEDIATELY PRIOR TO CONSTRUCTION. °° � a, F d 2 OS CONTRACTOR TO VERIFY LOCATION OF �/� ` r °° I ITYP E 1 CB EXISTING UTILITIES PRIOR TO a � �� ✓F M1x o� °°rG EXCAVATION AND SHALL PROTECT °aE : �° ; . UTILITIES DURING CONSTRUCTION. °° ° `f ° ll° °°� . �° tJ 5 r c , i� t ) r° t I V x�f 1� © SUPPORT OF POLE TO BE PROVIDED BY °� :ES `� UTILITY CO. °° a° r � ��� .�o ` t f �P �� J f ,� ° x - r , �7 o ° °f�� 1, €�° �°� E` +� NOT-PO SCAL Y --,r .................................................................. .. ... . .. .............. . .......... ..... ........ ............................................... ...................... ....................................................................... ...................... ................ ........ . .... .............. ...... ... ........................... ...........I..... ................ .. ..................................................... .. .......... ......................... ...EX.:TELEPHONE:POLE':::::::::::::::............................................................................................................. .. .. .. .. :. :. � :': .. :. .. .. :GUARD;RAIL::. .... .. .. ..... ... -. .... .. .. :: .. . . .. ... ... .. ... ...... .. .. .... ...... ... ... .: ... .. ........... ... .. ... .::�.: :.. .:.2.. GAS .... ..:. ............................................ .. ............. ... ... ... ................... ..... . ............. ............. ............... ..................... .. .......................... ..........1:.:::.............. ...................................... :::: ............ .................................................................... ....................... ........................... .... ............................ {AY.E�WA.BLVD......::.............................................. .......................................... .......................................................................................... .... ::12.:HP.:GAS:::::::: ................................................................. .................................... ................................................................................................................... .... ................................ ............. ..... . ...... : :::: : :::::: : :::::::::::::::::::::::::::::::::::::: :::::::::::::::::::: :::: :::::::::::::::::::::::::::::::::-::::::_:::::::::::::::::::::::::::::::::::::::::::::: ::::::::::::::::::::::::::::::::::: ::::::::::::::::'::................:..:..:::::::::::::: :::.. ... ...... :: 4 — 5 .. ... ....... : : . ... . O ..:.:q:..::.. . .. ::::.:: ::::::::::::: ::::::::::::::':::::::::: :::::::::::::::::::::::::::::::::::::::::::::::::::::::: :: ............................................................................................................................................................................................... ..................................::..... .... ........................................::::::::::::::::::: ::::::: :_:::::::::::::::::.......... .::::::::::::::::::::::::::::::::::::::::::.......::-:::::::: ::::...::::— ::::..::::: ::::::::::::::::::::::::::::::::::::....:.... ::::::::: _.._. ... ...I..... .. ... ... ..... ..4�. .. :: ..y.... .. . ........... .... ............ ... .......... .......................... ................................................................................. ...... ...D::'. ..........................:::.: .... ................... ::" ._...........��....................... .. ....... ................... ................. ... .........................::::: :::::...... . ....._.---r-...l--v.?�- .. ....................................................::::::'......................'::_ . .:'':-- ........... .....::::::............................::::::': 0 :::'.:.. ..... ................................................ ............................................................................................................................................. h... .5 VER:::::::: ::..:.::.:: : : .. ...................................... ................... ... ............ ........... .... .. ........................................... ............................... ........................... ....................... ............. ....... .... ...... - . ................................................................ .................. ....... ... ............ .. ..... .......::::::::.:m:................. .................... ..................................................................... ........ .. . il;S _........................................... .. ............. ................ ...............................................I.......... . KW CHECKED FOR COMPLIANCE - TO CIT ANDARDS RECOMMENDED um >° Date'72C 2 FOR A PROVAI� �SFar PE D\t'�� FP - �� '���� CITY OF Date BY �_ S>mdAl,F3? -7 7, RENTON hVIGBdOR RECONSTRUCTION OF ----- Date sY — 1 � (!Al.,Il) CULVERT NO.2 OUTLET o.�� „ Planning/Building/Public Works Dept. '`•.::..;: .. N0. REVISION BY DATE APPR Mo�'R^� s.m: .I. 1 1