Loading...
HomeMy WebLinkAboutContract k41-'1.9 r 2010CAG-10-040 r *k. N-,?,i � u :7 'W 4P 5 hJ�r � n � M 4 gw" -,j f tow €r -�V to ift t 5 t. T � ,Y. ��� Z i 1455 o Grady Way R�3tt ,WA 98057 On (koeW Oita Infi Int abort: (425)434-7210 wa tew w Contact: John Robson (425)430-7279 d Prh tod on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Stonegate Lift Station Conveyance Improvements PROJECT NO. WWP-27-3473 March 2010 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS .r �■ 4 �S 0 WAS ��� wr �� 7 r ���/// 38087 �c '�ECIsz�ER�° SIONAL rrr N,/T1 r ww r �r ® Printed on Recycled Paper ■ +r� r Contact Information Owner: City of Renton Project: Stonegate Lift Station Conveyance Improvements Name Description Office# Cell# Emer enc # Jay Brown Foreman N/A 206-571-3573 206-571-3573 Alec Andry Superintendent 425-483-0600 206-571-3572 206-571-3572 Doug Suzuki Pro'. Mgr 425-483-0600 206-571-3571 206-571-3571 o• Jim Binder Bonding Agent 206-676-4204 206-948-3819 Chymene Hoadley Office Admin 425-483-0600 206-571-3574 N/A MW ON r a. Im to SHORELINE CONSTRUCTION CO. General Contractors SH-OR-EC"374NO (206)483-0600 Fax(360)668-5133 rr PO Box 358 Woodinville,WA 98072 RESOLUTION "RESOLVED" that the President of Shoreline Construction Co., Douglas J. Suzuki and rr Secretary/Treasurer Alec Andry is authorized to sign contracts and other documents requiring a signature of an officer o the company. This RESOLUTION without meeting dated October 30th 2007. Signed and sealed with the seal of ++r the corporation this 30th day of October 2007. 0,4 � Z?X� W Secretary Signature of all members of the Board of Directors (adopted o Me ting) r�r aw r rrr +rr err err 4W ow to Business License Annual D Q City of lY_,o Expiration Date O1• 04/30/2011 1055 South Grady Way Renton, WA 98057 (425)430-6851 40 Business Location Issued Date: License# 8315 216TH ST SE VW WOODINVILLE, WA 98072-8060 04/26/2010 BL.022527 Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code ow SHORELINE CONSTRUCTION CO (the Code), Title V Business, Chapter 5 Business PO BOX 358 Licenses. The Licensee agrees to comply with all WOODINVILLE, WA 98072-0358 requirements of the Code, as well as State laws and regulations applicable to the business activity licensed. Post this License at the place of business. rrr aw M am No 60 rrr No ow No +r +rr �r s ow fl M O M CN i r� H O al O N p to 0 co W W rt o N H O o z O co gr w W *k rn Q4 H Cf) � U) o ow F-q u w Q www w n � rx0 limb zr, H C7 � 0 O O y+ - 4� 0 Uw www �4 l� y, f> f' aw No No am Addendum 1 to CITY OF RENTON Stonegate Lift Station Conveyance Improvements i i ADDENDUM NO. 1 Date Issued: April 7, 2010 Date of Bid Opening: April-13, 2010 ow NOTICE TO ALL PLAN HOLDERS The Bid Documents for the project are modified as described below. Bidders shall incorporate this Addendum into the Bid Documents. Failure to do so may subject the bidder to disqualification of his bid. i THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: 1. Replace the"Proposal&Combined Affidavit&Certificate Form"with the attached-modified i ow "Proposal&Combined Affidavit&Certificate Form". 2. Replace the first sentence of the second paragraph of Section 7-22.4 Materials,with:The air vacuum valve shall be"SAAR" ModelD-020 Combination Sewage Air and Vacuum Valve with 4- No inch flanged end as manufactured by A.R.I. Flow Control Accessories or approved equal. 3. Replace the second sentence of the second paragraph with: Fittings shall be ceramic epoxy lined. rrti 4. Revise the size of the steel casing pipe for the "Modified Type 11 60" dia. CB" (as shown on sheet 3 and 27 of the project plans)to be 20"dia.Steel Casing Pipe. 5. Add the following language to Section 7-17.2 of the Special Provisions: 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 w 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 rrr 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. aw Material for 12"HDPE gravity sewer pipe shall be Series 4100(IPS)as manufactured by Performance Pipe or approved equal with the following minimum wall thicknesses as expressed by pipe dimension ratio(DR): Directionally Drilled Pipe: DR 21 or as recommended by the HDD subcontractor. Addenduml Stonegate Conveyance.DOC\ I wided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale to i I I err Addendum 1 i Fabricated HDPE bends(vertical and horizontal)shall conform to the above requirements for HDPE pipe and to the requirements as shown on the plans. wr HDPE pipes,bends,and other fittings as may be required shall be black UV stabilized and shall also conform to the requirements of Section 9-05.21. rr HDPE Pipe Fabrication Drawings:Satisfactory pipe fabrication drawings shall be submitted to the Owner before beginning fabrication of the pipe. Pipe fabrication drawings shall include, ter but not be limited to,the following information as applicable: • Manufacturer/Supplier. • Type,grade and thickness of HDPE pipe. • Pipe identification method to mark the pipe. Mark numbers shall be in the order that +�r the pieces will be assembled during construction. • Details of fabricated pipe fittings—45-degree elbows shall be fabricated with a minimum of two(2)pieces;90-degree elbow shall be fabricated with a minimum of three(3)pieces. • Joint detail. rr, • Method of joint assembly. • Details of flanges,dished heads and outlets including size and type to be utilized. • Complete material lists including all hardware required to assemble pipe. • Pipe welding requirements. • Pipe bedding requirements and the Contractor's proposed method of construction. l • Pipe closure pieces and jumper pipe assemblies. wr Submit certification of compliance obtained from the pipe manufacturer stating that all HDPE pipe and associated fittings have been manufactured and tested in accordance with these specifications and current industry standards. Submit results of factory testing and inspection regardless of whether or not they were witnessed by the Owner. If the Contractor proposes a different HDPE pipe manufacturer, he shall submit a material specification sheet and shall show the proposed pipe specifications and quality is equal in all respects to the original pipe specifications. The demonstration of material equality submitted by the Contractor shall provide a point-by-point comparison of the substitute manufacturer's material specifications with the material specifications of Performance Pipe. No adjustment to any unit price Bid Item will be made if the Engineer does not approve a .r. different HDPE pipe manufacturer. Pipe Fusion Joint Measurements:Fusion bonding machine heater plate surface temperature and hydraulic cylinder interface pressures recorded during the fusion bonding process of all field fabricated joints shall be submitted to the Owner within two(2)days following the rw Addenduml'Stonegate Conveyance.DOC\ F wided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 09 r Addendum 1 completion of any joint. Failure to submit this information may result in the joint being dw rejected and replaced. Steel Casing for Auger Bore Steel casing for the auger bore shall be minimum ASTM A252 Grade 3(structural standard) and ASTM A53 Grade B(material standard). The steel casing shall have a minimum diameter as called out on the plans and shall be of sufficient size to allow installation of the new gravity sewer pipe while maintaining clearances as recommended by the manufacturer. The steel tw casing shall have a 3/8-inch minimum wall thickness. Casing spacers shall be prefabricated with a corrosion resistant finish and a ribbed inner liner ,o surface that prevents slippage,Powerseal Pipeline Products No.4810 or equal. Distance between spacers shall be adequate to support the carrier pipe from sagging as recommended by the manufacturer. ow Sand used for filling the annular space between the steel casing and the carrier pipe shall conform to Section 9-03.1(2)B for Class 2 aggregate grading. Casing seals:The ends of the bored steel casing shall be sealed with a wrap-around end seal such as Model W by Pipeline Seal&Insulator,Inc.or equal. The wrap-around seals shall be flexible to allow differential movement between the steel casing and the carrier pipe. Any bands that are used to secure the wrap shall be stainless steel. Alternatively,CDF conforming to the following mix may be used: i Ingredients Amount per Cubic Yard Portland Cement So lbs minimum ow Aggregate Class 1 or 2 3,300 lbs Air Entrainment Admixture Per Manufacturer's Recommendation Fly Ash Class F 300 lbs Water 300 lbs maximum �r Y � John H bson, Project Manager,Wastewater Utilities Phone#425-430-7279 irr ACKNOWLEDGEMENT OF RECEIPT DD DA �r SIGNED. TITL NAME OF COMPANY: Addenduml Stonegate Conveyance.DOC\ �wvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale do No CITY OF RENTON WWP-27-3473 No Stonegate Lift Station Conveyance Improvements up CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map +r Instructions to Bidders Call for Bids *Proposal&Combined Affidavit& Certificate Form: Non-Collusion `w Anti-Trust Claims Minimum Wage Form *Department of Labor&Industries 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) ❖City of Renton Insurance Information Form err ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages 0 Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Local Agency(APWA)General Special Provisions %W Special Provisions Standard Plans Agency Permits wr 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 ow 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 ON ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98057 wr rr Stonegate Table of Contents.DOC\ rrr CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race,color,national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing ""` requirements,governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton 4r will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. wit (4) 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 in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation ar of th_P City, bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: �ayor Council President Attest: rrr City Cler} �rrr ■r ,rr v. CITY OF RENTON SUMMARY OFAMBRICANS W7TH DISABLUTIES ACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assurc 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 +■r 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, ,w 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 cavy 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. r CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor Council President Aw Attest. / City Clerk i.r ■r CITY OF RENTON WWP-27-3473 Stonegate Lift Station Conveyance Improvements 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: Schedule A Construction of 4,760 linear feet of 8" diameter PVC C900 force main to connect the proposed Stonegate Lift Station with the existing gravity system at the intersection of Field Ave. NE and NE Sunset Blvd. Construction of 590 linear feet of 15" diameter PVC gravity sewer pipe and 120 linear feet of 12" diameter dw PVC gravity sewer pipe to replace undersized existing sewer pipes along Field Ave. NE and NE Sunset Blvd. Construct 240 linear feet of 10" diameter HDPE sewer pipe utilizing horizontal directional drilling between the Summerwind Lift Station and the cul-de-sac at NE 24`x' Ct. Associated work will include side sewer ' reconnections, bore and jack under an existing storm culvert, full grind and asphalt overlay of all roadways, sidewalk, and curb/gutter as shown on plans. Schedule B Full grind and asphalt overlay of all roadways, sidewalk, curb/gutter, and irrigation at the intersection of 148t1'Ave. SE/Nile Ave NE and NE 26f' St. as shown on plans. 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 one hundred twenty (120) working days will be allowed for the completion of this project. r ar rrr �r F:A0015\00018.001\DESIGN(28245)ASpecs\Specs frn•Conveyance--12-2-2008\FinalV'BIDSPEC-Stonegate.docx �r Stonegate Lift Station Conveyance Improvements f. as -- -_.� NE 26TH ST c-1 F JF - _�' � � ---- � 'N PROD-ECT LOCATION (SCH. B) 20TH ST I - -1 4 - z 'j PROJECT i _ J ---- -- I' 1 OCATION �- =- -- - SCH. A) - 90 , 0 w MOW S - - , I I � -- - ICI TY MAP �r 41W INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City iw 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 1W award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be it 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. go 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 ar reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and at the Public Works Department Office. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 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. r rr H:\File Sys\WWP-WasteWater\WWP-27-3473 Summerwind-Stonegate LS Replacement\DESIGMModified Instructions to Biders.DOC it 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 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. � r 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 for Schedule A 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 H:\File Sys\WWP-WasteWater\WWP-27-3473 Summerwind-Stonegate LS Replacement\DESIGN\Modified Instructions to Biders.DOC .r Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. ft 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 s this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2008 Standard Specifications for Road,Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard y" Specifications." A. Any reference to "State," "State of Washington," 'Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14,Measurement and Payment(added herein) shall govern. i�.. 21. A geotechnical engineering report has been completed, a copy may be obtained by contacting the project manager. 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) do ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? va r■ aw H:\File Sys\WWP-WasteWater\WWP-27-3473 Summerwind-Stonegate LS Replacement\DESIGMModified Instructions to Biders.DOC CAG-10-040 r CITY OF RENTON CALL FOR BIDS "w Stonegate Lift Station Conveyance Improvements W W P-27-3473 aw Sealed bids will be received until 2:30 p.m. Tuesday, April 13, 2010 at the City Clerk's office, 7th Floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98057, for the Stonegate Lift Station Conveyance Improvements project. The work to be performed within one hundred twenty (120) working days from the date of commencement under this contract shall include, but not be limited to: rr Construction of 4,720 linear feet of 8" diameter PVC C900 force main to connect the proposed Stonegate Lift Station with the existing gravity system at the intersection of Field Ave. NE and NE Sunset Blvd. Construction of 590 linear feet of 15" diameter PVC gravity sewer pipe and 120 linear r feet of 12" diameter PVC gravity sewer line to replace undersized existing sewer lines along Field Ave. NE and NE Sunset Blvd. Construct 10" diameter HDPE sewer pipe utilizing horizontal directional drilling between the Summerwind Lift Station and the cul-de-sac at NE 24th Ct. Associated work will include side sewer reconnections, bore and jack under an existing storm culvert, full grind and asphalt overlay of all roadways, sidewalk, curb/gutter, and irrigation as shown on plans. 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 March 30, 2010. 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.") +• Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton, WA 98057 or(425)430-7279. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce March 30, 2010 p Daily Journal of Commerce April 6, 2010 CA\Documents and Settings\BWaltonTocal Settings\Temporary Internet Files\Content.Outlook\X7DZYUNA\Stonegate Call for Bids.doc ars io Proposal-Page 1 r CITY OF RENTON Stonegate Lift Station Conveyance Improvements WWP-27-3473 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 Aw 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: err The undersigned certifies and agrees to the following provisions: rr I NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person +rr not therein named, and further,that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust r 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 r. that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Proposal-Page 2 wages as specified in the principal contract:that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belie£ FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Shoreline Construction Co. Name of Bidder's Firm Printed Name Douglas J zu i Signature i Address: Woodinville A 98072 i so Names of Members of Partnership: arr Douglas J. Suzuki- President i Alec C. Andry- Secretary Treasure � AW OR i Name of President of Corporation Douglas .T T. Suzuki Name of Secretary of Corporation Alec C_ Andry Corporation Organized under the laws of Washinptor With Main Office in State of Washington at � Snohomish County m Subscribed and sworn to before me on this 13th day of April ,2010. Chymene R. Hoadley .� •��,a"YE��� tary4uin and for t State of Washington �•� �� ��� Notary(Print) Chymene R. Hoadley r�Z V NOT My appointment expires: 01/08/2014 PUBI.fClob I wided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale arc dw Department of Labor and Industries Certificate of Registration Name on Registration: Shoreline Construction Co. Registration Number: _SHORFC*374N0 Expiration Date: Note: A copy of the certificate will be requcstcd as part of contract execution when project is j awarded. j A r. i `rr rr I i oft ra i �(rt 115rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ 5% of Bid Amount which amount is not less than five percent of the total bid. Sign here err Know All Men by These Presents: That we, Shoreline Construction Co. as Principal, and_ Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of rr Renton, as Obligee, in the penal sum of Eive Percent (S%) of Bid AmountDoilars, 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 Stonegate Litt Station Conveyance Improvements according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount .w of this bond. SIGNED, SEALED AND DATED THIS 13th DAY OF .. 201o . She st do Co. I rtnc i rIr w/� Travelers Casualty and Surety Corupany of America; Surety Anne E. Strieby, ttorney-In-Fact Received return of deposit in the sum of$ RID015'100018.00 DESIGN(28245)1Specs\S1)ecs ror Cunvey.wce--12-2-20031Final%2 SIDSPEC-SIonagatc.doa Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale tw WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company do 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 do Attorney-In Fact No. 221935 Certificate No. 003410120 we 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 lire 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 the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint do Eric Zimmerman,Karen Swanson,Brent E.Heilesen,Anne E.Strieby,James B.Binder,Peter J.Comfort,Jennifer L.Snyder, Lisa Kerstetter,Julie R.Truitt, Peggy A.Firth,Tamarie Ellingsen,Steve Marinkovich,Melinda Carlson,and Christopher Kinyon to of the City of Tacoma State of Washington their true and lawful Attorney(s)-in-Fact. to each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 1811 IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 29th to day of December 2009 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty InsuranceUnderwriters,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 CSE 1Y ANa;0"1 '�SSAL;+'3CCN State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President On this the 29th day of December 2009 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, In executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.Tl7 In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2011. pG * Marie C.Tetreault,Notary Public 58440-4-09 Printed in U.S.A. Wd 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 u k 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: to RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any wo of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice No 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 WIN FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 4,00r, C 20 a Kori M.Johans Assistant Secretary p�SU.�� y}••• yF\PE 4 \*N IN"0 r+• �*h. JP�1Y AN°J Ii163aA1Ty Y--y� Z _1 9 b 2_ O +� �j i I E -- ,n i NARTFCRDILVRIF6HD,T1 t O-. n"*FCTS; �1.9// ` ' �•. '� �E •o W CONN. n CONN. $ in 896 .SSAL,•'a s� ° LI >.•.. .:a r a � fill b� y� 1- d aw,„"�� fS.A� 1r....�. �i si gay •�' ANS 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 Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. r r r r WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER to go CITY OF RE=NTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES to Stonegate Lift Station Conveyance Improvements `Note: Show price per unit in figures only. Figures written to the right of the dot tdecimal)in the price per unit column shall be Interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. `o ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT NO QUANTITY Dollars Cents Dollars Cents qtr 1 Mobilization 1 rroIU aUL> U) M7YI.tb�e more than ten percent(10%)of tho total amount of the bid. LumpSum Per Lum Sum go 2 Trench Excavation Safety Systems 1 �j' 0CZGU 5)= Ott LumpSum Per Lump Sum 3 Contractor Supplied Surveying 1 b x,00 J��Y� to LumpSum Per Lump. Sum 4 Traffic Controlq� W nr Lump TL 1 Sum Per Lump L-50 5 Temporary Erosion/Sedimentation Controls 1 J� , •� coo,CC) � LumpSum Per LumpSum 6 8"Diameter PVC C900 SDR 18 Sewer Force Main 4,720 3v.1 'L�(J(pcD,a Lineal Foot Per Lineal Foot i �rrr 7 10"diameter HDPE Sewer Pipe, Directional Drill 1 �q =-Oc' (� Lump Sum Per Lump Sum ' ' 8 15"Diameter PVC Gravity Sewer Pipe 590 57-L -3�(,p30.c Lineal Foot Per Lineal Foot 9 12" Diameter PVC Gravity Sewer Pipe 120 55O0 1pl�op,c� Lineal Foot Per 1Lineal Foot L1lDO.0� 10 6"Diameter PVC Side Sewer Pipe 10 ��� Lineal Foot Per Lineal Foot 11 Ductile Iron Sewer Fittings 2,200 Pounds Per Pounds 12 48"Diameter Sanitary Sewer Manhole 5 .0c) " Each Per Each J 13 60"Diameter Sanitary Sewer Manhole 1 ,UD 11 Jr� Co Each Per Each 14 Connect New Sewer Pipe to Existing Sewer Facility 2 5 DOD. Each Per Each arr 15 Type 1 Catch Basin 1 Y300.co 30D.0 Each 1 Per Each rr "Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale w. up CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES QW Stonegate Lift Station Conveyance Improvements `Note: Show price per unit in fgures only. Figures writton to the right of the dot(decimal)in the price per unit column shall be interpreted ascents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. rr ITEM ITEM WITH UNIT PRICED BID APPROX, UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents , � 16 Modified Type 2 Catch Basin, 60" Diameter 1 l�,Zb�•c� � ,� Each Per Each 17 Removal and Re placement of Unsuitable Foundation 135 Material f p ` 3 qtr Ton Per Ton 18 Bank Run Gravel for Sewer Trench Backfill 3,800 - O 2 O� Ton Per Ton tw 19 Crushed Surfacing Top Course 250 13 3�aSp CSD Ton Per Ton 20 Asphalt Patch including CSTC 4,500 Ja,00 10% cco,bb S ware-Yard Per Square-Yard 21 Asphalt Grinding for Overlay 27,000 -61 ,80 uare-Yard Per Square-Yard 22 2"Deep HMA Class 112"Overlay PG 64-22 27,000 DT3j ab oD err Square-Yard Per S uare-Yard 5 23 Replace Pavement Marking and Traffic Buttons Lum Sum Per Lum Sum i 411111110 24 8"Diameter PVC C900 SDR 18 Sewer Force Main,Auger MM�O� l� cp c)wto Bore(18-Inch Casing) Lump Sum Per Lump Sum i iw 25 2"Air Vacuum Valve Assembly �� Each Per Each 26 Fire Access Gate 2 wrr Each Per Each 27 Concrete Sidewalk 15 5D.OD l S uare-Yard Per Square-Yard ww r7 28 Concrete Curb&Gutter 25 35•ob l5 i Lineal Foot Per Lineal Foot 29 Controlled Density Fill 10 lDO CD 1`j 11M.CO Cubic Yard Per Cubic Yard wr Subtotal Schedule A t qU CE 9.5%Sales Tax *15 "1 ap Total Schedule A rlrr Note: The Award of the Contract shall be based on the Total for Schedule A Only °Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ■rr low CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES or Stonegate Lift Station Conveyance Improvements 'Note: Show price per unit in figures only. Figures written to the right of the dot(decimal)in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ar ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents fvlobilizafio +W ellrt May not be more than ten percent(10%)of the total ar»Dunt oI the bid. + Lump Sum Per Lump Sum 2 Traffic Control wo Lum Sum Per Lum Sum 3 Temporary Erosion/Sedimentation Controls 1 5C)b,do Sw+ ob IN .Lump Sum Per Lump Sum 4 Asphalt Grinding for Overlay 850 , AD -)c)� Square-Yard Per Square-Yard wwr 5 2"Deep HMA Class 1/2"Overlay PG 64-22 850 `i .m rj, 5o 10D S uare-Yard Per Square-Yard 6 Replace Pavement Marking and Traffic Buttons1 +fib CIO Ito Lump Sum Per Lump Sum _ 7 Concrete Sidewalk 50 5D,m a5oD,m wr Square-Yard Per Square-Yard 8 Concrete Curb& Gutter 90 Lineal Foot Per Lineal Foot lawi II,w, s Subtotal Schedule B lU DC(®.0C, 9.5%Sales Tax �5a8. Total Schedule B 1 8+ 4w Note: Schedule B is a deductive alternate dw err ire irr "rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale IAW +rr BOND TO THE CITY OF RENTON Bond No. 105424143 KNOW ALL MEN BY THESE PRESENTS: rrt That we,the undersigned Shore 1 ine CQn c t ri i r t i nn Cn Travelers Casualty and Surety as principal, and company of America corporation organized and existing under the laws of the State of rnnnart i rut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and fumly bound to the City of Renton in the penal sum of $875, 888 .86 for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case may be. VW This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. Dated at�—'Washington,this day of_1� 2010. err Nevertheless,the conditions of the above obligation are such that: IM WHEREAS, under and pursuant to Public Works Construction Contract CAG-10-040 providing for construction of Stonegate Lift Station Conveyance Improvements (project name) we 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 ow 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 or 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 1W 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 00 performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. `M Travelers Casualty and Surety Shoreline Consxz io Company of America it Principal Surety S' r Sign ture rr Anne E. Strieby, Attorney-In-Fact Title Title ow ow WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,A. POWER 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 St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 221935 Certificate No. 003410139 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 the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Eric Zimmerman,Karen Swanson, Brent E.Heilesen,Anne E.Strieby,James B. Binder,Peter J.Comfort,Jennifer L.Snyder, Lisa Kerstetter,Julie R.Truitt, Peggy A.Firth,Tamarie Ellingsen,Steve Marinkovich,Melinda Carlson,and Christopher Kinyon of the City of Tacoma State of Washington 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 or permittedin any actions or proceedings allowed by law. IN WITNF6S WH REOF,the Comp ave caused this instrument to be signed and their corporate seals to be hereto axed,this 29th ecem�ere0�' affixed, to day of 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 VM Gn��S Uq�T JylRE•f1%,,. O�^N..INSG9 JPS'Ng�"w gJPvlV Aft rGt -, �P� fL'°0.PWR,,1F�m `I.PPORANry5�••� � G� �`' _""Y CYT'• ...0 6 (1 canroaartD m° Jl a Wr00 If:.4'g w ••' I HARTFORD, < 3 tuarFORD, < iOsc; g 1951 �`SEAGio3 ��? :O_ r CONN. 00NM2 Nit r° �y� �N �� 1•� °j��x�r+cec NN•NA„N�! �>s... ...�`'a 's°'i �,aD i �y� ��M'1AHtfi" State of Connecticut By: City of Hartford ss. Georg Thompson, nior ice President 29th December 2009 On this the day of ,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. G• In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2011. �01/8UG * Marie C.Tetreault,Notary Public 58440-4-09 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 and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may { delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force'and effect and has not been revoked. 3.� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seats of said Companies this day of 2010- Kori M.Johans Assistant Secretary p�SUq PRE 5 AN IN.S e'rysV �iY ANO i s aWw'm4 bbJHP AcRToFnOr+R.Da,�9ao< OF711 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER wr CITY OF RENTON FAIR PRACTICES POLICY orAFFIDAVIT OF COMPLIANCE wr Shoreline Construction Co. hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of Shoreline Construction Co. to offer equal (Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex,national origin,age,disability or veteran status. H. Shoreline Construction Co. complies with all applicable (Name of contractor/subcontractor/consultant/supplier) federal, state and local laws governing non-discrimination in employment. �wr H. When applicable, Shoreline Construction Co. will seek out and rtr (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. rttr Douglas J Suzuki Print Agent/Representative's Name rr President Print Agent/Representa . 's Title �enr owntat s nature aw 4/22/10 Date Signed to Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. MW FA00 I 5\0001 8.00 1\DESIGN(28245)\Specs\Specs for Conveyance—12-2-2008Tinal\2 BIDSPEC-Stonegate.dou +rte Ar wo CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this day of ,"W by and between THE CITY OF RENTON, Washington, a municipal corporatiod of the State of Washington, hereinafter referred to as "CITY" and Shoreline Construction Co., hereinafter referred to as"CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within one hundred twenty (120) 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-10-040 for improvement by construction and installation of: Stonegate Lift Station Conveyance Improvements 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. VW 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if ,r hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans ter f) Bid g) Advertisement for Bids h) Special Provisions,if any dw i) Technical Specifications, if any dw rrr _ r 1 C I-21009 rrr %W to 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such rr 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 to benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract,the City may then serve written notice upon him and his surety of its intention to terminate the Contract,and unless within ten(10)days after the serving of such notice, such 'r 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 VW 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 OW 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 WO remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, fr. 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 ow 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 6, 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 No 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 rr 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, stir 2 C 1.2009 rr VO rr its agents, officers and employees, and involves those actions covered by RCW 4.24.115, „ this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor Ow and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. wr 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 Ow 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 one hundred twenty (120) 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 +rrr 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 wr 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) aw 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. 11tH Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work NO 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 %W 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 so cost to complete the Contract work, including any Additional Costs,: from any and all amounts due or to become due the Contractor. to 3 C 1-2009 Ow W 1W The Contractor agrees the above one year limitation shall not exclude or diminish the City's MW 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 wr 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 $875.888.86 numbers Eight hundred seventy five thousand eight hundred eighty eiaht and 86/100 written words including Washington State Sales Tax. Payments will be made to Contractor as specified in wr, 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. rr 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, 1N 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 ow 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 rw 4 C 1-2009 r �r 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 i"` 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 40 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. aw► 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 1W 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 'w applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 1W 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. err CO OR CITY OF NTON, ow P en r Mayr enls La , �— yrr ATTEST r-t , r Secretary Ronnie I .Walton; ' * ty'Cierk' dba Shoreline Construction Co. Firm Name to check one ❑ Individual ❑ Partnership 0 Corporation Incorporated in to No 5 C 1-2009 ow rr qW Attention: aw 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 rw 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 10 (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear err followed by d/b/a and name of the company. aw sr► err +rr +rr vW to or or rr MW 6 C t-3009 +r %W Client#: 111944 SHORCONS1 DATE(MMID ACORUM CERTIFICATE OF LIABILITY INSURANCE 4/21/2010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION to Propel Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Tacoma Commercial Insurance HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1201 Pacific Ave,Suite 1000 o' Tacoma,WA 98402 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Charter Oak Fire Insurance Comp Shoreline Construction Co. INSURER B: Travelers Property Casualty of P.O.Box 358 INSURERc: American International Specialt rr Woodinville,WA 98072 INSURER D: Travelers Indemnity Co of I INSURER E: COVERAGES DIY THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS rypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR DATE MM/DDIYYYY DATE MM/DD/YYYY 10 A GENERAL LIABILITY 4TC00751 P93000F09 10/01/2009 10/01/2010 EACH OCCURRENCE $11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 000 PR a occurrence) CLAIMS MADE 51OCCUR MED EXP(Any one person) $10,000 ,L; X PD Ded:$5,000 PERSONAL&ADV INJURY $110001000 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2,000,000 POLICY X PRO LOC JECT ON D AUTOMOBILE LIABILITY BA0751P93009CNS 10/01/2009 10/01/2010 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG S B EXCESS/UMBRELLA LIABILITY DTSNCUP075 10/01/2009 10/01/2010 EACH OCCURRENCE $4000000 X OCCUR FICLAIMS MADE 1 P930TIL09 AGGREGATE s4,000,000 DEDUCTIBLE $ X RETENTION $$10,000 $ WORKERS COMPENSATION AND T WC STATU- OTH- TER EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE^4TC00751 P93000F09 10/01/2009 10/01/2010 E.L.EACH ACCIDENT $1,000,000 ilr► OFFICER/MEMBER EXCLUDED? LN1 (Mandatory in NH) (WA Stop Gap) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C OTHER Pollution CP02458084 10/01/2009 10/01/2010 $1,000,000 Per Occ. err Liability $10,000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE:Stonegate Lift Station Conveyance Improvements. rr City of Renton their elected or appointed officers,officials,employees subconsultants,and volunteers are additional insured per the attached endorsement.Coverage is Primary and Non-contributory.Waiver of Subrogation applies per the attached endorsement.Per Project Aggregate endorsement attached.Contractual liability is included per CG0001 10/01. iwr CERTIFICATE HOLDER CANCELLATION 10 Days for Non-Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45_ DAYS WRITTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1055 South Grady Way IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Renton,WA 98057 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE fto I � 1;;&y— &��_ __J ACORD 25(2009/01)1 of 2 #S428617/M428573 © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CT00 rr sc, City of Renton Human Resources & Risk Management Department aw Insurance Information Form FOR: Shoreline Construction, Co. PROJECT NUMBER: CAG-10-040 STAFF CONTACT: John Hobson Certificate of Insurance indicates the coverages/limits specified in X❑ Yes ❑ No contract? to .Are the following coverages and/or conditions in effect? X❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 X❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) 1W CG CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑X No General Aggregate provided on a"per project basis¢CG,_x5GW.* X❑ Yes ❑ No CGD2110104) ❑ Additional Insured wording provided?* 0 Yes No Coverage on a primary basis and non-contributing basis?* ❑X Yes ❑ No Waiver of Subrogation Clause applies?* ❑X Yes ❑ No Severability of Interest Clause(Cross Liability)applies? X❑ Yes ❑ No Notice of Cancellation/Non-Renewal ❑X Yes ❑ No amended to 45 days per RCW 48.18.290?* rrr *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL A + Auto A + Umb A + Professional NA ► This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Propel Insurance Casondra Mossuto Agency/Broker Completed By(Type or Print Name) DyaAly signed by Ca,o d,a Mossuto 1201 Pacific Ave. Suite . 1000 Casondra MOSSUtO°ma;,-cm�p;ope,h'ran(e. m,­bs Date 2010-04.21095244 0]'00' Address Tacoma, WA 98402-4321 Completed By(Signature) rrr Casondra Mossuto 253-761-3454 Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE *MP 1rr wr IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). y,w If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). No DISCLAIMER tw The Certificate of Insurance does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. to r�r aw �r +rr wr w rr ACORD 25(2009/01) 2 of 2 #S428617/M428573 1r rw. COMMERCIAL GENERAL LIABILITY err THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY wr BLANKET ADDITIONAL INSURED wo (CONTRACTORS) This endorsement modifies insurance provided under the following: rr COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or srr agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you '"" "property damage" or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- '�' you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage r organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we .,, exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that "other insurance". But the insurance provided to b) The insurance provided to the additional in- the additional insured by this endorsement still is sured does not apply to "bodily injury", "prop- excess over any valid and collectible "other in- of damage" or "personal injury" arising out surance", whether primary, excess, contingent or +rr of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- w L The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, ow approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 05 ©2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 rrr ww COMMERCIAL GENERAL LIABILITY +�r L How, when and where the "occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we ow ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to "other insur- aw damage arising out of the"occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or "suit" is brought against named insured as described in paragraph 3. to the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. i. Immediately record the specifics of the —DEFINITIONS: ow claim or"suit"and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to it that we under which you are required to include a in- VW soon written notice of the claim or"suit" as person or organization as an additional in- sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the"personal injury" is caused by an send us copies of all legal papers received in offense committed: ow connection with the claim or"suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or w. d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. ow irw UV Q& w +rr �w Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 rw �r. COMMERCIAL GENERAL LIABILITY r�r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT aw This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Im GENERAL DESCRIPTION OF COVERAGE—Provisions A.-H. and J.-N. of this endorsement broaden coverage, and provision I. of this endorsement may limit coverage. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights, duties, and what is and is not covered. A. Broadened Named Insured H. Additional Insured—State or Political Subdivisions B. Extension of Coverage—Damage To Premises I. Other Insurance Condition Rented To You J. Increased Supplementary Payments • Perils of fire, explosion, lightning, smoke,water • Cost of bail bonds increased to$2,500 • Limit increased to$300,000 • Loss of earnings increased to$500 per day C. Blanket Waiver of Subrogation K. Knowledge and Notice of Occurrence or Offense D. Blanket Additional Insured—Managers or Lessors L. Unintentional Omission of Premises E. Incidental Medical Malpractice M. Personal Injury—Assumed by Contract N. Blanket Additional Insured—Lessor of Leased F. Extension of Coverage—Bodily Injury Equipment G. Contractual Liability—Railroads rr PROVISIONS 3. This Provision A. does not apply to any per- A. BROADENED NAMED INSURED son or organization for which coverage is ex- 1. The Named Insured in Item 1. of the Declara- cluded by endorsement. tions is as follows: B. EXTENSION OF COVERAGE — DAMAGE TO PREMISES RENTED TO YOU The person or organization named in Item 1. of the Declarations and any organization, 1. The last paragraph of COVERAGE A. BOD- other than a partnership, joint venture or lim- ILY INJURY AND PROPERTY DAMAGE LI- ited liability company, of which you maintain ABILITY (Section I — Coverages) is deleted ow ownership or in which you maintain the major- and replaced by the following: ity interest on the effective date of the policy. Exclusions c. through n. do not apply to dam- However, coverage for any such additional age to premises while rented to you, or tem- organization will cease as of the date, if any, porarily occupied by you with permission of rr during the policy period, that you no longer the owner, caused by: maintain ownership of, or the majority interest a. Fire; in, such organization. b. Explosion; 2. WHO IS AN INSURED (Section II) Item 4.a. is deleted and replaced by the following: C. Lightning; a. Coverage under this provision is afforded d. Smoke resulting from such fire, explosion, only until the 180th day after you acquire or lightning; or or form the organization or the end of the e. Water. policy period, whichever is earlier. A separate limit of insurance applies to this coverage as described in Section III Limits Of - Insurance. 6W CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 6 rr VW COMMERCIAL GENERAL LIABILITY or 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of go occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner, caused by: PROPERTY DAMAGE LIABILITY(Section I— a. Rupture, bursting, or operation of pres- Coverages) is excluded by endorsement. W sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have swelling of the contents of any building or against any person or organization because of err structure, caused by or resulting from wa- payments we make for injury or damage arising ter; out of: premises owned or occupied by or rented c. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed steam engines, or steam turbines. by you or on your behalf, done under a contract wo with that person or organization; "your work"; or 3. Paragraph 6. of LIMITS OF INSURANCE "your products". We waive this right where you (Section III) is deleted and replaced by the have agreed to do so as part of a written contract, following: executed by you before the "bodily injury" or %W Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal injury" ises Rented To You Limit is the most we will or"advertising injury"offense is committed. pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG- ow damages because of "property damage" to ERS OR LESSORS OF PREMISES any one premises while rented to you, or temporarily occupied by you with permission WHO IS AN INSURED (Section II) is amended to of the owner, caused by: fire; explosion; light- include as an insured any person or organization ning; smoke resulting from such fire, explo- (referred to below as "additional insured") with sion, or lightning; or water. The Damage To whom you have agreed in a written contract, exe- Premises Rented To You Limit will apply to all cuted before the "bodily injury" or"property dam- "property damage" proximately caused by the age" occurs or the "personal injury" or "advertis- ` same "occurrence", whether such damage g injury"in u offense is committed, to name as an results from: fire; explosion; lightning; smoke additional insured, but only with respect to liability resulting from such fire, explosion, or light- arising out of the ownership, maintenance or use w ning; or water; or any combination of any of of that part of any premises leased to you, subject these causes. to the following provisions: The Damage To Premises Rented To You 1. Limits of Insurance. The limits of insurance Limit will be the higher of: afforded to the additional insured shall be the limits which you agreed to provide in the writ- s. $300,000; or ten contract, or the limits shown on the Decla- b. The amount shown on the Declarations rations, whichever are less. for Damage To Premises Rented To You 2. The insurance afforded to the additional in- Limit. sured does not apply to: 4. Paragraph a. of the definition of"insured con- a. An "bodilyor "property dams e" tract" (DEFINITIONS — Section V) is deleted y inur l y g ,rr that occurs, or"personal injury" or"adver- and replaced by the following: tising injury" caused by an offense which a. A contract for a lease of premises. How- is committed, after you cease to be a ten- ever, that portion of the contract for a ant in that premises; lease of premises that indemnifies any b. Any premises .or which coverage is ex- person or organization for damage to cluded by endorsement; or premises while rented to you, or tempo- rarily occupied by you with permission of c. Structural alterations, new construction or the owner, caused by: fire; explosion; demolition operations performed by or on lightning; smoke resulting from such fire, behalf of such additional insured. explosion, or lightning; or water, is not an 3. The insurance afforded to the additional in- "insured contract"; _sured is excess over any valid and collectible " Page 2 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 low COMMERCIAL GENERAL LIABILITY "other insurance" available to such additional together with all related acts or omissions in insured, unless you have agreed in the writ- the furnishing of the services described in err ten contract that this insurance must be pri- paragraph 1. above to any one person will be mary to, or non-contributory with, such "other deemed one'occurrence". insurance". 5. This Provision E. does not apply if you are in rr E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of 1. The following is added to paragraph 1. Insur- the services described in paragraph 1. above. ing Agreement of COVERAGE A. — BODILY 6. The insurance provided by this Provision E. INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible ITY(Section 1—Coverages): 'other insurance" available to the insured, "Bodily injury" arising out of the rendering of, whether primary, excess, contingent or on or failure to render, the following will be any other basis, except for insurance that you deemed to be caused by an 'occurrence": bought specifically to apply in excess of the Limits of Insurance shown on the Declara- a. Medical, surgical, dental, laboratory,x-ray tions of this Coverage Part. or nursing service, advice or instruction, IN- or the related furnishing of food or bever- F. EXTENSION OF COVERAGE — BODILY IN- ages; JURY b. The furnishing or dispensing of drugs or The definition of "bodily injury" (DEFINITIONS — rwr medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow- appliances; ing: c. First aid; or "Bodily injury" means bodily injury, mental an- guish, mental injury, shock, fright, disability, hu- ms d. 'Good Samaritan services. As used in miliation, sickness or disease sustained by a per- this Provision E., "Good Samaritan ser- son, including death resulting from any of these at vices" are those medical services ren- any time. wr dered or provided in an emergency and G. CONTRACTUAL LIABILITY—RAILROADS for which no remuneration is demanded or received. 1. Paragraph c. of the definition of "insured con- 2. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract' (DEFINITIONS — Section V) is deleted wo SURED (Section 11) does not apply to any and replaced by the following: registered nurse, licensed practical nurse, c. Any easement or license agreement; emergency medical technician or paramedic 2. Paragraph f.(1) of the definition of "insured %W employed by you, but only while performing contract' (DEFINITIONS — Section V) is de- the services described in paragraph 1. above leted. and while acting within the scope of their em- ployment by you. Any "employees" rendering H. ADDITIONAL INSURED — STATE OR POLITI- wu "Good Samaritan services" will be deemed to CAL SUBDIVISIONS— PERMITS be acting within the scope of their employ- WHO IS AN INSURED (Section 11) is amended to ment by you. include as an insured any state or political subdi- w+r 3. The following exclusion is added to paragraph vision, subject to the following provisions: 2. Exclusions of COVERAGE A. — BODILY 1. This insurance applies only when required to INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or ITY(Section I—Coverages): building code and only with respect to opera- ow (This insurance does not apply to:) "Bodily in- tions performed by you or on your behalf for jury" or "property damage" arising out of the which the state or political subdivision has is- willful violation of a penal statute or ordinance sued a permit. so relating to the sale of pharmaceuticals com- 2. This insurance does not apply to: miffed by or with the knowledge or consent of a. "Bodily injury," "property damage," "per- the insured. sonal injury" or"advertising injury" arising 4. For the purposes of determining the applica- out of operations performed for the state ble limits of insurance, any act or omission or political subdivision; or °�' CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 3 of 6 ww COMMERCIAL GENERAL LIABILITY b. "Bodily injury" or "property damage" in- insured under any other policy, cluded in the "products-completed opera- including any umbrella or excess tions hazard". policy. 1. OTHER INSURANCE CONDITION When this insurance is excess, we A. COMMERCIAL GENERAL LIABILITY CON- will have no duty under Coverages A DITIONS (Section IV), paragraph 4. (Other or B to defend the insured against Insurance) "suit" if any provider of "other in- Insurance) is deleted and replaced by the fol- surance" has a duty to defend the in- lowing: sured against that "suit". If no pro- 4. Other Insurance vider of "other insurance" defends, If valid and collectible "other insurance" is we will undertake to do so, but we will available to the insured for a loss we be entitled to the insured's rights cover under Coverages A or B of this against all those providers of "other Coverage Part, our obligations are limited insurance". as follows: When this insurance is excess over a. Primary Insurance other insurance", we will pay only %W our share of the amount of the loss, if This insurance is primary except any, that exceeds the sum of: when b. below applies. If this insur- (1) The total amount that all such ance is primary, our obligations are "other insurance" would pay for w► not affected unless any of the "other the loss in the absence of this in- insurance" is also primary. Then, we surance; and will share with all that "other insur- ance" by the method described in c. (2) The total of all deductible and below. self-insured amounts under that b. Excess Insurance "other insurance". This insurance is excess over any of We will share the remaining loss, if the "other insurance", whether pri- any, with any"other insurance"that is not described in this Excess Insur- mary, excess, contingent or on any ance provision. other basis: (1) That is Fire, Extended Coverage, c. Method Of Sharing .r Builder's Risk, Installation Risk, If all of the "other insurance" permits or similar coverage for "your contribution by equal shares, we will work"; follow this method also. Under this or (2) That is Fire insurance for prem- approach each provider of insurance ises rented to you or temporarily contributes equal amounts until it has occupied by you with permission paid its applicable limit of insurance of the owner; or none of the loss remains, which- of comes first. (3) That is insurance purchased by If any of the "other insurance" does you to cover your liability as a not permit contribution by equal tenant for "property damage" to shares, we will contribute by limits. 00 premises rented to you or tempo- rarily occupied by you with per- Under this method, the share of each provider of insurance is based on the mission of the owner; or ratio of its applicable limit of insur- y,,, (4) If the loss arises out of the main- ance to the total applicable limits of tenance or use of aircraft, insurance of all providers of insur- "autos", or watercraft to the ex- ance. tent not subject to Exclusion g. of B. The following definition is added to DEFINITIONS Section 1 — Coverage A — Bodily Injury And Property Damage Li- ability; or "Other insurance": (5) That is available to the insured a. Means insurance, or the funding of losses, when the insured is an additional that is provided by, through or on behalf of: "r"' Page 4 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 COMMERCIAL GENERAL LIABILITY +r (1) Another insurance company; 2. Notice of an "occurrence" or of an offense (2) Us or any of our affiliated insurance com- which may result in a claim will be deemed to .r panies, except when the Non cumulation be given as soon as practicable to us if it is of Each Occurrence Limit section of given in good faith as soon as practicable to Paragraph 5 of LIMITS OF INSURANCE your workers' compensation insurer. This ap- ,�rr (Section III)or the Non cumulation of Per- plies only if you subsequently give notice of sonal and Advertising Injury limit sections the "occurrence" or offense to us as soon as of Paragraph 4 of LIMITS OF INSUR- practicable after you, one of your "executive ANCE (Section III) applies; officers"(if you are a corporation), one of your partners who is an individual (if you are a (3) Any risk retention group; partnership), one of your managers(if you are (4) Any self-insurance method or program, a limited liability company), or an "employee" other than any funded by you and over (such as an insurance, loss control or risk which this Coverage Part applies; or manager or administrator) designated by you (5) Any similar risk transfer or risk manage- to give such notice discovers that the "occur- ment method. rence"or offense may involve this policy. "W b. Does not include umbrella insurance, or ex- 3. This Provision K. does not apply as respects cess insurance, that you bought specifically to the specific number of days within which you apply in excess of the Limits of Insurance are required to notify us in writing of the shown on the Declarations of this Coverage abrupt commencement of a discharge, re- Partlease or escape of "pollutants" that causes J. INCREASED SUPPLEMENTARY PAYMENTS "bodily injury" or "property damage" which may otherwise be covered under this policy. Paragraphs 1.b. and 1.d. of SUPPLEMENTARY L. UNINTENTIONAL OMISSION PAYMENTS— COVERAGES A AND B (Section —Coverages)are amended as follows: The following is added to COMMERCIAL GEN- - ERAL LIABILITY CONDITIONS (Section IV), 1. In paragraph 1.b., the amount we will pay for paragraph 6. (Representations): the cost of bail bonds is increased to$2500. The unintentional omission of, or unintentional 2. In paragraph 1.d., the amount we will pay for error in, any information provided by you which loss of earnings is increased to$500 a day. we relied upon in issuing this policy shall not +rr K. KNOWLEDGE AND NOTICE OF OCCUR- prejudice your rights under this insurance. How- RENCE OR OFFENSE ever, this Provision L. does not affect our right to 1. The following is added to COMMERCIAL collect additional premium or to exercise our right GENERAL LIABILITY CONDITIONS (Section of cancellation or nonrenewal in accordance with IV), paragraph 2. (Duties In The Event of Oc- applicable state insurance laws, codes or regula- currence, Offense, Claim or Suit): tions. Notice of an "occurrence" or of an offense M. PERSONAL INJURY — ASSUMED BY CON- which may result in a claim must be given as TRACT soon as practicable after knowledge of the 1. The following is added to Exclusion e. (1) of "occurrence" or offense has been reported to Paragraph 2., Exclusions of Coverage B. you, one of your "executive officers" (if you Personal Injury, Advertising Injury, and are a corporation), one of your partners who Web Site Injury Liability of the Web XTEND is an individual (if you are a partnership), one Liability endorsement: r. of your managers (if you are a limited liability Solely for the purposes of liability assumed in company), or an "employee" (such as an in- an "insured contract", reasonable attorney surance, loss control or risk manager or ad- fees and necessary litigation expenses in- ministrator) designated by you to give such curred by or for a party other than an insured notice. are deemed to be damages because of "per- Knowledge by any other "employee" of an sonal injury" provided: "occurrence" or offense does not imply that (a) Liability to such party for, or for the cost you also have such knowledge. of, that party's defense has also been as- CG D3 16 07 04 Copyright, The Travelers Indemnity Company, 2004 Page 5 of 6 trr COMMERCIAL GENERAL LIABILITY ter+ sumed in the same "insured contract"; N. BLANKET ADDITIONAL INSURED — LESSOR and OF LEASED EQUIPMENT a r (b) Such attorney fees and litigation ex- WHO IS AN INSURED (Section II) is amended to penses are for defense of that party include as an insured any person or organization against a civil or alternative dispute reso- (referred to below as "additional insured") with lution proceeding in which damages to whom you have agreed in a written contract, exe- which this insurance applies are alleged. cuted before the "bodily injury" or "property dam- 2. Paragraph 2.d. of SUPPLEMENTARY PAY- age" occurs or the "personal injury" or "advertis- MENTS — COVERAGES A AND B (Section I ing injury" offense is committed, to name as an t. — Coverages) is deleted and replaced by the additional insured, but only with respect to their li- following: ability for"bodily injury", "property damage", "per- sonal injury" or "advertising injury" caused, in d. The allegations in the "suit" and the in- whole or in part, by your acts or omissions in the �" formation we know about the "occur- maintenance, operation or use of equipment rence"or offense are such that no conflict leased to you by such additional insured, subject appears to exist between the interests of to the following provisions: aw the insured and the interests of the in- demnitee; 1. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the 3. The third sentence of Paragraph 2 of SUP- limits which you agreed to provide in the writ- PLEMENTARY PAYMENTS — COVERAGES ten contract, or the limits shown on the Decla- ' A AND B Section I — Coverages) is deleted ( g ) rations, whichever are less. and replaced by the following: 2. The insurance afforded to the additional in- Notwithstanding the provisions of Paragraph sured does not apply to any "bodily injury" or VOL 2.b.(2) of Section I — Coverage A— Bodily In- "property damage" that occurs, or "personal jury And Property Damage Liability, or the injury" or"advertising injury" caused by an of- provisions of Paragraph 2.e.(1) of Section 1 — fense which is committed, after the equipment so Coverage B— Personal Injury, Advertising In- lease expires. jury And Web Site Injury Liability, such pay- ments will not be deemed to be damages for 3. The insurance afforded to the additional in- "bodily injuryand "property damage", or sured is excess over any valid and collectible No damages for"personal injury", and will not re- "other insurance" available to such additional duce the limits of insurance. insured, unless you have agreed in the writ- ten contract that this insurance must be pri- 4. This provision M. does not apply if coverage mary to, or non-contributory with, such "other a, for "personal injury" liability is excluded by insurance". endorsement. aw ow to tiff to +w Page 6 of 6 Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 to `w COMMERCIAL GENERAL LIABILITY rrr POLICY NUMBER: ISSUE DATE: -THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Aw DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project ` Designated Project(s): General Aggregate(s): i EACH "PROJECT" FOR WHICH YOU HAVE AGREED, GENERAL AGGREGATE LIMIT VAW IN A WRITTEN CONTRACT WHICH IS IN EFFECT SHOWN ON THE DECLARATIONS DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project"shown in the Schedule above: shown in the Declarations nor shall they re- n. A separate Designated Project General Ag- duce any other designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project"shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each err Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; rr� der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- b. Claims made or"suits"brought, or nated "project"shown in the Schedule above: c. Persons or organizations making claims or bringing "suits". sw CG D2 11 01 04 Copyright,The Travelers Indemnity Company, 2004 Page 1 of 2 raw COMMERCIAL GENERAL LIABILITY r 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in MW medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General ow Aggregate Limit. 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2.of SECTION III—LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project" means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1)which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project"shown in the considered a single"project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. r 9 r� r.. rr Aw Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 is rr• A` CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS a+ The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR)under Contract Number CAG-10-040. The (CONTRACTOR)shall +rr! assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) ,r • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles rr • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) 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. (6) 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. a• •.r Stonegatelnsurancepk.doc\ us to Aw LIMITS REQUIRED The CONTRACTOR shall carry the following limits of liability as required below: rrr Commercial General Liability General Aggregate* $ 2,000,000 ' Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability 4W Bodily Injury/Property Damage $ 1,000,000 (Each Accident) go Workers'Compensation Coverage A(Workers'Compensation)- Show WA L&I Number A Umbrella Liability 9W 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 (The City may require the CONTRACTOR keep this policy in effect �1r for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 r Stonegatelnsurancepk.docx\ ria rs ADDITIONAL REQUIREMENTS CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers .r and Roth Hill, Inc. LLC, as Additional Insureds (ISO Form CG 2010 or equivalent). CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further,all policies of insurance described above shall: dw 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. arr 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) lift. 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. w 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 and the CONTRACTOR'S expense to comply with the WV 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. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for �. two(2)years after completion of the project. r. wr .r Stonegatelnsurancepk.docx\ Wr PREVAILING MINIMUM HOURLY WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts rr The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 3-03-2010 r (See Benefit Code Key) Over PREVAILING Time Holiday Note ,,. Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 IH 5D WW BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1 M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S TRAVELING WAXER/SHAMPOOER $18.39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22,65 2F 5S WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H 5D BRIDGE,DOCK AND WARF CARPENTERS $48.47 1 H 5D CARPENTER $48.47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48,74 IH 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D rr MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D +�+ STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS aie JOURNEY LEVEL $49.15 1M 5D DIVERS&TENDERS DIVER $100.28 1 M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1 M 5D SURFACE RCV&ROV OPERATOR $52.23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49.06 1T 5D 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L Pagel va KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Cods LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P fd ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25.34 1E 5L ELECTRICIANS-INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER(TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL(TUNNEL) $61.95 2W 5L ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 513 FENCE ERECTORS It FENCE ERECTOR $15.18 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $59.32 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41.28 1 H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 rr. KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over wr PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 rr INLAND BOATMEN CAPTAIN $48.39 1K 5B COOK $45.36 1K 5B rrr DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B MATE,LAUNCH OPERATOR $47.35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS 1W JOURNEY LEVEL $48,47 1M 5D IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D rr BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D "KO CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN(OVER 30 LBS) $40.77 1H 5D CHIPPING GUN(UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D ver CHUCK TENDER $40.03 1 H 5D CLEAN-UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D r CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1 H 5D CURING LABORER $40.03 1H 5D ow DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D ary DRILL OPERATOR(HYDRAULIC, DIAMOND) $40.77 1 H 5D DRILL OPERATOR,AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1 H 5D EPDXY TECHNICIAN $40.03 1H 5D 1W EROSION CONTROL WORKER $40.03 1H 5D FALLER/BUCKER,CHAIN SAW $40,77 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1 H 5D rr construction debris cleanup) Page 3 r� �r KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D so FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER&TRANSIT PERSON $41.28 1 H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1 H 5D HIGH SCALER $41.28 1H 5D HOD CARR]ER/MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1H 5D :," MANHOLE BUILDER-MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 1H 5D jam, PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $40.77 1 H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40.77 1H 5D PIPE RELINER(NOT INSERT TYPE) $40.77 1H 5D PIPELAYER&CAULKER $40.77 1H 5D PIPELAYER&CAULKER(LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 5D POTTENDER $40.03 1H 5D POWDERMAN $41.28 1H 5Dj POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER(POWER) $40.77 1H 5D RE-TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER(OVER 20") $40.77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER(CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN(AT JOB SITE) $40.03 1H 5D TOPPER-TAILER $40.03 1H 5D TRACKLABORER $40.03 1H 5D TRACK LINER(POWER) $40.77 1H 5D Page 4 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1 H 5D �®► TUGGER OPERATOR $40.77 1 H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 5D VINYL SEAMER $40.03 1H 5D WELDER $40.03 1H 5D WELL-POINT LABORER $40.77 1H 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER&TOPMAN $40.03 1 H 5D PIPE LAYER $40.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 err LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28,17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.74 1H 5D MARBLE.SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9,78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 err WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 wr, ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 •r. PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS ,. JOURNEY LEVEL $66.44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 1T 5D 8P ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE,EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P Ow BARRIER MACHINE(ZIPPER) $49.90 1T 5D 8P Page 5 ir, KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BATCH PLANT OPERATOR,CONCRETE $49.90 1T 5D 8P BELT LOADERS(ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT(SKID STEER) $47.12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE,FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $49.48 1T 5D 8P CRANES,OVER 300 TONS, OR 300'OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $49.90 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $50.39 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $50.94 1T 5D 8P 116 CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $50.94 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P i DECK ENGINEER/DECK WINCHES(POWER) $49.90 1T 5D 8P DERRICK,BUILDING $50.39 1T 5D 8P DOZER,QUAD 9,D-10,AND HD-41 $50.39 1T 5D 8P DOZERS,D-9&UNDER $49.48 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS,(3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.90 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P Ilk HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 1T 5D 8P Page 6 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over Aw PREVAILING Time Holiday Note Classification WAGE Code Code Code HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 1T 5D 8P rrr LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $50.94 1T 5D 8P LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES,ALL $49.90 1T 5D 8P ow MECHANICS,ALL $50.94 1T 5D 8P MIXERS,ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $50.39 1T 5D 8P awMOTOR PATROL GRADER(NON-FINISHING) $49.48 1T 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR 10 PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER,MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS,WATER $47.12 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P r REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P aw ROLLER,OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO-MILL,ROTO-GRINDER $49.90 1T 5D 8P SAWS,CONCRETE $49.48 1T 5D 8P aw SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50.39 1T 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCRAPER-SELF PROPELLED,HARD-TAIL END DUMP,ARTICULATING $49.90 1T 5D 8P `K OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS,(75 HP&UNDER) $49.48 1T 5D 8P TRACTORS,(OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P + WELDER $50.39 1T 5D 8P WHEEL TRACTORS,FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER $49.90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 4A 5A Page 7 ar, KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TREE TRIMMER GROUNDPERSON $27.55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $37.91 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $34.54 1H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $23.03 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $24.09 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $24.46 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $34.69 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $62.56 1G 5A RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $35.25 1R 6L RESIDENTIAL SOFT FLOOR LAYERS IIIA JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $36.81 2R 5C RESIDENTIAL STONE MASONS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1 M 5A RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $21.46 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $25.17 1 1 ROOFERS JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.59 1B 6X ELECTRICIAN $33.45 1B 6X HEAT&FROST INSULATOR $50.28 1S 5J LABORER $32.17 1B 6X Page 8 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over r PREVAILING Time Holiday Note Classification WAGE Code Code Code MACHINIST $33.28 1B 6X OPERATOR $35.61 1B 6X 'r PAINTER $33.21 1B 6X PIPEFITTER $33.18 IB 6X RIGGER $33.17 1B 6X SANDBLASTER $32.16 1B 6X SHEET METAL $33.19 1B 6X SHIPFITTER $33.17 1B 6X TRUCKER $33.04 1 B 6X WAREHOUSE $33.09 1B 6X WELDER/BURNER $33.17 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) Vw SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A .rr SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $64.29 1X 5C • STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 SURVEYORS ASSISTANT CONSTRUCTION SITE SURVEYOR $49.48 1T 5D 8P CHAIN PERSON $48.96 1T 5D 8P CONSTRUCTION SITE SURVEYOR $50.39 1T 5D 8P TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $32.27 2B 5A rr HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER(REPAIRER) $30.94 26 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A ift TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINE PERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A Yr1 Page 9 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE SETTERS JOURNEY LEVEL $21.65 1 TILE,MARBLE&TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 1T 5D 8L DUMP TRUCK&TRAILER $46.47 1T 5D 8L OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 f� Page 10 t Department of Labor and Industria Prevailing Wage R+r.SSA}�o� STATEMENT OF INTENT TO ('G")9U7-53" PAY PREVAILING WAGES tv,\vw.lni.wa.gov//'I-radesLicensing/Prevailing Wage s o Public Works Contract $25.00 Filing Fee Reg*uired • This form must be typed or printed in ink. Project Name Contract# rra • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be psled online at the above website. )liP O II`F *• Address no Contractor,company or agency name,address,city,state&Z1P+4 City State ZIP+4 ara Awarding Agency Project Contact Person Phone N County where work was foed City where workwas performed perrm Bid due date (mm/dd/yy) Date contract awarded (mWdd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly benefits yra .r as . Company name Indicate total dollar amount of your contract or time and materials if applicable. $ Address I hereby certify that the above information is correct and that all workers t employ on this Public Works Project will be paid no less ` than the Prevailing Wage Rate(s) as determined by the Industrial City State Z]P+4 Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature :ar Industrial Insurance Account Number - -----On- — -— - Email address Phone number For L&t Us-e ly--- ----__---- _---_-- - _-- Check Number ❑ $25 or $ For L&1 Use Only Issued By: APPROVED: Department of Labor and Industries By gra Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy-Ul aaa Department of Labor and Industries Prevailing Wage AFFIDAVIT OF WAGES PAID �ayarerao+ Oy (360)902-5335 Public Works Contract http://www.Ini.wa.gov/TradesLicensing/PrevailingWage 41W1�•„�`° $25.00 Filing Fee Required a This form must be typed or printed in ink. Project Name Contract# • Fill in all blanks or form will be returned for correction see back. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) ' • Once approved,your form will be posted online at the website above. .t1 KOs, D Q. �LS1Jr�i � Address Contractor,companyoragency name,address,city,state&ZIP+4 MW City state ZIP+4 Awarding Agency Project Contact Person Phone# No County where work was performed City where work was performed Bid due date(mm/dd/yy) Date contract awarded (mm/dd/yy) No Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Was all work subcontracted? Did you intend to use subcontractors' Prime contractor(has contract with the public agency) Contractor Registration No. raw ❑ Yes ❑ No ❑ Yes ❑ No Job start date(mm/dd/yy) Craft/trade/occupation and apprentices.(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly t trade,dates of work on project,stage of progression,wage and fringe.) of workers worked-ea.trade Hourly Pay Fringe Benefits Indicate number of owners that performed work. ■rr low trr +ar UW r Company name Indicate total dollar amount of your contract. Address I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less Noworkers the Prevailing Wage Rate(s) as determined by the Industrial City State ZTP+4 Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature tt�1i Industrial Insurance Account Number Email address Phone number +rtr Check Number: ❑ $25 or $ tx k ,�For::,fi:: k"la 'Xr.�jE ” r r .. . Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-007-000 affidavit of wages 10-06 After APPROVAL,send white coov to AwardinL,Agency. Canary copy-L&1 to CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project: Stonegate Lift Station Conveyance Improvements Contract No.: WWP-27-3473 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' *W This for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. +r Company Name wr. By: Title: aw 1W 40 to err err we dw F:A0015\00018.001\DESIGN(28245)\Specs\Specs for Conveyance--]2-2-2008\Final\2 BIDSPEC-Stonegate.docx ow 00 LOCAL AGENCY (APWA) GENERAL SPECIAL PROVISIONS VW 1-01.3 Definitions (September 12, 2008 APWA GSP) w This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of rrr Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer' shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 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 dw the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the +o proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates `w 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. or Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date No 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 r® unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute so Local Agency(APWA)GSP 1 40 facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. 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. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. 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 Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. '1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; , (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and wo Local Agency(APWA)GSP 2 11111► we "" (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." aw Add the following new section: 1-02.1(1) Supplemental Qualifications Criteria *W (March 25, 2009 APWA GSP; may not be used on FHWA-funded projects) In addition, the Contracting Agency has established Contracting Agency-specific to and/or project-specific supplemental criteria, in accordance with RCW 39.04.350(2), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in the Instructions to Bidders. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: ow 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. 00 After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: No To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 4 Furnished automatically go and Contract Provisions upon award. Large plans (e.g., 22" x 4 Furnished only upon 34") and Contract request. to Provisions Additional plans and Contract Provisions may be purchased by the Contractor by No payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. w. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on wr the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone Local Agency(APWA)GSP 3 err number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of W Washington Contractor's Registration Number; and a Business License Number, if applicable. 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. ,rr Any correction to a bid made by interlineation, 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 (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 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; Local Agency(APWA)GSP 4 wrM aw we 5. Signature of the bidder's officer empowered to sign official statements.. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said ow signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. ow If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 4. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the 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 rrr proper handling and delivery. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) 4W Revise item 1 to read: 1W 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 completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to •+� meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option A; may not be used on FHWA-funded projects) Delete this Section and replace it with the following: Local Agency(APWA)GSP 5 rrrr A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. 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; or 4. an unsatisfactory performance record exists based on past or current err Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or Local Agency(APWA)GSP 6 r 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the aw supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private r.. enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. „ If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option C; may not be used on FHWA-funded projects) aw Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. 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; or Local Agency(APWA)GSP 7 wr wli 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise) which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency; or 10. the Bidder fails to meet the Project-specific supplemental bidder responsibility criteria listed in the Instructions to Bidders. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 so hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. 10 The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining No such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. Local Agency(APWA)GSP 8 Ilii 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 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 and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance 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 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. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required Local Agency(APWA)GSP 9 rr + by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. "` Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the number of calendar days after the award date stated above, 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. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) 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 a 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(or the subcontractors or lower tier subcontractors of the Contractor)to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the 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 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). rr wrfi Local Agency(APWA)GSP 10 rr. Add the following new section: 1-03.4(1) Retainage in Lieu of Contract Bond (October 10, 2008 APWA GSP) For contracts of$35,000 or less, the Contractor may, at the Contractor's option, "" authorize the Contracting Agency to retain fifty percent(50%) of the contract amount in lieu of furnishing a performance and/or payment bond. If the Contractor elects this option, the retainage shall be held for a period of thirty (30) days after the date of aw final acceptance, or until receipt of all necessary releases from the Departments of Revenue and of Labor and Industries and settlement of any liens filed under RCW 60.28, whichever is later. The Contractor must advise the Contracting Agency in writing of the Contractor's election to authorize retainage in lieu of a bond, at the time of execution of the Contract. + . In choosing this option, the Contractor agrees that if the Contractor, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract, and shall faithfully perform all the provisions of such contract and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that may hereafter be made, at the time and in the manner therein specified, and shall pay all laborers, mechanics, subcontractors, and material suppliers, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work, on his or her part, and shall indemnify and save harmless the Contracting Agency, its officers and agents from any claim for such payment, then the funds retained in lieu of a performance bond shall be released at the time provided above; otherwise, the +� funds shall be retained until the Contractor fulfills the said obligations. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order 1w 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, includinq APWA General Special Provisions, if they are included, 4. Contract Plans, r. 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 'y 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.6 Variation in Estimated Quantities AW Local Agency(APWA)GSP 11 1W (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) Supplement this Section with the following: The quantities for Foundation Gravel have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications. �Ir 1-04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP, Option A; may not be used on FHWA-funded projects) Delete the first paragraph, and replace it with the following: so Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal to quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended ` bid price for that item at time of award is equal to or greater than 10 percent of the the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein: + 1-04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP, Option B, may not be used on FHWA-funded projects) Delete the first paragraph, and replace it with the following: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be " adjusted as described herein. 1-05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub-sections: 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; Local Agency(APWA)GSP 12 sir 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. irr On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. 1-05.4(2) Bridge and Structure Surveys (October 1, 2005 APWA GSP) rr For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor's organization an experienced team of surveyors. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the Engineer: ,w 1. Centerline or offsets to centerline of the structure. 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set No grades at reasonably short distances. 4. Monuments and control points as shown in the Plans. „o The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the wr following tolerances: Stationing +.01 foot Alignment +.01 foot(between successive points) Superstructure Elevations +.01 foot (from plan elevations) Substructure Elevations +.05 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. ` The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated. WW 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) aw Supplement this section with the following: ow If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer 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. Local Agency(APWA)GSP 13 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. 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. 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. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor 04 shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of 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 therefor. ' Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without Local Agency(APWA)GSP 14 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 r 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 When the Contractor considers the work physically complete and ready for final ,W 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 aw 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 VW pursuant to Section 1-05.7. 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 aw hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. w. 1-05.11(3) Operational Testing a. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Local Agency(APWA)GSP 15 rw 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 +r manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All `rr correspondence from the Contractor constituting any notification, notice of protest notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via , mail delivery service to the Project Engineer's office. Electronic copies such as e- mails or electronically delivered copies of correspondence will not constitute such notice and will not comply'with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) 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. �w Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect,or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial Local Agency(APWA)GSP 16 " information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) +w Supplement this section with the following: 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 V, 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, persons, including aw 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 AV care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy wo of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project ww 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 MW review and adequacy of the Contractor's safety measures in, on, or near the project site. go 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the Wr following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 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 %W to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. Local Agency(APWA)GSP 17 ow 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. rri+ 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 we 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 a 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 W work. 1-07.2(3) State Sales Tax— Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. Local Agency(APWA)GSP 18 r ` 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). +W 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 0 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers w approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington ow (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer(including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated "' (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of to 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or o„ economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. V" D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. w. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). rrr Local Agency(APWA)GSP 19 mr 4W H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. 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. J. 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) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s)for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)6. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a w+ separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Local Agency(APWA)GSP 20 1�1 r �w 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: low Per project aggregate Premises/Operations Liability Products/Completed Operations —for a period of one year following final acceptance 40 of the work. Personal/Advertising Injury Contractual Liability wr Independent Contractors Liability Stop Gap/ Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) No Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap/ Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee %W 1-07.18(5)8 Automobile Liability Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if"pollutants" are to be transported. to Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 00 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.18(5)D Coverage for Working On, Over, or Near Navigable Waters +�r Local Agency(APWA)GSP 21 wr a�P (May 10, 2006 APWA GSP) This contract involves work on or adjacent to navigable water, as defined by the U.S. Department of Labor. The Contractor therefore shall provide proof of insurance coverage in compliance with the statutory requirements of the U.S. Longshore and Harbor Workers' Compensation Act(administered by the U.S. Department of Labor). If the Contractor is working from barges or any other watercraft, owned or non-owned, the Contractor must maintain Protection and Indemnity (P&I) insurance providing coverage for actions of the crew to third parties to the same limits stated under Section ' 1-07.18(5)A for Commercial General Liability Insurance. The Contractor must also provide proof of insurance coverage in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the "Jones Act"). rrr 1-07.18(5)E All Risk Builder's Risk (May 10, 2006 APWA GSP) Contractor shall purchase and maintain Builders Risk insurance covering interests of the Contracting Agency, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. Such insurance shall cover"soft costs" including but not limited to design costs, licensing fees, and architect's and engineer's fees. Builders Risk insurance shall be written in the amount of the completed value of the project, with no coinsurance provisions. The Builders Risk insurance covering the work shall have a deductible of$5,000 for , each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood, earthquake and all other perils may be accepted by the Contracting Agency upon written request by the Contractor and written acceptance by the Contracting Agency. Any increased deductibles accepted by the Contracting Agency will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the Ad Contracting Agency. The Contractor and the Contracting Agency waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 1-07.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of 27,n"1111 on per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. Local Agency(APWA)GSP 22 r. w This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-07.18(5)G Pollution Liability (May 10, 2006 APWA GSP) AW The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of: Contractor's operations related to this project; and/or • Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or • Transportation of hazardous materials away from any site related to this project. r ► Such Pollution Liability policy shall provide the following minimum coverage: $1,000,000 each loss and annual aggregate 1-07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design-related non- construction professional services shall provide evidence of Professional Liability too insurance covering professional errors and omissions. Such policy must provide the following minimum limits: $1,000,000 per Claim «r. If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability a. coverage. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) 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 in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. w 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 Local Agency(APWA)GSP 23 MW the work. Exceptions to this are noted in the Bid Documents or will be 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 No 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 may be included in the "' Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. No Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. 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 has 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 or 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 Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must,be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Local Agency(APWA)GSP 24 I IM Add the following new section: aw 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) VW 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 purpose of the preconstruction conference will be: + ► 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; r 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. "'■' Add the following new section: 1-08.0(2) Hours of Work �.. (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8- hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be '■' submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 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 Local Agency(APWA)GSP 25 `rr 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 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 costs in excess of straight-time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; 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 rrr time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees „ when in the opinion of the Engineer, such work necessitates their presence. Add the following new section: 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects) Where the Contractor elects to work on a Saturday, Sunday, or 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. In such case, the Contracting Agency may deduct from nr► amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting - D/M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA-funded projects) Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This arr► certification shall be submitted to the Engineer, on the form provided by the Engineer, on 20 calendar days after physical completion of the contract. 1-08.3(2)A Type A Progress Schedule (October 10, 2008 APWA GSP; may not be used on FHWA-funded projects) Local Agency(APWA)GSP 26 w Revise this section to read: aw The Contractor shall submit 4 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall 1W identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. VM 1-08.3(2)B Type B Progress Schedule (October 10, 2008 APWA GSP; may not be used on FHWA-funded projects) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), o, except that it may be limited to only those activities occurring within the first 60 working days of the project. Revise the first sentence of the second paragraph to read: .. The Contractor shall submit 4 copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. Revise this section to read: �. 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with 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, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. 4W Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. No 1-08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) rr Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Local Agency(APWA)GSP 27 �r Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. if substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or 10 whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. 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. Revise the sixth 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 Documentsr 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. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.5 Time for Completion (June 28, 2007 APWA GSP, Option 8) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each ow Local Agency(APWA)GSP 28 a& u week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the a, physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. 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. „W Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the we 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. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) r 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, and path for public use during suspension (as required in Section 1-07.23 or the Special aw Provisions). This may include a temporary road or detour. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: Local Agency(APWA)GSP 29 wr The Contracting Agency 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 Contractor's total bid. However, the Contracting Agency 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 Engineer. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to we the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon "W progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. 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 — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. w# Local Agency(APWA)GSP 30 im Progress payments for work performed shall not be evidence of acceptable o„ performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. WV Payments will be made by warrants, 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 ow 39.04.250. 1-09.13(3) Claims $250,000 or Less two (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: w 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 nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: irr 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 aw basis for decisions. 1-10.5(1) Lump Sum Bid for Project (No Unit Items) VW (January 23, 2006 APWA GSP) Revise the pay item name to read: aw "Project Temporary Traffic Control,", lump sum. 5-04.3(7)A Mix Design to (April 27, 2009 APWA GSP) Section is deleted and replaced with: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA rr Local Agency(APWA)GSP 31 accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350- 042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti-strip requirements has been made. Anti- strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant-strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. C. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. wr 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered •r verified and the test results will be used as acceptance sample number one. C. If the test results from the first Production Sample are outside the �rw tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. Local Agency(APWA)GSP 32 irr 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. "W 5-04.3(8)A, Acceptance Sampling and Testing— HMA Mixture Items 1 & 2 are deleted and replaced with: 1. General. Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 1W Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, ow paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be `" accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. Im 5-04.3(8)A, Acceptance Sampling and Testing— HMA Mixture Item 4, is replaced with the following: .o 4. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. wr. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously wr Local Agency(APWA)GSP 33 verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 7 is deleted. 5-04.5(1)A Price Adjustments for Quality of HMA Mixture The first paragraph 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 '/2", 1 '/2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Paragraph two, items 1-3 are deleted and replaced with: 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 Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF 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 Local Agency(APWA)GSP 34 of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. ++ 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. For use when HMA is being utilized on a project .w 9-03.8(2) HMA Test Requirements (May 25, 2006 APWA GSP) Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 1 million. 9-03.8(7) HMA Tolerances and Adjustments Ar (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing rr, 1", W, '/2", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1- 06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99- 100. The tolerance limits on sieves shall only apply to sieves with control points. Local Agency(APWA)GSP 35 +r SPECIAL PROVISIONS a& ou INTRODUCTION TO TECHNICAL SPECIFICATIONS STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS me The specifications for this Contract include Divisions 1-9 which contain the City of Renton Special Provisions to the 2008 WSDOT Standard Specifications for Road, Bridge, and Municipal Constructions. The General Requirements for the entire Contract are provided in Division 1 of the City of Renton Aw Special Provisions. The Work to be performed within Divisions 1-9 of the Special Provisions shall generally include, but not or be limited to the following: • Mobilization; 0 Sanitary sewer gravity mains, force mains, and manholes; • Air Vacuum Valve Assembly; • Asphalt grinding and full overlay; �r • Cement concrete sidewalk, curbs, and gutters south of the Stonegate Lift Station; • Landscaping; • Traffic Control, Property Restoration, and Construction Surveying; • Temporary Erosion and Sedimentation Control Facilities; • All dewatering, excavation, shoring, import backfill materials, and haul as required to perform the work listed within Divisions 1-9. dw w W ar w. SPECIALPROVISIONS..............................................................................................................8 1-01 DEFINITIONS AND TERMS.............................................................................................8 1-01.1 General.......................................................................................................................... 8 1-01.3 Definitions...................................................................................................................... 8 1-02 BID PROCEDURES AND CONDITIONS.....................................................................10 rr 1-02.6 Preparation of Proposal............................................................................................... 10 1-02.6(1) Proprietary Information....................................................................................... 10 1-02.12 Public Opening of Proposals...................................................................................... 10 1-03 AWARD AND EXECUTION OF CONTRACT..............................................................10 1-03.1 Consideration of bids................................................................................................... 10 err 1-03.2 Award of Contract......................................................................................................... 10 1-03.3 Execution of Contract....................................................................................................11 r 1-04 SCOPE OF WORK........................................................................................................... 11 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda 11 1-04.3 Contractor-Discovered Discrepancies......................................................................... 12 1-04.4 Changes........................................................................................................................ 12 1-04.8 Progress Estimates and Payments................................................................................ 12 1-04.11 Final Cleanup............................................................................................................. 12 1-05 CONTROL OF WORK.....................................................................................................12 1-05.4 Conformity With and Deviation from Plans and Stakes............................................... 12 ... 1-05.4(3) Contractor Supplied Surveying............................................................................ 13 1-05.4(4) Contractor Provided As-Built Information.......................................................... 14 1-05.7 Removal of Defective and Unauthorized Mork............................................................. 14 wr 1-05.10 Guarantees................................................................................................................. 15 1-05.11 Finallnspection.................................................:........................................................ 15 rr 1-05.11(1) Substantial Completion Date............................................................................. 15 1-05.11(2) Final Inspection Date......................................................................................... 16 1-05.11(3) Operational Testing............................................................................................ 16 ` 1-05.12 Final Acceptance........................................................................................................ 16 1-05.14 Cooperation with Other Contractors......................................................................... 16 1-05.18 Contractor's Daily Diary............................................................................................ 17 1-06 CONTROL OF MATERIAL............................................................................................18 1-06.1 Approval of Materials Prior to Use.............................................................................. 18 1-06.2(1) Samples and Tests for Acceptance...................................................................... 18 1-06.2(2) Statistical Evaluation of Materials for Acceptance.............................................. 18 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................18 1-07.1 Laws to be Observed.................................................................................................... 18 Special Provisions with Table of Contents.docx 1 rr 1-07.6 Permits and Licenses.................................................................................................... 18 1-07.9 Wages............................................................................................................................. 19 1.-07.9(5) Required Documents ........................................................................................... 19 1-07.11 RequirementsforNondiscrimination........................................................................... 19 1-07.11(11) City of Renton Affidavit of Compliance.......................................................... 19 1-07.12 Federal Agency Inspection......................................................................................... 19 1-07.13 Contractor's Responsibility for Work........................................ 1-07.13(1) General............................................................................................................... 19 1-07.15 Tempormy Water Pollution/Erosion Control.............................................................. 20 1-07.16 Protection and Restoration of Property...........................:..................:........................ 20 1-07.16(1) Private/Public Property......................................................................................20 1-07.16(1)A Protection and Restoration of Existing Markers and Monuments..................21 rri 1-07.17 Utilities and Similar Facilities................................................................................... 21 1-07.17(1) Interruption of Services.....................................................................................23 1-07.18 Public Liability and Property Damage Insurance...................................................... 23 1-07.18(1) General...............................................................................................................23 1-07.18(2) Coverages .......................................................................................................... 23 1-07.18(3) Limits.................................................................................................................24 1-07.18(4) Evidence of Insurance:....................................................................................... 25 1-07.22 Use of Explosives........................................................................................................ 26 1-07.23 Public Convenience and Safety.................................................................................. 26 1-07.23(1) Construction Under Traffic................................................................................26 1-07.24 Rights of Way.............................................................................................................. 26 tw 1-08 PROSECUTION AND PROGRESS................................................................................27 1-08.0 PreliminaryMatters...................................................................................................... 27 1-08.0(1) Preconstruction Conference.................................................................................27 1-08.1 Subcontracting.............................................................................................................. 28 1-08.1(2) Hours of Work...................................................................................................... 29 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees..............29 1-08.2 Assignment.................................................................................................................... 29 1-08.3 Progress Schedule......................................................................................................... 29 1-08.4 Notice to Proceed and Prosecution of the Work........................................................... 30 At 1-08.5 Time For Completion.................................................................................................... 31 1-08.6 Suspension of Work....................................................................................................... 32 1-08.9 Liquidated Damages..................................................................................................... 32 1-08.11 Contractor's Plant and Equipment............................................................................. 32 1-08.12 Attention to Work........................................................................................................ 33 1-09 MEASUREMENT AND PAYMENT...............................................................................33 1-09.1 Measurement of Quantities........................................................................................... 33 1-09.3 Scope of Payment.......................................................................................................... 34 Special Provisions with Table of Contents.docx 2 1-09.7 Mobilization.................................................................................................................. 35 ow 1-09.9 Payments....................................................................................................................... 35 1-09.9(1) Retainage.............................................................................................................35 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts........... 36 .w► 1-09.9(3) Final Payment...................................................................................................... 37 1-09.11 Disputes and Claims.. ................................................................................................ 38 r1-09.11(2) Claims................................................................................................................ 38 1-09.11(3) Time Limitations and Jurisdiction.................................................................:...38 1-09.13 Claims Resolution....................................................................................................... 38 1-09.13(3)B Procedures to Pursue Arbitration.................................................................... 38 1-09.14 Payment Schedule....................................................................................................... 38 1-09.14(A) Scope..................................................................................................................38 1-09.14(B) Mobilization(Bid Item 001).............................................................................. 39 1-09.14(C) Trench Excavation Safety Systems (Bid Item 002)........................................... 39 1-09.14(D) Contractor Supplied Surveying(Bid Item 003)................................................. 39 rr 1-09.14(E) Traffic Control (Bid Item 004)...........................................................................40 1-09.14(F) Temporary Erosion/Sedimentation Controls (Bid Item 005).............................40 1-09.14(G) 8"Diameter PVC C900 SDR 18 Sewer Force Main (Bid Item 006).................40 1-09.14(H) 10"Diameter HDPE Sewer Pipe, Directional Drill (Bid Item 007) ..................40 1-09.14(I) 15"Diameter PVC Gravity Sewer Pipe(Bid Item 008)....................................41 1-09.14(J) 12"Diameter PVC Gravity Sewer Pipe(Bid Item 009)....................................41 1-09.14(K) 6"Diameter PVC Side Sewer Pipe(Bid Item 010)...........................................41 �` 1-09.14(L) Ductile Iron Sewer Fittings (Bid Item 011) 1-09.14(M) 48"Diameter Sanitary Sewer Manhole(Bid Item 012).....................................41 1-09.14(N) 60"Diameter Sanitary Sewer Manhole(Bid Item 013).....................................41 1-09.14(0) Connect New Sewer Pipe to Existing Sewer Facility(Bid Item 014) ...............42 1-09.14(P) Type 1 Catch Basin(Bid Item 015)....................................................................42 1-09.14(Q) Modified Type 2 Catch Basin, 60"Diameter(Bid Item 016)............................42 .r 1-09.14(R) Removal and Replacement of Unsuitable Foundation Material (Bid Item 017)... .............................. ........................................................................................................43 1-09.14(S) Bank Run Gravel for Trench Backfill Sewer(Bid Item 018) ............................43 1-09.14(T) Crushed Surfacing Top Course(Bid Item 019)..................................................43 1-09.14(U) Asphalt Patch Class `B'Including Crushed Surfacing Top Course (Bid Item 020) 43 1-09.14(V) Asphalt Grinding for Overlay(Bid Item 021)....................................................44 1-09.14(W)2"Deep HMA Class 'h"Overlay PG 64-22(Bid Item 022)..............................44 1-09.14(X) Pavement Markings and Traffic Buttons(Bid Item 023)...................................44 1-09.14(Y) 8"PVC C900 SDR 18 Sewer Force Main,Auger Bore(18-Inch Casing) (Bid Item 024)44 1-09.14(Z) Air Vacuum Valve Assembly(Bid Item 025).....................................................45 1-09.14(AA) Fire Access Gate(Bid Item 026).....................................................................45 1-09.14(AB)Concrete Sidewalk(Bid Item 027) 1-09.14(AC)Concrete Curb and Gutter(Bid Item 028)........................................................45 1-09.14(AD)Controlled Density Fill(Bid Item 029).............................................................45 1-10 TEMPORARY TRAFFIC CONTROL...........................................................................46 1-10.1 General......................................................................................................................... 46 .r 1-10.2 Traffic Control Management........................................................................................ 47 1-10.2(1)B Traffic Control Supervisor................................................................................47 1-10.2(2) Traffic Control Plans............................................................................................47 o Special Provisions with Table of Contents.docx 3 1(�1 1-10.3 Flagging, Signs, and All Other Traffic Control Devices............................................... 47 1-10.3(3) Construction Signs...............................................................................................47 1-10.4 Measurement................................................................................................................. 48 1-10.5 Paynient........................................................................................................................ 48 at 1-11 RENTON SURVEYING STANDARDS..........................................................................49 1-11.1(1) Responsibility for Surveys...................................................................................49 1-11.1(2) Survey Datum and Precision................................................................................49 1-11.1(3) Subdivision Infonnation......................................................................................49 1-11.1(4) Field Notes......................................................................................................... 50 1-11.1(5) Corners and Monuments............................................................................ .... 50 1-11.1(6) Control or Base Line Survey................................................................................ 50 1-11.1(7) Precision Levels................................................................................................... 51 1-11.1(8) Radial and Station--Offset Topography............................................................. 51 so 1-11.1(9) Radial Topography............................................................................................... 51 1-11.1(10) Station--Offset Topography............................................................................... 51 1-11.1(11) As-Built Survey..................................................................................................51 m► 1-11.1(12) Monument Setting and Referencing.................................................................. 52 1-11.2 Materials....................................................................................................................... 52 1-11.2(1) Property/Lot Confers ..........................................52 ................................................. 1-11.2(2) Monuments.......................................................................................................... 52 1-11.2(3) Monument Case and Cover.................................................................................. 52 1-11.3 Measurement.......................................................................................................... 53 1-11.4 Payment.................................................................................................................. 53 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP...........................................53 2-01.1 Description................................................................................................................... 53 lit 2-01.2 Disposal of Usable Material and Debris..........................................................:........... 53 2-01.5 Payment........................................................................................................................ 53 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................54 2-02.3 Construction Requirements.......................................................................................... 54 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs..................................................... 54 2-02.4 Measurement................................................................................................................. 54 2-02.5 Payment........................................................................................................................ 54 2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................54 2-03.3 Construction Requirements.......................................................................................... 54 2-03.4 Measurement................................................................................................................. 55 2-03.5 Payment........................................................................................................................ 56 2-04 HAUL ..........56 2-04.5 Payment........................................................................................................................ 56 2-06 SUBGRADE PREPARATION.........................................................................................56 2-06.5 Measurement and Payment.......................................................................................... 56 off 2-09 STRUCTURE EXCAVATION.........................................................................................56 2-09.1 Description................................................................................................................... 56 Special Provisions with Table of Contents.docx 4 2-09.3 Construction Requirements.......................................................................................... 56 2-09.3(1)D Disposal of Excavated Material........................................................................ 56 2-09.4 Measurement................................................................................................................ 57 .r 2-09.5 Payment........................................................................................................................ 57 5-04 ASPHALT CONCRETE PAVEMENT............................................................................57 5-04.2 Materials...................................................................................................................... 57 wr 5-04.3 Construction Requirements.......................................................................................... 57 5-04.3(3) Hot Mix Asphalt Pavers........................................................................................ 58 „r 5-04.3(4) Hot Mix Asphalt Pavers........................................................................................ 58 5-04.3(5) Conditioning the Existing Surface........................................................................ 58 5-04.3(5)A Preparation of Existing Surface ......................................................................... 58 5-04.3(7)A Mix Design......................................................................................................... 59 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture........................................... 59 5-04.3(10)B Control ............................................................................................................. 60 5-04.5 Payment....................................................................................................................... 60 5-04.5(1)A Price Adjustments for Quality of HMA............................................................. 60 5-04.5(1)B Price Adjustments for Quality of HMA Compaction......................................... 61 7-01 DRAINS..............................................................................................................................61 7-01.2 Materials....................................................................................................................... 61 7-01.3 Construction Requirements.......................................................................................... 61 7-01.4 Meastlrement................................................................................................................. 61 7-02 CULVERTS........................................................................................................................62 7-02.2 Materials....................................................................................................................... 62 7-04 STORM SEWERS.............................................................................................................62 7-04.2 Materials....................................................................................................................... 62 7-04.4 Measurement................................................................................................................. 62 7-04.5 Payment........................................................................................................................ 62 7-05 MANHOLES, INLETS,AND CATCH BASINS............................................................63 7-05.1 Description..................................................................................................................... 63 7-05.3 Construction Requiren?ents.......................................................................................... 63 7-05.3(1) Adjusting Manholes and Catch Basins to Grade................................................... 63 `.` 7-05.3(2) Abandon Existing Manholes................................................................................ 64 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes........................................................... 64 7-05.3(3) Connections to Existing Manholes...................................................................... 65 + 7-05.3(5) Manhole Coatings................................................................................................ 65 7-05.4 Measurement................................................................................................................. 66 W, 7-05.5 Payment........................................................................................................................ 66 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................66 rrr 7-08.3 Construction Requirements.......................................................................................... 66 7-08.3(1)C Bedding the Pipe............................................................................................... 66 7-08.3(1)D Pipe Foundation................................................................................................ 66 7-08.3(2)A Survey Line and Grade ..................................................................................... 67 Special Provisions with Table of Contents.docx 5 rr qs 11� 7-08.3(2)B Pipe Laying-General....................................................................................... 67 7-08.3(2)E Rubber Gasketed Joints..................................................................................... 68 7-08.3(2)H Sewer Line Connections................................................................................... 68 7-08.3(2)J Placing PVC Pipe.............................................................................................. 68 7-08.3(3)A Backfilling Sanitary Sewer Trenches................................................................ 68 7-08.4 Measurement................................................................................................................. 69 7-08.5 Payment........................................................................................................................ 69 7-17 SANITARY SEWERS.......................................................................................................70 7-17.2 Materials....................................................................................................................... 70 7-17.3 Construction Requirements.......................................................................................... 71 7-17.3(1) Protection of Existing Sewerage Facilities....................................................:..... 75 -µ 7-17.3(2)H Television hispection........................................................................................76 7-17.5 Payment.................................................:...................................................................... 76 7-21 SANITARY SEWER FORCE MAIN.............................................................................77 7-21.1 Description................................................................................................................. 77 7-21.2 Materials..................................................................................................................... 77 7-21.3 Construction Requirements.................................................. 7-21.4 Measurement................................................................................................................ 77 7-21.5 Payment....................................................................................................................... 78 7-22 AIR VACUUM VALVE ASSEMBLY..............................................................................78 7-22.1 Description................................................................................................................. 78 7-22.2 Measurement............................................................................................................... 79 7-22.3 Payment....................................................................................................................... 79 7-22.4 Materials...................................................................................................................... 79 7-22.5 Construction Requirements......................................................................................... 80 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL...............................80 8-01.4 Measurement................................................................................................................. 80 8-01.5 Payment........................................................................................................................ 80 8-04 CURBS,GUTTERS,AND SPILLWAYS.........................................................................80 8-04.4 Measurement........................................................ ........................ 80 ................................. 8-04.5 Payment........................................................................................................................ 80 8-09 RAISED PAVEMENT MARKERS..................................................................................80 8-09.5 Payment........................................................................................................................ 80 8-13 MONUMENT CASES.................... 81 ................................................................................... 8-13.1 Description................................................................................................................... 81 8-13.3 Construction Requirements.......................................................................................... 81 8-13.3(1) Reference Points.................................................................................................. 81 8-13.3(2) Monument Destruction Permit............................................................................. 81 8-13.3(3) Adjusting Surface Monuments to Grade.............................................................. 81 Special Provisions with Table of Contents.docx 6 W 8-13.4 Measurement................................................................................................................ 82 rr„ 8-13.5 ............. Payment........................................................... ......... 82 . ...................................... 8-14 CEMENT CONCRETE SIDEWALKS...........................................................................82 8-14.3 Construction Requirements.......................................................................................... 82 8-14.3(4) Curing.................................................................................................................. 82 aw8-14.4 Measurement................................................................................................................. 82 8-14.5 Payment........................................................................................................................ 83 8-17.5 Payment........................................................................................................................ 83 8-22 PAVEMENT MARKING..................................................................................................83 8-22.1 Description................................................................................................................... 83 go 8-22.3 C077structiOn Requirements.......................................................................................... 84 8-22.3(5) Installation Instructions ....................................................................................... 84 8-22.4 Measurement................................................................................................................ 84 8-22.5 Payment........................................................................................................................ 84 8-23 TEMPORARY PAVEMENT MARKINGS.....................................................................84 wre 8-23.5 Payment........................................................................................................................ 84 9-03 AGGREGATES.................................................................................................................84 �. 9-03.8 Aggregates for Hot Mix Asphalt................................................................................... 84 9-03.8(2) HMA Test Requirements...................................................................................... 84 9-03.8(7) HMA Tolerances and Adjustments...................................................................... 85 err 9-03.22 Cement-Based Grout forAbandoning Utilities........................................................... 85 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS....................................85 9-05.7(2)A Basis for Acceptance(RC) 9-05.12 Polyvinyl Chloride (PVC)Pipe.................................................................................. 86 irr 9-05.12(3) CPEP Sewer Pipe............................................................................................... 86 9-05.12(4) Sanitary Sewer Force Main................................................................................ 86 9-05.14 ABS Composite Sewer Pipe........................................................................................ 86 �r 9-05.22 High Density Polyethylene Piping.............................................................................. 86 9-08 PAINTS...............................................................................................................................87 .r 9-08.8 Manhole Coati77g System Products............................................................................... 87 9-08.8(1) Coating Systems Specification........................................................................... 87 rN, 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.......................................88 9-23.9 Fly Ash (RC)................................................................................................................. 88 r Special Provisions with Table of Contents.doex 7 %d 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, 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. ori 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 Price Either the unit price,the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract time begins. Contract Completion Date: The date by which the work is contractually required to be ill completed. 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 Special Provisions with Table of Contents.doex 8 to The City Engineer or duly authorized representative, or an authorized member of a licensed ow consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal Where the tern "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 r. Wherever reference is made to Engineer's points,this shall mean all marks, bench marks, reference points, stakes, hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. " Provide Means"furnish and install"as specified and shown in the Plans. Secretary, Secretary of'transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as "Working Drawings"defined in the Standard Specifications. aw Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such AK 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 go The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions "" Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. � 1 Special Provisions with Table of Contents.docx 9 sir No 46 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. f 1-02 BID PROCEDURES AND CONDITIONS 1-02.6 Preparation of Proposal The third paragraph is revised as follows: (******) of All prices shall be in legible figures and words written in ink or typed.The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the nli written words shall prevail. 1-02.6(1)is a new section. 1-02.6(1) Proprietary Information Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact,so exempt. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on the total sum of Schedule A. 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. Special Provisions with Table of Contents.docx 10 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 contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The err 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. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: rr 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): err 1. Addenda, 2. Proposal Forin, 3. Special Provisions, rr 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Local Agency(APWA) General Special Provisions, 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction (2008) 8. Contracting Agency's Standard Plans(if any) 9. W SDOT Standard Plans for Road, Bridge and Municipal Construction(latest revision) Section 1-04.3 is a new section: io Special Provisions with Table of Contents.don 11 err 1-04.3 Contractor-Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction,which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, X11 and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer fords that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 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 so 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 to 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 Mg 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 clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in rid these specifications as being provided by the Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying,"per lump sum. Special Provisions with Table of Contents.docx 12 wr The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. rr The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum ++ points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 RENTON SURVEYING STANDARDS of these specifications. r 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. Section 1-05.4(3)is a new section: 1-05.4(3) Contractor Supplied Surveying 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. r The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a No 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. MW Special Provisions with Table of Contents.docx 13 wr The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As-Built fecords and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for "Contractor Supplied Surveying." Section 1-05.4(4) is a new section: 1-05.4(4) Contractor Provided As-Built Information It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, err vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying," lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. r If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. Special Provisions with Table of Contents.docx 14 rr rr 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, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to Correct Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the 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 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. 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. r 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. W. 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 wr Special Provisions with Table of Contents.docx 15 Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. �r 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 Date 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 of 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, rake whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing , of the date upon which the Work was considered physically complete, that date shall constitute the Physical completion date of the Contract,but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days'notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days'notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. rr 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. I-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Contractor must coordinate with all contractors and Owner for work relating to connections, testing, and abandonment of the Stonegate and Summerwind Lift Stations associated with the Stonegate Lift Station Replacement project. Other utilities,districts,agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) r�► 2. AT&T Broadband 3. Qwest Communications 4. City of Renton(water, sewer,transportation) Special Provisions with Table of Contents.docx 16 +err 5. King County Water District No.90 �rw 6. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. wr 1-05.18 Contractor's Daily Diary r Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through conmlercial 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 Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said • work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record,but they must be signed,dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. �r Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. Special Provisions with Table of Contents.docx 17 i/ 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor- of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented 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: Contractor shall erect and properly maintain, at all tunes, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. ori 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. gyri Special Provisions with Table of Contents.docx 18 �r Contractor shall be required to comply with all conditions of the pennits, easements, and rights of to entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply go 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 go paid for by Contractor. If Owner is required to secure such pennits, perniission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors,regardless of project's funding source. 1-07.11 Requirements for Nondiscrinziaization 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 r, subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, ■ and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: Special Provisions with Table of Contents.docx 19 rr ag During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer,the contractor shall be able to overcome them. 1-07.15 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. +r,ti The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as Mi required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the so contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way,the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him,upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. Special Provisions with Table of Contents.docx 20 to 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. rr 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 irmnediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. ' 1-07.16(1)A Protection and Restoration of Existing Markers and Monuments Section 1-07.16(1)A is a new section: ai All existing survey monuments and property corner markers shall be protected from being disturbed by the Contractor. All existing survey monuments and property markers that are subject to being removed, destroyed, or otherwise disturbed must be properly perpetuated and replaced pursuant to wr WAC 332-120 and RCW 58.09.130 under the direction of a Washington State Licensed Land Surveyor. Before Contractor disturbs monument(s), Contractor shall direct Surveyor to establish reference points in the field to perpetuate the position of the monument(s) and to file an Application For Pen-nit to Remove or Destroy a Survey Monument with the Washington State Department of Natural Resources (DNR). Once permit has been authorized by DNR, monuments may be removed and replaced as directed in the permit. After the approved replacement monument has been set, Contractor shall direct Surveyor to verify the position of the replacement monument, set punch mark in monument, and file Completion Report for Monument Removal or Destruction with the Washington State Department of Natural Resources. Payment for re-establishing existing survey monuments, which includes complete compensation for r. all labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, restoration, surveying, etc. required to reference the existing monument and to establish a replacement after utility construction, and restoration is complete, shall be included in the lump sum price for"Contractor Supplied Surveying." 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: arr Special Provisions with Table of Contents.docx 21 1rtW Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Infonnation and data shown or indicated in the Contract Documents with respect to No existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves,manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area,have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the plamied excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified,if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or ilii relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the so responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Special Provisions with Table of Contents.docx 22 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 Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. 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 wr 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 Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to 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. " I-07.18 Public Liability and Property Danz age Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: wr 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 dw and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the as 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 to policy effecting coverage(s) required on the contract prior-to the date work continences. 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. r. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton as Insurance Information form which details specific coverage and limits for this contract. 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: ON 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 AVH,the City may make an exception. Special Provisions with Table of Contents.docx 23 't 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 tern of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability- ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability No 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, (i.e. architectural, engineering, advertising, or computer programming) 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. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). Contractor shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers and Roth Hill Engineering Partners LLC 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. Policy may not be non-renewed, canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. 1-07.18(3) Limits LIMITS REQUIRED rr+ 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: Special Provisions with Table of Contents.docx 24 Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** Aggregate «r Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) 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 $1,000,000 Aggregate Professional Liability(If required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 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 writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the Contractor will reinstate .r the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish 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 following: 1. City of Renton Insurance Inforniation Form(attached herein)without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) confonning 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: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. 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. wr Special Provisions with Table of Contents.docx 25 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. rail 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic 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 r made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. 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 except where specifically approved by the City. rrr Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. 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. Contractor shall give a copy of all notices to 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 %f facility is available. All unattended excavations shall be properly barricaded and covered at all times. 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 Contractor's expense, except in areas where the roadway so remains closed to public traffic. Steel plates must be anchored. no 1-07.24 Rights of Way Section 1-07.24 is supplemented by adding the following: Special Provisions with Table of Contents.docx 26 rr 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. wr. 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. +.r 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. +rr 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. .r 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 perniission 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, wo 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 pennits 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 yr. Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: dw 1-08.0 Pir eliminaiy Matters 1-08.0(1) Preconstruction Conference. The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: Special Provisions with Table of Contents.docx 27 4 Contractor's plan of operation and progress schedule(3+copies) Approval of qualified subcontractors (bring list of subcontractors if different from list so submitted with Bid) -� List of materials fabricated or manufactured off the project -� Material sources on the project ori 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 -+ Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings(bring preliminary list) Traffic Control Plans (3+copies) -� Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance,payrolls,certifications Safety regulations for Contractors'and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates -procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor r� 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 Contractor should be prepared for their review and discussion of progress schedule and coordination. r 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. w Special Provisions with Table of Contents.docx 28 74 Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the nornial ++ straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction w conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work Wr such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. wr 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 wr 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. we Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring go 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 perfonned on Saturday and holiday as working day with regards to the Contract Time; and considering multiple MW work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting wry Agency employees when in the opinion of the Engineer such work necessitates their presence. 1-08.1(3) Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer.The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. do The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 4W 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: �w. Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. +rr 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: Special Provisions with Table of Contents.docx 29 wwr 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. 4W 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays that could result from normal inclement weather (time extensions due to ► inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust their facilities as required. ad Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract,or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to.Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain.Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is supplemented as follows: so Special Provisions with Table of Contents.docx 30 Illii 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, and shall end on the Contract Completion Date: A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically �r suspends work, or one of these holidays: January 1, May 22 Memorial Day, July 4, September 4 Labor Day, October 12, November 11, the day before Thanksgiving Day, 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 Ift on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. rir Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of nonworking days; and dw (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 am 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 'w be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, +r• Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, 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 r orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be +rrr completed as soon as possible. At that time, Engineer may suspend the work upon request of Special Provisions with Table of Contents.doex 31 1W s Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. ani Contractor will be entitled to only one such suspension of time during the perforniance 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. All work conducted within 250 feet of the intersection of NE 26th Street and 148''' Avenue SE shall be done between June 7, 2010 and August 31, 2010 so that it does not interfere with the school bus stop location. 1-08.6 Suspension of Work ad Section 1-08.6 is supplemented as follows: No Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. r> Contractor shall not suspend work under the Contract without the written order of Owner. If it has been detennined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's ' diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. > 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, ' including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment 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 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. s; Special Provisions with Table of Contents.docx 32 err rwr 1-08.12 Attention to Work Section 1-08.12 is a new section: r ► 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 err 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: Lunrp Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following mamler. Where items are specified to be paid by the cubic yard,the following tally system shall be used. wrr ' All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered,to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the stir project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery,by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name +rr It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay Special Provisions with Table of Contents.docx 33 quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name I-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the,following: rr Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment"clause of each Section of the Standard Specifications,will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but is: 1. Not in the Proposal Form; 2. Work performed for that item by the Contractor; 3. Work that is not stated as included in or incidental to a pay item in the Contract; 496 4. 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 rr particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be"furnished"under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site.Materials to be"furnished,"or"furnished and installed"under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Special Provisions with Table of Contents.docx 34' + work, delivered to the applicable Contracting Agency storage site when provided for in the +w Specifications. Payment for material "furnished,"but not yet incorporated into the Work,may be made on monthly estimates to the extent allowed. 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 establishinent of 4W an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's persomiel; and obtaining permits or licenses required to complete the project not furnished by Owner. w This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization," Lump Sum. 1-09.9 Payments Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor,payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule(see Section 1-08.3). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: INS ( �x* ) The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold,until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such ..� amount as is required to satisfy any claims by Owner against Contractor,until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and,if required in either case, an affidavit that so far as Contractor has knowledge or information,the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any,subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all W Special Provisions with Table of Contents.docx 35 payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attomey'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 orrF filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities which the contractor is obligated to pay. No 3. Utilizing material,tested and inspected by the Engineer, for purposes not connected with the Work(Section 1-05.6) 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by City personnel per Section 1-08.1(4) 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be complete within the Contract Time.When calculating an anticipated time overrun,the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work.The amount withheld under this subparagraph will be base upon the liquidated dames 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 to 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: to a. Failure of the Contractor to perform any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes,markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor of subcontractor an=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 Special Provisions with Table of Contents.doca 36 l VM 2. the Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment make in good faith. 1-09.9(3) Final Payment Section 1-09.9(2)is a new section: n' 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: ■r 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 comiection with the Work; r 3. for every act and neglect by the Contracting Agency; and 4. for all other claims and liability relating to or arising out of the Work. A payment(monthly, final,retainage, or otherwise) shall not release the Contractor or the w 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. rltir 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 Aw 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 1W 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 which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the ' Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the contract will apply to contracts that are completed in accordance with Section 1-08.5 of for contracts that are terminated in accordance with Section 1-08.10.Unilateral acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations —Federal, State, or local—that affect the contract. The dated the Contraction Agency unilaterally �.r signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). err Special Provisions with Table of Contents.docx 37 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. irr 1-09.13 Claims Resolution 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 ,rr 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 sit 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 Section 1-09.14 is a new section. mit GENERAL at 1-09.14(A) Scope A. Payment for the various items of the Bid Sheets,as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor,operations, and incidentals appurtenant to the items of work being described, as necessary to Special Provisions with Table of Contents.docx 38 complete the various items of the work all in accordance with the requirements of the Contract Documents,including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction,including Safety and Health Administration of the U.S.Department of Labor(OSHA). Separate payment will not be made for any item that is not specifically set forth in the Bid schedules, and all costs therefore shall be included in the prices named in the Bid schedules for the various appurtenant items of work. B. The Owner shall not pay for material quantities that exceed the actual measured wr amount used and approved by the Engineer. 1-09.14(B) Mobilization(Bid Item 001 Sch.A &B) Measurement for Mobilization shall be based on the requirements specified in Section 1-09.7 of the •++ Standard Specifications as supplemented in these Special Provisions. Payment for mobilization will be made at the lump sum amount for Bid(NOT to exceed 80%of total r amount Bid for this item prior to completion of construction)based on the percent of completed work as defined in Section 1-09.7 of the Standard Specifications as supplemented in these Special Provisions for mobilization. Payment for the remaining 20%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. 1-09.14(C) Trench Excavation Safety Systems(Bid Item 002) Measurement for Trench Excavation Safety Systems will be based on a percentage defined as the amount of sanitary sewer pipelines installed divided by the total length of sanitary sewer pipe shown to be installed. rr Payment for Trench Excavation Safety Systems will be made at the measured percentage amount for the pay period times the lump sum amount Bid, said payment will be complete compensation for all ,r. equipment, labor,materials,hauling,planning, design, engineering, submittals,furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements OSHA and RCW Chapter 49.17, etc., and as required in Section 2-09.3(1)in the Standard Specifications required to complete this item of work in conformance with the Contract Documents. 1-09.14(D) Contractor Supplied Surveying(Bid Item 003) Measurement for contractor supplied surveying, staking, as-built information, and re-establishment of existing survey monuments will be based on the percentage of total work complete,by dollar value, at the time of measurement for the work specified. r�r Payment for contractor supplied surveying 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 work specified in sections 1-05.4(3), 1-05.4(4), 1-07.16(1)A, and 8-13 of these Special Provisions for all labor,materials, equipment,travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide the required construction and as-constructed field(as-built information)notes and drawings,etc. required to complete this item of work in conformance with the Contract Documents. Payment of this bid item will also include re-establishing existing survey monuments which includes complete compensation for all labor, equipment,materials,excavation, new monument with housing,placement,installation,backfill, compaction,restoration, surveying, etc.required to reference the existing monument and to establish a replacement after utility construction, and restoration is complete. No more than 50%of the Bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. tin► Special Provisions with Table of Contents.docx 39 1-09.14(E) Traffic Control(Bid Item 004 Sch.A,Bid Item 002 Sch.B) Measurement shall be as specified in Section 1-10.4 in these Special Provisions. Payment shall be as specified in Section 1-10.5 in these Special Provisions. 1-09.14(F) Temporary Erosion/Sedimentation Controls(Bid Item 005 Sch.A,Bid Item 003 Sch.B) Measurement for Temporary Erosion/Sediment Control(s)will be based on the percentage of total work complete,by dollar value, at the time of measurement. Payment for Temporary Erosion/Sedimentation Control(s)will be at the lump sum amount Bid for which payment shall be complete compensation for all labor,materials,equipment, straw-bale dikes, silt fencing,catch basin inserts,plastic sheeting, etc. required to complete this item of work in ► conformance with Section 8-01 of the Standard Specifications and the Contract Documents. 1-09.14(G) 8"Diameter PVC C900 SDR 18 Sewer Force Main(Bid Item 006) Measurement for 8"Diameter PVC C900 SDR 18 Sewer Force Main will be based on linear footage measured horizontally over the centerline of the installed pipe. Payment for 8"Diameter PVC C900 SDR 18 Sewer Force Main will be made at the amount Bid per linear foot for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-21 in these special provisions for all labor,materials,equipment,hauling, pavement cutting,asphalt concrete pavement removal,cement concrete pavement removal, so excavation,dewatering,bypass pumping,removal and disposal of waste material,pipe of the size and type required, gaskets,installation, laying and jointing pipe and fittings, tracer wire,cleanouts including frame and lid,bedding, and pipe zone fill material, appurtenances,frame and lid,concrete, placement of subsequent backfill(native)materials,compaction, filling the force main with water, grading,cleaning, and testing(pressure testing)etc.required to complete the work in accordance with the Contract Documents. Selected imported backfill materials and fittings are included in other Bid items (see Bid Item 018). 1-09.14(H) 10"Diameter HDPE Sewer Pipe,Directional Drill(Bid Item 007) Measurement for furnishing and installing 10"HDPE sewer pipe of the type required shall be per reit lump sum for pipe for installation between NE 241'Ct. and the Summerwind Lift Station. Payment for furnishing and installing 10"Diameter HDPE Sewer Pipe,Directional Drill will be complete compensation for furnishing and installing and work specified in section 7-17.3 in these special provisions for all labor,materials,equipment,hauling,preparing a detailed bore plan, asphalt concrete pavement removal, cement concrete pavement removal,constructing an equipment access to the entry staging area,excavating the entry and exit staging areas(as required),dewatering,bypass pumping,drilling fluid,removing and disposing of all waste material including drilling-related spoils, furnishing and installing the HDPE pipe of the size and type required,fittings and adaptors, installation,laying and jointing pipe and fittings, capping the abandoned drilled pipe at both ends, backfilling and compacting the entry and exit staging areas with native materials, appurtenances, water, grading,landscape restoration, cleaning, and testing by mandrel(hydrostatic and deflection testing), etc.required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other Bid items(see Bid Item 018). 19 special Provisions with Table of Contents.doex 40 OW 1-09.14(1) 15"Diameter PVC Gravity Sewer Pipe(Bid Item 008) 1-09.14(,) 12"Diameter PVC Gravity Sewer Pipe(Bid Item 009) 1-09.14(K) 6"Diameter PVC Side Sewer Pipe(Bid Item 010) Measurement for 15", 12",and 6"Diameter Sanitary Sewer Pipes will be based on linear footage measured horizontally over the centerline of the installed pipe. Payment for 15", 12",and 6"Diameter Sanitary Sewer Pipes will be made at the amount Bid per linear foot for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-17 for all labor,materials, equipment, hauling,pavement cutting, asphalt concrete pavement removal,cement concrete pavement removal,excavation, dewatering,bypass "r pumping,removal and disposal of waste material,pipe of the size and type required,gaskets, fittings and adaptors,installation, all side sewer reconnections, laying and jointing pipe and fittings,bedding, and pipe zone fill material, appurtenances, frame and lid,concrete,placement of subsequent backfill gr (native)materials, compaction, water,grading, surface restoration,cleaning, and testing(exfiltration or low pressure air test and deflection testing), etc.required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other Bid items(see Bid a Item 018). 1-09.14(L) Ductile Iron Sewer Fittings (Bid Item 011) Measurement for Ductile Iron Fittings shall be per pound of fitting installed in conformance with the Ow Contract Documents. Payment for Ductile Iron Fittings will be made at the unit price Bid per pound for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-21.2 in these Special Provisions for all labor, equipment,materials hauling, installation,appurtenances, connections, and testing, etc.required to install all fittings in conformance with the Contract Documents. irr 1-09.14(Nn 48" Diameter Sanitary Sewer Manhole(Bid Item 012) Measurement for 48" Sanitary Sewer Manholes will be per each for each manhole installed in conformance with the Contract Documents. Payment for 48"Diamter Sanitary Sewer Manhole, to include one 48"cut-in manhole, will be made at the unit price Bid per each for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-05 for all labor,equipment, materials hauling,pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal,dewatering, excavation,removal and disposal of waste material,removal of existing manholes where necessary, �w foundation material, concrete base,precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and lid, installation, adjustment of frames to grade,ladder and rungs, appurtenances,connections, channeling,reconnection of existing sewer(s),placement of subsequent w1 backfill(native)materials, compaction,water, cleaning,and testing,etc.required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items (see Bid Item 018). 1-09.14(1) 60"Diameter Sanitary Sewer Manhole(Bid Item 013) Measurement for 60"Diamter Sanitary Sewer Manholes will be per each for each manhole installed in conformance with the Contract Documents. Payment for 60" Sanitary Sewer Manhole will be made at the unit price Bid per each for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-05 for all labor, equipment,materials hauling,pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal, dewatering, excavation,removal and disposal of waste material,removal of existing manholes where necessary,foundation material, concrete base,precast Special Provisions with Table of Contents.docx 41 concrete manhole sections,gaskets,coating system(sealer), manhole frame and lid,installation, adjustment of frames to grade,ladder and rungs, appurtenances,connections,channeling, reconnection of existing sewer(s), placement of subsequent backfill(native) materials, compaction, water,cleaning, and testing,etc.required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items(see Bid Item 018). 1-09.14(0) Connect New Sewer Pipe to Existing Sewer Facility(Bid Item 014) Measurement for Connecting New Sewer Pipe to Existing Sewer Facility will be per each for connection made in conformance with the Contract Documents. Payment for Connecting New Sewer Pipe to Existing Sewer Facility(manhole, sewer force main, connection at Summerwind Lift Station and Stonegate Lift Station, sewer gravity line)will be made at the unit price Bid per each for which payment will be complete compensation for furnishing and rrt installing and Work specified in Section 7-05.3(3)in these Special Provisions for all labor, equipment, excavation around and protection of existing manholes,core drilling,rechanneling existing manholes,removal of existing manholes (if necessary),fittings and adaptors,materials hauling,relocating ladder and rungs (if necessary),connections,placement of subsequent backfill (native)materials, compaction, water,cleaning and testing,etc.required to complete all the connections in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items (see Bid Item 018). 1-09.14(P) Type 1 Catch Basin(Bid Item 015) Measurement for Type 1 Catch Basin will be per each for each type 1 catch basin furnished andt installed in conformance with the Contract Documents. Payment for Type 1 Catch Basin will be made at the unit price Bid per each for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-05 for all labor,equipment,materials hauling,pavement cutting, asphalt concrete pavement removal, cement concrete pavement removal,dewatering, excavation, removal and disposal of waste material, foundation material, concrete base,precast concrete manhole sections, gaskets, catch basin frame and rrli lid, installation,adjustment of frames to grade,ladder and rungs, appurtenances,connections, reconnection.of existing storm sewer(s),placement of subsequent backfill(native)materials, compaction,water,cleaning, saw cut existing storm line to beyond catch basin limits,concrete couplings to reconnect existing storm line into new catch basin, and testing, etc.required to complete all catch basins in conformance with the Contract Documents. Select imported backfill materials are included in other Bid Items (see Bid Item 018). 1-09.14(Q) Modified Type 2 Catch Basin,60"Diameter(Bid Item 016) Measurement for Modified Type 2 Catch Basin will be per each for each type 2 catch basin furnished and installed in conformance with the Contract Documents. Payment for Modified Type 2 Catch Basin, 60"Diameter will be made at the unit price Bid per each for which payment will be complete compensation for furnishing and installing and Work specified in Section 7-05 for all labor,equipment, materials hauling,pavement cutting,asphalt concrete pavement removal, cement concrete pavement removal,dewatering,excavation,removal and disposal of waste material,foundation material, concrete base,precast concrete manhole sections,gaskets,catch basin frame and lid,installation,adjustment of frames to grade,ladder and rungs, appurtenances, r connections, steel casing,casing spacer(s),flexible casing-end seals, sand,reconnection of existing storm sewer(s),placement of subsequent backfill(native)materials,compaction,water,cleaning, saw cut existing storm line to beyond catch basin limits,concrete couplings to reconnect existing storm lit line into new catch basin, and testing, etc.required to complete all catch basins in conformance with Special Provisions with Table of Contents.docx 42 r� �r the Contract Documents. Select imported backfill materials are included in other Bid Items(see Bid Item 018). 1-09.14(8) Removal and Replacement of Unsuitable Foundation Material (Bid Item 017) Measurement for removal and replacement of unsuitable foundation material shall be measured in Tons based on the placed weight of material installed and specified in Section 7-08.4 in these Special Provisions. Placement of foundation material will be measured only for the area(s)authorized by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. W' Payment for removal and replacement of unsuitable foundation material will be made at the amount Bid per ton, which payment will be complete compensation for all,labor,materials,equipment, excavation,foundation materials,haul,placement,water,compaction, removal and disposal of waste material, etc.required to complete this item of Work in conformance with the Contract Documents. 1-09.14(S) Bank Run Gravel for Trench Backfill Sewer(Bid Item 018) Measurement for Bank Run Gravel for Trench Backfill Sewer shall be measured in tons based on the weight of material installed and specified in Section 7-08.4 in these Special Provisions. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Bank Run Gravel for Trench Backfill Sewer will be made at the amount Bid per ton for which payment will be complete compensation for all labor,materials, equipment,hauling, placement, water,compaction,removal and disposal of waste materials, etc.required to complete this item of Work in conformance with the Contract Documents. 1-09.14(T) Crushed Surfacing Top Course(Bid Item 019) Measurement for Crushed Surfacing Top Course shall be measured in tons based on the weight of .r material installed into the work except for material placed under the Bid Item for Asphalt Concrete Patch which includes crushed surfacing top course. Certified weight tickets shall accompany each load,a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Crushed Surfacing Top Course will be made at the amount Bid per ton for which payment will be complete compensation for Work specified in Section 4-04 for all labor,materials, equipment,hauling,placement, water, compaction,removal and disposal of waste materials, etc. , t required to complete this item of Work in conformance with the Contract Documents. 1-09.14(U) Asphalt Patch Class `B'Including Crushed Surfacing Top Course (Bid Item 020) Measurement for asphalt concrete patch shall be measured in square yards,horizontally over the completed surface of the trench. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown on City of Renton Standard Plan 110, in the Contract Documents, r.. unless otherwise approved by the Engineer. Payment for asphalt concrete patch,including crushed surfacing top course and asphalt concrete,will be made at the amount Bid per square yard, which payment will be complete compensation for all labor,materials,haul, surface preparation, gravel materials including crushed surfacing top course, compaction,water,pavement saw cutting, asphaltic materials,tack oil,placement, final trench patch, Special Provisions with Table of Contents.docx 43 nlr cleanup,etc. required to complete this item of Work in conformance with the contract documents. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. 1-09.14(V) Asphalt Grinding for Overlay(Bid Item 021 Sch.A,Bid Item 004 Sch.B) Measurement for Asphalt Grinding for Overlay shown on the Plans shall be measured in square yards horizontally over areas requiring grinding in conformance with Section 5-04.4. Measurement width for Asphalt Grinding for Overlay shall be as defined by the limits shown,unless otherwise approved by the Engineer. Payment for Asphalt Grinding for Overlay will be made at the amount Bid per square yard and shall be complete compensation for all labor and materials and other costs to grind the asphalt,load,and haul to waste the grinding spoil material and perform work in conformance with Section 5-04.5. No additional payment will be made for work necessary to correct damage to curbs, gutters,utility irl structures,or other appurtenances resulting from the Contractor's grinding operations. 1-09.14(W) 2"Deep HMA Class 1/z"Overlay PG 64-22(Bid Item 022 Sch.A,Bid Item 005 Sch.B) Measurement for 2"Deep HMA class 1/2"Overlay PG 64-22 shall be measured in square yards of asphalt class 1/z",placed horizontally over the completed surface of the street. Overlay measurement width shall be as defined by the limit of asphalt overlay payment shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for 2"Deep HMA Class 1/z"Overlay PG 64-22 will be made at the amount Bid per square yard. Payment will be complete compensation for Work specified in Section 5-04 for all labor, materials,haul, surface preparation,compaction, water,pavement saw cutting, asphaltic materials, tack oil,placement, adjustment of utilities to grade, adjustment of existing monuments,cleanup, etc. required to complete this item of Work in conformance with the Contract documents. No additional payment will be made for work necessary to correct HMA not installed in accordance with specifications. at 1-09.14(X) Pavement Markings and Traffic Buttons(Bid Item 023 Sch.A,Bid Item 006 Sch.B) Measurement for Pavement Markings and Traffic Buttons shall be per lump sum for new and replacement of all crosswalks,railroad crossing markers,lane markers and all other traffic control elements as shown in the Contract Documents and/or those that existed prior to construction which are damaged, disrupted or removed as a result of construction of this project,unless otherwise approved by the Engineer. Payment for Pavement Markings and Traffic Buttons shall be made per lump sum for which payment will be complete compensation for Work specified in Section 8-22 in these Special Provisions for all labor,equipment,materials,hauling,paint,traffic buttons,thermoplastic markings,preparation, finishing,cleanup, etc.required to compete this item in conformance with the Contract Documents. 1-09.14(1) 8"PVC C900 SDR 18 Sewer Force Main,Auger Bore(18-Inch Casing) (Bid Item 024) Measurement for 8"PVC C900 SDR 18 Sanitary Sewer Force Main,Auger Bore(18-Inch Casing) of the type required shall be per lump sum in conformance with the Contract Documents. Payment for 8"PVC C900 SDR 18 Sewer Force Main,Auger Bore(18-Inch Casing)will be complete compensation for furnishing and installing and Work specified in Section 7-17.3 in these Special Provisions for all labor,materials,equipment, hauling, asphalt concrete pavement removal, cement concrete pavement removal,excavation,dewatering,bypass pumping,excavating boring and Special Provisions with Table of Contents.docx 44 receiving pits,removal and disposal of waste material,furnishing and installing the auger bore casing, furnishing and installing the PVC carrier pipe of the size and type required,fittings and adaptors, installation,laying and jointing pipe and fittings, capping the casing ends,installing casing spacers(as dw shown on drawings), filling the casing with sand once the sewer pipe within the casing is installed, filling any voids created by boring outside the casing,backfilling and compacting the boring and receiving pits with native materials, appurtenances, water, grading,cleaning, and testing(hydrostatic and deflection testing), etc.required to complete the work in accordance with the Contract Documents. Select imported backfill materials are included in other Bid items (see Bid Item 016). 1-09.14(Z) Air Vacuum Valve Assembly(Bid Item 025) Measurement shall be per each as specified in Section 7-22.2 in these Special Provisions. Payment shall be per each as specified in Section 7-22.3 in these Special Provisions. I-09.14(AA) Fire Access Gate(Bid Item 026) Measurement shall be per each according to the Standard Specifications Section 8-11.4 and shall include items as shown on plans. Payment shall be per each according to the Standard Specifications Section 8-11.5 and shall include items as shown on plans. 1-09.14(AB) Concrete Sidewalk(Bid Item 027 Sch.A,Bid Item 007 Sch.B) Measurement for Concrete Sidewalk shall be per square yards of sidewalk repair required for a. installation as shown in the Contract Documents and on the plans,unless otherwise approved by the Engineer. Payment for Concrete Sidewalk will be made at the amount Bid per square yard for which payment will be complete compensation for all labor, equipment, materials,removal of existing sidewalk, materials hauling,preparation,forming,placement,finishing, cleanup, etc.required to compete this item in conformance with the Contract Documents. 1-09.14(AC) Concrete Curb and Gutter(Bid Item 028 Sch.A,Bid Item 008 Sch.B) Measurement for Concrete Curb and Gutter shall be per linear feet of curb repair required for installation as specked in section 8-14 and in conformance with the Contract Documents and the plans,unless otherwise approved by the Engineer. .Payment for Concrete Curb and Gutter will be made at the amount Bid per linear foot for which rr payment will be complete compensation for all labor, equipment, materials,removal of existing, materials hauling,preparation, forming,placement,finishing, cleanup, etc.required to compete this item as specified in section 8-14 and in conformance with the Contract Documents and the plans. WW 1-09.14(AD) Controlled Density Fill(Bid Item 029) Measurement for Controlled Density Fill shall be in cubic yards for quantities required for installation as shown on the plans,unless otherwise approved by the Engineer. rr Payment for Controlled Density Fill will be made at the amount Bid per cubic yard for which payment will be complete compensation for all labor,equipment, materials, materials hauling, preparation,forming,placement,finishing,cleanup, etc.required to compete this item in conformance with the Contract Documents and the plans. Special Provisions with Table of Contents.docx 45 > 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General 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; +�r 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 s 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 a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m.to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable 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. Special Provisions with Table of Contents.docx 46 w. 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 Contractor and all methods and equipment used will be subject to the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Unifofin Traffic Control Devices. err Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2 Traffic Control Management 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A 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 nonwork 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 equivalent approved by 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: Special provisions with Table of Contents.docx 47 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: go No specific unit of measurement will apply to the lump sum item of"Traffic Control". r 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 I-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. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in iriiii the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. Progress payment for the lump sum item"Traffic Control"will be made as follows: 1. When in initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item "Traffic Control"will be considered for an equitable adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation.Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall be full pay for all costs for the labor provided for perfonning those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition,the initial installation of Class A signs, and ultimate return of all Contracting Agency-furnished signs Special Provisions with Table of Contents.docx 48 ift The Lump Sun contract price shall be full pay for all costs involved when a person performs the o duties described in Section 1-I0.2(1)B including when performing traffic control labor duties. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or ift vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 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. air 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. r 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 r there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s)used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark)will be shown ` on the drawing, as well as a description of any bench marks 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. Special Provisions with Table of Contents.docx 49 iii 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.I6.01,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 W 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: dw • 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. log 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. Special Provisions with Table of Contents.docx 50 us 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. rrr 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, ow all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels dw Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. ,00 Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. rir Bench marks must possess both permanence and vertical stability. Descriptions of bench marks 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. +wr 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. it Special Provisions with Table of Contents.docx 51 rrr All "as-built" surveys shall satisfy the requirements of section 1-11.1(1)herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for"as-built" shall meet the requirements of section 1-11.1(4)herein and submitted with stamped and signed"as-built" drawings which includes a statement certifying the accuracy of the"as-built". The drawing and electronic listing requirements set forth in section 1-11.1(6)herein shall be observed for all "as-built" surveys. 1-11.1(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 r i 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 wlule 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 Plan 113 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. w Special Provisions with Table of Contents.docx 52 11iY Aw 1-11.3 Measurement 60 No specific unit of measurement will apply to the lump sum item of"Contractor Supplied Survey". 1-11.4 Payment The lump sum bid item of"Contractor Supplied Survey"shall include all labor, material, and equipment to stake all easements, right-of-ways,property corners,buffers, and other boundaries required to perfonn the work as shown on the plans, including the as-built survey. rrr 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP W 2-01.1 Description Section 2-01.1 is supplemented as follows: r 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 r 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. err The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written 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 00 Section 2-01.2 is supplemented as follows: wr The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment to Section 2-01.5 is supplemented as follows: The payment of"Clearing and Grubbing" shall be incidental to the contract 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. t Special Provisions with Table of Contents.docx 53 ■r r 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs Section 2-02.3(3)is revised and supplemented as follows: Item"l."Is revised as follows: rrr 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 miiumum depth of 2 inches iamnediately after backfilling and compaction are complete, and before the road is opened to traffic. MC hot mix shall be used for all temporary patching. The Contractor may have a maximum of 1,000 feet of temporary patch at any time. Any amount over the 1,000 feet must be replaced with a final patch. The lei Contractor will not be allowed to leave trenches open. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Asphalt grinding for overlay shall be measured by the square yard. 2-02.5 Payment Section 2-02.5 is supplemented by adding: The unit contract price for"Asphalt Grinding for Overlay" shall be full pay for all costs necessary to grind the asphalt in preparation for the asphalt overlay. 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. 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. Special Provisions with Table of Contents.docx 54 rr. Earthwork quantities and changes will be computed, either manually or by means of electronic data aw 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. r 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 arr 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 aw contractor shall maintain all excavations free from detrimental quantities of leaves,brush, sticks,trash and other debris until final acceptance of the Work. Following-removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. rrr 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 r size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated or 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. tr. 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 rr 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. W 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- 'O 03.14 of the Standard Specifications shall be used. Ow 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: Special Provisions with Table of Contents.docx 55 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 vi the 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. Excavation will not be measured for separate payment,but shall be included in other items of Work. so 2-03.5 Payment Section 2-03.5 is revised as follows: r Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This work also includes the excavation,haul,and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs, stumps,boulders, and oversized rocks. 2-09.3 Construction Requirements 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 unit contract price for the pipe or structure. nri Special Provisions with Table of Contents.docx 56 1W vtr r The third paragraph is replaced with: If the contract includes structure excavation 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 00 Section 2-09.4 is revised and supplemented as follows: All excavation for gravity sewer, force mains, and manholes, will be incidental to the pipe or manhole. All backfill for gravity sewer, force mains, and manholes, will be included under the bid item "Bank Run Gravel for Trench Backfill Sewer." Extra excavation for shoring or safety purposes will be included under"Trench Excavation Safety Systems." 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: "Bank Run Gravel for Trench Backfill Sewer",per Ton. When Bank Run Gravel for Trench 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. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials 5-04.2 is supplemented by adding the following: #W The performance grade of asphalt installed for overlay shall be shall be PG 64-22. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: .r. Asphalt Concrete Patching and Overlay The existing asphalt surface shall be cut on a neat line with a cutting disc or similar approved tool prior to excavation. A 1'/-inch minus crushed surfacing base course shall be placed to a compacted 4W thickness of 4'/2 inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 2 inches. Class B asphalt concrete shall then be placed and compacted in 2-inch lifts to match the existing thickness and grade of the original surface. Asphalt patch shall have a minimum thickness of 2 inches and a maximum thickness of 4 inches. The asphalt patch shall then be overlaid with a minimum of Ir Special Provisions with Table of Contents.docx 57 rlri 1'/z inches compacted Class 1/2"asphalt concrete. Asphalt overlay shall be pre-leveled as determined by the Engineer. No overlay shall be required if the final trimmed edge of the asphalt patch does not encroach inside the fog line or, in lieu of a fog line,within 12 feet from the existing centerline of the road. Engineer reserves the right to require an overlay on any section. If the edge of the road is curb and gutter,then the asphalt patch shall extend to the edge of the curb unless indicated otherwise by the Engineer or governing road agency. All asphalt patching shall extend to the existing edge of asphalt as a minimum or as shown on the plans. All asphalt joints shall be sealed with approved sealer. Contractor shall replace existing striping and pavement markings as required by the road agency with jurisdiction. 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 contractor may have a maximum of 1,000 feet of temporal patch at any time.Any amount over 1,000 feet must be replaced with a final patch. 5-04.3(3) Hot Mix Asphalt Pavers Section 5-04.3(3) is supplemented as follows A"Layton Box" or equal may be used in place of the power-propelled paver. 5-04.3(4) Hot Mix Asphalt Pavers Section 5-04.3(4) is supplemented as follows "Plate Compactors"and "Jumping Jacks" SHALL NOT be used in lieu of rollers. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: (*****) The Contractor shall maintain the existing surface contours during patching,unless otherwise instructed by City Engineer or King County inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: (*****) The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets rte► 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)rust 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 shall 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. Special Provisions with Table of Contents.docx 58 7 +b. The Contractor shall locate all utilities for access immediately after any paving and mark the location low 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. A,„ The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. aw 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. err 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. 1W 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: rrr 1. 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 For n 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). �r 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: w. ( ****) 1. General.Acceptance of HMA shall be as provided under nonstatistical or commercial +rr 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 'r 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 VW evaluation. Item 7 is deleted Special Provisions with Table of Contents.docx 59 *W rrr► 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 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"V All aggregate passing: l ''/2", 1",3/4", '/2", 3/8"and No.4 sieves 2 All aggregate passing No. 8,No 16, No. 3.0,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 Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested,HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be NO 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. we 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. Special Provisions with Table of Contents.docx 60 wrr If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 wr For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: r Drain pipes may be concrete, zinc coated (galvanized)corrugated iron with Asphalt Treatment I, aluminum coated(aluminized) corrugated iron with Asphalt Treatment I, zinc coated(galvanized) steel with Asphalt Treatment 1, corrugated aluminum alloy,polyvinyl chloride(PVC), or corrugated aw polyethylene(PE) at the option of the Contractor unless the Plans specify the type to be used. aw 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: rrr The second paragraph is revised as follows: PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed to with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. No The sixth paragraph is revised as follows: PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless rr otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. wr 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: When the contract does not include"structure excavation Class B" or"Structure excavation Class B including haul' as a pay item all costs associated with these items shall be included in other contract pay items. Special Provisions with Table of Contents.docx 61 *W 7-02 CULVERTS +err 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: (******) Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe,pipe arch, or end sections, it shall be understood that steel is zinc coated(galvanized) with Asphalt Treatment I +,r► or aluminum coated(aluminized)corrugated iron or steel,and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete,steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: (******) Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated(galvanized),Asphalt Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products,and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: (******) Measurement of storn sewer pipe for payment purposes will not be made. 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: (******) Cost of connecting pipe to structures shall incidental to the various unit contract prices for catch basins, and no additional compensation will be allowed. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Special Provisions with Table of Contents.docx 62 7-05 MANHOLES, INLETS, AND CATCH BASINS Ow 7-05.1 Description Section 7-05.1 is replaced with: This Work consists of constructing manholes, inlets, dlywells,and catch basins and connecting to existing and proposed Structures of the types and sizes designated in accordance with the Plans,these Specifications, and the Standard Plans, in conformity with the lines and grades staked. 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: r ( *****) All manholes shall have eccentric cones and shall have ladders. r 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. a 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 City of Renton Standard Plan 400.4,prior to final acceptance .r of the work. Manholes in unimproved areas shall be adjusted to 6"above grade. r In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon + + completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment,the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. Special Provisions with Table of Contents.docx 63 oirr 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 rr 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 same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade.The asphalt concrete pavement shall be cut and removed to a neat circle,the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade.The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. r Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section,that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame.The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned,the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged,the manhole base shall be fractured to prevent standing water,and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C.Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. y 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 Special Provisions with Table of Contents.dou 64 aw pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the to 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 1W 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). r" 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 tr 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. wr Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be"Kor-n- Seal"boots, or accepted equal. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction to plans. A "connection to existing" item will be allowed at any connection of a new pipe to an existing structure, or the connection of a new structure to an existing sewer pipe. No "comiection to existing" 4W will be accepted at the location of new installation,relocation and adjustment of line manholes, side sewers, catch basins or curb inlets. wo 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 his own expense. to The unit bid price per each shall be full compensation for all labor,materials and equipment required. 7-05.3(5) Manhole Coatings rr Section 7-05.5 is an added new section: to 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. tw Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 ow (Sweep or brush off blast) Application: Shop/Field aw The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Im 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 11W Special Provisions with Table of Contents.docx 65 Ow 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 not be made. Connections to existing sewers adjacent to new manhole shall be considered incidental. Catch Basins will be treasured per each.Measurement of catch basin heights for payment purposes aIr will not be made. 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: "ModifiedType 2 Catch Basin",per each. 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. 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 12" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand 0 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. Special Provisions with Table of Contents.docx 66 rar Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel ow as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: .r 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 ow laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. rr It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset, and elevation of each major item of Work done under this Contract including: aw Manholes and Cleanouts Casing end points for auger bore r Along route of the horizontal directional drill path arr Major changes in design grade(s) 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Ow (******) Checking of the invert elevation of the pipe may be made by calculations from measurements on the r top of the pipe, or by looking for ponding of 1/2" 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. r 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 pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever Ow 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 exceeding 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. err Special Provisions with Table of Contents.dou 67 arl Unless otherwise required,all pipe shall be laid straight between the changes in aligiunent 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 7-04.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer,all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay,plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections(unless booted connections have been provided for)to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Joluis-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to Kor-N-Seal. PVC pipe connection shall consist of tee,nipple and couplers as approved by the Engineer. + ► Section 7-08.3(2)J is an added new section supplementing 7-08.3(3): 7-08.3(2)J Placing PVC Pipe hi 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 12" 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. wr Section 7-08.3(3)A is an added new section supplementing 7-08.3(3): 7-08.3(3)A Backfilling Sanitary Sewer Trenches 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 8 inches in their greatest dimension,brush, stumps, logs,roots,debris and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Special Provisions with Table of Contents.doex 68 r 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 +rr 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. Thi cuts transverse to the road alignment and at all utility crossings, the entire trench shall be backfilled aw with crushed surfacing. Backfill shall be placed and mechanically compacted in 1-foot maximum lifts. After backfill and compaction, an immediate temporary Hot Mix patch shall be placed and maintained in a manner acceptable to the King County inspector until replaced with a permanent Ow patch. The Contractor may have a maximum of 1,000 feet of temporary patch at any time. Any amount over VO the 1,000 feet must be replaced with a final patch. The Contractor will not be allowed to leave trenches open. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement which 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: r Measurement of"Removal and Replacement of Unsuitable Foundation Material"shall be measured in Tons based on the placed weight of material installed. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. rrr 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. Measurement for Controlled Density Fill shall be in cubic yards for quantities required for installation "w as shown on the plans,unless otherwise approved by the Engineer. ow 7-08.5 Payment Section 7-08.5 is replaced with: r Special Provisions with Table of Contents.docx 69 Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Removal and Replacement of Unsuitable Foundation Material", per.Ton. The unit contract price per ton for"Removal and Replacement of Unsuitable Foundation Material" shall be full pay for all work to remove unsuitable material and replace and compact suitable material. "Bank Run Gravel for Trench Backfill Sewer", per Ton. The unit contract price per 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. �rtr "Controlled Density Fill",per cubic yard The unit contract price per ton for"Controlled Density Fill"shall be full pay for all work to furnish, place, and compact material in the trench. 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. 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. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe used for sanitary sewers may be: Rigid Thermoplastic Concrete PVC (Polyvinyl Chloride) Ductile Iron HDPE(High-Density Polyethylene) All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified. It is not intended that materials listed are to be considered equal or generally interchangeable for all applications.The Engineer shall determine from the materials listed those suitable for the project, and shall so specify in the specifications or plans. Materials shall meet the requirements of the following sections. Plain Concrete Storm Sewer Pipe 9-05.7(1) Reinforced Concrete Storm Sewer Pipe 9-05.7(2) Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1) Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Ductile Iron Sewer Pipe 9-05.13 HDPE Sanitary Sewer Pipe 9-30.2(10) " Special Provisions with Table of Contents.doex 70 10 tw All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. so 7-17.3 Construction Requirements Section 7-17.3 is supplemented with the following: rrr General Care shall be taken during the transportation of the pipe such that it will not be cut,kinked, abraded, goCare or otherwise damaged. rr Pipes shall be stored on level ground free of sharp objects which could damage the pipe or fittings. Stacking of pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Comply with manufacturer's yr recommendations. Where necessary due to ground conditions,the pipe shall be installed on wooden sleepers, spaced suitably and of such width not to allow deformation of the pipe at the point of contact with the sleeper or between supports. up The handling of joined pipe shall be such as to prevent the pipe from being dragged over sharp or other objects that may cut or otherwise damage the pipe. Slings for handling the pipeline shall not be „w, positioned at butt fused joints to prevent stressing the fused joints. Sections of pipe with a penetration of more than 1/8 inch shall have a section of pipe one foot of either side of the damaged section cut out and removed, The ends of undamaged sections of pipe will then be rejoined using the butt fusion to process. Keep interior of pipe clean. aw Auger Bore The Contractor shall submit a Casing Installation Plan which shall include but not be limited to: "'� • Selected method and equipment for the casing installation • Type of machine • Grade and alignment control system " ' • Spoils removal system • Provisions for injecting pipe lubricants,if any • Spoils disposal plan • Contingency plan if a large size boulder/rock is encountered and if a large size wood/stump is encountered. rr. The auger bore equipment shall be equipped with a steerable head to control the direction of the boring. A full face auger shall be used to insure that the soils are removed from the casing that is installed downslope. dw For controlling the location of the auger bore a sonde can be installed in the steering head or,as a minimum, a water level system shall be used to control the depth of the bore. or The steel casing shall be bored to the depths and grades shown on the plans. Pipe joints shall be continuously welded per industry standards. Contractor shall pothole all utilities prior to beginning err Special Provisions with Table of Contents.docx 71 as the boring operations to verify invert elevations of said utilities. Contractor shall notify Engineer immediately if any conflict exists between the proposed casing grades and the existing utilities. Control groundwater as required. The Contractor shall take special care during installation of the jacked pipe to ensure that no settlement or caving is caused to the above surface. Repair any caving caused by the placement of the pipe. wr Notify the Owner's representative as soon as practicable of deviations in the actual bore path that exceed project specifications or if the bore extends outside of the right-of-way and easement limits shown on the plans. Carrier pipe shall be PVC pipe material as specified in Section 7-17.2. Contractor shall fill the amiular space between the casing and the carrier pipe with lightweight cement grout or cement grout. Casing spacers shall be installed per manufacturer's instructions. The ends of the casing shall be sealed with casing seals to prevent the flow of water through the casing. Any trench or boring pit exceeding four feet in depth shall be provided with adequate safety systems meeting the requirements of the Washington State Industrial Safety and Health_Act(WISHA), Chapter 49.17 RCW, and all regulations adopted pursuant thereto. Contractor shall have a Professional Engineer registered in the State of Washington prepare and stamp any and all shoring plans and calculations. The Contractor alone shall be responsible for worker safety and the City and Oki the Engineer are not responsible for site safety. The Contractor shall be responsible for compliance with all permits and regulations pertaining to this work. Directional Drilling The Contractor shall design the final bore path and required tracking system and develop the construction method for installing the directionally drilled pipe. The Contractor shall furnish all labor, materials, transportation,and equipment necessary for wi completion of the bore with work including but not limited to: 0 10-inch HDPE pipe as specified above. o Containment, spill cleanup,bentonite slurry monitoring for spill control diapers, absorbent material and other fuel and oil spill containment and cleanup materials,labor, and expenses including disposal for fuel and oil leakage control for all operating equipment. The Contractor shall: • Dispose of all bentonite slurry, cuttings, and pit spoil after completion of drilling ata legal off-site disposal area • Dispose of all fuel,oil, or other leakage from equipment including diapers, absorbent material, and other related cleanup and spill control materials • Provide access to the site for the Owner's representatives Special Provisions with Table of Contents.docx 72 r 1W • Verify that the pipe is open and acceptable and pressure test the pipe to verify integrity • Obtain construction-related permits for water and street use as necessary The Contractor shall provide the following items for review prior to commencing the directional drilling process: Construction Plan containing the following information: rrr • Design line and grade based on the requirements shown on the plans and listed in the specifications • Access requirements to the site with proposed regrading in the staging areas, if applicable • Adequate safety systems for trenches or pits exceeding 4 feet in depth,meeting the requirements of WISHA, Chapter 49.17 RCW • Type and capacity of the drilling rig to be used, including thrust and rotary torque • Type and capacity of the mud mixing system .w • Proposed tracking and guidance system, including an estimate as to the accuracy of installing the pipe • A listing of any specialized support equipment required • 'Project schedule indicating the various tasks and their anticipated duration • Site plan showing equipment location, entry and exit staging areas, slurry containment pits, and site security measures • Construction method, including diameter of pilot hole; number and size of pre-reams; and the method/equipment to suspend and direct pullback pipe • Traffic control plan i�. Drilling Fluids Management Plan containing the following information: • Procedure to be used to monitor for bentonite slurry loss and assessment of release to the surface during the drilling process • Procedure to include, as a minimum,periodic observation to watch for"breakouts"along the bore path • Source of water for mixing the drilling mud including the necessary approvals and permits • Method of slurry containment irr • Method of recycling drilling fluid and spoils • Method of transporting drilling fluids and spoils off site • Approved disposal site for the drilling mud and other spoils rr • MSD sheets for all materials used on site Contingency Plan with the following information: Wo • Equipment and materials that will be available on site for rapid response to containing and cleaning up a release into the environment and notification procedures should a release occur +rw • Spill plan including measures to contain and cleanup the area • Cleanup plan for surface leakage of drilling fluids and spoils • Delay costs, cleanup cost, contairunent cost, environmental restoration cost, and any other wr cost that may be incurred by the Contractor because of an observable bentonite slurry release are the sole responsibility of the Contractor rr Special Provisions with Table of Contents.docx 73 r� Hydrostatic Pressure Test Plan: Ten(10) calendar days before the start of construction of HDPE pipe installation,the Contractor shall submit for Owner's review and approval, a detailed work plan outlining the proposed procedures and schedule for pressure testing. The submittal shall include,but not be limited to the following: • Hydrostatic pressure testing procedure including equipment required for testing. • Sequence of all testing and disposal activities. • Location of source of water to be used for testing .rr • Method and location for legal disposal of water used for testing. • The location and size of container required for disposal of water used for flushing. The following tolerances apply for the directional drilling portion of this project: General Pipeline Alignment No 3 feet+of the Contractor's design line and grade Manhole Locations Within a 2-foot radius of the specified points Within+0.5 feet and-1 foot of the invert elevations shown Tracking System Minimum f 2 percent of the depth to the sonde fE Other design criteria requirements include: • Bending radius: per the pipe manufacturer's recommendation • Entry and exit angles: Maximum of 14 degrees at the entry and exit • Incremental deflection tolerance along bore path: Maximum average of 2 degrees for three pipe or drill rod joints • Project noise containment system to limit project noise levels to 120 dBA at a distance of 200 10 feet from the site and at a height of 25 feet • Tracking system to account for utilities indicated on the plans • Pulling sequence and methods shall account for restricted assembly conditions • Protect existing utilities; potholing and supporting existing utilities may be necessary. The Contractor is responsible for monitoring,repairing any damage, cost of any repairs, and cost to the utility owner for loss of service to any utility along the alignment • Site restoration shall be acceptable to the City and property owners along the alignment • Provide security and chain link fencing at each end of the bore during construction Directionally drilled pipe shall be HDPE pipe material as specified in Section 7-17.2 and 9-05.22. All " joints between pipes shall be heat fused butt joints. Fusing machinery and procedures shall follow the PPI (Plastic Pipe Institute)and the manufacturer's procedures and specifications. Personnel fusing the pipe shall have a certificate of training, issued within the last 3 years, in the manufacturer's fusing wr► procedures on the equipment that will be used,and shall have current experience with pipe fusing of similar pipe types and sizes within the past year. The Contractor shall verify field fusion quality by making and testing a trial fusion at the start of the fusing process and bent strap testing it per ASTM D 2657. The City may require the Contractor to randomly cut out completed joints when the pipe is being fused and perform bent strap testing. Special Provisions with Table of Contents.docx 74 rrr yr. The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe fusing and installation. Verify that the pipe is acceptable by successfully passing a rigid plug of appropriate diameter through the pipe. Once verified,hydraulically test the pipe for integrity. Notify the Owner's representative as soon as practicable of deviations in the actual bore path that exceed project specifications or if the bore extends outside of the right-of-way and easement limits shown on the plans. Line all trucks containing slurry, s, and itspoil liquids when transporting to the disposal area. Wash excess material and spillage from all vehicles before leaving the controlled construction area. Wash down all streets along any haul route in spillage areas to clean slurry spillage if it occurs as soon as practicable after spillage occurs and at least on the same day as the spillage. Notify the Owner's representative of circulation losses greater than 25% of downhole pump volumes +r and for all observable bentonite slurry releases at the earliest opportunity and confirm in writing by the end of the work shift. The Contractor shall be prepared to contain a potential observable blowout or bentonite slurry release. On observing a slurry release, stop all drilling operations,contain the release, and clean up the release. The Contractor is responsible for all notifications, cleanup, disposal, and environmental wr restoration that may be required as a result of an observable release. Should the Contractor abandon a hole for his/her convenience before the hole is completed,then seal the borehole and re-drill at no additional cost. As-Built Submittal: Provide within 30 days of completion of the bore an as-built plan indicating the plan and profile location and elevation of the completed bore based on the tracking data obtained Wo during drilling. The as-built shall be tied to project stationing. Cuttings, Bentonite Slurry, and Pit Spoil Disposal Submittal: Provide within 30 days of completion of w the bores a list of volumes of all cuttings,bentonite slurry,and pit spoil disposed of off site and the location of the disposal area. Hydrostatic Pressure Test This specification applies to the pressure testing for HDPE pipe for structural integrity of the pipe material and leaks. The Contractor shall secure overland pipe and pipe installed in casing as required to conduct the test. wr , Pressure Test Method: per Performance Pipe Technical Note 802—Leak Testing using Test Phase— Alternate 1 method. April 2006 Publications -PP 802-TN ©2002-2006 Chevron Phillips Chemical Company LP IjW Test Fluid: Potable water from King County Water District No. 90 or other source arranged for by the Contractor, and accepted by the Engineer. two Test Pressure: not less than 75 psi at the lowest point of the pipe being tested. 7-17.3(1) Protection of Existing Sewerage Facilities tow Section 7-17.3(1)is supplemented by adding the following: Special Provisions with Table of Contents.docx 75 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 IIM 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 video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). r 7-17.5 Payment 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: 10 Inch Diameter HDPE Sewer Pipe, Directional Drill",per linear foot. The unit contract price per linear foot forl0"Diameter HDPE Sewer Pipe,Directional Drill will be complete compensation for furnishing and installing and Work specified in these special provisions for all labor,materials, equipment, hauling,preparing a detailed bore plan, asphalt concrete pavement removal,cement concrete pavement removal, constructing an equipment access to the entry staging area,excavating the entry and exit staging areas(as required), dewatering,bypass pumping, drilling fluid, removing and disposing of all waste material including drilling-related spoils, furnishing and installuig the HDPE pipe of the size and type required, fittings and adaptors, installation, laying and jointing pipe and fittings, capping the abandoned drilled pipe at both ends,backfilling and compacting the entry and exit staging areas with native materials, appurtenances,water, grading, landscape restoration, cleaning, and testing by mandrel (hydrostatic and deflection testing), etc. required to complete the work in accordance with the Contract Documents. "6 Inch Diameter PVC Side Sewer Pipe", per linear foot. " Inch Diameter PVC Gravity Sewer Pipe",per linear foot. The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for Work specified in these special provisions for furnishing and installing and for all labor,materials, equipment,hauling,pavement cutting,asphalt concrete pavement removal,cement concrete pavement removal, excavation,dewatering,bypass pumping,removal and disposal of waste material, pipe of the size and type required, gaskets,fittings and adaptors, installation, all side sewer reconnections, laying and jointing pipe and fittings,bedding, and pipe zone fill material, appurtenances, frame and lid, concrete,placement of subsequent backfill(native)materials, compaction,water, grading, surface restoration, cleaning, and testing(exfiltration or low pressure air { test and deflection testing),etc.required to complete the work in accordance with the Contract Documents. Special Provisions with Table of Contents.docx 76 1 err. iwlr 7-21 SANITARY SEWER FORCE MAIN Section 7-21 is a new section: +�•► 7-21.1 Description This work consists of constructing sanitary sewer force main in accordance with the Plans, these Specifications, and the Standard Plans, as staked. rrr 7-21.2 Materials Pipe used for sanitary sewer force mains shall be: PVC (C900) 9-05.12(4) Fittings shall be full bodied ductile iron conforming to ANSl/AWWA A21.10/C110 and ww ANSI/AWWA A21.11/C111. Fittings shall be epoxy lined. Compact body fittings are not acceptable. Detectable tracer wire shall be installed with all nonmetallic force mains and shall meet the requirements of Section 9-15.18 of the Standard Specifications. �.. 7-21.3 Construction Requirements Work shall be as described in Section 7-08.3, 7-09.3, 7-17.3 irw Replace the first sentence in the first paragraph of Section 7-9.3(23)with the following: The sewer force main and appurtenances shall be tested in sections of convenient length. Test pressure for the force main shall be 225-psi. Hydrostatic pressure testing in accordance with Section 7-09.3(23) shall be done after backfill compaction has met specified densities but before placement of '■' the permanent surface. The Contractor shall provide all Work, labor, equipment,materials, gauges, pumps, temporary blow-offs, and incidentals required to complete all necessary pressure tests. rr Contractor shall coordinate with King County Water District#90 and the City of Renton to provide water required for testing depending on test location. Delete Section 7-17.3(2)A in its entirety. Minimum depth of cover on force mains shall be 48-inches. i� Rename Section 7-09.3(20),Detectable Tracer Wire and replace"Detectable marking tape"with "Detectable tracer wire"within the section 7-09.3(20). 7-21.4 Measurement Section 7-21.4 is supplemented as follows: wrw Special Provisions with Table of Contents.doex 77 1W Measurement for"8 Inch Diameter PVC C900 SDR 18 Sewer Force Main"will be based on linear footage measured horizontally over the centerline of the installed pipe. Measurement for Ductile Iron Fittings shall be per pound of fitting installed. Measurement for"8 Inch PVC C900 SDR 18 Sanitary Sewer Force Main,Auger Bore(18-Inch Casing)"of the type required shall be per lump sum in conformance with the Contract Documents. 7-21.5 Payment Section 7-21.5 is supplemented as follows: (******) "8 In. Diameter PVC C900 SDR 18 Sewer Force Main", per linear foot. The unit contract price per linear foot for "8 In.Diameter PVC C900 SDR 18 Sewer Force Main" will be complete`compensation for furnishing and installing and Work specified in these special provisions for all labor,materials, equipment,hauling,pavement cutting, asphalt concrete pavement removal,cement concrete pavement removal, excavation, dewatering,bypass pumping, removal and disposal of waste material,pipe of the size and type required, gaskets, installation, laying and jointing pipe and fittings,tracer wire, cleanouts including frame and lid,bedding, and pipe zone fill material, appurtenances, frame and lid, concrete,placement of subsequent backfill (native)materials, compaction, filling the force main with water,grading, cleaning, and testing(pressure testing)etc. required to complete the work in accordance with the Contract Documents. "Ductile Iron Fittings",per pound.' The unit contract price per pound for"Ductile Iron Fittings"will be made at the will be complete compensation for furnishing and installing and Work specified in these special provisions for all labor, equipment, materials hauling, installation, appurtenances,connections, and testing, etc. required to install all fittings in conformance with the Contract Documents. The lump sum price for"8 Inch PVC C900 SDR 18 Sewer Force Main,Auger Bore(18-Inch Casing)"will be complete compensation for furnishing and installing and Work specified in these Special Provisions for all labor,materials, equipment, hauling,asphalt concrete pavement removal, cement concrete pavement removal, excavation, dewatering,bypass pumping, excavating boring and receiving pits,removal and disposal of waste material, furnishing and installing the auger bore casing, furnishing and installing the PVC carrier pipe of the size and type required, fittings and adaptors, installation, laying and jointing pipe and fittings, capping the casing ends, installing casing spacers(as shown on drawings), filling the casing with sand once the sewer pipe within the casing is installed, filling any voids created by boring outside the casing,backfilling and compacting the boring and receiving pits with native materials, appurtenances,water, grading, cleaning, and testing(hydrostatic and deflection testing), etc.required to complete the work in accordance with the Contract Documents. 7-22 AIR VACUUM VALVE ASSEMBLY Section 7-22 is a new section: go 7-22.1 Description Work shall consist of furnishing and installing air vacuum valve assemblies at the locations shown on the Drawings. Special Provisions with Table of Contents.docx 78 low 7-22.2 Measurement 40 Measurement shall be per each air vacuum valve assembly actually installed. All pipes, valves, fittings and miscellaneous appurtenances located inside the manhole shall be included as part of the air vacuum valve assembly. All valves and fittings located outside the manhole, including couplings 00 and adapters, shall also be included as part of the air vacuum valve assembly. 7-22.3 Payment 4' The unit price Bid for each air-vacuum valve assembly shall constitute full compensation for all Work, labor,materials and equipment necessary to furnish and install each air vacuum valve assembly as shown on the Drawings. Work shall include but not be limited to the following: wo • Furnishing and installing the 72-inch diameter manhole,risers,frame and grate. • Grouting floor to drain to sump. rr • Funushing and installing all valves, fittings, pipe supports, and appurtenances shown inside the 72-inch diameter manhole. • All valves fittings,and appurtenances located outside the manhole. +rw Partial payment for each air vacuum valve assembly shall be as follows: (1) Excavation,backfill,and compaction, 80%of unit price Bid. complete. (2) Testing,complete. 10%of unit price Bid. ► (3) Satisfactory cleanup and 10%of unit price Bid. substantial completion. Clearing, grubbing,pavement removal, excavation,backfill, disposal of excess material, dewatering, traffic control and surface restoration shall be paid under the pipe or restoration Bid Items. Payment for safety systems and extra excavation to meet the requirements of WISHA, Chapter 49.17 RCW shall be paid under the Bid Item "Trench Excavation Safety Systems"(Bid Item 002). 7-22.4 Materials The manhole associated with each air vacuum valve assembly shall conform to the material requirement specified under the manholes Bid item description contained herein. r. The air vacuum valve shall be "SAAR"Model D-020 Combination Sewage Air and Vacuum Valve with 3 inch flanged end as manufactured by A.R.I. Flow Control Accessories or approved equal. The valve body shall be epoxy coated. These valves may be obtained through H.D.Fowler Company, Bellevue. Gate valves shall meet the specifications contained herein for resilient wedge gate valves. Ball Valves shall be stainless steel. All pipes and fittings within the manhole shall be lined ductile iron. All ductile iron pipe and fittings *W shall receive a factory-applied standard bituminous exterior coating, 1 mil minimum thickness, unless otherwise specified. Interior lining shall meet the requirements as stated under Fittings contained herein. Fittings shall meet AWWA Standard C110 with flanged or mechanical joints as called out on the Drawings. All bolts and nuts shall be stainless steel 304. r Special Provisions with Table of Contents.docx 79 1W 7-22.5 Construction Requirements 1* Work shall conform to the requirements for manholes contained herein. The Contractor shall grout floor to drain to a sump fonned in one area. 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.4 Measurement Section 8-09.4 has been revised as follows: Measurement for"Temporary Erosion/Sediment Control(s)"will be based on the percentage of total work complete,by dollar value, at the time of measurement. 8-01.5 Payment Section 8-01.5 has been revised as follows: Payment for"Temporary Erosion/Sedimentation Control(s)"will be at the lump sum amount Bid for which payment shall be complete compensation for all labor,materials, equipment, straw-bale dikes, silt fencing, catch basin inserts,plastic sheeting, etc.required to complete this item of work in conformance with Section 8-01 of the Standard Specifications and the Contract Documents. ' 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.4 Measurement Section 8-04.4 is supplemented by adding the following: Measurement for Concrete Curb and Gutter shall be per linear feet of curb repair required for installation. 8-04.5 Payment Section 8-04.5 is supplemented by adding the following: "Concrete Curb&Gutter,"per linear feet wr 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment per Section 1-04.1 for all work and materials required for the full and complete work required to replace all raised pavement markings and traffic buttons shall be included in the lump sum price for"Pavement Markings and Traffic Buttons." r�r Special Provisions with Table of Contents.docx 80 r 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: YAW The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. a, When existing monuments will be impacted by a project,the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete,the monuments shall be re-established by the surveyor in accordance with RCW58.09.130. 8-13.3(1) Reference Points Section 8-13.3(1)is a new section: The Contractor shall reference all monuments in advance of construction and shall reset the points and grades at the proper time. It shall be the responsibility of the Contractor to furnish materials and install required castings in accordance with the plans and where directed by the Engineer. The Contractor shall carefully protect all reference points to the monuments and shall give the Engineer reasonable notice of the schedule for monument work in order to avoid destruction of the points. 8-13.3(2) Monument Destruction Permit Section 8-13.3(2) is a new section: err Prior to construction,the Contractor shall file a Monument Destruction Permit with the Department of Natural Resources, outlining monuments which will have to be removed and re-established due to construction. Contractor shall reference all monuments that may be disturbed due to construction activities in the permit as outlined in Section 1-07.16(1)A in these Special Provisions. rr 8-13.3(3) Adjusting Surface Monuments to Grade Section 8-13.3(3)is a new section: are Where called out for on the plans;or where directed by the Engineer,the Contractor shall adjust existing monuments to the grade as staked or otherwise directed by the Engineer. The existing cast AW iron case and cover shall first be removed and thoroughly cleaned for reinstalling at the new grade. Surface monument shall be reference by the Contractor prior to paving. are Special Provisions with Table of Contents.docx 81 Aw 8-13.4 Measurement , Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is revised as follows: Payment for re-establishing existing survey monuments, which includes complete compensation for all labor, equipment, materials, excavation, new monument with housing, placement, installation, backfill, compaction, restoration, surveying, etc. required to reference the existing monument and to establish a replacement after utility construction, and restoration is complete, shall be included in the lump sum price for"Contractor Supplied Surveying." 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements 8-14.3(4) Curing Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13)of the Standard Specifications shall prevail,except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane,to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic,both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading,patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged,vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement irr Section 8-14.4 is supplemented by adding the following: (******) Measurement for Concrete Curb and Gutter shall be per linear feet of curb repair required for 1r installation. If the contract does not provide a pay item for"Curb Ramp, Cement Concrete," but the plans call for such installation,then quantities shall be measured with and paid for under the bid items for "Concrete Curb&Gutter"and for"Concrete Sidewalk." When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for"2"Deep HMA Class 1/2" Overlay PG 64-22." Special Provisions with Table of Contents.docx 82 iw 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: .rr "Concrete Curb&Gutter,"per linear feet "Concrete Sidewalk,"per square yard Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul .r and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Concrete Sidewalk"and the unit contract price per linear foot for"Concrete Curb&Gutter." 1W 8-22 PAVEMENT MARKING rr 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line(Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation on two-lane or three-lane,two-way highways. aw Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as center line delineation on multilane,two-way highways and for channelization. �r Approach Line(New) A SOLID WHITE line, 8 inches wide,used to separate left and right turning movements from through movements,to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. err Lane Line(Replacement) A BROKEN WHITE line,4 inches wide,used to delineate adjacent lanes traveling in the same �r direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. wr Two Way Left Turn Line(Replacement) A SOLID YELLOW line, 4 inches wide,with a BROKEN YELLOW line,4 inches wide, separated aw by a 4-inch space. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot Special Provisions with Table of Contents.docx 83 wr r line and a 15-foot space.The solid line shall be installed to the right of the broken line in the direction �t of travel. Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Mi Stop Line(Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 8-22.3 Construction Requirements 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) +w A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.4 Measurement Section 8-22.4 is replaced with the following: (******) No measurement shall be made for the lump sum bid item "Pavement Marking and Traffic Buttons." 8-22.5 Payment Section 8-22.5 is supplemented as follows: (******) w1e Payment per Section 1-04.1 for all work and materials required for the full and complete work required to furnish all labor, tools, material, and equipment necessary for providing paint lines and turn arrows as shown on the plans and details, shall be included in the lump sum price for "Pavement Markings and Traffic Buttons." 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment ► Section 8-23.5 is supplemented with the following: If no pay item is included in the contract for installation or for removal of temporary pavement ` markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mia;Asphalt 9-03.8(2) HMA Test Requirements Section 9-03.8(2)is supplemented with the following: wr Special Provisions with Table of Contents.docx 84 "0 AW ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 4 million. ow 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial r Evaluation Evaluation Aggregate,percent passing I",3/4", ''/2", and 3/8"sieves ±6% ±8% U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% U.S.No. 50 sieve ±4% ±6% U.S.No. 100 sieve ±3% ±5% U.S.No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5%below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5%minimum and 5.5%maximum aw These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100%passing will be 99-100. Aw 9-03.22 Cement-Based Grout.for Abandoning Utilities #W Section 9-03.22 is a new section: The Contractor shall submit a mix proposal,to be approved by the Engineer, for Cement-Based Grout to for Abandoning Existing Utilities prior to commencing work on this item. Cement-Based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: r.► Cement: Portland cement as specified in Section 9-01. Aggregate: Meet the requirements for fine aggregate as specified in Section 9-03.1 it Water: Conform to the provisions of Section 9-25-1. wr 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.7(2)A Basis for Acceptance(RC) Section 9-05.7(2)A is supplemented by the following: Special Provisions with Table of Contents.docx 85 +rtir All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM ,ori C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.12 Polyvinyl Chloride (PVC)Pipe Section 9-05.12(3)is a new additional section: (******) 9-05.12(3) CPEP Sewer Pipe CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C , per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. Section 9-05.12(4) is a new additional section: (******) 9-05.12(4) Sanitary Sewer Force Main PVC pipe for sanitary sewer force mains shall meet the requirements of ANSI/AWWA C900. PVC pipe shall have the same outside dimensions as ductile iron pipe. PVC pipe shall have a SDR of 18. Pipe shall be listed by Underwriters'Laboratories,Inc. to 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: (******) DRISCOPLEXTm 4100 High-density Polyethylene Piping 1. General Terms and Conditions 1.1 Scope-This specification covers requirements for DriscoPlexTm 4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance with these specifications. rrf 1.2 Engineered and Approved Plans -Construction shall be performed in accordance with engineered construction plans for the work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards -Where all or part of a Federal,ASTM,ANSI,AWWA, etc., standard specification is incorporated by reference in these Specifications,the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits -A licensed and bonded The Contractor shall be a licensed and bonded. 1.5 Inspections-All work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion,these specifications or standard construction practices are not being followed. Whenever any portion of these specifications is violated,the Engineer shall,by written notice, order further construction to cease until all deficiencies are corrected. Special Provisions with Table of Contents.docx 86 11I� +r. 2. Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers -The Manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The Manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified Manufacturers. 2.2 Materials-Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification 345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI(Plastics Pipe Institute)TR-4 with a aw standard grade HDB rating of 1600 psi at 73°F. The DR rating for the pipe shall be 21. Color material,when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the Manufacturer shall certify that the materials used to manufacture "�" pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings -The same Qualified and Approved Manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- Contractors or distributors are prohibited. wr 2.4 Polyethylene Fittings &Custom Fabrications -Polyethylene fittings and custom fabrications shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. law 2.5 Molded Fittings -Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings-Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe,polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters -Flange adapters shall be made with sufficient through-bore length �+ to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations)to promote gasketless sealing,or restrain the gasket against blowout. 2.8 Back-up Rings&Flange Bolts -Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1)Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete Special Provisions with Table of Contents.docx 87 r�tr f Surface In accordance with SSPC Preparation: SP-7 (Sweep or brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane(2.0 DFT)Finish: Two or more coats of Wasser MC-Aroshield(min. 4.0 DFT) Color: White 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RQ Section 9-23.9 is revised as follows: 40 Fly ash shall not be used around water lines. Nit rr Special Provisions with Table of Contents.docx 88 STANDARD PLANS yr GENERAL NOTES: f� 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 104.2. sw FACE OF CURB 9M 6 1/2" 5 1/2" 1" 1/2"R. 1"R 7 MATCH / ROADWAY g^ CEMENT CONCRETE aw SLOPE TOP OF 1/2"R. t"R SIDEWALK RAMP D m 1/2"R. ROADWAY OR LANDING VARIES FROM D 6"TO 0No 6�: D D 1/4"PREMOLDED 1'_6" JOINT FILLER "w CEMENT CONCRETE CEMENT CONCRETE TRAFFIC CURB AND GUTTER PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS Irrr FACE OF ADJACENT CURB 6 1/2" FLUSH WITH GUTTER PAN AT SIDEWALK FACE OF ADJACENT CURB RAMP ENTRANCE 1:12 MAX. 3% 6 1/2" SEE DEPRESSED CURB DETAIL THIS SHEET TOP OF 1/2"R. ROADWAY 3% l D TOP OF p• - DD - D - -�_ 1" t/2"R. ROADWAY •p D. • D _ 2" D D Z DEPRESSED CURB SECTIONV-6' r =� aw AT SIDEWALK RAMPS FACE OF CURB DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. 6 1/2" FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1" FACE OF ADJACENT CURB D TOP OF ROADWAY p GUTTER SURFACE Q D 1"R. D ow ° D • D D p 1"R. D D D ' p D Dp• D D D D CEMENT CONCRETE DEPRESSED CURB DETAIL TRAFFIC CURB AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS + !� PUBLIC WORKS CEMENT CONCRETE CURBS STD. PLAN — 101 —R DEPARTMENT MAY 2009 MW +rr SEE NOTE 2 SEE NOTE 2 2' - 0' I lil! 3/8" PREMOLDED JOINT FILLER (TYP) t5' CEMENT CONCRETE CURB AND GUTTER PLAN VIEW FACE OFCENTERLINE OF 1 > CURB �.5�FRAME 8 GRATE 6 1/2"-I 13' 51 2' 1" (1.08') 00MATCH FRAME AND GRATE-NOT INCLUDED 1/2' R. 1" R. ROADWAY IN CURB AND GUTTER BID ITEM SLOPE ° TOP OF D 11" R RECESS ROADWAY N D D p D D D D D D ADJUSTMENT SECTION-NOT INCLUDED D D IN CURB AND GUTTER BID ITEM D' D CATCH BASIN-NOT INCLUDED IN CURB AND GUTTER BID ITEM ° D / / SECTION O / r GENERAL NOTES: y 1. The intent of this design is to facilitate the removal of a catch basin with minimal disturbance of the curb. 2. The expansion joints of the adjacent sidewalk shall be adjusted to be in / line with these curb aw expansion joints. I � r \ ISOtVET'RIC VIEW Y PUBLIC WORKS CEMENT CONCRETE CURB STD. PLAN - 101.1 DEPARTMENT INSTALLATION AT CATCH BASINS MAY 2009 1IW IN.6" SIDEWALK 12 1"R. VARIES:5'-6"MIN. 12"R. LEV� !(� 4" � P P 12"R(TYP.) CURB NOT INCLUDED 2%MAX._ IN BID TEM 8" •D SEE RAISED 1/4"PREMOLDED NOTE:EXTEND SIDEWALK TRANSVERSE EDGE DETAIL JOINT FILLER JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE VARIES z 1/i SIDEWALK MAY BE ADJACENT SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK BUFFER STRIP ° '�B• VARIES:5'-0"MIN. 5'-0' p•.�'D ?• r0 .• 12"R.(TYP.) CURB NOT INCLUDED 2%MAX._ IN BID ITEM ©CONTRACTION JOINT CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP WALL OR BARRIER SIDEWALK VARIES SIDEWALK MAY BE ADJACENT #1,12"ROK SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALKVARIES:5'-6"MIN. !4") CURB NOT PREMOLDED dw I`% 12"R.(TYP• INCLUDED JOINT FILLER 2%MAX. N BID v 1/4"PREMOLDED SIDEWALK ADJACENT TO WALL JOINT FILLER DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB Aw BROOMED FINISH 4"WIDE,SMOOTH 0 TROWELED PERIMETER 15.0' CEMENT CONCRETE CURB �\ NOT SHOWN) INCLUDED IN BID TEM OT E 'CONTRACTION JOINT D IN SIDEWALK ONLY FULL-DEPTH D,9;1 EXPANSM DONT IN BOTH CURB AND JOINT FILLER SIDEWALK(BEE STD PLAN 101.1) EO EXPANSION JOINT JOINT AND FINISH DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Pian 102.1. 1r�r 1'tY O + g PUBLIC WORKS CEMENT CONCRETE S7D• PLAN - 102 �R DEPARTMENT SIDEWALK MAY 2009 rllr err NOTES: 'W 1. "Providing safe places for people to walk is an essential responsibility of all government entities involved in constructing or regulating the construction of public rights-of-way."according to the American Association of State Highway and Transportation Officials'(AASHTO) A Policy on Geometric Design of Highways and Streets. a, 2. Utilities shall be relocated outside the traveled way of the walkway. 3. Utilities that must remain are to be made non-slip through use of the[ list a proprietary system here ]. Existing meter reading devices shall not be harmed by the application of[ this system]. rr 4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip. 5. Drainage appurtenances,such as manholes,catch basins,etc.will not be permitted in the sidewalk surface. These shall be relocated to the street,or to the buffer strip. 6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A *r+ pedestrian traffic control plan shall be submitted to the City for review. Jm FIs ar "W +r viw Y PUBLIC WORKS UTILITY PLACEMENT IN STD. PLAN — 102.1 DEPARTMENT CEMENT CONCRETE SIDEWALK MAY 2009 air w rur w / EXISTING ASPHALT 2.0' MIN. NEW CURB PAVEMENT & GUTTER (SEE NOTE 2) rr SAWCUT (SEE NOTE 2) w a, •a e a a wr ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM wir 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN 101 FOR CEMENT CONCRETE CURBS. wr or —S tY O �O�g PUBLIC WORKS CURB AND GUTTER SM. PLAN - 109 DEPARTMENT REPLACEMENT DETAIL 00INTO MAY 2009 ar to 3/6"EXPANSION JOINT(TYP.) (SEE NOTE 6) C RAMP IS NORMAL TO CURB FACE TANGENT, AND OPPOSITE FAR RAMP(TYP) TYP. _ RADIUS POINT OF CURB RETURN _ CROSS�_AL1( J R m = DETECTABLE WARNING RAMP CENTERLINE _ n PATTERN(TVP.) IY I I (SEE DETAIL) L PT W X OPTIONAL CEMENT CONCRETE PEDESTRIAN CURB(TYP) (SEE STD.PLAN 101) SIDEWALK RAMP WING(TVP) d 1, 20 aw SIDEWALK RAMP WING(TYP) p RAMP CENTERLINE A ISOMETRIC VIEW rr wrr VARIES:T-0"toE 2'-6' 1 2'-6" 7'.0' -� PC RAMP RAMP 3/6'EXPANSION JOINT(TVP.) E c�1.2) (SEE NOTE 6) __ DETECTABLE WARNING 3/6EXPATTERN(TYP.) NDING CR SWALK (SEE DETAIL) (SEE STD.PLAN OPLAN VIEW SECTION y�y SIDEWALK RAMP TYPE 2 LAYOUT 6' SIDE�"MIN DETECTABLE WARNING PATTERN(SEE DETAIL) SIDEWALK 5'-6"MIN. 2FLUSH TOP OF ROADWAY �b MAX. TOP OF 2%MAX. ROADWAY OPTIONAL CEMENT DEPRESSED CONCRETE PEDESTRIAN CEMENT CONC.• CURB&GUTTER CURB(SEE STD.PLAN 101) SIDEWALK (SEE NOTE 5) CEMENT CONC. SIDEWALK CEMENT CONCRETE CURB&GUTTER SECTION O (SEE NOTE 5) SECTION O NOTES SIM 1. The bottom of the ramp shall have a landing area(not in excess of 2%in any direction),4'x 4'. 2. The paired type 2 ramp layout requires two(2)of this bid item:"cement cone.sidewalk ramp type 2". The bid Item does not include the adjacent curb(or curb&gutter),the sidewalk between ramps,or the cement Cone.pedestrian curb. 3. The maximum allowable ramp slope is 12H:1 V. Flatter ramp slopes are permissible. Field verify the forms before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas. 5. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details. 6. See standard plan 102 for sidewalk joint placement and details. yyl 7. The engineer will design all ramps to include elevations at all points marked With symbol"X". AN elevations are at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. g. When the distance from PC to PT is 18'-0" or less(when measured along the back of sidewalk)the height of the curb and sidewalk in this area shall be reduced proportionally. The 4'-0"minimum dimension shall never be reduced(See note 3). PUBLIC WORKS PAIRED SIDEWALK RAMP STD. PIAN - 106 DEPARTMENT TYPE 2 r MAY 2009 +uw RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN --------------- to I I � I � I � I \ fir I RAMP CENTERLINE \ C 2'-6" 6 3/8"EXPANSION JOINT(TYP.) ^" (SEE NOTE 6) DETECTABLE WARNING B PATTERN(TYP.) 2'0. 1 ' (SEE DETAIL) rye? OPTIONAL CEMENT PE CURB(SEETSTD.PELAN 101)STRIAN � I y;0. I J HA I I° �n I I ' SRP CROSSWALK _ AB _______LLL MIN.E A 1 5N. 2 MAX.AX. FACE OF CURB I B 5/8" 1 112" PLAN C 7/16" 3/4" wt PLAN VIEW to C D 7/8" 1 7/16" SINGLE SIDEWALK RAMP TYPE 2 -- LAYOUT AND RELATIONSHIP TO CROSSWALK I THIS PATTERN AREA SHALL ' ELEVATION BE YELLOW IN COLOR VARIES: 2'-6'.toF DETECTABLE WARNING PATTERN DETAIL VARIES: T-0"to E VARIES: T-0"to E 1Wt RAMP RAMP `v RADIUS AT FACE E F 6" 6"1 1 OF CURB 20 FEET 10'-43/4" 3'-81/2" 3/8"EXPANSION JOINT(TYP.) till (SEE STD.PLAN 102) LANDING 30 FEET 8'-11 1/2" T-2 1/4" SECTION CO 40FEET 8'-41/2" 2'.113/4" 50 FEET 8'-0 3/4" 2'-10 1/4" Aw 60 FEET T-10 1/4" 2'-9 3/4" 70 FEET T-8 3/4" 2--g- 80 '-9"80 FEET 7'-71/2" 2'-83/4" IIli11 90 FEET T-61/2" 2'-81/4" 100FEET T-6" 2'-8" DIMENSIONS AT FACE OF CURB a INTERMEDIATE RADII SHALL BE INTERPOLATED For NOTES see sheet 106 ISOMETRIC VIEW vlw Y OPUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN — 108.1 DEPARTMENT TYPE 2 ''11'' Fp,rO MAY 2009 ow to CENTER LINES jw • ® • • • • • • • • • ® • • • • • • • •-L4" • • • • • • • • • • • • • • • • 34" YELLOW TYPE 'I' 30' LINE MARKERS «r DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) 3' V4" YELLOW TYPE 'I' LINE MARKERS Aw SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) *a TWO-WAY LEFT TURN LANE • • ® • . . . . • • . • . • • • . • • • • 11F-7 4 • . • " 9' 15' 3' 11 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) 4" YELLOW TYPE 'I' LINE MARKERS ® • • • • • . • ® . • • • • • • • • • • • • • • • • • ® • • • wr NUMBER OF 2- WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH — 200' O.C. SPEED LIMIT 30-35 MPH -- 250' 0.C. SPEED LIMIT 40-45 MPH -- 300' 0.C, SY ` PUBLIC WORKS CHANNELIZATION S'I'D. PLAN — 109 r. �oJJ� DEPARTMENT MARKERS DETAIL MAY 2009 Nf vw APPROACH LINE titin iiti ® i8" f 34" WHITE TYPE 24' I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW LOCATIONS OR r�r 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS (20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS OVER 300' AT 100' INTERVALS SKIP APPROACH LINE Jimt ! � ! ttt ' } -- 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS h,r 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) LANE LINE 4" 9' 15 3' 4" WHITE TYPE 'I' LINE MARKERS �r 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) n wr Y PUBLIC WORKS CHANNELIZATION STD. PLAN — 109.1 DEPARTMENT MARKERS DETAIL rr. SANTO$ MAY 2009 err 1' 1' VARIES 1' 1' MIN MIN � � MIN MIN Aw I / 2" HMA OR ACP CLASS 'B' FACE OF CURB OR am �� EDGE OF PAVEMENT TRAFFIC FLOW i do / I CENTER LINE OR 2" TO 6" HMA OR ACP CLASS 'B' �// LANE LINE rr 6.5' MIN. 2" DEPTH OF GRIND OR SAWCUT AND REMOVE err VARIES: 6.5 MIN. 1' 1' 1' 1' —DEPTH OF EXISTING PAVEMENT MIN MIN VARIES MIN MIN UK i HMA OR ACP CLASS 'B' (SEE NOTE 2) 2" HMA OR ACP CLASS 'B' 6" CRUSHED SURFACING TOP COURSE, 2" SAWCUT AND REMOVE COMPACT TO 95% MODIFIED PROCTOR. OR GRIND, SEAL WITH AR-4000W. :rr CRUSHED SURFACING TOP COURSE, OR \ NATIVE MATERIAL IF APPROVED IN WRITING BY THE ENGINEER, COMPACT TO 95% WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED MODIFIED PROCTOR. IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING, SHORING, IF - PIPE ZONE BEDDING. MATERIAL AND COMPACTION 4a NEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT AS REQUIRED BY THE WSDOT STANDARD STANDARD SPECIFICATION 7-08.3 1 B SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT INSTALLED. rw FOR NOTES, SEE STANDARD PLAN 110.1 PUBLIC WORKS TYPICAL TRANSVERSE PATCH STD' PLAN - 110 O$ DEPARTMENT FOR FLEXIBLE PAVEMENT MAY 2009 T rr rw rr — LANE LINE MARKING 3' MIN. 3' MIN. \ SEE STD PLAN 110.2 -- y� VARIES: 4.5' MIN. (SEE STD PLAN 110.2) r � DEPTH OF EXISTING PAVEMENT�-- HMA OR ACP — CL. 'B' SEE NOTE 2\ uri 1 --1 / MIN. MIN. 6" CRUSHED SURFACING TOP / - 2" HMA OR COURSE, COMPACT TO 95% \ ACP CLASS 'B' MODIFIED PROCTOR -- 2' SAWCUT AND REMOVE ' EDGE OF PAVEMENT, EDGE -- OR GRIND, SEAL WITH OF CURB & GUTTER, OR AR-4000W CENTER OF LANE MARKING - CRUSHED SURFACING TOP COURSE, OR WIDTH OF TRENCH AS REQUIRED BY SIZE OF � NATIVE MATERIAL IF APPROVED IN WRITING BY THE ENGINEER, COMPACT TO 95% PROPOSED IMPROVEMENT (SEE WSDOT MODIFIED PROCTOR STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF --- PIPE ZONE BEDDING. MATERIAL AND NEEDED, SHALL MEET THE REQUIREMENTS OF COMPACTION AS REQUIRED BY THE lir WSDOT STANDARD SPECIFICATION 7-08.3(1)8 -- ----- WSDOT STANDARD SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT INSTALLED NOTES: 1. UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR DETERMINING PAVEMENT THICKNESS. 2. MINIMUM THICKNESS AND MATERIAL SHALL BE: PRINCIPAL/MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - 6" HMA OR ACP CLASS 'B'; jw RESIDENTIAL ACCESS STREETS - 2" HMA OR ACP CLASS 'B'; IN NO CASE SHALL THE THICKNESS BE LESS THAN THAT OF THE EXISTING PAVEMENT SECTION. 3. AT THE DISCRETION OF THE ENGINEER, A FULL STREET WIDTH OVERLAY MAY BE REQUIRED. .Yr No a PUBLIC WORKS TYPICAL LONGITUDINAL PATCH STD. PLAN — 110.1 G •� DEPARTMENT AND OVERLAY FOR FLEXIBLE PAVEMENT MAY 2009 ti LANE I LANE I LANE I I rr, I I _o I I irr I , 2 0/v. I / j I I / / I I ' , I ' I 3 MiN l I � � Li W w o � J J I INITIAL 2" DEEP SAWCUT OR GRIND, AND LIMIT OF FINAL OVERLAY (SEE NOTE 3) ' I i EDGE OF EXISTING PAVEMENT I /} EDGE OF TRAVELED LANE (EDGE STRIPE) ad am , 3 M/N I~� ---- VARIES: 4.5 MIN. (SEE STD PLAN 110.1) \` CENTER OF ANY MARKED LANE LINE, _ _ PROVIDE NEW CHANNELIZATION AFTER OVERLAY o I � - - SECONDARY FULL DEPTH SAWCUT FOR f -- PROPOSED TRENCH � I I , LANE LANE LANE FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1 Y ptiS �.n PUBLIC WORKS REQUIRED SAWCUT, GRIND AND STD. PLAN — 110.2 DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES MAY 2009 err HMA OR ACP CLASS 'B' OVERLAY 2" MIN. SAW CUT SHALL BE VERTICAL SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LINES AS PORTLAND CEMENT AND IN STRAIGHT LINES AS DIRECTED BY THE ENGINEER CONCRETE DIRECTED BY THE ENGINEER PORTLAND CEMENT REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT do 3/4" DIAM. X 12" LONG EPDXY COATED DOWEL BARS 18" ON CENTER ON 3/4" DIAM. X 12" LONG ALL SIDES OF OPENING J I EPDXY COATED DOWEL BARS 8 @ 18" ON CENTER ON MIN. 6" IN. ALL SIDES OF OPENING 12" 40 EXISTING COMPACTED BASE 12" MIN. SIDE OF TRENCH SIDE OF TRENCH COMPACTED CRUSHED SURFACING TOP COURSE, I I COMPACTED TRENCH BACKFILL AS DIRECTED BY THE ENGINEER WITH ASPHALT CONCRETE OVERLAY WITHOUT ASPHALT CONCRETE OVERLAY CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements ill Local Access without Bus Route No No Local Access with Yes Yes Bus Route Intersection (All Yes Yes Plus one panel beyond Streets) the curb return +YIr 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) ■r Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD any panel needs to be any panel needs to be and all bus route patched patched 'SY PUBLIC WORKS TYPICAL PATCH FOR RIGID STD. PLAN - 111 (\►�/l DEPARTMENT PAVEMENT PATCHING AND RESTORATION DETAIL MAY 2009 FN.fO +rr IIIIIlr NOTES RISER RING DIMENSIONS APPROXIMATE 1. Dimensions may vary according to manufacturer. q1 1/Y(SIZE) WEIGHTS 2' 3" 2. Base to be placed on a well compacted foundation. CASE 60 LBS 3. Monument case to be installed by contractor. COVER 19 LBS 4. See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place in TOTAL 79 LBS 2"O.D.galvanized pipe. 4 5/8" R. • D• 3 8" DIAM. CONCRETE BASE IIIIIIIII • ' 1" DIAM. N • D , "'111 D 1 B" R.3 1/4" R. r , •p D D 3 7/8" R. 3 3/4" R. ° SECTION r p I> COVER .D D • D ' r7 •D 5 1/4- R. D •° 4 3/4- R. I 2: I NNI D • D PLAN VIEW I t 3/4' ACP Class B. or as approved by the Engineer. I :� 4" R. 1'-6" R. a r 1" �34' SECTION D • o D CASE Z •p ' N Ito i' CONCRETE BASE ;\��� \1�\ ;.1..; I 10 1/2" DIAM. 9 1/2- DIAM. ISOMETRIC UNDISTURBED SOIL � � ,�' GROUT n�j 2"O.D.GALVANIZEDA STEEL PIPE-NOTE 4 SECTION O A l— INSTALLATION a 1/8" ' 8" DIAM. 9" DIAM. 1 4" SECTION SECTION OF LETTER RISER RING ti'tY O PUBLIC WORKS MONUMENT CASE STD" PLAN — 113 aw ?O� DEPARTMENT AND COVER MAY 2009 to r MANHOLE FRAME AND COVER 6" — SEE DRAWING 401 24' w. 12' MAX. ADJUSTMENT (4" MIN.) CONE 'D' err RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 r. 'C' ; STEPS — POLYPROPYLENE STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., 7' MIN. OR APPROVED EQUAL. A' ,rr ' 12" (TYP) MAX. PIPE SIZE — 'E' T— cc LADDER—POLYPROPYLENE CONCRETE SHELF 1% PRECAST BASE SECTION OR CAST IN SHELF. 77 <Bi �* NOT TO SCALE r A' `B' 'C' 'D' 'E' 48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. r� 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. i Y S'I'D. PIAN — 400.1 PUBLIC WORKS STANDARD SANITARY MANHOLE DEPARTMENT MARCH 2008 1rr 1r>. SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING lrrb PATCHED AREA wr A A COVER +r1 PLAN 1rr NTS OUTSIDE DIA. 1'-0" 2" HMA CLASS 1/2" 64-22 OR AS APPROVED BY THE WIN ENGINEER. 4" CONCRETE SECTION A-A illi NOTES: REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE �1f1 BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY +rir THE ENGINEER. 1111 PUBLIC WORKS TYPICAL UTILITY COVER SPD. PLAN — 400.4 DEPARTMENT ADJUSTMENT FOR PAVEMENT OR OVERLAY MARCH 2008 irr B❑LTH❑LES - 3 PLCS SMYU1 NMI EQUALLY SPACED 120' nvaau-1SV3 APART ON 23 1/16' (586mm) DIA B.C. (SEE DETAIL) +rr x au`wow � mtcccro S ,`mow RENTON y Cy �. SEWER yti O KAM IN 051 COVER BOTTOM VIEW COVER & FRAME PLAN VIEW 25' DIA. 1635mm31• S❑C. (ALLEN HEAD) 3/4' C25r�'I 5/ X L5 SS C19mm3 r_jL RUBBERBE WASHER (3) BLT 8 3/4' L 2 1/2' C222mm3 164mm3 TYP No COVER SECTION VIEW EON BOLTING DETAIL 26 1/2' DIA C673mm) +w� 25 1/4' DIA 1641mm3 1 1/16' 1/4' 1 1/16' 1/4' (6mm) DIA JJ , C27mm3 C6mm ' 127mm7 NEOPRENE GASKET 1 1152mm3 13mm) � ve' CR3mm1 [168 3 23 3/81594mml OPEN GASKET GROOVE DETAIL 27 5/16' DIA C694mm3 rrr 34 1/8' DIA 1867mm3 NOTES: FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST go JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL. 2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). m s� PUBLIC WORKS MANHOLE FRAME AND COVER STD PLAN — 401 No �� 0 DEPARTMENT MARCH 2008 F to 4w Im R/W 1 aw I I I - --------- --------- rT -------- J -- EXISTING 6" SEWER STUB (REMOVE 011 TO R/W) EXISTING SANITARY SEWER MAIN (REMOVE) ---- ----=_----� — EXISTING SIDE SEWER — 6"x 4" REDUCER a — BEND AS REQUIRED (NOT TO EXCEED 45') \PROPOSED 6" SEWER STUB MAIN RUN SIZE X 6" TEE PROPOSED SEWER MAIN NOT TO SCALE dw as up ti`t Y O PUBLIC WORKS TYPICAL STUB CONNECTION STD' PLAN — 407 awDEPARTMENT FOR SEWER REPLACEMENT ��rrTo� MARCH 2008 +r e 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 w 0 0 80 160 236 316 396 476 556 632 680 680 a 50 140 220 300 380 456 536 616 696 712 708 708 ow a Of 100 280 360 440 520 600 676 748 744 736 732 728 W 150 424 500 580 660 740 780 772 764 756 748 744 m 200 564 644 720 800 808 796 788 780 772 764 760 a 250 704 784 856 836so 820 808 800 1 792 784 776 1 772 300 844 880 860 844 832 820 808 800 792 788 780 350 908 884 868 852 840 828 820 808 804796 788 °0 400 908 —E8 8 872 856 844 836 824 816 808 804 796 450 908 888 876 860 852 840 832 824 816 808 804 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 4001 450 1 500 IL 0 0 80 160 236 316 396 476 556 632 680 680 CL 50 220 300 380 456 536 616 696 768 760 752 744 (if 100 440 520 600 676 756 836 840 828 812 804 792 150 660 740 820 896 932 908 888 868 856 840 832 a 200 880 960 1028 992 964 940 920 900 888 872 860 0 250 1100 1108411044 1012 988 964 944 1 928 912 900 888 Z 300 1132 1092 1056 1028 1004 984 964 948 932 920 908 350 1132 1096 1068 1040 1016 996 980 964 948 936 924 4w 400 1132 1100 1076 1052 1028 1008 992 976 964T952 940 450 1132 1104 1080 1056 1036 11020 1004 988 9761 964 1 952 TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 aw 0 0 80 160 236 316 396 476 556 632 680 680 n 50 316 396 476 556 632 712 832 816 804 804 792 aw of 100 632 712 792 872 952 984 952 928 908 888 876 w w 150 952 1028 1108 1132 1088 1052 1020 992 972 952 936 a 200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984 a 250 1360 1300 11248 1204 1164 11132 1104 11080 1056 1036 11020 lm Z 300 1360 1308 1264 1224 1192 1160 1132 11108 1088 1068 1052 N 350 1360 1316 1276 1240Re 1156 1132 1112 1096 1076 400 1360 1320 1284 1252 1176 1152 1132 1116 1100 450 1360 1324 1292 12641192 1168 1152 1132 1116 wo TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 4001 450 1 500 low a 0 0 80 160 236 316 396 476 556 632 680 680 a 50 496 576 652 732 812 892 972 948 924 900 884 100 988 1068 1148 1228 1248 1192 1144 1104 1072 1044 1020 w 150 1484 1564 1484 1408 1344 1292 1248 1208 1172 1144 1116 dw a 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192 0 250 1700 1624 11560 11504 11452 11408 1136811332 1304 1272 1248 Z 300 1700 1636 1580 1532 1484 1444 1408 1376 1344 1316 1292 n 350 1700 1644 1596 11552 1512 1472 11440 1408 1380 1352 1328 400 1700 1652 1608 1568 1532 1496 11464 1436 1408 1384 1360 450 1700 1656 1616 1580 1548 1516 1484 1460 1432 1408 1388 TIME SECONDS PROCEDURE: oft SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. ALL SEWER PIPE SHALL MEET A MINIMUM AIR ALLOW 2 MINUTES FOR STABILIZATION, ADDING PRESSURE TEST OF 4.0 P.S.I.G. FOR 5 MINUTES AIR AS REQUIRED TO STABILIZE THE PRESSURE WITH NO LOSS OF PRESSURE. IF THERE IS A LOSS AT 4.0 P.S.I.G. OF PRESSURE.THEN THE TIME OF THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.I.G. SHALL NOT BE LESS THAN THE TIME SHOWN ON THE ABOVE TABLES. AIR TEST TABLE STD. PLAN — 410 �® PUBLIC WORKS ( LOW PRESSURE ) DEPARTMENT FOR SANITARY SEWERS """ ��NTo� MARCH 2008 *w AGENCY PERMITS yr CITY OF RENTON DETERMINATION OF NON-SIGNIFICANCE (MITIGATED) r APPLICATION NO(S): LUA09-049, ECF APPLICANT: City of Renton,Utility Systems err PROJECT NAME: Stonegate Lift Station rw DESCRIPTION OF PROPOSAL: Applicant is requesting SEPA review for the Stonegate Lift Station located at 5610 NE 26th Street and approximately 1,000 linear feet of 12 and 15-inch sanitary sewer pipe and 4,900 linear feet of 8-inch sanitary sewer pipe in the rights-of-way of NE Sunset Blvd, NE 26th St, Lyons Ave NE, NE 22nd Ct, NE 20th St,and Field Ave NE.The above ground portion of the lift station is approximately 240 sq ft. '� The existing lift station is proposed to be removed. Access would be off 148th Ave SE. The project is located near two wetlands (Wetland A and Wetland B) and two streams. Wetland A is connected to May Creek and is classified as a Category 1;Wetland B is a Category 3. As such,the applicant provided a Critical Areas Report and a Geotechnical Report. The applicant does not propose to remove any trees as a part of this project. LOCATION OF PROPOSAL: 5610 NE 26th Street LEAD AGENCY: The City of Renton Department of Community&Economic Development Planning Division The City of Renton Environmental Review Committee has determined that it does not have a probable significant adverse impact on the environment. An Environmental Impact Statement (EIS) is not required under RCW 43.21C.030(2)(c). Conditions were imposed as mitigation measures by the Environmental Review Committee under their authority of Section 4-6-6 Renton Municipal Code. These conditions are necessary to mitigate environmental impacts identified during the environmental review process. Appeals of the,environmental determination must be filed in writing on or before 5:00 p.m.on June 5,2009. Appeals must be filed in writing together with the required $75.00 application fee with: Hearing Examiner,City of Renton, 1055 +rr South Grady Way, Renton,WA 98057. Appeals to the Examiner are governed by City of Renton Municipal Code Section 4-8-110.B. Additional information regarding the appeal process may be obtained from the Renton City Clerk's Office, (425)430-6510. PUBLICATION DATE: May 22,2009 DATE OF DECISION: May 18,2009 w.r SIGNATURES: 4F/Ald IAdmnistratorGregg Zi r Administrator Dae .David Daniels,DaiDate Public Vioris Fire&Emergency Services Terry Higashiyama,Administrator Date AI x Oietsih,Ad inistrator Date Community Services Department of Community& Economic Development a CITY OF RENTON DETERMINATION OF NON-SIGNIFICANCE-MITIGATED MITIGATION MEASURES APPLICATION NO(S): LUA09-049, ECF APPLICANT: City of Renton, Utility Systems PROJECT NAME: Stonegate Lift Station DESCRIPTION OF PROPOSAL: Applicant is requesting SEPA review for the Stonegate Lift Station located at 5610 NE 26th Street (parcel #8035400580) and approximately 1,000 linear feet of 12 and 15- inch sanitary sewer pipe and 4,900 linear feet of 8-inch sanitary sewer pipe located in the rights-of-way of NE Sunset Blvd., NE 26th Street, Lyons Avenue NE, NE 22nd Court, NE 20th Street, and Field Avenue NE. The above ground portion of the Stonegate lift station is approximately 240 square feet. The existing lift station on the subject site is proposed to be removed in addition to the Summerwind lift station, which is not located on the subject site. Access to the new lift station would be off of 148th Avenue SE. The project is located near two wetlands (Wetland A and Wetland B) and two streams. Wetland A is connected to May Creek and is classified as a Category 1 wetland; Wetland B is a Category 3 wetland. As such, the applicant provided a Critical Areas Report and a Geotechnical Report. The applicant does not propose to remove any trees as a part of this project. LOCATION OF PROPOSAL: 5610 NE 26th Street LEAD AGENCY: The City of Renton Department of Community& Economic Development Planning Division MITIGATION MEASURES: 1. The applicant shall be required to comply with the recommendations included in the geotechnical report, ' "Final Geotechnical Report" prepared by HWA GeoSciences Inc., dated November 7, 2008. 2. Temporary construction fencing shall be placed along the portion of the 100-foot buffer area of Wetland A that is immediately north of the Stonegate lift station construction site prior to commencement of construction. ERC Mitigation Measures Page 1 of 1 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: May 27,2009 Control Number: 117316-1 Project Expiration Date: May 26,2014 FPA/Public Notice#: N/A PERMITTEE AUTHORIZED AGENT OR CONTRACTOR Renton City of Wastewater Utility ATTENTION:John Hobson 155 Grady Way 5th Floor Renton,WA 98055 sir 425-430-7279 err Project Name: Stonegate Lift Station Conveyance Improvements Project Description: Install a sewer conduit by boring under an existing culvert in a tributary to May Creek known as Greene's Creek located at SE 26th St.just west of 148th Ave. SE. PROVISIONS 1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by May 26, 2014. 2. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife entitled, "STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS", dated submitted for permit March 25, 2009, except as modified by this Hydraulic Project Approval. A copy of these plans shall be available on site during construction. 3. Conduit alignment shall be as nearly perpendicular to the stream'as possible. 4. The culvert and streambed shall not be disturbed. If the culvert is damaged and flow enters the work area, work activities shall cease and the Area Habitat Biologist (AHB) listed below shall be contacted immediately for additional approval to repair or replace the culvert and finish the project. 5. Equipment used for this project shall be free of external petroleum-based products while working around the stream and wetlands associated with the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the ordinary high water line. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream and wetlands associated with the stream. MW 6. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be No made to the Washington Emergency Management Division at 1-800-258-5990, and to the AHB. 7. Erosion control methods shall be used to prevent silt-laden water from entering the stream or 1W wetlands associated with the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, Page 1 of 4 ao +llrll Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of ,16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: May 27,2009 Control Number: 117316-1 Project Expiration Date: May 26, 2014 FPA/Public Notice#: N/A and/or immediate mulching of exposed areas. 8. Prior to starting work, the selected erosion control methods (Provision 7) shall be installed. Accumulated sediments shall be removed during the project and prior to removing the erosion control methods after completion of work. 9. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to the stream or wetlands associated with the stream. 10. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of floodwater in an approved upland disposal site. 11. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream or wetlands associated with the stream. 61111? PROJECT LOCATIONS Location #1 conduit under culvert WORK START: May 27, 2009 WORK END: May 26, 2014 WRIA: Waterbody: Tributary to: 08.0288 Greene's Creek May Creek 1/4 SEC: Section: Township: Range: Latitude: Longitude: County: NE 1/4 �03 23 N �05 E IN 47.5143 W 122.14483 King Location#1 Driving Directions APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW(formerly RCW 77.20). Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies(local,state and/or federal)that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the ,rid person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. Page 2 of 4 Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 Issue Date: May 27, 2009 Control Number: 117316-1 do Project Expiration Date: May 26,2014 FPA/Public Notice#: N/A + + The person(s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this. Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals.issued pursuant to RCW 77.55.021 (EXCEPT agricultural irrigation, stock watering or bank stabilization projects)or 77.55.141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s)to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal ' such decisions. All agricultural irrigation,stock watering or bank stabilization Hydraulic Project Approvals issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation.with the person(s)to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions provided in a Hydraulic Project Approval,there are informal and formal appeal processes available. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021, 77.55.141, 77.55.181,and 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia,Washington 98501-1091 and shall be RECEIVED by the Department within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an + • order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Technical Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. er. B. FORMAL APPEALS (WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agricultural irrigation,stock watering or bank stabilization projects)or 77.55.291: A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval,- (B) pproval;(B)An order imposing civil penalties; or (C)Any other'agency action'for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as'REQUEST FOR FORMAL APPEAL'and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091,Within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agricultural irrigation, rrr stock watering or bank stabilization only), 77.55.141, 77.55.181, or 77.55.241: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Page 3 of 4 .rF Washington HYDRAULIC PROJECT APPROVAL North Puget Sound Department of 16018 Mill Creek Boulevard FISH and RCW 77.55.021-Appeal Pursuant to Chapter 34.05 RCW Mill Creek,WA 98012-1296 WILDLIFE (425)775-1311 At Issue Date: May 27,2009 Control Number: 117316-1 Project Expiration Date: May 26,2014 FPA/Public Notice#: N/A Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE, Building Two- Rowe Six, Lacey,Washington 98504;telephone 360/459-6327. D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, Environmental and Land Use Hearings Board;4224 Sixth Avenue SE, Building Two-Rowe Six, P.O. Box 40903, Lacey,Washington 98504;telephone 360/459-6327. E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no timely request for an appeal,the department action shall be final and unappealable. ENFORCEMENT: Sergeant Chandler(34) P3 Habitat Biologist �,✓, for Director Larry Fisher 425-313-5683r WDFW CC: VIA r Page 4 of 4 at