Loading...
HomeMy WebLinkAboutContract 1 Award Date: 04/29/2013 CAG-13-045 Awarded to: Hoffman Construction, Inc. 1 27633 SE 400th Way Enumclaw, WA 98022 Award Amount: $257,278.79 1 Bidding Requirements, City of Renton Forms, Contract Forms,Conditions of the ' Contract, Plans and Specifications 1 Construction of: East Renton Lift Station Elimination 1 PROJECT NO. 1 WWP-27-3549 March 2013 City of Renton 1 1055 South Grady Way Renton, WA 98057 Project Manager: Michael Benoit (425)430-7206 Ci of �j�tifip �� � a �n - _ a % - ' CONSTRUCTION INC 27633 SE 400'h Way, PO Box 845 Enumclaw,WA 98022-0845 Office: 360-825-9797 Fax: 360-802-9797 License: HOFFMC1931 D9 "Established in 1977" ' Emergency Contact Information: Emergency Contacts Position Email Address Work Phone Cell Phone Randy Hoffman President randyO-hofcon.com 360-825-9797 206-423-1261 ' Karen Hoffman Vice President karenCc)-hofcon.com 360-825-9797 206-423-1262 Brad Hoffman Vice President brad(Whofcon.com 360-825-9797 206-423-1265 Jake Osborn Foreman iake(o)hofcon.com 360-825-9797 253-261-0021 ' Bonding A ent: Email Address Work Phone Cell Phone Chad Epple chad.epple(cD-hubinternational.com 425-489-4538 425-765-3889 ' Jim Kuich iim.kuichCaD-hubinternational.com 425-489-4544 t t CITY OF RENTON RENTON,WASHINGTON ' CONTRACT DOCUMENTS forthe East Renton Lift Station Elimination ' PROJECT NO. WWP-27-3549 ' March 2013 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ES Wyf 1� of WA �fi�, rrt. U 49545 4'� �a� �GiSZk�tiD �`o N� OAtAt Ago, I. D City of East Renton Lift Station Elimination WWP-27-3549 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal &Combined Affidavit&Certificate Form: Non-Collusion ' Anti=Trust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Bid Bond Form *Schedule of Prices •:*Bond to the City of Renton *:*Fair Practices Policy Affidavit of Compliance *:*Contract Agreement(Contracts other than Federal-Aid FHWA) Prevailing Minimum Hourly Wage Rates Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Spe0iol Prgyisi9n5, Part II Standard Plans ' Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid •:* Submit at Notice of Award ' CITY OF RENTON Public Works Department 1055 South Grady Way ' Renton,Washington 98057 i t CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 It.is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard ' to their race; religion/creed; nation aliorigin;ancestry.;sex;age over 40;sexual orientation or gender identity;pregnancy;HIV/AIDS and Hepatitis C status; use of a guide dog/service I animal- marital status; parental/family status; military status;or veteran's status, or the { presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the. disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1,) EMPLOYMENT PRACTICES-The City of Renton will ensure all employment I 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: t. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions ' organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS- Contractors,sub-contractors, consultants I and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by !' the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City; including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of ' March. ,2011 , i I CITY,O RENTON RENTON CITY COUNCIL i Denis Law,Mayor CyUncil Pr sident Attest: ' Bonnie I.Walton,City Clerk 1 CITY OF RENTON SUAOIL4RYOFAMERICANS WITH DISABHUTIESACTPOLICY ADOPTED BY RESOLUTIONNO: 3007 The policy.of the City of Renton.is to promote.and afford equal treatment and service to all citizens and to assure employment op porooty to persons With disabilities, when the City of Renton can reasonably accommodate;the. disability, This policy shall be based' on the principles of equal. employment opportunity„ the Americans. With Disabilities Act and.other applicable guidelines:as set forth in federal;state and local laws.. All departments of the City... of Renton shall adhere to the following guidelines: ;(I) 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 performancei 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. ' S. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans ` With Disabilities Act Poli cy will be rinairitained to facilitate equitable representation within the City work.force and to assure equal employment opportunity and equal access to City services, activities and programs to.all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION' - Contractors, subcontractors, consultants and .suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. topics of this policy shall be distributed to all City employees,shall.appear in all operational documentation of the City, including bid calls,and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the,.City Council of the CityofRenton, Washington, this 4th day of October. 1993. CITY QF RENTON RENTON CITY COUNCIL: , Mayor Council President Attest: , City Clerk ' CITY OF RENTON East Renton Lift Station Elimination WWP-27-3549 SCOPE OF WORK iThe work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The construction of the East Renton Lift Station Elimination project includes construction of approximately 75 linear feet of 12" and 950 linear feet of 15" PVC gravity sanitary sewer pipelines, clearing and grubbing of an approximate 20,000 square foot corridor thru Maplewood Park, wetland and stream buffer mitigation within Maplewood Park corridor, temporary bypass pumping, and decommission and demolition of existing lift station facilities. A large portion of the Work is located within Maplewood Park, a forested, inactive park owned by King County.The rest of the Work is located within an existing utilities site and a residential street. j A total of 100 working days will be allowed for the completion of this project anticipated date of commencement (Notice to Proceed),June 15, 2013. Work within Maplewood Park, excluding plantings, will be limited to July 1 to September 30, 2013 as indicated in Sub-Section 10.01140. See Sub-Section 10.01140 for additional Work Constraints. 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, in addition to all applicable permits obtained for the project. 1 Y ._q+ F-j" !1 —7 UL1.1. .: �..y .7..J [- ti . . i ! - _ - . 4 y ;.W f 5. Li 1Mt L rr TM ' �If s — � � n L. �. ` l ����������j— _ -- � ��}�. j �, .Y'i„�'`.�+t'{,'"i 1•�'=' -/ ..�.... f. ... IL J V5 1. rt t I L f ,:T " l€rte.°1' } �� - l C .J — C z. �!I `�5835T !4r Y , - SE 2nd PCATI t ��� _........ L......... i . T r l�l a IL li� � %1 � I � I J } - t r��5✓r rl yj — — .� n _ Y _ r -� i 1 t 1 - _�_.... I {/ 1 �_ � �{ ) r ��� 1 ice. ........—.........—.._..... ~ \ A J t r; r r Jf'�..� �s""�. I �,.-.../" `�'._I_� i�\,'�'\�✓l,,.�{ � �,�'-,.� � �� ,r 3 < �� {r I 7 1 _ . " it _ t t East Renton Lift Station Elimination Vicinity Map I INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined at the Public Works Department Office. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5%of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as ' the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to.the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage,worker's jcompensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Sys tems 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 icontract the prevailing rate of wage for an hour's,work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 1. WSDOT/APWA"2010 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be ' detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein)shall govern. 21. A geotechnical engineering evaluation report has been completed based on subsurface explorations along the pipeline alignment in Maplewood Park and is available for information purposes only. A copy may be obtained on-line through Builders Echange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Projects Bidding". 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 The Bidders shall familiarize themselves adequately with the project permits and conditions (Special Provisions 1-07.6 and 10.01410) as needed to submit their bid. A table listingipermits and conditions obtained for this project has been prepared and is available for information purposes. This table was created to track conditions as the project was developed and proceeds into construction, focusing on items of significance, and does not include every condition. A copy may be obtained 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". 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"? t ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least S percent of the total amount of bid including sales ' tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ❑ Have you submitted the Dept. of Labor& Industries Certificate of Registration form? ' CAG-13-045 CITY OF RENTON ' CALL FOR BIDS t East Renton Lift Station Elimination WWP-27-3549 ' Sealed bids will be received until 3:30 p.m.Tuesday,April 9, 2013, at the City Clerk's office, 7th floor and will be opened and publicly read in conference room Conference Room 511 on the 51h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057 for the East Renton Lift Station Elimination project. The work to be performed under this contract shall include,but not be limited to: The construction of the East Renton Lift Station .Elimination project includes construction of tapproximately 75 linear feet of 12" and 950 linear feet of 15" PVC gravity sanitary sewer pipelines, clearing and grubbing of an approximate 20,000 square foot corridor thru Maplewood Park, wetland and stream buffer mitigation'within Maplewood Park corridor, temporary bypass pumping, and ' decommission and demolition of existing lift station facilities. A large portion of the Work is located within Maplewood Park, a forested, inactive park owned by King County. The rest of the Work is located within an existing utilities site and a residential street. ' A total of 100 working days will be allowed for the completion of this project anticipated date of commencement (Notice to Proceed), June 15, 2013. Work within Maplewood Park, excluding ' plantings, will be limited to July 1 to September 30, 2013 as indicated in Sub-Section 10.01140. See Sub-Section 10.01140 for additional Work Constraints. 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, in addition to all applicable permits obtained for the project. 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 25, 2013. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton" , ' "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") ' If a bidder has any questions regarding the project, please contact the Project Manager, Michael Benoit,at 1055 South Grady Way, Renton,WA 98057, mbenoit@rentonwa.gov or(425)430-7206. 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 1.Walton, City Clerk ' Published: ' Daily Journal of Commerce March 25, 2013 Daily Journal of Commerce April 1, 2013 City of- s _ Q Q East Renton Lift Station Elimination ' WWP-27-3549 Proposal.& Combined Affidavit& Certificate Form tTOTHE:CITYOF RENTON. RENT04 WASHINGTON 1 Ladies and/or Gentlemen: The undersigned hereby certify that the-bidder has examined the site of the proposed work and have ' read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be ' completed with the money available, in accordance with the said plans,specifications and contract and the schedule of prices. ' The undersigned further certifies and agrees to the following provisions; 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 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 tCERTIFICATION RE:, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER tVendor--and purchaser recognize that in actual economic practice overcharges resulting from anti=trust violations-are in fact usually borne by the purchaser. Therefore,vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order ' or contract,except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation., or other event establishing the price under this order or contract. in .addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all ' such claims to purchaser,subject to the aforementioned exception. ' AND ' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale MINIMUM WAGE AFFIDAVIT FORM ' I, the undersigned, having been duly sworn, deposed, say and certify that in connection.with the performance.of the work of this project, I will pay each classification of laborer,workman,or mechanic . ' employed in the performance of such.work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the,principal contract, I have read the above and foregoing statements and certificate,_ know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Signature of Authorized Representative of Bidder*: ' Printed Name: Brad Hoffman Title: Vice President ' Address: P.O.Box 845 Enumclaw,WA 98022 Contact Name(please print) Brad Hofffinan ' Phone.: (206)423-1265 or(360)825-9797 Email: brad @hofcon.com *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If business is a CORPORATION,please complete this section: Name.of President of Corporation Randy Hoffman ' Name of Secretary'of Corporation Karen Hoffman Corporation.Organized under the laws of Washington ' 1 With Main Office in State of Washington at Enumclaw ' If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY,please complete this section. Name: Title(Partner,Member,Manager): Proposal&Affidavit/Certificate Page 2 of 4 tProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale STATE OF WASHINGTON INDIVIDUAL.FORM ' :Ss County of ) t On this day of before me personally appeared to me known to be the individual(s) described in and who executed the foregoing instrument, and acknowledged under oath that (he/she/they), signed and sealed the same as (his, her, their) free and voluntary act and deed, for the uses and purposes therein mentioned. ' GIVEN under my hand and-official seal the day and year last above written. (SEAL) ' Notary Public in and for the State of Washington, residing at. Print Name: ' M 'commi i y ss on expires: CORPORATION FORM ' STATE OF WASHINGTON ss County of KING ) On this . 9th day of April before me personally appeared Brad Hoffman to me known to be the yice.President (President, Secretary, Treasurer) of the ' corporation.,that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath. stated that he (he/she/they) are authorized to execute said ' instrument.. GIVEN under.myhand and official seal the day and year last above written. (SEAL) N ary Pu is in and for the State of ' ashingt0n, residing at Enumclaw KYLIE JO HELMOLD Print Namet Kylie Helmold Notary Public ' State of Washington My Commission Expires My commission expires: February 01,2017 February 01, 2017 ' Proposal&>AfdavitjC.ertificdte Page 3 of 4. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ' PARTNERSHIP FORM STATE OF WASHINGTON J ' ss County of ' On this_ day of before me personally appeared to me known to be a General Partner of the partnership known as ' that executed the foregoing instrument, and acknowledged said instrument to be the.free and voluntary act and deed of said partnership, for the uses and purposes therein mentioned, and on oath.stated that (he/she/they) are authorized tto execute said'instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for the State of Washington, residing at Print Name: 1 My commission expires: LIMITED.LIABILITY COMPANY(LLC) FORM. STATE OF WASHINGTON } ss County of } On this day of 20 before me personally appeared to me known to be a. Managing Member of the limited Liability Company known as and that he/she/they executed the ' foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said. Limited.Liability Company, for the uses and purposes therein mentioned,:and on oath stated that (he/she/they)are authorized to execute said instrument. ' GIVEN zqnder my hand and official seal the day And year last above written. t (SEAL) Notary Public in and for the State of Washington, residing at ' Print Name: ' My commission expires: .Proposal&Affidavit/Certificate Page 4 of 4 ' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Department of Labor and Industries Certificate of Registration 1 Name.on Registration: Hoffman Construction,Inc. Registration Number: LTII- 381,764-00 Washington State License-HOFFMCI931D9 Expiration Date: 8-11-2014 tNote: A copy of th certificate will be requeste&as part of contract execution when project is awarded. r i ' Provided 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$ which'amount is not less than five percent of the total bid. Signature ' Know All Men by These Presents: That we Hoffman Construction, Inc.11 , as Principal,, and Merchants Bonding Company(Mutual) as surety, are held and firmly bound unto the City of Renton, as Obligee,-in the penal sum of five percent(5%)of the total amount bid--------Dollars; for the payment of Which the.P.rincipal and the surety bind themselves, their heirs, executors, administrators, successors ' and assigns;:}csintly and severally,by these presents; The condition of this obligation is such that if the Obligee.shall make arty award to the Principal for ' according.to the terms of the proposal or bid made by the Principal therefore;.and the Principal shall duly make and enter into a contract with the Obligee in accordance: with the terms of said proposal or bid and award and shall give Mond 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 anii void; otherwise.it shall be and remain in full force and effect and the:Surety t 'shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond> *East Renton Lift Station Elimination, City of Renton,#WWP-27-3549 SIGNED,SEALED.AND'DATED THIS 9th DAY OF April 2 13 Hoffm C r ti tPrincipal Mer Bonding Company(Mutual) Sur Jim S. Kuich,Attorney-in-fact tReceived return of deposit.in the surer of$ Provided to Builders Sxchinge of WA, Ind. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ERCHANT777�k: BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, Brandon K.Bush,Chad M.Epple,Julie M.Glover,Darlene Jakielski,Jim S.Kuich,Theresa A.Lamb, Brett N.Meier,Nancy J.Osborne,James W.Doyle,S.M.Scott,Steve Wagner of Bothell and State of Washington their true and lawful Attomey-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign,execute,acknowledge and deliver in their behalf as surety ' any and all bonds, undertakings, recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly ' authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National ' Bonding,Inc.,on October 24,2011. 'The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. ' The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." ' In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 22nd day of January 2013 . IHrYHq ;e /# •O• (iP09 . °9• MERCHANTS NATIONAL BONDING,INC. 40 4 S% a. 1933 :C: STATE OF IOWA .,•y°+ ••h .a`' ••. •• COUNTY OF POLK ss. ""'�r"" i "' President On this 22nd day of January 2013 before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC..;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. X+y MARANDA GREENWALT ' �'; Commission Number 770312 My Commission Expires ow October 28,2014 Notary Public,Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., 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 still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of 619ri I !! ,r • �' = •a' 1933 Secretary 203 •�ti: POA 0014 (11/11) .... Oar. 6� . ..•`�•a ....;,� , .••y, ••.. •r'�'4rri�r.rN„i� •••••• CITY OF RENTON.PUBLIC WORKS DEPARTMENT EAST RENTON LIFT STATION ELIMINATION ' TOTAL BID.PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER ' (Note: The bid price shall be stated in aigures only,in terms of the units indicated,and as to a total amount. In the-event of errors.or where conflict occurs,the unit price bid sWI govern. Illegible figures will.'Invalidate the:bid) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR.INFORMATION ON BID ITEMS. ' IT04 APPROX. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars Cents. Dollars Cents. Schedule A ' 1 1 Mobilization and Demobilization $21,000.00 $ 21,000.00 Lump Sum per Lump Sum t2 1 Trench and Excavation Safety Systems $2,500.00 $ 2,500.00 Lump Sum per Lump:Sum 3 1 Construction Surveying;Staking,and As- $ 3,315.00 $ 3,315.00 Lump Sum Buifts per Lump-Sum 4 1 Traffic Control $ 3,175.00 $ 3,175.00 Lump Sum per Lump.Sum. 5 1 Temporary Erosion/Sedimentation Controls $ 15,775.00 $ 15,775.00 Lump Sum per lump Sum 6 76 Furnish-and Install.12=inch DiameterPVC $ 70.00 $ 5,320.00 Lineal Foot Sewer Pipe per Lineal Foot 7 173 Furnish and install 15-inch Diameter PVC $ 82.50 $ 14,272.50 Lineal Foot Sewer Pipe in 148th Place SE per Lineal Foot 8 782 Furnish and;Install 15-inch Diameter PVC $ 77.50 $ 60,605.00 Lineal Foot Sewer Pipe in Maplewood Park per Lineal Foot. 9 2 Existing Manhole Modifications $ 3,750.00 $ 7,500.00 Each per Each 10 1 Furnish.and.Install 60-inch Diameter $ 5,525.00 $ 5,525.00 ' Each Sanitary Sewer Manhole per, Each t 11 4 Connect New Sanitary Sewer to Existing $ 270.00 $ 1,080.00 Each Manhole per :Each 12 420 Imported Trench Backfill $ 21.00 $ 8,820.00 Tons per Tons ' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF RENTON PUBLIC WORKS DEPARTMENT EAST RENTON LIFT STATION ELIMINATION ' TOTAL BID PRICE WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER ' (Note; The bid:priceshall be stated in figures only,in terms of the units indicated and as 3o a total amount. In the event of errors or where conflict occurs,the unit price bid shall govern. Iliegibie.figures will.invalidate the bid) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS:FOR INFORMATION ON BID ITEMS. t ITEhj APPROX. ITEM UNIT PRICE AMOUNT NO.I QUANTITY Dollars Cents.. Dollars Cents i13 30 Remove and.Replace-Unsuitable $ 0.01 $ 0.30 Tons Foundation Material per Tons 14 120 H.M.A.ClasSV4"for Trench Road $ 51.00 $ 6,120.00 Square Yards Restoration per Square Yards 1`5 850 1-1J2"Overlay and Grind in 148th Place'SE $ 24.00 $ 20,400.00 Square Yards per Square Yards 16: 1 Landscape Restoration $ 31,350.00 $ 31,350.00 Lump Sum per Lump Sum 1.7 1 Lift.Station Demolition and Site Restoration $ 28,200.00 $ 28,200.00 Lump Sum per Lump Sum Subtotal $ 234,957.80 9:5%Sales Tax $ 22,320.99 Total Bid Phce. $ 257,278.79 N ' The construction contract will be awarded by City of Renton to the lowest, responsible,.responsive bidder. The bidder shall bid on all bid items set forth.in the bid forms to be considered responsive for award. The Total Bid ' Price,as indicated on the Schedule of Prices,will be used to determine the successful low responsive bidder. ' Partial;bids will not be accepted. The intent is to award to only one BIDDER. ' Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 1 CITY OF RENTON 1 FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE hereby confirms and declares that: 1 (Name of coi tr ctor/subcontractor/consultant) I I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal 1 opportunity to all qualified employees and applicants for employment without regard to their ' race;religion/creed;national origin;ancestry;sex;the presence of a physical,sensory,or mental disability;age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C 1 status; use of a guide dog/service animal; marital status;parental/family status; military status; or veteran's status. 1 II. The above-named contractor/subcontractor/consultant complies with all applicable federal, j 1 state and local laws governing non-discrimination in employment. i III. When applicable,the above-named contractor/subcontractor/consultant will seek out and 1 negotiate with minority and women contractors for the award of subcontracts. I brad �l &ud 1 Print Agent/Representative's Name Sl ic e f ►�e s�'d e�-�- � 1 Print Agent/Representative's Title i 1 Age nt/Repres nt ive's Signature i 517113 1 Da a Sig ed 1 Instructions: This document MUST be completed by each contractor,subcontractor,consultant and/or supplier. Include or attach this documents)with the contract. 1 1 1 f ! ✓ J \ F BOND#WAC 53586 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: tThat we,the undersigned Hoffman Construction, Inc. ' as principal,and Merchants Bonding Company(Mutual) corporation organized and existing under the laws of the State of Iowa as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $257,278.79 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the ' case may be. 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 2013. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-13-045 providing for ' construction of . East Renton Lift Station Elimination—CAG 13-045 (project name) ' the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS,the principal has accepted,or is about to accept,the contract,and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any ' person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract ' or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. t Hoffman Construction, Inc. Merchants Bonding Company(Mutual) Principal Surety Sign ure SigfiZure Jim S. Kuich r k1b'L'e' �(/PJ�/ Attorney-in-fact Title . Title MERCHANTS! ' BONDING COMPANY; POWER OF ATTORNEY t Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,individually, ' Brandon K.Bush,Chad M.Epple,Julie M.Glover,Darlene Jakielski,Jim S.Kuich,Theresa A.Lamb, Brett N.Meier,Nancy J.Osborne,James W.Doyle,S.M.Scott,Steve Wagner of Bothell and State of Washington their true and lawful Attomey-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign,execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National ' Bonding,Inc.,on October 24,2011. 'The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in ' the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." ' In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 22nd day of January 2013 . �' t}I +� '• •O�O`RP ggAgy: MERCHANTS NATIONAL BONDING,INC. 4;;•.to= 01' 2Gt?3 :. :y' 1933 ' per'• By ' < STATE OF IOWA '''•.,,tr .eat"```�� ••W.�..•••. COUNTY OF POLK ss. President ' On this 22nd day of January 2013 ,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. t In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. F MARANDA GREENWALT Commission Number 770312 My Commission Expires October 28,2014 Notary Public,Polk County,Iowa ' STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., t 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 still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of ; � O . RPOq q•. 1 i i •a' 1933 �'C Secretary - POA 0014 (11/11) "zd' •• . .•••;;3+��,,�r, ••.bd`y .`�A, • ` t tt • • `„`y`` v�� ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of by and between THE CITY OF RENTON, Washington, a municipal corporation of the��State of Washington, hereinafter referred to as "CITY" and HOFFMAN CCONSTRUCTION, INC., hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within One Hundred (100) working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and ' transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as CAG-13-045 for improvement by construction and installation of: ' Work for the East Renton Lift Station Elimination project, per the "Scope of Work" included herein. ' All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the'plans and specifications, including any and all addenda issued by the ' City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction ' installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever ' practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any ' i) Technical Specifications, if any 1 {.`11-2009 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, ' or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless ' within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made,this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate ' in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen(15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses ' incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and ' reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. The Contractor also agrees to name King County as an additional insured on a noncontributory primary basis with the same ' considerations as provided the City herin. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the ' City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, ' officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid ' and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ' Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and ' the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification. provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this ' indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after ' Contract final execution, and shall complete the full performance of the Contract not later than One Hundred (100) working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in ' respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period 3 {7 1-200(i i set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of ' quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor L 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 $257,278.79 num s Two Hundred-Fifty-Seven-Thousand-Two Hundred-Seventy-Eight-and 79/100 , m Wor iincluding Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ' 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY ' LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. ' 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and ieffect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the ' addresses listed on the signature page of the Agreement, unless notified to the contrary. Any 4 C i_2 0011 ' written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in ' writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of ' the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement ' shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this t Agreement or accruing out of the performance of those operations. ' 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested ' by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. CONTRACTOR CITY O sident/Pa er Owner/Manager/Memb r Mayo D e n i s L ' ATTEST I ' Sec etary Bonnie I . Walton, City Clerk d/b/a 110 f� Co o (� Vl tf u d C Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in 1 n 1 ❑ Limited Liability Company formed in I �I Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing ' business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. If business is a LIMITED LIABILITY COMPANY(LLC),name of the company should be listed in full and the contract signed by a Manager or Member who has management authority for the LLC. Please furnish,to the City, a copy of the Certificate of Formation,a copy of the LLC agreement addressing management authority, and a copy of the latest annual report filed with the Secretary of ' State for the LLC. 1 1 6 C -2009 I 2 CNNSrTRIPCIT-10", INC PO Box 845 Enumclaw, WA t 98022-0845 Office.360-825-9797 Fax. 360-802-9797 License. HOFFMC1931D9 ' May 7,2013 City of Renton Attn: Michael A. Benoit 1055 South Grady Way ' Renton, WA 98057 O)425-430-7206 ' Re: Authorized Signers for Corporation ' The following officers are authorized to sign the contract for the East Renton Lift Station Elimination Project, CAG-13-045. A sample of their signatures is included. Randy Hoffman,President, Treasurer X ' Karen Hoffinan, Vice President, Secretary X ' Brad Hoffman Vice President X ' Thank You, Gam---� Karen Hoffman Vice President, Secretary ' Department of Labor and Industries HOFFMAN CONSTRUCTION INC PO Box 44450 ' Olympia,WA 98504-4450 "Reg: CC-HOFFMCI93ID9 UBI: 600-247-364 ' Registered as pro vided by Law as: Construction Contractor (CCO I j GENERAL ' HOFFMAN CONSTRUCTION INC Effective Date: 3/29/2007 PO BOX 845 Expiration Date;°8/11/2014 ENUMCLAW WA 98022 j - 4 t i t �.. piratic�n Da Annual _ Qty$"of Ci .. #� � � � o j3Q/2o1 ?h'is.iicense does not ai ow licensee to operate a.permanent physical location in Renton.: ( 1455 South.Grad VVa. 'Rerton,WA 98057 (42 5)430-78851 .: Business Loca ions ` lssued ®ate: License #: 77 27633 SE 400TH WAY . W06/2{313 BL C125C365 ENUMCLAtiN, WA 98022=7725 Licensee has applied fora City of Renton business license in accordance-With Renton M11unicipai Cone (the Code} TitleV Bus,in ess,;C apfer 6 Business FIQFFMAN .CONST.RUCTION INC. License:The Licensee agrees to-compiyjwith'all Pb gp}�845, requirements`of the Code, as well as State laws-and rr NUiitECi_AiN; V IA 98022-0$45 regulations applicable::fo the business adt vi -licensed. �OSt th s License at fhe place at tausIness. _.. ,_... t OP ID: K2 AcoRa° CERTIFICATE OF LIABILITY INSURANCE DAT 05107D/YYY1f) �•�-'-''� 05107/13 ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ' IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. 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). PRODUCER 425 489-4500 CONTACT NAME: ' Hub International Northwest PHONE FAX P.O.Box 3018 425-489-4501 q/ No Ext: AC No): Bothell,WA 98041-3018 E-MAIL ADDRESS: Chad Epple PRODUCER HOFFM-2 CUSTOMER to#: ' INSURER(S)AFFORDING COVERAGE NAIC# INSURED Hoffman Construction Inc Alaska National Insurance Co. INSURER A: 38733 Karen Hoffman INSURER B: PO Box 845 Enumclaw,WA 98022 INSURERC: ' INSURER D INSURER E. INSURER F ' COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ' IN SR TYPE OF INSURANCE L POLICY NUMBER MW�CY EFF MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 RENTED A X COMMERCIAL GENERAL LIABILITY 12FPS08443 06130112 06/30/13 PREMISES Ea occurrence $ 300,000 ' CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 10,000 X OWNEWCONTPROT PERSONAL&ADV INJURY $ 1,000,00 X WA STOP GAP GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,00 ' POLICY X PRO- LOC EMP BEN. $ 1,000,00 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,0 (Ea accident) A X ANY AUTO 12FAS08443 06130112 06130113 BODILY INJURY(Per person) $ ' ALLOWNEDAUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE HIRED AUTOS (Per accident) $ NON-OWNEDAUTOS $ ' $ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ EXCESSLUIB CLAIMS-MADE AGGREGATE $ ' DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER A ANY PROPRIETORIPARTNERIEXECUTIVE YIN N 12FPS08443 06/30/12 06/30/13 E.L.EACH ACCIDENT $ 1,000,00 OFFICERIMEMBER EXCLUDED? NIA A ' (Mandatory in NH) STOP GAP E.L.DISEASE-FA EMPLOYEE $ 1,000,00 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,00 ' DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF RENTON AND ICING COUNTY. COVERAGE IS PRIMARY AND NON—CONTRIBUTORY. SEE ATTACHED ENDORSEMENT. ' RE: EAST RENTON LIFT STATION ELIMINATION PROJECT CERTIFICATE HOLDER CANCELLATION CITYOFR ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF RENTON THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: MICHAEL BENOIT 1055 SOUTH GRADY WAY AUTHORIZED REPRESENTATIVE ' RENTON,WA 98057 ©1988-2009 ACORD CORPORATION. All rights reserved. ' ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD t Alaska National 1.NSURANCE COMPANY 1 ADDITIONAL INSURED. (CONTRACTORS) AUTOMATIC STATUS. WHEN REQUt12ED IN CONSTRUCTION AGREEMENT WITH YOU THIS ENDORSEM ENT'C14ANGES THE POLICY: PLEASE READ IT CAREFULLY. ' This endorsement modifies insurance provided;under the following: COMMERCIAL GENERAL.LIABILITY COVERAGE PART ' 1. Who Is An insured (Section it) is amended,to ii. supervisory, inspection, or engineering include as an insured any person or organization. services. (herein referred to-as an additional.insured), but only if you are;required to add that person or. c. The insurance provided to the additional ' organization as an :insured to this .policy by a insured, referred to in paragraph 1. of this written contract that is in effect prior to the'bodily endorsement,does not cover"bodily injury'or injury", "property damage", or °personal and "property damage".caused.by your negligent advertising injury" acts and omissions in the performance of ' "your work" that occurs within the"products 1 The"insurance provided to the additional insured completed operations hazard," unless the is limited as follows: written contract,:referred to in paragraph 1.of this endorsement, contains . specific. ' a. That person or organization. is only an requirement that you procur completed additional insured%if,.'and only to the extent operations coverage. or coverage within the that, the injury: or damage is caused by "products-completed operations hazard" for negligent acts or omissions of you or your the additional insured. However, even. if ' subcontractor in the performance of "your coverage within the "Oroducts-completed work" to which the written contract applies. operations.hazard" is required by the written The person or organization does not qualify _contract, such coverage is available to the as an additional insured with respect to injury additionalinsured only if the"bodily injury'or ' or damage caused in whole or in part by "property;damage" occurs prior to the end of independent negligent acts or omissions of the time period during which you are required such person or organization. by the written contract to provide such coverage or the expiration date of the policy, b.. The insurance provided to the additional whichever comes first. insured does -not apply to "bodily .injury'', "property damage", or 'personal and 3, If.other valid and collectible insurances whether on advertising injury"arising out of an architect's; a primary, excess, contingent or any other Basis, engineer's, or surveyor's rendering of or is available to'the additional insured for a loss we ' failure to render any professional services cover under this-endorsement,then the insurance including: provided by this endorsement:is excess over that Other insurance.However,`the insurance provided is the preparing, approving,. or failing to by this endorsement. will. be primary to other t prepare or approve maps, drawings, insurance on which the additional insured 3s.a opinions,reports,surveys,change orders, named insured for the covered loss, if the written design or specifications;and contract, referred to in paragraph 1. of this ' ANIC GL 1061 03 Ug All flocs Copy Page 1 of 2 t Alaska National INSURANCE. COMPANY ins s ecific re`ui . endorsement;contains a p requirement that this insurance be. primary or primary and non- t contributory. in that case we vAll not share With that other insurance on.a.pro-rata or other basis.. If the other insurance available to the additional insured,whether on a primary,excess,contingent ' or any other:basis; is coverage for which it has been named as an additional insured, then the coverage provided by this.endorsement is excess over;that other nsuranges r This endorsement changes the policy to which it is:attached and, unless otherwise stated;is effective.on the date issued;at 12:01 A.M. standard time at your mailing address shown in the policy. The information below Is.required onty when this:endorsement is Issuedsubsequent to aornrnencernent of the.policy. Endorsement Effective Policy No. ' insured Endorsement No. 16' ' Countersigned By ' ANIC GL 106103 08 All blocs:copy Page 2 of 2 I • � PREVAILING MINIMUM � HOURLY WAGE RATES 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington ' Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 ' PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/18/2013 ' County Trade Job Classification Wa a Holiday Overtime Note r. King Asbestos Abatement Workers Journey Level $40.83 5D 1 H King Boilermakers Journey Level $62.34 5N 1C ' King Brick Mason Brick And Block Finisher $42.21 5A 1 M King Brick Masan - Journey Level $49.07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M 'King Building Service Employees Janitor $19.98 5S 2F €King Building Service Employ Traveling Waxer/shampooer $20.39 5S 2F King Building Service Employ Window Cleaner (Scaffold) $24.52 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $23.66 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 ' King Carpenters Acoustical Worker $49.57 5D 1M =King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1M 'King Carpenters Carpenters on Stationary Tools $49.70 5D 1M ' !King Ca_penters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M King Car enters Floor Layer $49.57 5D 1M ' King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers & Tenders Diver On Standby $56.68 5D 1M 'King Divers a Tenders Diver Tender $52.23 5D 1M ' King Divers a Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers a Tenders Surface Rcv Et Rov Operator $48.67 5A 1B Tender i ' King Dredge Workers Assistant Engineer $51.37 5D 3G King Dredge Workers Assistant Mate(deckhand) $50.86 5D 3G King Dredge Workers Boatmen $51.37 5D 3G ' King Dredge Workers Engineer Welder $51.42 5D 3G g King Dredge Workers Leverman, Hydraulic $52.99 5D 3G i King Dredge Workers Maintenance $51.11 5D 3G , King Dredge Workers Mates $51.37 5D 3G King Dredge Workers Oiler $50.99 5D 3G King Drywall Applicator Journey Level $49.74 5D 1 H i King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1 E Workers King Electricians - Inside Cable Splicer $64.24 7C 2W , King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W I King Electricians - Inside Certified Welder $62.04 7C 2W King Electricians - Inside Certified Welder (tunnel) $66.65 7C 2W = ' King Electricians - Inside Construction Stock Person $34.19 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W t King Electricians - Motor Shop Craftsman $15.37 1 King Electricians Motor Shop Journey Level $14.69 1 , King Electricians - Powertine Cable Splicer $64.95 5A 4A I Construction King Electricians - Powertine Certified Line Welder $59.37 5A 4A Construction King Electricians - Powertine Groundperson $42.16 5A 4A Construction I ' King Electricians - Powertine Head Groundperson $44.50 5A 4A s Construction i King Electricians - Powertine Heavy Line Equipment Operator $59.37 5A 4A Construction t King Electricians - Powertine Jackhammer Operator $44.50 5A 4A Construction ' King Electricians - Powertine Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powertine Line Equipment Operator $49.95 5A 4A ' Construction King Electricians - Powertine Pole Sprayer $59.37 5A 4A Construction ' King Electricians - Powertine Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 i King Elevator Constructors Mechanic $77.70 7D 4A g King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K Products Work Only King Fence Erectors Fence Erector $15.18 1 E King ELag ers Journey Level $34.61 7A 2Y 1 King Glaziers Journey Level $52.76 7L 1Y King Heat £t Frost Insulators And Journeyman $56.93 5.1 is ' Asbestos Workers King Heating Equipment Mechanics Journey Level $68.52 7F 1 E King Hod Carriers it Mason Tenders Journey Level $42.11 7A 2Y `King Industrial Power Vacuum Cleaner Journey Level $9.24 1 I King Inland Boatmen Boat Operator $52.32 5B 1K tu��. ✓ vi lv ' King Inland Boatmen Cook $48.89 5B 1 K King Inland Boatmen Deckhand $48.96 5B 1K King Inland Boatmen Deckhand Engineer $49.95 5B 1 K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K ' xKing Inspection/Cleaning /Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing 0f Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control ' King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control I ' King Inspection/Cleaning/Sealing Of Technician $19.33 1 E Sewer Et Water Systems By Remote Control ' King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $49.57 5D 1M King Ironworkers Journeyman $59.02 7N 10 r King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y ' Screed King Laborers Airtrac Drill Operator $42.11 7A 2Y ;King Laborers Ballast Regular Machine $40.83 7A 2Y I ' King Laborers Batch Weighman $34.61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y I ' King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y King Laborers Burner $40.83 7A 2Y ' King Laborers Caisson Worker $42.11 7A 2Y King Laborers Carpenter Tender $40.83 7A 2Y King Laborers Caulker $40.83 7A 2Y ' King Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers . Cement Finisher Tender $40.83 7A 2Y ' King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs. And Over) $41.59 7A 2Y King Laborers Choker Setter $40.83 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y ' >King Laborers Clean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute Operator $41.59 7A 2Y ' „King Laborers Concrete Form Stripper . $40.83 7A 2Y 'King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller I King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Icuring Laborer $40.83 7A 2Y i iu�w.� vi lv Y King Laborers Demolition: Wrecking Et Moving $40.83 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.83 7A 2Y ' w King Laborers Diver $42.11 7A 2Y King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) , King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40.83 7A 2Y King Laborers Epoxy Technician $40.83 7A 2Y r ;King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Fatter It Bucker Chain Saw $41.59 7A 2Y z ' King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y , King Laborers Gabian Basket Builders $40.83 7A 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker Et Transit Person $42.11 7A 2Y l ' King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y , King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y = ' King Laborers Hazardous Waste Worker (level A) $42.11 7A 2Y ;King Laborers Hazardous Waste Worker (level B) $41.5y 7A 2Y King Laborers Hazardous Waste Worker (level C) $40.83 7A 2Y , King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y ' r King Laborers Laserbeam Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y King Laborers Manhole Builder-mudman $41.59 7A 2Y ' King Laborers Material Yard Person $40.83 7A 2Y =King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y , Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete £t Rock, ' Sandblast, Gunite, Shotcrete, Water Bla ;King Laborers Pavement Breaker $41.59 7A 2Y ' King Laborers Pilot Car $34.61 7A 2Y King Laborers Pipe Layer Lead $42.11 7A 2Y King Laborers Pipe Layer/tailor $41.59 7A 2Y , i King Laborers Pipe Pot Tender $41.59 7A 2Y King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y £ ' `King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.83 7A 2Y l King Laborers Power Jacks $41.59 7A 2Y i u��. ✓ vl 1 v King Laborers Railroad Spike Puller- Power $41.59 7A 2Y King Laborers Raker- Asphalt $42.11 .7A 2Y King Laborers Re-timberman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y . 'King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.59 7A 2Y King Laborers Rodder $41.59 7A 2Y ;King Laborers Scaffold Erector $40.83 7A 2Y :King Laborers Scale Person $40.831 7A 2Y ' King Laborers Sloper (over 20") $41.591 7A 2Y King Laborers Sloper Sprayer $40.83 7A 2Y ` ' King Laborers Spreader (concrete) $41.59 7A 2Y s King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper Et Similar Electric, Air ft $41.59 7A 2Y ` Gas Operated Tools King Laborers Tamper (multiple it Self- $41.59 7A 2Y propelled) ' King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y ' King Laborers Track Liner (power) $41.59 7A 2Y King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King Laborers Traffic Control Supervisor $37.01 7A 2Y 8R King Laborers Truck Spotter $40.83 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y ' King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y ' Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y 84 r Worker 44.01-54.00 psi ' King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y 8� Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y 8� Worker 64.01-68.00 psi ' King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y 8� Worker 68.01-70400 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1H 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1H 8� Worker 72.01-74.00 psi 1 ;King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y Tender t King Laborers Tunnel Work-Miner $42.21 7A 2Y 8� King Laborers Vibrator $41.59 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer. $41.59 7A 2Y King Laborers Window Washer/cleaner $31.46 7A 2Y t King Laborers - Underground Sewer B. General Laborer£t Topman $40.83 7A 2Y Water i King Laborers - Underground Sewer &t Pipe Layer $41.59 7A 2Y Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators $28.17 1 Or Truck Drivers a King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $49.74 5D 1 H King Marble Setters Journey Level $49.07 5A 1M King Metal Fabrication Lb Shop3 Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication fln Shop} Machine Operator $13.04 1 'King Metal Fabrication (ln Shops Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 "King Millwright Journey Level $50.67 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 , King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buitdings Plumber $11.56 1 =King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 t King Modular Buildings Utility Person $11.56 1 'King Modular Buildings Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49.82 5D 1M King Plasterers Journey Level $48.23 1 R t King Playground Ft Park Equipment Journey Level $9.19 1 Installers e °King Plumbers ft Pipefitters Journey Level $71.69 6Z 1G I F King Power Equipment Operators Asphalt Plant Operators $52.19 7A 3C 8P <King Power Equipment Operators Assistant Engineer $48.92 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $51.70 7A 3C 8P 'King Power Equipment Operators Batch Plant Operator, Concrete $51.70 7A 3C 8P z 1 King Power Equipment Operators Bobcat $48.92 7A 3C 8P King Power Equipment Operators Brokk- Remote Demolition $48.92 7A 3C 8P Equipment 1 King Power Equipment Operators Brooms $48.92 7A 3C 8P King Power Equipment Operators Bump Cutter $51.70 7A 3C 8P King Power Equipment Operators Cableways $52.19 7A 3C 8P z t King Power Equipment Operators Chipper $51.70 7A 3C 8P t i use. i vL iv Kin g Power Equipment 0 pe rators Compressor $48.92 7 A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With $52.19 7A 3C 8P Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48.92 7A 3C 8P Screed ' King Power Equipment Operators Concrete Pump - Mounted Or $51.28 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $51.70 7A 3C SP Boom Attachment Up To 42m King Power Equipment Operators Conveyors $51.28 7A 3C 8P ' fr King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $51.70 7A 3C 8P With Attachments King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $51.70 7A 3C 8P ' With Attachments Overhead, Bridge Type Crane: 20 Tons i Through 44 Tons ' y King Power Equipment Operators Cranes: 100 Tons Through 199 $52.74 7A 3C 8P Tons, Or 150' Of Boom (including Jib With King Power Equipment Operators Cranes: 100 Tons Through 199 $52.74 7A 3C 8P Tons, or 150'of boom (including jib with attachments); Overhead, fr bridge type, 100 tons and over; Tower crane up to 175'in height, base to boom. King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or $53.31 7A 3C 8P 250'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $52.19 7A 3C 8P Under 150' Of Boom (including Jib ' With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.92 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons Through $53.31 7A 3C 8P 199 Tons ' King Power Equipment Operators Cranes: Friction Over 200 Tons $53.87 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $53.87 7A 3C 8P Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $51.28 7A 3C 8P I Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.70 7A 3C 8P ` King Power Equipment Operators Deck Engineer/deck Winches $51.70 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $52.19 7A 3C 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $52.19 7A 3C 8P Over King Power Equipment Operators Dozers D-9 Et Under $51.28 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $51.28 7A 3C 8P Crane Mount King Power Equipment Operators Drilling Machine $51.70 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: Permanent $48.92 7A 3C 8P ius�. vvi lv And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.70 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $51.28 7A 3C 8P Attachments i King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.92 7A 3C 8P Attachments 'King Power Equipment Operators Grade Engineer: Using Blue Prints, $51.70 7A 3C 8P Cut Sheets, Etc , King Power Equipment Operators Gradechecker/stakeman $48.92 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.70 7A 3C 8P King Power Equipment Operators Guardrail Punch/Auger $51.70 7A 3C 8P ' King Power Equipment Operators Hard Tail End Dump Articulating $52.19 7A 3C 8P Off- Road Equipment 45 Yards. Et Over , King Power Equipment Operators Hard Tail End Dump Articulating $51.70 7A 3C 8P Off-road Equipment Under 45 Yards 'King Power Equipment Operators Horizontal/directional Drill $51.28 7A 3C 8P Locator `King Power Equipment Operators Horizontal/directional Drill $51.70 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over 10 $51.28 7A 3C 8P s Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons $48.92 7A 3C 8P And Under `King Power Equipment Operators Loader, Overhead 8 Yards. £t Over $52.74 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But $52.19 7A 3C 8P Not Including 8 Yards 'King Power Equipment Operators Loaders,,Overhead Under 6 Yards $51.70 7A 3C 8P , 9'King Power Equipment Operators Loaders, Plant Feed $51.70 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $51.28 7A 3C 8P King Power Equipment Operators Locomotives, All $51.70 7A 3C 8P , King Power Equipment Operators Material Transfer Device $51.70 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 $52.74 7A 3C 8P ' Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $51.70 7A 3C 8P King Power Equipment Operators Motor Patrol Grader- Non- $51.28 7A 3C 8P finishing ?King Power Equipment Operators Motor Patrol Graders, Finishing $52.19 7A 3C 8P 'King Power Equipment Operators Mucking Machine, Mole, Tunnel $52.19 7A 3C 8P ' Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.92 7A 3C 8P a Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $51.28 7A 3C 8P Y Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $51.70 7A 3C 8P Tons Through 44 Tons ' 4 King Power Equipment Operators Overhead, Bridge Type: 100 Tons $52.74 7A 3C 8P And Over nn/In inn I n i ur, . i vi 1v King Power Equipment Operators Overhead, Bridge Type: 45 Tons $52.19 7A 3C 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $48.92 7A 3C 8P 'King Power Equipment Operators Pile Driver (other Than Crane $51.70 7A 3C 8P Mount) ' King Power Equipment Operators Plant Oiler- Asphalt, Crusher $51.28 7A _3C 8P King Power Equipment Operators Posthole Digger, Mechanical $48.92 7A 3C 8P King Power Equipment Operators Power Plant $48.92 7A 3C 8P r `King Power Equipment Operators Pumps - Water $48.92 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $52.19 7A 3C 8P King Power Equipment Operators Quick Tower- No Cab, Under 100 $48.92 7A 3C 8P Feet In Height Based To Boom i King Power Equipment Operators Remote Control Operator On $52.19 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And BeRman $48.92 7A 3C 8P King Power E ui ment Operators Rollagon $52.19 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $48.92 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $51.28 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $51.70 7A 3C 8E King Power Equipment Operators Saws - Concrete $51.28 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $51.70 7A 3C 8P Yards King Power Equipment Operators Scrapers - Concrete ft Carry All $51.28 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $52.19 7A 3C 8P And Over King Power Equipment Operators Service Engineers - Equipment $51.28 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $48.92 7A 3C 8P =King Power Equipment Operators Shovel , Excavator, Backhoe, $51.28 7A 3C 8P I' Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: Over $52.19 7A 3C 8P 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.70 7A 3C 8E t Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $52.74 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.31 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $52.19 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $52.19 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $51.70 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $51.28 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in Height, $53.31 7A 3C 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' In Height $52.74 7A 3C 8P Base To Boom v King Power Equipment Operators Transporters, All Track Or Truck -$52.19 7A 3C 8P Type King jPower Equipment Operators Trenching Machines $51.28 7A 3C 8P • u��. iv vi iv King Power Equipment Operators Truck Crane Oiler/driver- 100 $51.70 7A 3C 8P l 1 Tons And Over :King Power Equipment Operators Truck Crane Oiler/driver Under $51.28 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $51.70 7A 3C 8P King Power Equipment Operators Welder $52.19 . 7A 3C 8P =King Power Equipment 0 erators Wheel Tractors, Farman Type $48.92 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $51.70 7A 3C 8P r King Power Equipment Operators Asphalt.Plant Operators $52.19 7A 3C 8P Underground Sewer Et Water =King Power Equipment Operators- Assistant Engineer $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $51.70 7A 3C 8P Underground Sewer ft Water King Power Equipment Operators- Bobcat $48.92 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Brokk- Remote Demolition $48.92 7A 3C 8P 4 Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $51.70 7A 3C 8P Under ground Sewer Et Water King Power Equipment Operators- Cableways $52.19 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $51.70 7A 3C 8P Underground Sewer£t Water 'King Power Equipment Operators Compressor $48.92 7A 3C 8P Underground Sewer ft Water King Power Equipment Operators- Concrete Pump: Truck Mount With $52.19 7A 3C 8P Underground Sewer £t Water Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine-laser $48.92 7A 3C 8P Underground Sewer Et Water Screed 1, i King Power Equipment Operators- Concrete Pump - Mounted Or $51.28 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount With $51.70 7A 3C 8P Underground Sewer Et Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $51.70 7A 3C 8P Underground Sewer Et Water With Attachments I'King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $51.70 7A 3C 8P Underground Sewer Et Water With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.74 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib With King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $53.31 7A 3C 8P Underground Sewer Et Water 250'Of Boom (including Jib With Attachments) i us%.-ix vi l v King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $52.19 7A 3C 8P Underground Sewer 8 Water Under 150' Of Boom (including Jib With Attachments) Kin Power Equipment 0 Operators- Cranes: A-frame - 10 Tons And 48.92 7A 3C BE King p $ — — — Underground Sewer Et Water Under ' King Power Equipment Operators- Cranes: Friction 100 Tons Through $53.31 7A 3C 8P l Underground Sewer Et Water 199 Tons g King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.87 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300'Of $53.87 7A 3C 8P g Underground Sewer 8 Water Boom (including Jib With P Attachments) ' King Power Equipment Operators- Cranes: Through 19 Tons With $51.28 7A 3C 8P Underground Sewer £t Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $51.70 7A 3C 8P Under round Sewer £t Water King Power E ui ment Operators- Deck Engineer/deck Winches $51.70 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $52.19 7A 3C 8P fr Underground Sewer 8 Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $52.19 7A 3C 8P Underground Sewer 8 Water Over King Power Equipment Operators- Dozers D-9 £t Under $51.28 7A 3C 8P. Underground Sewer 8 Water King Power Equipment 0 erators- Drill Oilers: Auger Type, Truck Or $51.28 7A C 8P — — — c Underground Sewer Et Water Crane Mount ' King Power Equipment Operators- Drilling Machine $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $48.92 7A 3C 8P Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.70 7A 3C 8P Underground Sewer 8 Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $51.28 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.92 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $51.70 7A 3C 8P Underground Sewer 8 Water Cut Sheets, Etc 'King Power Equipment Operators- Gradechecker/stakeman $48.92 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Guardrail Punch $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating $52.19 7A 3C 8P f Underground Sewer 8 Water Off- Road Equipment 45 Yards. 8 3 Over ' King Power Equipment Operators- Hard Tail End Dump Articulating $51.70 7A 3C 8P Underground Sewer 8 Water Off-road Equipment Under 45 Yards ' King Power Equipment Operators- Horizontal/directional Drill $51.28 7A 3C 8P Underground Sewer 8 Water jLocator King Power Equipment Operators- Horizontal/directional Drill 1 $51.70 7A I 3C I 8P r i u�a+ i� vi iv Underground Sewer £ Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $51.28 7A 3C 8P Underground Sewer &Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons $48.92 7A 3C 8P Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $52.74 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $52.19 7A 3C 8P Underground Sewer Et Water Not Including 8 Yards King Power E ui ment Operators- Loaders, Overhead Under 6 Yards $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $51.28 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Locomotives, All $51.70 7A 3C 8P Underground Sewer Et Water `King Power Equipment Operators- Material Transfer Device $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $52.74 7A 3C 8P Underground Sewer Et Water Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $51.70 7A 3C 8P Underground Sewer 8t Water King Power Equipment Operators Motor Patrol Grader- Non- $51.28 7A 3C 8P Underground Sewer £t Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $52.19 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $52.19 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.92 7A 3C 8P Underground Sewer Et Water Distribution 8 Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $51.28 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato t King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $51.70 7A 3C 8P ' Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $52.74 7A 3C 8P Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $52.19 7A 3C 8P Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $51.70 7A 3C 8P Underground Sewer Et Water Mount) ' King Power Equipment Operators- Plant Oiler- Asphalt, Crusher $51.28 7A 3C 8P Underground Sewer St Water King Power Equipment Operators- Posthole Digger, Mechanical $48.92 7A 3C 813 i Underground Sewer Et Water King Power Equipment Operators- Power Plant $48.92 7A 3C 8P Underground Sewer & Water a King Power Equipment Operators Pumps - Water $48.92 7A 3C 8P Underground Sewer Et Water F 1"r,%, 1J Vl 1V King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $52.19 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower- No Cab, Under 100 $48.92 7A 3C 8P Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $52.19 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving t Equipment J King Power Equipment Operators- Rigger And Bellman $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $52.19 7A 3C 8P Underground Sewer Et Water. King Power Equipment Operators- Roller, Other Than Plant Mix $48.92 7A 3C 8P t Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $51.28 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $51.70 7A 3C 8P x Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $51.28 7A 3C 8P x Underground Sewer E<Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $51.70 7A 3C 8P Underground Sewer Et Water Yards 6 King Power Equipment Operators- Scrapers - Concrete Et Carry All $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $52.19 7A 3C 8P Underground Sewer It Water And Over King Power Equipment Operators- Service Engineers - Equipment $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $48.92 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Shovel , Excavator, Backhoe, $51.28 7A 3C 8P ' Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $52.19 7A 3C 8P Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.70 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $52.74 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $53.31 7A 3C 8P I ' Underground Sewer Et Water Over 90 Metric Tons 1 King Power Equipment Operators- Slipform Pavers $52.19 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Spreader, Topsider Et Screedman $52.19 7A 3C, 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in Height, $53.31 7A 3C 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $52.74 7A 3C 8P ' Underground Sewer Et Water Base To Boom 1 King Power Equipment Operators- Transporters, All Track Or Truck $52.19 7A 3C 8P Underground Sewer Et Water IType i us%. X- vi iv King Power Equipment Operators- Trenching Machines $51.28 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver- 100 $51.70 7A 3C 8P Underground Sewer & Water Tons And Over ` 'King Power Equipment Operators- Truck Crane Oiler/driver Under $51.28 7A 3C 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $51.70 7A 3C 8P Underground Sewer &Water -King Power Equipment Operators- Welder $52.19 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $48.92 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Yo Yo Pay Dozer $51.70 7A 3C 8P Underground Sewer £t Water `King Power Line Clearance Tree Journey Level in Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration a Air Conditioning Journey Level $70.46 6Z 1G Mechanics ;King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.60 5D 1M ' q King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $35.10 7L 1 H King Residential Insulation Applicators Journey Level $26.28 1 King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Journey Level $34.69 1 Pipefitters King Residential Refrigeration a Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $41.30 7F 1 R :King Residential Soft Floor Lavers Journey Level $41.78 5A 3D King Residential Sprinkler Fitters (Fire Journey Level $40.81 5C 211 Protection) x King Residential Stone Masons Journey Level $49.07 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1M , =King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 i v King Roofers Journey Level $43.90 5A 1 R ' =King Roofers Using Irritable Bituminous $46.90 5A 1R Materials King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1 E King Shipbuilding £t Ship Repair Boilermaker $39.661 7M 1 H King Shipbuilding, Et Ship Repair Carpenter $38.241 70 3B x King Shipbuilding 8t Ship Re air Electrician $37.821 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $56.931 5J 15 :King Shipbuilding Et Ship Repair Laborer $36.78 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 3B King Shipbuilding Et Ship Repair Operator $40.15 70 3B King Shipbuilding Et Ship Repair Painter $37.81 70 3B I King Shipbuilding Et Ship Repair Pipefitter $37.77 70 3B I IKing Shipbuilding Ft Ship Repair Rigger $37.76 70 3B King Shipbuilding Et Ship Repair Sandblaster $36.78 70 3B =King Shipbuilding a Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding Et Ship Re air Shipfitter $37.76 70 3B g King Shipbuilding Et Ship Repair Trucker $37.61 70 3B King Shipbuilding Et Ship Repair Warehouse $37.65 70 3B Welder/Burner $37.76 70 3B Shi buildin Et Shi Re King Sign Makers 8t Installers Sign Installer $22.92 1 (Electrical) King Sign Makers ft Installers Sign Maker $21.36 1 (Electrical) King Sign Makers ft Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers ft Installers (Non- Sign Maker $33.25 1 Electrical w King Soft Floor Lavers Journey Level $41.78 5A 3D i £King Solar Controls For Windows Journey Level $12.44 1 iKing Sprinkler Fitters (Fire Protection) Journey Level $69.59 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structurall King Stone Masons Journey Level $49.07 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site $51.28 7A 3C 8P Surveyor King Surveyors Chainman $50.76 7A 3C 8P King Surveyors Construction Site Surveyor $52.19 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside °King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside II King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B Outside E King Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B Outside i i u�a+ iv vi iv King Tel e hone Line Construction - Telephone Equipment 0 erator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $32.62 5A 2B Outside =King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B Outside King Telephone Line Construction - Television Technician $26.43 5A 2B i Outside =King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A 1M King Tile Setters Journey Level $21.65 1 jKing Tile, Marble Et Terrazzo Finishers Finisher $37.76 5A 1B s King Traffic Control Stripers Journey Level $41.53 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $47.07 5D 3A 8L Joint Council 28) King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council $47.07 5D 3A 8L 28) =King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 'King Well Drillers it Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers £t Irrigation Pump Oiler $12.97 1 t Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers i Department of Labor and Industries OFF,arer£o� ' Prevailing Wage o4 6 STATEMENT OF INTENT TO (360)902-5335 PAY PREVAILING WAGES avw•w:bii.wa.eov/TradesLieensintl/Prev�'Iraee y .;r o$ • This form mast be typed or printed in ink. yt raso N Public Works Contract • Fill in all blanks or the form Wilt be returned for correction(see Instructions). $40.00 Filing Fee Required •Please allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at Intent ID#(Assigned.by L&I) htt us://forlress.to a.�*ov7!iii/pwi apub/Search Eor:as0 ' YourComlian);Iiifortnntioiri _ AtynrdingAggncg_Informatlon .�; � ,i:;,' ,��' .. Your Company Name Project Name Contract Number ABC Company,Inc. Road Repair ,, 2011 oor Your Address Awarding Agency " 1234 Main Street WA State Department of Trans or-ation p :City. State Zip+4 Awarding Agency Address-`'��% !p'�"TI.. Olympia WA 98501-1234 PO Box 47354 r gJr Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia A ' 98501 Your Industrial Insurance Account Number Awarding A,#cy Contact Name !h`oxre il5'iiber 1 11 1.Ll 13 John Doe°'" (555)e555-5555 Your Email Address(required for uotification ofappmval) Your Phone Nurnber County Where W�d&WiI1 Be Pcrfcmied c�� gffy Where Work Will Be Performed prevailingwage @lni.wa.gov (555)555-5555 I'it ton„ .; :, Olympia AddiGonalDetarls., ;;: ' ,, "•r ?Contractrlletails_-.__- ' , ',°,;.�. j, r.• ! Your Expected Job Start Date(nvn/dd/yyyy) ('t Bid Due Ds(Prime Cmit'Prut,r s) Award Date(Prime Contractor's) 01/01/2011 08/01/201U' ? i 06/10/2010 Job Sife.Address/Directions trr3dicaate�Tti`faI Dollar Amount o£-Your Contract(including State Street Q Plum Street ; salggax)or time and materials,if applicable, $1000.00 ARRe1F,tnrds , Wcattiertcation orEnergy,-Efticlent Furrls ,?:i Does this project utilize American Recovery and Reinvestment Act(ARRAJ.Tunds �, Does thist'lio got,utilize any weatherization or energy efficiency upgrade funds ❑Yes C9 No .(ARRA or o. pr,,Wtse)? ❑Yes ®No Frime�Contractor's Comjiaiiy�Liformaton ,;. ,,�, Hirin Contracto'i•.:"s Com rail,Iufonnatton - ' .:=: ,; .: t p S Prime Contractor's Company Name Prrmr;Cony ctor Intent Number: Hum Contractor's Company Name XY'L Company,inc. 123456 � � '� Su er'Pavers,Inc. Prime Contractor's Registration Number Prime Contmctor s UBI Number Htnn Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN•0123AA -987654321 � :: SUPERPA123AA 321456987 Emptoj ment lnfor motion i, i; Do you intend to use ANY Subcontractors? ., ❑Yes ®cNo Will employees perform work on this project? ED Yes ❑No Will ALL work be subcontracted? ;Z,l�iE is Yes i l®No Do you intend to use apprentice employees? ®Yes ❑No jt, w...wx,v,k Number of Owner/Operators who own at least3 p%d o the comp;93,.'vho will perform work on the project: C]None(0) ®One(1) [1 Two(2) ❑Three(3) Crafts/Trades ft Oaiipatlons°°--I(Do not list apprar){ices: They are listed on the Affidavit of Wages Paid only.) Rate of Hourly � Number of Rate of Hourly If an-employcq 4orks in more than one trade,ens t that all hours worked in each trade are reported below.. Workers pay - Usual("Fringe") For additional up ease use Addendum A. Benefits a-" Laborer-Asph•rlt Itaker`r 2 39.28 5.00 i� Power Equipment Operator-Asplialt PIP Operator 1 48.04 1 2.35 •c i... F;Rt Truck Driver_Asphalt Mix-(o�erl:6ds) 1' 46.47 0.00 SI'itafiii'e Block I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda,are correct and that all workers I employ on this Public Works Proiect will be paid no less than the Prevailing Wage Rates as determined by the Industrial Statistician of the Department of Laborand Industries. Print Name:- PnntTrtle St n•iture Date FAr Lroved b'On nature of the ., ... Department of labor and Industries Industrial Statistician NOTICE: if fire prime contract ts:ar-a cost of over one million dollars(51,000,000.00),RCW 39.04.370 requires you to complete the E1?B 2605(RC W 39.04.370)Addendum and attach it to your Affidavit of Wages of Paid when your work on the project concludes.This is only a notice.The EBB 2805 Addendum is not submitted with this Intent. SAMPLE-F700-029.000 Statement of hrtent to Pay Prevailing Wages 03-2011 1 Department of Labor and Industries e sTArsmn AFFIDAVIT OF WAGES PAID Prevailing Wage Program ok b (360)902-5335 __ Public Works Contract www.1i)i,wa.goN,/'rradesLiceiisiii�/Pi-evWage � $40.00 Filing Fee Required e r3as y • This form must be typed or printed in ink. • Fill in ALL blanks or the form iviil be returned for correction(sec instructions). Affidavit)D#(Assigned by L&I): •Please allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at SAMPLE htt s://rortress.wa.env/loi/l)wiapub/Searchror.ast) 1 Your Com mamIntormation a, a.:,;:=, AWardin 'A enc ;InformaHon',;z + Your Company Name Protect Name Contract Number ABC Company Road Repair 123-456 Your Address Awarding Agency 1234 Main Street WA St De artment of Transportation City State 7.ip+4 Awarding Agency Address- 01yrnpia WA 98501-1234 PO Box 123 Your Contractor Registration Number Your UBI Number City State Zip+4 ABCCI*0123AA 123456789 Olympia WA 98501 1 Your Industrial Insurance Account Number Awarding Agency Contact Name Phone Number l l 1,1.11-I 1 John Doe' (555)555-5555 Your Email Address(required for notification ofappmval) Your Phone Number County Where'Work Was Performed City Where Work Was Performed prevailingwage@lni.wa.gov 555)555-5555 Thurston Olympia AddiHOn'at Details:::` =° Contract Your Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date.(Prime Contractor's) JAward Date(Prime Contractor's) 2/1/2011 3/112011 1/1/2011 1/5/2011 Job Site Address/Directions Your Approved Intent ID.# Indicate Total Dollar Amount of:Your Contract Plum and State Street 123456 (inctudrng sales tax). $10,000.00 ' EHB 2805(RCW 39.04.370)—Is the Prime Contractor's Y es ®No'`< If you answered"Yes"to the EBB 2805 question and the Award Date is 911/2010 or Contract at a.cost of over one million dollars($1,000,000)? - later yourniist complete and submit the EHB 2805 CW 39.04.370 Addendum. AitI2AFiinds Wcathertzation'o`rEiiet'r� EfficierikFunds,, - Does this project utilize American Recovery and Reinvestment Act(ARRA)funds?. Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes ®No (ARRA.or otherwise)? ❑Yes ®No Prune Contractor's.�Com mi',Information ri-, Hiriii I& fr-actor s- anvInformafton ' Prime Contractor's Company Name Hiring Contractor's Company Name - XYZ Company CBA Company Prime Contractor's Registration Number Prime Contractors UBI Number Hiring Contractors Registration Number Hum-Contractors UBI Number XYZCI*0123AA 9.87654321 CBACI*0123AA 456789123 1 Exit Io�nentlnforniatron.. .. Did you use ANY subcontractors? ❑Yes(Addendum B Reauired) ` ®No Did employees perform work on this project? Z Yes ❑No Was ALL work subcontracted? ❑yes(Addendum B Required) ®No Did you use apprentice employees? ❑Yes ®No j Number of Oamer/Operators who own at least 30%of the company who performed work on this project: i You must list the First and Last Names y of an Owner/Operator erformin work below ❑.None(0) ®One(1) ❑Two(2) ❑ Three(3) List yore•Crafts/Trades/Occupations Below-For Journey Level Workers.you must Number of Total#of Hours Rate of Hourly Rate of Hourly provide all of the information below. Owner/Operators-mustprovide their First and Last Workers Worked Pay Usu:d("Fringe") name no other information required. **Appreatices.are not,recorded below.You must Benefits use Addendum D to list A rentices. -� General Labor 2 153 41.23 8.54 Ca enter 5 210 52.26 10.13 , i Sigirattir'e'Block.'':;:! _' � `. 1 hereby certify that I have read and understand the instruction to complete this form and that the information on the form and any addenda is correct and that ail workers I employed on this Public Works Project were aid no less than the Prevadmg Wage Rates)as determined by the Industrial Statistician of the D raiment of Labor and industries. t tint Name:Jane Doe Print Title Bookkee et Si nature: Date:3/5/2011 Foi�l&d ilse Onl APPROVED: Department cif Labor and Industries g Industrial Statistician SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 i 1 � SPECIAL PROVISIONS 1 1 II 1 1 1 i 1 1 1 1 1 1 ' SPECIAL PROVISIONS..................................................................................................................................10 1-01 DEFINITIONS AND TERMS....................................................................................:.............................10 ' 1-01.1 General............................................................................................................................................10 1-01.3 Definitions......................................................................................................................................10 ' 1-02 BID PROCEDURES AND CONDITIONS...............................................................................................12 1-02.1 Prequalification of bidders............................................................................................................12 1-02.2 Plans and Specifications................................................................................................................12 ' 1-02.5 Proposal Forms..:................................. ....................................................................................12 1-02.6 Preparation of Proposal.................................................................................................................13 1-02.6(1) Proprietary Information............................................................................................................13 1-02.7 Bid Deposit.....................................................................................................................................13 1-02.9 Delivery of Proposal ......................................................................................................................13 1-02.12 Public Opening of Proposals........................................................................................................14 1-02.13 Irregular Proposals.......................................................................................................................14 1-02.14 Disqualification of Bidders...........:..............................................................................................14 1-02.15 Pre Award Information................................................................................................................14 1-03 AWARD AND EXECUTION OF CONTRACT.........................................................................................15 ' 1-03.1 Consideration of Bids.....................................................................................................................15 1-03.2 Award of Contract............:.............................................................................................................15 1-03.3 Execution of Contract....................................................................................................................15 1-03.4 Contract Bond................................................................................................................................15 1-03.7 Judicial Review...............................................................................................................................16 1-04 SCOPE OF WORK...............................................................................................................................16 1-04.2 Coordination of Contract Documents...........................................................................................16 1-04.3 Contractor-Discovered Discrepancies...........................................................................................16 ' 1-04.4 Changes..........................................................................................................................................17 1-04.8 Progress Estimates and Payments.................................................................................................17 1-04.11 Final Cleanup...............................................................................................................................17 1-05 CONTROL OF WORK..........................................................................................................................17 1-05.3 Plans and Working Drawings.........................................................................................................17 1-05.4 Conformity With and Deviation from Plans and Stakes...............................................................17 1-05.4(3) Contractor Supplied Surveying.................................................................................................18 1-05.4(4) Contractor Provided As-Built Information...............................................................................19 1-05.7 Removal of Defective and Unauthorized Work............................................................................19 1 1-05.10 Guarantees...................................................................................................................................20 1-05.11 Final Inspection............................................................................................. .............................20 1-05.11(1) Substantial Completion Date..................................................................................................20 ' 1-05.11(2) Final Inspection and Physical Completion Date.....................................................................21 1-05.11(3) Operational Testing.................................................................................................................21 1-05.12 Final Acceptance..........................................................................................................................22 1-05.13 Superintendents, Labor and Equipment of Contractor..............................................................22 ' 1-05.14 Cooperation with Other Contractors..........................................................................................22 1-05.16 Water and Power.........................................................................................................................22 1-05.17 Oral Agreements..........................................................................................................................22 ' 1-05.18 Contractor's Daily Diary...............................................................................................................22 1-06 CONTROL OF MATERIAL...................... ..........................................................................................23 1-06.1 Approval of Materials Prior to Use...............................................................................................23 1-06.2(1) Samples and Tests for Acceptance............................................................................................24 1-06.2(2) Statistical Evaluation of Materials for Acceptance...................................................................24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.............................................................24 1-07.1 Laws to be Observed......................................................................................................................24 1-07.2 State Sales Tax................................................................................................................................24 1-07.2(1) General......................................................................................................................................24 1-07.2(2) State Sales Tax-Rule 171.........................................................................................................25 ' 1-07.2(3) State Sales Tax-Rule 170.........................................................................................................25 1-07.2(4) Services......................................................................................................................................25 1-07.6 Permits and Licenses........................ 26 .............................................................................................. 1-07.9 Wages.............................................................................................................................................26 1-07.9(5) Required Documents.................................................................................................................26 1-07.11 Requirements for Non-Discrimination........................................................................................26 ' 1-07.11(11) City of Renton Affidavit of Compliance................................................................................26 1-07.12 Federal Agency Inspection...........................................................................................................26 ' 1-07.13 Contractor's Responsibility for Work..........................................................................................26 1-07.13(1) General....................................................................................................................................26 1-07.15 Temporary Water Pollution/Erosion Control..............................................................................27 1-07.16 Protection and Restoration of Property......................................................................................27 1-07.16(1) Private/Public Property...........................................................................................................27 1-07.17 Utilities and Similar Facilities......................................................................................................28 1-07.17(1) Interruption of Services..........................................................................................................29 2 1-07.18 Public Liability and Property Damage Insurance........................................................................29 1-07.18(1) General....................................................................................................................................29 ' 1-07.18(2) Coverages............................................................................................................................... 30 1-07.18(3) Limits.......................................................................................................................................31 1-07.18(4) Evidence of Insurance:............................................................................................................32 1-07.22 Use of Explosives.........................................................................................................................32 1-07.23 Public Convenience and Safety...................................................................................................32 ' 1-07.23(1) Construction Under Traffic......................................................................................................32 1-07.23(2) Construction and Maintenance of Detours............................................................................33 1-07.24 Rights-of-Way...............................................................................................................................33 1-07.28 Confined Space Entry...................................................................................................................34 1-08 PROSECUTION AND PROGRESS........................................................................................................35 1-08.0 Preliminary Matters.......................................................................................................................35 ' 1-08.0(1) Preconstruction Conference.....................................................................................................35 1-08.0(2) Hours of Work...........................................................................................................................36 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees.................................36 1-08.1 Subcontracting...............................................................................................................................36 1-08.2 Assignment....................................................................................................................................37 1-08.3 Progress Schedule..........................................................................................................................37 1-08.4 Notice to Proceed and Prosecution of the Work..........................................................................38 1-08.5 Time For Completion.....................................................................................................................38 ' 1-08.6 Suspension of Work.......................................................................................................................39 1-08.7 Maintenance During Suspension..................................................................................................39 1-08.9 Liquidated Damages......................... .........................................................................40 1-08.11 Contractor's Plant and Equipment..............................................................................................40 1-08.12 Attention to Work.............................................. ......................................................................40 1-09 MEASUREMENT AND PAYMENT.......................................................................................................40 ' 1-09.1 Measurement of Quantities..........................................................................................................40 1-09.3 Scope of Payment..........................................................................................................................41 i 1-09.6 Force Account................................................................................................................................42 1-09.7 Mobilization...................................................................................................................................42 1-09.9 Payments........................................................................................................................................42 1-09.9(1) Retainage...................................................................................................................................43 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...............................43 1-09.9(3) Final Payment............................................................................................................................44 3 1-09.11 Disputes and Claims.....................................................................................................................45 1-09.11(2) Claims......................................................................................................................................45 1-09.11(3) Time Limitations and Jurisdiction...........................................................................................45 , 1-09.13 Claims and Resolutions.................................................................................................................45 1-09.13(3) Claims$250,000 or Less............................................................................................... ........45 1-09.13(3)A Administration of Arbitration................................................ .............................................45 1-09.13(3)B Procedures to Pursue Arbitration........................... ............................................................45 ' 1-09.14 Payment Schedule.......................................................................................................................46 1-09.14(1) Scope.......................................................................................................................................46 1-09.14(2) Bid Items..................................................................................................................................46 ' 1-10 TEMPORARY TRAFFIC CONTROL.......................................................................................................51 1-10.1 General...........................................................................................................................................51 . 1-10.2(1)B Traffic Control Supervisor.......................................................................................................52 1-10.2(2) Traffic Control Plans..................................................................................................................52 1-10.3 Flagging,Signs,and All Other Traffic Control Devices..................................................................52 1-10.3(3) Construction Signs.....................................................................................................................53 1-10.4 Measurement.................................................................................................................................53 1-10.5 Payment.........................................................................................................................................53 ' 1-11 RENTON SURVEYING STANDARDS....................................................................................................53 1-11.1(1) Responsibility for Surveys.........................................................................................................53 1-11.1(2) Survey Datum and Precision.....................................................................................................53 1-11.1(3) Subdivision Information............................................................................................................54 1-11.1(4) Field Notes.................................................................................................................................54 1-11.1(5) Corners and Monuments..........................................................................................................54 1-11.1(6) Control or Base Line Survey......................................................................................................54 1-11.1(7) Precision Levels.........................................................................................................................55 1-11.1(8) Radial and Station--Offset Topography...................................................................................55 1-11.1(9) Radial Topography.....................................................................................................................55 ' 1-11.1(10) Station--Offset Topography.....................................................................................................55 1-11.1(11) As-Built Survey........................................................................................................................55 1-11.1(12) Monument Setting and Referencing......................................................................................55 1-11.12 Materials......................................................................................................................................56 1-11.12(1) Property/Lot Corners..............................................................................................................56 1-11.12(2) Monuments.............................................................................................................................56 1-11.12(3) Monument Case and Cover....................................................................................................56 4 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP..........................................................................56 2-01.1 Description.....................................................................................................................................56 2-01.2 Disposal of Usable Material and Debris........................................................................................57 2-01.5 Payment.........................................................................................................................................57 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS.............................................................................57 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs...........................................................................57 2-02.4 Measurement.................................................................................................................................57 ' 2-02.5 Payment............................................ ...........................................................................................57 2-03 ROADWAY EXCAVATION AND EMBANKMENT---........*****... ... .....57 t2-03.3 Construction Requirements...........................................................................................................57 2-03.4 Measurement.................................................................................................................................58 2-03.5 Payment.........................................................................................................................................58 2-04 HAUL..................................................................................................................................................59 ' 2-04.5 Payment.........................................................................................................................................59 2-06 SUBGRADE PREPARATION................................................................................................................59 2-06.5 Measurement and Payment.........................................................................................................59 2-09 STRUCTURE EXCAVATION .................................................................................................................59 ' 2-09.1 Description.....................................................................................................................................59 2-09.3(1)D Disposal of Excavated Material..............................................................................................59 ' 2-09.4 Measurement.................................................................................................................................59 2-09.5 Payment.........................................................................................................................................60 5-04 ASPHALT CONCRETE PAVEMENT......................................................................................................60 5-04.2 Materials........................................................................................................................................60 ' 5-04.3 Construction Requirements...........................................................................................................60 5-04.3(5) Conditioning the Existing Surface.............................................................................................61 5-04.3(5)A Preparation of Existing Surface..............................................................................................61 ' S-04.3(7)A Mix Design...............................................................................................................................62 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture......................... ......................................62 5-04.3(10)B Control...................................................................................................................................63 5-04.5 Payment.........................................................................................................................................63 5-04.5(1)A Price Adjustments for Quality of HMA Mixture.....................................................................63 5-04.5(1)B Price Adjustments for Quality of HMA Compaction..............................................................64 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS..........................................................................64 5-06.1 Description.....................................................................................................................................64 ' 5-06.2 Materials........................................................................................................................................64 5 5-06.3 Construction Requirements...........................................................................................................64 7-01 DRAINS.......................................................................... 64 .................................................................... 7-01.2 Materials........................................................................................................................................64 ' 7-01.3 Construction Requirements...........................................................................................................65 7-01.4 Measurement....................................................................................:............................................65 ' 7-02 CULVERTS..........................................................................................................................................65 7-02.2 Materials............................................................................................. ........................................65 , 7-04 STORM SEWERS................................................................................................................................65 7-04.2 Materials........................................................................................................................................65 7-04.4 Measurement.................................................................................................................................65 7-04.5 Payment.........................................................................................................................................66 7-05 MANHOLES,INLETS,AND CATCH BASINS.................... ..66 ' .................................................................. 7-05.3 Construction Requirements...........................................................................................................66 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.......................................................................66 ' 7-05.3(2) Abandon Existing Manholes.....................................................................................................67 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes.................................................................................67 ' 7-05.3(3) Connections to Existing Manholes............................................................................................67 7-05.3(5) Manhole Coatings.....................................................................................................................68 , 7-05.4 Measurement.................................................................................................................................68 7-05.5 Payment..................................... .................................................................................................68 ' 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................................................69 7-08.3 Construction Requirements...........................................................................................................69 7-08.3(1)C Bedding the Pipe.....................................................................................................................69 7-08.3(1)D Pipe Foundation.......................................................................................:.............................69 , 7-08.3(2)A Survey Line and Grade............................................................................................................69 7-08.3(2)B Pipe Laying—General..............................................................................................................69 7-08.3(2)E Rubber Gasketed Joints...........................................................................................................70 7-08.3(2)H Sewer Line Connections.........................................................................................................70 , 7-08.3(2)) Placing PVC Pipe.......................................................................................................................70 7-08.3(3)A Backfilling Sanitary Sewer Trenches.......................................................................................70 7-08.4 Measurement.................................................................................................................................71 7-08.5 Payment.........................................................................................................................................71 ' 7-09 PIPE AND FITTINGS FOR WATER MAINS...........................................................................................71 7-09.3(15)A Ductile Iron Pipe...................................................................................................................71 7-09.3(15)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over)...............................................................72 ' 6 , 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement..................................72 7-09.3(19)A Connections to Existing Mains.............................................................................................72 ' 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block.....................................................................72 7-09.3(23) Hydrostatic Pressure Test........................................................................................................73 7-09.3(24)A Flushing and..........................................................................................................................74 7-09.3(24)D Dry Calcium Hypochlorite.....................................................................................................74 7-09.3(24)K Retention Period...................................................................................................................74 7-09.3(24)N Final Flushing and Testing....................................................................................................74 7-09.3(25) Joint Restraint Systems...........................................................................................................74 7-09.4 Measurement.................................................................................................................................76 7-09.5 Payment.........................................................................................................................................76 ' 7-12 VALVES FOR WATER MAINS..............................................................................................................76 7-12.3(1) Installation of Valve Marker Post..............................................................................................76 7-12.3(2) Adjust Existing Valve Box to Grade...........................................................................................77 7-12.4 Measurement.................................................................................................................................77 7-12.5 Payment.........................................................................................................................................77 7-14 HYDRANTS.........................................................................................................................................78 7-14.3(1) Setting Hydrants........................................................................................................................78 7-14.3(3) Resetting Existing Hydrants......................................................................................................78 7-14.3(4) Moving Existing Hydrants.........................................................................................................78 1 7-14.5 Payment.........................................................................................................................................78 7-15 SERVICE CONNECTIONS....................................................................................................................79 7-15.3 Construction Details......................................................................................................................79 ' 7-15.5 Payment.........................................................................................................................................79 7-17 SANITARY SEWERS............................................................................................................................79 7-17.2 Materials........................................................................................................................................79 7-17.3 Construction Requirements...........................................................................................................79 ' 7-17.3(1) Protection of Existing Sewerage Facilities................................................................................79 7-17.3(2)H Television Inspection..............................................................................................................80 7-17.4 Measurement.................................................................................................................................80 i 7-17.5 Payment.........................................................................................................................................80 8-09 RAISED PAVEMENT MARKERS._........_............................................................................................80 8-09.5 Payment......................................................................:..................................................................80 8-13 MONUMENT CASES........... .......81 ' 8-13.1 Description.....................................................................................................................................81 7 8-13.3 Construction Requirements...........................................................................................................81 8-13.4 Measurement.................................................................................................................................81 8-13.5 Payment......................................:..................................................................................................81 , 8-14 CEMENT CONCRETE SIDEWALKS......................................................................................................81 8-14.3(4) Curing.........................................................................................................................................81 8-14.4 Measurement.................................................................................................................................82 8-14.5 Payment.........................................................................................................................................82 8-17 IMPACT ATTENUATOR SYSTEMS.......................................................................................................82 , 8-17.5 Payment.........................................................................................................................................82 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL........................................................82 8-20.2(1) Equipment list and Drawings...................................................................................................82 8-22 PAVEMENT MARKING.......................................................................................................................83 ' 8-22.1 Description.....................................................................................................................................83 8-22.3(5) Installation Instructions............................................................................................................83 r 8-22.5 Payment.........................................................................................................................................83 8-23 TEMPORARY PAVEMENT MARKINGS...............................................................................................84 , 8-23.5 Payment.........................................................................................................................................84 9-03.8(7) HMA Tolerances and Adjustments.............................................................................................84 , 9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS.....................................................................84 9-05.4 Steel Culvert Pipe and Pipe Arch(RC)...........................................................................................84 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)............................................................................84 9-05.7(2)A Basis for Acceptance(RC).............................................................................:.........................85 ' 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)....................................................................................85 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)........................................................................85 , 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).........................................................................................85 9-05.12 Polyvinyl Chloride(PVC)Pipe......................................................................................................86 9-05.12(3) CPEP Sewer Pipe......................................................................................................................86 9-05.14 ABS Composite Sewer Pipe.........................................................................................................86 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe......................................................................................86 9-05.22 High Density Polyethylene Piping................................. .. 86 9-08 PAINTS...............................................................................................................................................88 9-08.8 Manhole Coating System Products...............................................................................................88 9-08.8(1) Coating Systems Specification..................................................................................................88 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES........................................................................88 9-23.9 Fly Ash (RC)....................................................................................................................................88 ' 8 1 9-30 WATER DISTRIBUTION MATERIALS...................................................................................................88 9-30.3(1) Gate Valves(3inches to 12 inches) ...........................................................................................88 9-30.3(3) Butterfly Valves.........................................................................................................................89 9-30.3(5) Valve Marker Posts............................................................................. .....................................89 1 9-30.3(7) Combination Air Release/Air Vacuum Valves...........................................................................89 9-30.3(8) Tapping Sleeve and Valve Assembly.........................................................................................89 9-30.3(9) Blow-Off Assembly....................................................................................................................90 9-30.5 Hydrants.........................................................................................................................................90 9-30.5(1) End Connections(RC)................................................................................................................90 ' 9-30.5(2) Hydrant Dimensions..................................................................................................................90 9-30.6(3)B Polyethylene Pipe.......................:...........................................................................................91 1 9-30.6(4) Service Fittings..........................................................................................................................91 9-30.6(5) Meter Setters.............................................................................................................................91 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED..........:..............................91 1 1 1 1 1 t 1 1 9 03/19/2013 , SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: , Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all , contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". ' 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, , which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of god. Consulting Engineer , The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time ' The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates ' Bid Opening Date:The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date:The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins, also referred to as the Date of Commencement. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute.facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. ' 10 03/19/2013 Completion Date:The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Date of Commencement:The date stated in the Notice to Proceed on which the Contract Time begins Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. ' Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative,or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed,or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency.to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed ' substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. 1 Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as"Contract Bond"defined in the Standard Specifications. Plans ' The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles,cross-sections,and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, ' regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer's points,this shall mean all marks, bench marks, reference points, stakes, hubs,tack,etc.,established by the Engineer for maintaining horizontal and vertical control of the Work. Provide Means"furnish and install"as specified and shown in the Plans. 1 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 Public Works Administrator. Shop Drawings Same as"Working Drawings" defined in the Standard Specifications. 11 03/19/2013 Special Provisions , Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing , this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions , Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer,for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic , Both vehicular and non-vehicular traffic,such as pedestrians, bicyclists,wheelchairs,and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids,gases, power,signals, or communications and shall be understood to include tracks,overhead and underground wires,cables, pipelines,conduits,ducts, sewers,or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders , Delete this Section and replace it with the following: Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: Information as to where. Bid Documents can be obtained or reviewed will be found in the Call for Bids , (Advertisement for Bids)for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: , To Prime Contractor No.of Sets Basis of Distribution Reduced Plans (11" x 17") and 4 Furnished automatically contract provisions upon award Large Plans(22"x 34") 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in , the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. , The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; 12 03/19/2013 extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington.Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. The Contracting Agency reserves the right to reject any bids that fail to provide a cost proposal for all alternates and additives set forth in the proposal forms. Any correction to a bid made by interlineations,alteration, or erasure,shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). ' A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: All prices shall be in legible figures written in ink or typed.The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), where a conflict arises the unit price shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact,so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: 13 03/19/2013 Each proposal shall be submitted in a sealed envelope, with Proiect Name and Proiect Number as stated in the Advertisement for Bids, clearly marked on the outside of the envelope. Or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: , 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; , C. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable,as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable,as required in Section 1-02.6;or L The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done.for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise,or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable,financially or otherwise,to perform the Work; L A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract,the Contracting Agency may require one or more of these items or actions of: 14 L I I 03/19/2013 1. A complete statement of the origin,composition,and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located, 7. A copy of State of Washington Contractor's Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring.execution, together with a list of all other forms or documents required to be submitted by the successful bidder,will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract ' Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites.The Contractor shall bear all L 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. fThe Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: 15 03/19/2013 The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner,and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the Contract,or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2,2 over 3,3 over 4,and so forth): 1. Addenda 2. Proposal Form , 3. Special Provisions Part II 4. Special Provisions S. Contract Plans 6. Contracting Agency's Standard Plans(if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: Upon receipt of award of contract,the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the , same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if 16 03/19/2013 the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for"Finish and Cleanup, Lump Sum," shall be full compensation for all Work,equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.3 Plans and Working Drawings Section 1-05.3 is supplemented with the following: Three (3) hardcopies or a legible PDF electronic copy of each submittal shall be provided. Submittals: Submittals are samples, product data, working drawings, and others that demonstrate how CONTRACTOR intends to conform with the Contract Documents. Product data shall include the following: • Catalog cuts. • Bulletins. • Brochures. • Manufacturer's Certificate of Compliance:signed by product manufacturer along with supporting reference data,affidavits,and tests, as appropriate. • Manufacturer's printed recommendations for installation of equipment. • Quality photocopies of applicable pages from manufacturer's documents. 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying,the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions,elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. 17 03/19/2013 The Contractor shall provide a work site,which has been prepared to permit construction staking to proceed in , a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations.This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly , due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist,or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade.Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the i Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed ' by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies 18 03/19/2013 owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying,Staking,and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a-new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade,Vaults,Culverts,Signal Poles,and Electrical Cabinets. ' After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As- Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents,the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case,the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. 1 Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal,or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced,or have Work the Contractor refuses to perform completed by 19 l 03/19/2013 using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer,a delay in its remedy could be potentially unsafe,or might cause serious risk of loss or damage to the public,the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of j the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered,the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7"Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing,or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for,or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the Work to be substantially complete,the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use,the Engineer, by written notice to the Contractor,will set the Substantial Completion 20 03/19/2013 Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will, by written notice,so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion,whichever is applicable,the Contractor shall pursue vigorously,diligently and without unauthorized interruption,the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: When the Contractor considers the Work physically complete and ready for Final Inspection,the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or. unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies.This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may, upon Written Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under.the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer,the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore,when the Work involves the installation of machinery or other mechanical equipment; street lighting,electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time,after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship, materials,or,equipment which prove faulty,or that are not in first class operating condition. Equipment,electrical controls, meters,or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer,so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical . Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 21 03/19/2013 The costs for power,gas, labor, material,supplies,and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer,shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1,the Contractin>?Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities,districts,agencies,and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. CenturyLink Communications 4. City of Renton (water,sewer,transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer,agent,or employee of the Contracting Agency,either before or after execution of the Contract,shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: 22 03/19/2013 The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose- leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. S. Listing of any materials received and stored on-or off-site by the Contractor for future installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections,testing, stake-out, and all other services furnished by the Owner or L other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. . Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed,dated,and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required. corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. ' 23 03/19/2013 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1)is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: (******) Unless stated otherwise in the special provisions,statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******) The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public;shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation,shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office,or other well-known place at the project site,all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons,including employees,who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety,efficiency,and adequacy of the Contractor's plant, appliances,and methods,and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously,and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not,and shall not, be intended to include review and adequacy of the Contractor's safety measures, in,on,or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General 24 03/19/2013 The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1)through 1-07.2(4)are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3)describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid t (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue,whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171,and its related rules,apply to building, repairing, or improving streets, roads,etc.,which are owned by a municipal corporation,or political subdivision of the state,or by the United States, and which are, used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system,and power lines when such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract amounts, including those that the Contractor pays on the purchase of the materials,equipment,or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170,and its related rules,applies to the constructing and repairing of new or existing buildings,or other structures, upon real property. This includes, but is not limited to;the construction of streets, roads, highways,etc.,owned by the state of Washington;water mains and their appurtenances;sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within,and a part of,a street or road drainage system;telephone,telegraph,electrical power distribution lines,or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property,whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases the Contractor shall collect from the Contracting Agency, retail sales tax on p g g Y, 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 machine equipment,or consumable supplies not integrated into P machinery, pp g the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services(as defined in Washington State Department of Revenue Rules 138 and 244). 25 03/19/2013 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry,at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph,and replace it with the following: The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: (******) I'll Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: (******) During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. 26 03/19/2013 No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph,and replace it with the following: In an effort to prevent, control, and stop water pollution and erosion within the project,thereby protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide,with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment,storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way,over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements,cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way,the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be 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. fAll shrubbery or trees destroyed or damaged,shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill,on easements or rights-of-way,which have lawn areas. All fences,markers, mailboxes,or other temporary obstacles shall be removed by the Contractor and immediately replace,after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights- of-way. 27 03/19/2013 Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: (******) Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators - 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract,the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a , representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power,gas,water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The 28 03/19/2013 Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur,the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will'be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work.The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents, 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed,will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of i warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 29 03/19/2013 All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract j and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s)for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII,the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies),terms, conditions,and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance,the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion,Collapse,and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers'Compensation • Statutory Benefits(Coverage A)-Show Washington Labor& Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. 30 03/19/2013 t Contractor shall name City of Renton and King County, and their officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation,within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or,at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith,with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments(Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liabilitv Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liabilitv Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability(If required)to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2)years after completion of the project. 31 03/19/2013 The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract,the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2),and 1-07.18(3) as revised above. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer,and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway,the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Kee drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will Keep g g g be at the Contracting Agency's expense when approved by the Engineer,except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: 32 03/19/2013 The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained.as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. ,The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense,except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved,the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway,or path during construction, - 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety,and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the 33 03/19/2013 Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right- of-way, the Contractor will be entitled to an extension of time.The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any j additional land and access thereto that the Contractor may desire for temporary construction facilities storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner,or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. S. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering"at each confined space to be entered. Never leave the confined space open and unattended. 34 03/19/2013 The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. 1-08 PROSECUTION AND PROGRESS , 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) + List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings(bring preliminary,list) 4 Traffic Control Plans (3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls,and certifications Safety regulations for the Contractors'and the Owner's employees and representatives Suspension of Work,time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering,advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts 35 03/19/2013 The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2)is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m.of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day,the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: Where the Contractor elects to Work on a Saturday,Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications,such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present,and a survey crew may be required at the discretion of the Engineer.The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s)of the Contracting Agency required to Work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. 36 03/19/2013 Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms,etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered: Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The.schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float,or slack,time. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 4. Work,to be performed by a subcontractor,agent,or any third party. 5. Allowances for delays that could result from normal inclement weather(time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the 37 . 03/19/2013 progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects,apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently,vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that,from historical records, is to be expected during the Contract Time, and during which periods,Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of non-working days; and (5)any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise,the report will be deemed to have been accepted by the Contractor as correct. 38 03/19/2013 The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion,and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation,as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency,the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue,to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time,the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: 39 03/19/2013 At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition,the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be ' billed to the Contractor at actual costs includin g administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees,from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1- A 09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck 40 ' 03/19/2013 shall be clearly numbered,to the satisfaction of the Engineer,and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name,date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name,date,and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid,Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item,then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified,or described in that particular ' section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such 41 03/19/2013 items shall be furnished FOB project site,or, if specified in the Special Provisions,delivered to a designated site. Materials to be "furnished, or furnished and installed under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization and Demobilization;" Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining �. progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item,or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: , 42 03/19/2013 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. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors,and other such evidence of the Contractor's right to payment as the Engineer may direct. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). !. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities,which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer,for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 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 43 03/19/2013 under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers,etc.,or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms,or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1- 08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so,and if prior to the expiration of the 1! calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non- compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. ' If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other 44 03/19/2013 documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer,to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance ' will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents.This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1,Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is ' performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims$250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: ' The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. 45 03/19/2013 The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's ' majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case,all costs shall be borne by the Contractor. 1-09.14 Payment Schedule ' Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: I (******) GENERAL 1-09.14(1) Scope ' Section 1-09.14(1) is a new section: (******) A. Payment for the various items of the bid sheets,as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools,equipment,supplies,and manufactured articles, and for all labor,operations,and incidentals appurtenant to the items of Work being described, as necessary to complete the various.items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto,and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore.shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities,which exceed the actual measured amount used and ' approved by the Engineer. C. It is the intention of these specifications that performance of work under these bid items shall result in complete construction, in proper operating condition,of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal but required in the Plans,Specifications,and ' general construction practice,shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items 1-09.14(2)A Mobilization and Demobilization (Bid Item 01) , Section 1-09.14(2)A is a new section: (******) Measurement for "Mobilization and Demobilization" shall be lump sum. The lump sum price shown shall cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all.necessary permits and licenses, prepare the site for construction operations, , and maintain the site and surrounding areas during construction, install and remove temporary gates and fencing, provide protection of existing utilities, provide component and system testing, final clean-up of the 1 site,and move all personnel and equipment of the site after contract completion. Payment for Mobilization and Demobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the ' WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) 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 46 03/19/2013 preparation of all necessary submittals, bonds, insurance, site improvements, clean-up etc. all in conformance with the Contract Documents.This bid item may not be more than 10%of the total amount of Bid. ' 1-09.14(2)B Trench and Excavation Safety Systems(Bid Item 02) Section 1-09.14(2)B is a new section: ' Measurement for "Trench and Excavation Safety Systems" will be based on a percentage defined as the amount of sanitary sewer installed divided by the total length of sanitary sewer shown to be installed. Payment for"Trench and Excavation Safety Systems"will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. ' 1-09.14(2)C Construction Surveying,Staking, and As-Builts (Bid Item 03) Section 1-09.14(2)C is a new section: Measurement for "Construction Surveying, Staking and As-Builts" will be based on the percentage of total Work complete, by dollar value,at the time of measurement. ' Payment for"Construction Surveying,Staking and As-Builts"will be made at the measured percentage amount for the pay period times the lump sum amount bid,said payment will be complete compensation for all labor, materials,equipment,travel, surveying needed to construct the improvements to the line and.grade as shown ' on the Plans,to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of Work in conformance with the Contract Documents. No more than 50%of the bid amount for this item shall be paid prior to the review and acceptance of the as-built information by the Engineer. 1-09.14(2)D Traffic Control (Bid Item 04) Section 1-09.14(2)D is a new section: Measurement for "Traffic Control' Work will be based on the percentage of total Work complete, by dollar value,at the time of measurement. Payment for"Traffic Control' Work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the ' Manual on Uniform Traffic Control Devices(MUTCD). 1-09.14(2)E Temporary Erosion/Sedimentation Controls (Bid Item 05) ' Section 1-09.14(2)E is a new section: Measurement for "Temporary Erosion/Sedimentation Controls" will be based on the percentage of total Work complete, by dollar value,at the time of measurement. Payment for "Temporary Erosion/Sedimentation Controls" will be at the lump .sum amount bid, which payment shall be complete compensation for all labor, materials, equipment, straw-bale dikes, silt fencing, ' straw, sand bags, plastic sheeting, temporary stream diversion, temporary stream crossing, etc. required to ' 47 03/19/2013 , complete this item of Work in conformance with Contract Documents. 1-09.14(2)F Furnish and Install 12-inch Diameter PVC Sewer Pipe (Bid Item 06) Section 1-09.14(2)F is a new section: (******) Measurement for "Furnish and Install 12-inch Diameter PVC Sewer Pipe" will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for "Furnish and Install 12-inch Diameter PVC Sewer Pipe" will be made at the amount bid per lineal , foot, which payment will be complete compensation for all labor, materials, equipment, hauling, excavation, dewatering, potholing for utility location, temporary bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction, water, grading, cleaning, surface restoration, and testing (low pressure air test and deflection testing), television inspection, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. 1-09.14(2)G Furnish and Install 15-inch Diameter PVC Sewer Pipe in 148th Place SE (Bid Item 07) Section 1-09.14(2)G is a new section: (******) Measurement for "Furnish and Install 15-inch Diameter PVC Sewer Pipe in 148th Place SE" will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for "Furnish and Install 15-inch Diameter PVC Sewer Pipe in 148th Place SE" will be made at the , amount bid per lineal foot, which payment will be complete compensation for all labor, materials, equipment, hauling, pavement cutting, pavement removal, excavation, dewatering, potholing for utility location, temporary bypass pumping, removal and disposal of waste material including existing pipes and structures in ■ the excavation, pipe of the size and type required, gaskets, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material, appurtenances, stockpile and placement of subsequent backfill (native) O materials, compaction, water, grading, cleaning, temporary pavement patching, and testing (low pressure air test and deflection testing), television inspection, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. 1-09.14(2)H Furnish and Install 15-inch Diameter PVC Sewer Pipe in Maplewood Park(Bid Item 08) Section 1-09.14(2)H is a new section: (******) Measurement for "Furnish and Install 15-inch Diameter PVC Sewer Pipe in Maplewood Park" will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for Furnish and Install 15-inch Diameter PVC Sewer Pipe in Maplewood Park will be made at the amount bid per linear foot,which payment will be complete compensation for all labor, materials,equipment, hauling, excavation, dewatering, potholing for utility location, temporary bypass pumping, removal and disposal of waste material including existing pipes and structures in the excavation, pipe of the size and type required, installation, laying and joining pipe and fittings, bedding, and pipe zone fill material,tracing wire and appurtenances, stockpile and placement of subsequent backfill (native) materials, compaction,water, grading, cleaning, surface restoration, and testing (low pressure air test), television inspection, etc. required to complete the Work in accordance with the Contract Documents. Select imported backfill materials are included in other bid items. 48 03/19/2013 1-09.14(2)1 Existing Manhole Modifications (Bid Item 09) Section 1-09.14(2)1 is a new section: Measurement for "Existing Manhole Modifications" will be per each for each manhole modified in ' conformance with the Contract Documents. Payment for"Existing Manhole Modifications" will be made at the unit price bid per each, which payment will ' be complete compensation for all labor, equipment, materials, hauling, dewatering, temporary bypass pumping, removal and disposal of waste material including existing pipes and appurtenances in the existing manhole, sealing system, removal and re-installation of existing manhole cone and cover, manhole channeling, ' concrete manhole fill, abandoned 12-inch sanitary sewer, cleaning, surface restoration, and testing, etc. required to complete all modifications to existing manholes in conformance with the Contract Documents. 1-09.14(2)1 Furnish and Install 60-inch Diameter Sanitary Sewer Manhole (Bid Item 10) Section 1-09.14(2)J is a new section: Measurement for "Furnish and Install 60-inch Diameter Sanitary Sewer Manhole" will be per each for each ' type manhole installed in conformance with the Contract Documents. Payment for "Furnish and Install 60-inch Diameter Sanitary Sewer Manhole" will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, hauling, dewatering, locating all existing utilities and potholing in advance for horizontal and vertical location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, ' 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, connection to new sewer pipes, stockpile and placement of subsequent backfill (native) materials, compaction, water, cleaning, surface restoration, and testing, etc. required to complete all manholes in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. 1-09.14(2)K Connect New Sanitary Sewer to Existing Manhole (Bid Item 11) Section 1-09.14(2)K is a new section: Measurement for "Connect New Sanitary Sewer to Existing Manhole" will be per each connection in conformance with the Contract Documents and includes the connection of new sanitary sewer mains to existing Manhole Nos. 5314 079, 5314 080, and 5314 090. ' Payment for "Connect New Sanitary Sewer to Existing Manhole" will be made at the unit price bid per each connection, which payment will be complete compensation for all labor, equipment, materials, hauling, ' pavement cutting, pavement removal, dewatering, locating all existing utilities and potholing in advance for horizontal and vertical location, temporary bypass pumping, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, transition coupling, ' pipe spool(s), core-drill or power sawcut of existing manhole, installation, appurtenances, bedding, stockpile and placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and cleanup, etc. required to complete all reconnect new sewer to existing sewer facility in conformance with the Contract Documents. Select imported backfill materials are included in other bid items. 1-09.14(2)L Imported Trench Backfill (Bid Item 12) ' Section 1-09.14(2)L is a new section: Measurement for "Imported Trench Backfill" shall be measured in tons based on the weight of material installed into the Work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials ' 49 03/19/2013 , 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 "Imported Trench Backfill" will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials,etc., required to complete this item of Work in conformance with the-Contract Documents. ' 1-09.14(2)M Remove and Replace Unsuitable Foundation Material (Bid Item 13) Section 1-09.14(2)M is a new section: Measurement for "Remove and Replace 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. Payment for "Remove and Replace 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(2)N H.M.A. Class W for Trench Road Restoration (Bid Item 14) Section 1-09.14(2)N is a new section: , Measurement for "H.M.A. Class 3/4" for Trench Road .Restoration" shall be measured in square yards horizontally over the completed surface of the road. Trench measurement width shall be as defined as specified. , Payment for"H.M.A. Class 3/4"for Trench Road Restoration"will be made at the amount bid per square yards, which payment will be complete compensation for all labor, materials, saw cutting, excavation and removal of , existing, haul, surface preparation, crushed surfacing top course (CSTC), crushed surfacing base course (CSBC), compaction, asphaltic materials, tack oil, placement, roller compaction, utility adjustments, joint sealing, cleanup, etc., required to complete this item of Work in conformance with the Contract Documents. 1-09.14(2)0 1-IA- Overlay and Grind in 148th Place SE (Bid Item 15) Section 1-09.14(2)0 is a new section: , Measurement for "1-1/2" Overlay and Grind in 148th Place SE" shall be measured in square yards horizontally over the completed surface of the road. Overlay limits shall be as defined on the Drawings. Payment for "1-1/2" Overlay and Grind in 148th Place SE" will be made at the amount bid per square yards, , which payment will be complete compensation for all labor, materials, grinding, excavation and removal of existing, haul, surface preparation, compaction, asphaltic materials, tack oil, placement, roller compaction, ' utility adjustments, joint sealing, cleanup, etc., required to complete this item of Work in conformance with the Contract Documents. 1-09.14(2)P Landscape Restoration (Bid Item 16) , Section 1-09.14(2)P is a new section: Measurement for "Landscape Restoration" Work will be based on the percentage of total Work complete, by dollar value,at the time of measurement. Payment for "Landscape Restoration" will be made at the unit price bid per lump sum, which payment will be ' 50 , 03/19/2013 ' complete compensation for all labor, equipment, materials, hauling, excavation, sod, landscape bark,tree and shrubbery removal, planting, preparation, compaction, watering, site and stream restoration, wetland and stream mitigation planting and warranty period maintenance, stream bank stabilization, large woody debris placement,gravel for driveways and parking areas, etc. required to compete this item in conformance with the Contract Documents. 1-09.14(2)Q Lift Station Demolition and Site Restoration (Bid Item 17) ' Section 1-09.14(2)Q is a new section: Measurement for"Lift Station Demolition and Site Restoration" will be based on the percentage of total Work ' complete, by dollar value,at the time of measurement. Payment for"Lift Station Demolition and Site Restoration"will be at the lump sum amount bid,which payment shall be complete compensation for all labor, materials, equipment required to abandon the existing lift station including but not limited to draining and disposal of sewage within existing mains and structures; removal and disposal of the top sections of the wet well,the top section of the overflow wet well, and the top section of the valve vault; removal and disposal of interior piping, and appurtenances; demolition and removal of exposed electrical conduit and appurtenances; plugging and abandoning existing gravity,overflow and force main piping; closing and abandoning direct bury valves; drilling holes in the bottom of the concrete structures; ' filling the abandoned structures with sand, including material and haul; removal of equipment and appurtenances in the electrical building; salvaging equipment to the City as identified; dewatering; any earthwork as required to complete the work as required; site restoration to match existing surface; relocation or replacement of fencing and gate; etc. required to complete this item of Work in conformance with Contract Documents. ' 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1, Furnishing. and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining,and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other ' traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic 51 i l 03/19/2013 1 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 non-applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be 1 considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment,or service must exceed$200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) ' appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control"to address the increase or decrease. 1 Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. 1 Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). 1 The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)6 Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: 1 A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. , The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods,the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1 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 52 1 03/19/2013 ' non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1,for the following bid items when included in the proposal: "Traffic Control," Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the ' survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in ' Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence ' level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989,or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such 53 03/19/2013 , benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project,one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. , 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements,and methodology used in that retracement. ' 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02,etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument:Any physical object or structure of record,which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1- 11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one- sixteenth corners;and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall , occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such , quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original 54 ' 03/19/2013 or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station--Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography 1 Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes,TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. 1 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 ' 55 03/19/2013 markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases.the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street , intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 112 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP t 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing(construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. ' The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the 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. 56 03/19/2013 The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and ' shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item "1"is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. t The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 1 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ." per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items,their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. ' 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: tRoadway excavation shall include the removal of all materials excavated from within the limits shown on the ' 57 03/19/2013 , Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed,either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer,shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the ' Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface,which is smooth and even,without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,.grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course,the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris,and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away , from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials,to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment,Gravel Borrow shall be used. If subgrade trimmer is not required on the project,all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction ' of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date,and be approved by the Engineer. 2-03.5 Payment ' Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items 58 , ' 01/19/2013 1 when they are included in the proposal: "Roadway Excavation Including Haul;' per cubic yard "Removal and Replacement of Unsuitable Foundation Material;" per ton "Gravel Borrow Including Haul," per ton t "Roadway Excavation Including Haul' shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade,then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material'. In this case,all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for"Roadway Excavation Including Haul' shall be full pay for excavating, loading, placing,or otherwise disposing of the material. The unit contract price per ton for"Removal and Replacement of Unsuitable Foundation Material' shall be full pay for excavating, loading,and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to,from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION t2-06.5 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 and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation,Class A or B, including haul,the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement ' Section 2-09.4 is revised and supplemented as follows: 59 03/19/2013 Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins,will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment j Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items.when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B per cubic yard. "Structure Excavation Class A Incl. Haul". per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure.excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires,the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves.The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or. "Structure Excavation Incl Haul"are not listed as pay items in the Contract. "Shoring or Extra Excavation Class B". per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any,excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. "Gravel Backfill (Kind)for(Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials t Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. , The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. ' 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: , 60 03/19/2013 Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2%inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1%inches. HMA Class%:" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed,or at the Engineer's discretion. IAsphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner,the City,and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint(real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs Gutters and Sidewalks Existing curbs,gutters,and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner,the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5)is supplemented as follows: The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. ' 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked"from one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap"to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap,catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall.be done as outlined in this Section and a tack coat shall be applied at the j rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack 61 I 03/19/2013 coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility,existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete,and within the , specified working days. Payment for utility adjustments includes all labor, materials,tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-O4.3(7)A Mix Design Item 2 is deleted and replaced with: (*****) 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula (JMF)for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: (*****) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches,slopes, paths,trails,gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer.Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. I Item 7 is deleted. i 62 03/19/2013 E 5-04.3(10)6 Control Replace Section 5-04.3(10)B with the following: I Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1- 06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor'T' All aggregate passing: 1%'; 1"I%",%",3/8" and No.4 sieves 2 t All aggregate passing No.8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No.200 sieve 20 ' Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7)for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 1 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or,more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined: THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. ' If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 63 1 2 1 03/ 9/ 0 3 5-04.5(1)6 Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00,a Nonconforming Compaction Factor(NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF,the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA t Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2"of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements E The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps,depressions,objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch,or remove any temporary pavement that does not provide a flat t transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS i 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: 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 I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 64 03/19/2013 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe 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 drainpipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain 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 otherwise specified in the Plans.The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap-on, screw-on,or wraparound coupling bands,as recommended by the manufacturer of the tubing. 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. 7-02 CULVERTS 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 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 1 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 the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials,equipment,and/or workmanship and the Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows,tees,and fittings.The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and"similar type structures. 65 03/19/2013 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment shall be made. 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. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES, INLETS,AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: All manholes shall have eccentric cones and shall have ladders. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal" boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer,the existing manholes,catch basins,or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole"ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6" above grade. 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. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of 66 03/19/2013 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 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. 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. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re- grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. i � 67 03/19/2013 Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal" t boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of anew structure to a existing line. No "connection to existing" will be.accepted at the location of new installation, relocation and adjustment of line manholes, catch basins,or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.5 is an added new section: (******) All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating(sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish:Two or more coats of Wasser MC-Aroshield (min.4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: (******) Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price,of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: (******) "Adjust Existing ." per each. The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the Work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 68 03/19/2013 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-03.12(3). It shall be placed to a depth of 6"over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer,will not uniformly support the pipe,such material shall be excavated to an additional depth as required by the-Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be.ballast and conform to the requirements of Section 9-03.9(1)of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 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. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap,wood, or other similar temporary plugs will not be permitted. 69 i 03/19/2013 Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs,which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement,the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints , Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end,with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) To the maximum extent available,suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush,stumps, logs, roots, debris,and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill,or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. 70 03/19/2013 Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill,and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on- site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill,sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul,as specified in 2-09,or by the ton. 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe per each. "Commercial Concrete", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the Contract,then it shall be incidental. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius(500 feet or more)curves,either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown,the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required,the Plans will indicate maximum lengths that can be used.The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 71 03/19/2013 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours.The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. No Work-shall be performed on the connections unless a representative of the water department is present to inspect the Work. When not stated otherwise in the special provisions or on the plans,all connections to existing water mains will be done by City forces as provided below: City Installed Connections: Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions,and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the Work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) has been supplemented by adding the following: Provide concrete blocking at all hydrants,fittings and horizontal or vertical angle points. Conform to the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be 72 03/19/2013 wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, .shall be installed in accordance with Section 7- 11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels,shackle rods, installation and removal of formwork. Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a backflow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points,the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled,the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test,the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution.The meter shall be approved by the Engineer. Acceptability of the test will be determined by two factors,as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 6 811 1011 1211 16 2011 24 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters,the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P 7400 in which: L= Allowable leakage,gallons/hour N= No.of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test,psi 73 03/19/2013 The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod." Is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: (******) Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: (******) Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no longer.than 48 hours. After this period,the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/I. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: (******) Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: (******) General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten),ASTM A242, heat-treated,superstar"SST"series. High strength low-alloy steel (cor-ten),ASTM A242,superstar"SS"series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. 74 03/19/2013 Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer's reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM A563,grade A, zinc plated or hot-dip galvanized. Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4"tierods,ASTM A563,grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter,ASTM A242,type 2;ANSI 61.1. S12: 5/8" and 3/4"diameter,ASTM A36,A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI 618.22.1. Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4................................................2 6" 2 8"..............................................3 10".............................................4 12".............................................6 14".............................................8 16".............................................8 18........................... ...............8 20".............................................10 30".............................................(16-7/8"rods) 36...............................................(2 4-7/8"rods) Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a-flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be 75 03/19/2013 g alvanized asspecified in the preceding paragraph or plain and painted in the entirety with ko pp ers bitumastic no. 800-m,or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s)as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: (******) "Furnish and Install Ductile Iron Water Main& Fittings", per lineal foot. The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron Water Main & Fittings"shall be full pay for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead-Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for Concrete Concrete Thrust Blocking and Dead-Man Anchor Blocks shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains", per each. The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill", per cubic yard or ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill' shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: (******) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. 76 03/19/2013 The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work,then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is replaced with the following: "Furnish and Install -Inch Gate Valve Assembly", per each. The unit contract price per each for"Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to,excavating,tapping the main, laying and jointing the pipe and.fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract,then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 77 03/19/2013 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: After all installation and testing is complete,the exposed portion of the hydrant shall be painted with two field coats.The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard details. Upon completion of the project, all fire hydrants shall be painted to the City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of right-of-way). Joint restraint(Shackle Rods)shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented by adding the following: (******) All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: (******) Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install Hydrant Assembly", per each. The unit contract price per each for" Furnish and Install Hydrant Assembly shall be full pay for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants". per each. 78 I 03/19/2013 The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main.The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONNECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets,the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install In.Water Service Connection", per each. The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects,which prevent adequate joint seal.or any other damage,shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer,shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type,class,and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by 79 03/19/2013 placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the videos. Said videos are to be in color and compatible with the City's viewing and recording systems. The City will accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans,or by the ton on truck tickets. 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: (******) I Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard or ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material" shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer". per cubic yard or ton. The unit contract price per cubic yard or ton for"Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all Work to furnish, place, and compact material in the trench. "Television Inspection", per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment 80 03/19/2013 � Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type V. per each. "Raised Pavement Marker Type 2", per each. �i "Raised Pavement Marker Type 3- In.", per each. "Recessed Pavement Marker", per each. The unit contract price per each for"Raised Pavement Marker Type 1 "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a separate pay item. 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: The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project,the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments and completes all required Public Land Survey Office paperwork / permits prior to construction. After construction is complete, the monuments shall be re- established by the Surveyor in accordance with RCW58.09.130. 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 supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 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 �- 81 03/19/2013 *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, , and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. 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. 9-03.8(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 — Evaluation Evaluation Aggregate, percent passing 1",%",Y",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 minimum and maximum as listed in 9-03.8(2) 1 Va 2.5%minimum and 5.5%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for �l aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100%passing will be 99-100. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 4' 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: it (******) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36,Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. - 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: 84 03/19/2013 Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to(1)a three-edge-bearing strength (D-load)test in accordance with ASTM 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. 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. ' Fors spiral rib storm sewer pipe, helical ribs shall project outward) from the smooth pipe wall and shall be P pp p 1 Y pp fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam,a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of.4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+10 percent. 85 03/19/2013 9-05.12 Polyvinyl Chloride(PVC) Pipe Section 9-05.12(3) is a new additional section: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: 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. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 31/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3,/4 inch ± 1/$ inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEXrm 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope-This Specification covers requirements for DriscoPlexTA°4100 PE 3408 high-density polyethylene piping. All Work shall be performed in accordance with these Specifications. 1.2 Engineered and A pp roved 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. 86 0",9/20" 1.4 Licenses and Permits—The Contractor shall be 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. 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 standard grade HDB rating of 1600 psi at 73°F. 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. 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. 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. 87 03/19/2013 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 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 (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1) is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves(3 inches to 12 inches) Section 9-30.3(1) is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No.A2380, Kennedy,.or M&H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard Details for 12"gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze 88 03/19/2013 wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1)anti-friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250,Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and-shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) has been deleted and replaced with the following: �) The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker.375"x 6'-0" or approved equal with blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) has been supplemented as follows: Air and vacuum release valves shall be APCO-Valve and Primer Corp, "Heavy-Duty," combination air release valve,or equal. Installation shall be per the City of Renton Standard Details, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: ' 89 03/19/2013 Tapping sleeves shall be cast iron,ductile iron epoxy-coated steel,or other approved material. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: (******) Permanent blow-off assembly shall be#78 Kupferle Foundry Co.or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)shown on the plans. Temporary blow- off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be Iowa,Corey Type (opening with the pressure) or approved equal conforming to AWWA C- 502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200,conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: (******) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: (******) 11 Fire hydrants shall be Corey type (opening with the pressure)or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening(M.V.O.)of 5 1/4 inches,two 21/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V.Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut.Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter,4" Seattle Thread x 5"Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 90 03/19/2013 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. �1 91 1 1 1 1 1 1 1 1 1 1 f 1 1 1 1 1 1 i 1 1 � SPECIAL PROVISIONS � PART II 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i� � ' SUB-SECTION 10.00000 INTRODUCTION Sub-Section 10.00000 describes the numbering format used with Division 10 of the Special Provisions (Part II). Division 10 is in CSI format and some modifications have been made to the typical numbering system used in CSI. A"10." has been added to all of the CSI numbering in Division 10 in order to separate items in this Section from the rest of the WSDOT Division numbering in the Special Provisions (Part 1). Furthermore,a DIVISION in CSI is equivalent to a SECTION in the Special Provisions(Part II) and the 5-digit CSI Section number now becomes a Sub-Section.The following table illustrates the typical CSI ' numbering on the.left and the new numbering on the right: CSI Standard Numbering Format Special Provisions (Part II) Numbering Format (No CSI Standard) DIVISION 10 ' DIVISION 1 SECTION 10.1 01410 Regulatory Requirements 10.01410 Regulatory Requirements DIVISION 2 SECTION 10.2 02222 Building Demolition 10.02222 Building Demolition END OF SUB-SECTION pw:\\Documents\Client\WA\Renton\8235C10\Specifications\Div 10 Coding.docx CITY OF RENTON EAST RENTON LIFT STATION ELIMINATION i DESIGN SUBMITTAL , TABLE OF CONTENTS DIVISIONS 1 -9 -SPECIAL PROVISIONS (PART 1) i 2010 WSDOT STANDARD SPECIFICATIONS 1 2010 WSDOT STANDARD SPECIFICATIONS WITH CITY OF RENTON REVISIONS DIVISION 10 -SPECIAL PROVISIONS(PART II) , SUB-SECTION NO. TITLE 10.01140 WORK RESTRICTIONS 10.01410 REGULATORY REQUIREMENTS 10.01500 TEMPORARY FACILITIES AND CONTROLS , 10.01738 SELECTIVE DEMOLITION 10.02900 LANDSCAPE GRADING (TOP SOIL) 10.02910 TEMPORARY EROSION AND SEDIMENT CONTROL (STREAM FLOW DIVERSION) 10.02920 TRENCHING AND BACKFILLING (STREAM CROSSING) , 10.02930 MITIGATION LANDSCAPING 10.15052 BASIC PIPING MATERIALS AND METHODS i i i 1 1 1 i March 2013 TOC-1 8235C10 pw://Carollo/Documents/Client/VVA/Renton/8235ClO/SpecificationsfT0C.doc(BID) SUB-SECTION 10.01140 WORK RESTRICTIONS PART1 GENERAL 1.01 SUMMARY ' A. Section Includes: Requirements for sequencing and scheduling the Work affected by existing site and facility, work restrictions, and coordination between construction operations and lift station operations. tB. Related Section/Sub-Sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. ' 3. The following Sections/Sub-Sections are related to the Work described in this Sub-Section. This list of Related Sections/Sub-Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty 1 of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents: a. Section 1-08.0(1) - Preconstruction Conference. b. Section 1-08.3 - Progress Schedule. c. Sub-Section 10.01500 -Temporary Facilities and Controls. d. Sub-Section 10.02930 - Mitigation Landscaping. 1.02 REFERENCES A. . Washington State Department of Transportation (WSDOT): ' 1. Standard Specifications for Road, Bridge, and Municipal Construction 2010. B. Applicable project permits obtained for the project. 1.03 WORK CONSTRAINTS ON SEQUENCE AND SCHEDULING OF WORK A. Construction Period: 1. Construction shall be completed within the allowed number of working days from the Notice to Proceed date as described in the Contract Documents. 2. Contractor shall be responsible for liquidated damages as calculated and specified in the WSDOT Standard Specifications for overrun of allotted construction period. ' B. General Constraints: 1. Utilize description of critical events in work sequence in this Sub-Section as a guideline for scheduling and undertaking the Work. 2. Work sequence and constraints presented do not include all items affecting completion of the Work, but are intended to describe critical events necessary to minimize disruption of the existing facilities. March 2013 10.01140-1 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specfications/10.01140(BID) C. Work Constraints: 1. All work within Maplewood Park (pipeline Stationing 1+00 to 8+60 as shown , on the Drawings) shall be completed between July 1 and September 30, 2013, with exception to Mitigation Landscaping (planting) specified in Sub-Section 10.02930. , 2. Work in Maplewood Park may begin prior to July 1 with approval from the Engineer. 3. See "Work By Others" below for coordination with Century Link. 4. All work shall be comply with applicable permits obtained for the project. 1.04 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC , A. Archaeological and Historical Objects: 1. If ground disturbing activities encounter cultural resources or historic properties as identified by the National Historic Preservation Act, Contractor shall stop work, notify the District Engineer within 24 hours, and comply with the following regulations: a. Seattle District Nationwide Permit Regional General Condition 5, Cultural Resources and Human Burials (Nationwide Permit Terms and Conditions). b. Section 1-07.16(4)—Archaeological and Historical Objects. B. Inadvertent Discovery of Human Skeletal Remains: 1. If ground disturbing activities encounter human skeletal remains during the course of the project, the Contractor shall stop work, notify the District Engineer within 24 hours, and comply with the following regulations: a. Seattle District Nationwide Permit Regional General Condition 5, Cultural Resources and Human Burials (Nationwide Permit Terms and Conditions). b. RCWs 68.50.645, 27.44.055, and 68.60.055— Inadvertent Discovery of Human Skeletal Remains on Non-Federal and Non-Tribal Land in the State of Washington. c. Section 1-07.16(4)A— Inadvertent Discovery of Human Skeletal Remains. 1.05 INTERRUPTION OF PROCESSES ' A. Indicate required shutdowns of existing facilities or interruptions of existing operations on Progress Schedule per Section 1-08.3. B. Submit notification of required shutdowns of existing facilities at least 7 days prior to , the planned date of shutdown. C. Do not begin alterations until ENGINEER's written permission has been received. ' D. Minimize shutdown times by thorough advanced planning. Have required equipment, materials, and labor on hand at time of shutdown. E. Where required to minimize lift station interruptions while complying with specified ' sequencing constraints, provide temporary pumping, power, lighting, controls, instrumentation, and safety devices. March 2013 10.01140-2 8235C10 pw://Carollo/Documents/Client'NA/Renton/8235C101Specifications/10.01140(BID) , 1 1.06 REQUIREMENTS FOR OPERATION OF EXISTING LIFT STATION A. Do not remove or demolish existing facilities required to keep the existing lift station operational at the capacities specified until the existing facilities are replaced by temporary, new, or upgraded facilities or equipment, unless otherwise indicated. The replacement facilities shall have been tested and demonstrated to be operational prior to removing or demolishing existing facilities, unless otherwise ' indicated. 1.07 OPERATIONS AND MAINTENANCE ACCESS ' A. Provide safe, continuous access to lift station control equipment for lift station maintenance personnel. i1.08 UTILITIES A. Maintain electrical, telephone, water, gas, sanitary facilities, and other utilities within existing facilities and project area in service. Provide temporary utilities when necessary. ' 1.09 COORDINATION OF WORK A. Maintain overall coordination of the Work. ' B. Obtain construction schedules from subcontractors and suppliers, and assume responsibility for correctness. C. Incorporate schedules from subcontractors and suppliers into Progress Schedule per Section 1-08.3 to plan for and comply with sequencing constraints. 1.10 WORK BY OTHERS A. Century Link (paid for by the Owner) will perform relocation of existing overhead and buried utility lines in location of the Work shown on the Drawings. Relocated utilities will still be located within the Construction Limits identified on the Drawings, Contractor shall coordinate work efforts with the existing and relocated on-site utilities. Utility relocation by Century Link will occur after the Preconstruction Conference per Section 1-08.0(1) and is anticipated to be performed between June 1 and July 15, 2013. Coordination of work efforts among Contractor and Century Link shall occur during a site visit following the Preconstruction Conference. LB. Where proper execution of the Work depends upon work by others, inspect and promptly report discrepancies and defects. 1.11 SUGGESTED WORK SEQUENCE ' A. This possible construction sequence is included for informational purposes only: 1. Limits of 30-foot corridor through Maplewood Park will be marked by Others. 2. Survey and mark remaining construction limits. 3. Install TESC measures in 148th Place SE and temporary fencing and gates throughout project limits. March 2013 10.01140-3 8235C10 pw://Carollo/Documents/ClientANA/Renton/8235C10/Specifications/10.01140(BID) 4. Remove existing 8-inch diameter gravity sewer and existing 48-inch diameter Manhole 5314 086 and install 15-inch diameter gravity sewer and new 60-inch diameter Manhole 5314 086 in 148th Place SE. 5. Confirm operation of new 15-inch diameter gravity sewer by television inspection, air test and inspection of manholes with channeling. 6. Perform asphalt overlay in 148th Place SE. 7. Relocate fencing to facilitate work in area of East Renton Lift Station. 8. Clear and grub 30-foot corridor through Maplewood Park and install remaining TESC measures for installation of the gravity pipelines. ' 9. Temporarily divert stream flow by bypass pumping and install temporary stream crossing. ' 10. Install 15-inch diameter gravity sewer in Maplewood Park from new Manhole 5314 086 to existing Manhole 5314 079. 11. Install 12-inch diameter gravity sewer between existing Manholes 5314 079 and 5314 080. 12. Confirm operation of new 15-inch and 12-inch diameter gravity sewer by television inspection and air test. 13. Install temporary wastewater bypass pumping systems and test. 14. Temporarily plug influent pipelines to East Renton Lift Station and commence bypass pumping. 15. Perform existing Manhole 5314 079 and 5314 080 improvements and abandon existing 12-inch diameter gravity sewer. 16. Inspect manhole channeling. 17. Decommission bypass pumping systems and pipeline plugs, and commence gravity sewer operation. 18. Decommission and demolish existing lift station facilities. 19. Construct miscellaneous site improvements at East Renton Lift Station site. 20. Remove temporary stream crossing, and construct site and stream bank restoration. 21. Perform mitigation planting and large woody debris placement. 1.12 TEMPORARY SERVICES, MATERIALS, AND EQUIPMENT A. As specified in Sub-Section 10.01500. PART PRODUCTS Not Used. PART 3 EXECUTION Not Used. ! END OF SUB-SECTION March 2013 10.01140-4 8235C10 pw://Carollo/Documents/ClienttWA/Renton/8235Cl0/Specfications/10.01140(BID) SUB-SECTION 10.01410 REGULATORY REQUIREMENTS 1 PART GENERAL 1.01 SUMMARY A. Sub-Section includes: Regulatory requirements: 1. Building code. 1 2. Electrical code. 3. Energy code. 4. Fire code. 5. Mechanical code. 6. Plumbing code. 7. Project Permits acquired by the Owner. 1.02 REFERENCES A. International Code Council (ICC): ' 1. 2006 International Building Code (IBC). 2. 2006 International Energy Conservation Code (IECC). 3. 2006 International Fire Code (IFC). 4. 2006 International Mechanical Code (IMC). 5. 2006 International Plumbing Code (IPC). B. National Fire Protection Association (NFPA): 1. 2008 NFPA 70 National Electric Code. 2. 2009 NFPA 70E Standard for Electrical Safety in the Workplace. C. State Building Codes Council: 1. Washington State Building Code (SBC). 1.03 SYSTEM DESCRIPTION A. Design requirements: 1. Building code: a. Washington State Building Code. 2. Electrical code: a. 2008 National Electric Code. ' b. 2009 Standard for Electrical Safety in the Workplace. 3. Energy conservation code: a. 2006 International Energy Conservation Code. 4. Fire code: a. 2006 International Fire Code. 5. Mechanical code: a. 2006 International Mechanical Code. 6. Plumbing code: a. 2006 International Plumbing Code. ' 7. Project Permits: March 2013 10.01410-1 8235C10 pw://Carollo/Documents/Client/VVA/Renton/8235Cl0/Specifications/10.01410(BID) a. Nationwide Permit 12: US Army Corps of Engineers. ! b. Hydraulic Project Approval Permit: Washington Department of Fish and Wildlife. c. SEPA Determination Permit: City of Renton. d. Special Use Permit: King County. e. Clearing and Grading Permit: King County. f. Right of Way Use Permit: King County. PART PRODUCTS , Not used. PART 3 EXECUTION Not used. END OF SUB-SECTION 1 1 March 2013 10.01410-2 8235C10 pw://Carollo/Documents/ClienttWA/Renton/8235010/Specfications/10.01410(BID) SUB-SECTION 10.01500 TEMPORARY FACILITIES AND CONTROLS PART GENERAL 1.01 SUMMARY A. Sub-Section includes: 1. Furnishing, maintaining, and removing construction facilities and temporary controls, including temporary utilities, construction aids, barriers and enclosures, security, access roads, temporary controls, project sign, and removal after construction. B. Related Sections/Sub-Sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. ' 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections/Sub-Sections are related to the Work described in this Sub-Section. This list of Related Sections/Sub-Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents. a. Section 1-05 - Control of Work. j1.02 REFERENCE A. Occupational Safety and Health Administration (OSHA). B. Washington State Department of Transportation (WSDOT): 1. Standard Specifications for Road, Bridge, and Municipal Construction 2010. j1.03 SUBMITTALS A. In accordance with Section 1-05. B. Product data. C. For temporary piping systems: 1. Submit layout drawings showing proposed routing of piping, including proposed pipe support and pipe restraint locations. 2. Submit product data for piping, fittings, appurtenances, restraints, supports, and all other components of the temporary piping system. 3. Submit all information at least 28 days prior to when each temporary piping system is scheduled to be installed and allow 14 days for review and comment by Engineer and Owner. D. For temporary pumping systems: March 2013 10.01500-1 8235C10 ' pw://Carollo/Documents/ClienYWA/Renton/8235Cl0/Specifications/10.01500(BID) i 1. Submit pump data and performance curves. 2. Submit sketches showing layout of temporary pumping system, including pump quantity, configuration in manhole, and proposed piping layout specified in this Section. 3. Submit piping headloss calculations based on proposed temporary piping system layout. 4. Submit all information at least 28 days prior to when the temporary pumping system is scheduled to be installed and allow 14 days for review and comment by Engineer and Owner. 1.04 TEMPORARY UTILITIES t A. Temporary electrical power: 1. Provide and maintain adequate jobsite power conforming to applicable Laws t and Regulations. B. Temporary electrical lighting: , 1. In work areas, provide temporary lighting sufficient to maintain lighting levels during working hours not less than lighting levels required by Occupational Safety and Health Administration (OSHA) and state agency which administers OSHA regulations where Project is located. C. Temporary heating, cooling, and ventilating: 1. Heat and ventilate work areas to protect the Work from damage by freezing, high temperatures, weather, and to provide safe environment for workers. 2. Permanent heating system may be utilized when sufficiently completed to allow safe operation. D. Temporary water: 1. Pay for and construct facilities necessary to furnish potable water for human consumption and non-potable water for use during construction. 2. Remove temporary piping and connections and restore affected portions of the facility to original condition before Substantial Completion. 3. Pay for water used for construction prior to Substantial Completion. 4. Development of potable water supply: a. Potable water is not available at construction site. b. Provide potable water for human consumption during construction period. c. Furnish potable water that meets requirements of Laws and Regulations. 5. Development of non-potable water supply: a. Post ample signs throughout the work area warning that water is not potable. b. Non-potable water is available from a hydrant at the site. Coordinate with King County Water District 90 for connection, meter, and requirements of non-potable water supply. c. Provide temporary ramps on both sides of hose where required. E. Temporary sanitary facilities: 1. Provide suitable and adequate sanitary facilities that are in compliance with applicable Laws and Regulations. 2. At completion of the Work, remove sanitary facilities and leave site in neat and sanitary condition. March 2013 10.01500-2 8235C10 pw://Carollo/Documents/ClienYWA/Renton/8235010/Specfications/10.01500(BID) ' tF. Temporary fire protection: Provide sufficient number of fire extinguishers of type and capacity required to protect the Work and ancillary facilities. G. First aid: Post first aid facilities and information posters conforming to requirements of OSHA and other applicable Laws and Regulations in readily accessible locations. H. Maintain utilities in existing facilities in service. Provide temporary utilities when necessary. 1.05 CONSTRUCTION AIDS A. Provide railings, kick plates, enclosures, safety devices, and controls required by Laws and Regulations and as required for adequate protection of life and property. B. Use construction hoists, elevators, scaffolds, stages, shoring, and similar temporary facilities of ample size and capacity to adequately support and move loads. C. Design temporary supports with adequate safety factor to assure adequate load bearing capability: 1. When requested, submit design calculations by professional registered engineer prior to application of loads. 2. Submitted design calculations are for information and record purposes only. D. Accident prevention: 1. Exercise precautions throughout construction for protection of persons and property. 2. Observe safety provisions of applicable Laws and Regulations. 3. Guard machinery and equipment, and eliminate other hazards. 4. Make reports required by authorities having jurisdiction, and permit safety inspections of the Work. 5. Before commencing construction work, take necessary action to comply with provisions for safety and accident prevention. E. Barricades/Gates: 1. Place barriers at ends of excavations and along excavations to warn pedestrian and vehicular traffic of excavations. 2. Place gates at all site access locations indicated on the Drawings to prevent persons from entering. Lock gates at the end of each work day. Coordinate with City for locking requirements. 3. Keep gates in place until on-site construction activities are completed. 4. Barricade excavations to prevent persons from entering excavated areas in streets, roadways, parking lots, or other public or private areas. F. Warning devices and barricades: Adequately identify and guard hazardous areas and conditions by visual warning devices and, where necessary, physical barriers: 1. Devices shall conform to minimum requirements of OSHA and State agency which administers OSHA regulations where Project is located. G. Hazards in public right-of-way: 1. Mark at reasonable intervals, trenches and other continuous excavations in public right-of-way, running parallel to general flow of traffic, with traffic cones, ' barricades, or other suitable visual markers during daylight hours: March 2013 10.01500-3 8235C10 1 pw://Carollo/Documents/Client/WA/Renton/8235ClO/Specifications/10.01500(BID) t a. During hours of darkness, provide markers with torches, flashers, or other j adequate lights. 2. At intersections or for pits and similar excavations, where traffic may reasonably be expected to approach head on, protect excavations by , continuous barricades: a. During hours of darkness, provide warning lights at close intervals. 3. Notify homeowners affected by construction activities 7 days prior to Work in 148th Place Southeast. a. Provide temporary vehicle trench crossings for homeowner driveway access. , b. All Work in 148th Place Southeast shall be completed in a two-week period. Grind and overlay may occur outside two-week period. 4. All construction equipment , fencing and materials used for Work within 148th Place Southeast shall be removed after two-week allowable work period. H. Hazards in protected areas: Mark or guard excavations in areas from which public is excluded, in manner appropriate for hazard. I. Protect existing structures, trees, shrubs, and other items to be preserved on Project site from injury, damage or destruction by vehicles, equipment, worker or other agents with substantial barricades or other devices commensurate with hazards. J. Fences: 1. Contractor shall fully fence (6 foot minimum height) limits of construction (30 foot corridor) through Maplewood Park. Entry at each end shall be fenced/gated at the end of each day. Access to this corridor shall be protected from outside entry for the duration of the construction. 2. The rest of the Work within the project construction limits shall be fenced at the discretion of the Contractor to protect the Work against acts of theft, violence and vandalism, unless otherwise indicated on the Drawings. 3. When entire or part of site is to be permanently fenced, permanent fence may be built to serve for both permanent and temporary protection of the work site, provided that damaged or defaced fencing is replaced prior to final acceptance. 4. Protect temporary and permanent openings and close openings in existing fences to prevent intrusion by unauthorized persons. Bear responsibility for protection of plant and material on site of the Work when openings in existing fences are not closed. 5. During night hours, weekends, holidays, and other times when no work is performed at site, provide temporary closures or enlist services of security guards to protect temporary openings. , 6. Fence temporary openings when openings are no longer necessary. 1.06 SECURITY A. Make adequate provision for protection of the work area against fire, theft, and vandalism, and for protection of public against exposure to injury. 1.07 TEMPORARY CONTROLS A. Dust control: March 2013 10.01500-4 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235010/Specifications/10.01500(BID) i i1. Prevent dust nuisance caused by operations, unpaved roads, excavation, backfilling, demolition, or other activities. 2. Control dust by sprinkling with water from a water truck. B. Noise control: 1. In inhabited areas, particularly residential, perform operations in manner to minimize noise. 2. In residential areas, take special measures to suppress noise during night hours. ' C. Mud control: 1. Prevent mud nuisance caused by construction operations, unpaved roads, excavation, backfilling, demolition, or other activities. 1.08 TEMPORARY PRESSURE PIPING A. Contractor shall provide all piping, appurtenances, and other materials as required to provide temporary piping systems as specified in this Sub-Section, as indicated on the Drawings, and as needed to perform the Work. tB. Contractor shall field route piping as needed and as field conditions dictate, unless otherwise indicated on the Drawings, and determine appropriate lengths of piping and quantity/type of pipe fittings needed to construct temporary piping system. Do not block access points such as stairs, doors, and walkways to existing facilities unless approved in writing by the Owner. tC. Restrain piping at valves and at fittings where piping changes direction, changes sizes, and at ends: 1. When piping is buried, use mechanical restraints. 2. When piping is exposed or under water, use mechanical or structural restraints. 3. Determine thrust forces by multiplying the nominal cross sectional area of the piping by the operating pressure of the piping and account for test pressure. D. Temporary piping systems shall be installed in a manner that will not damage existing or new facilities. E. Unless indicated otherwise, piping material, including gaskets, shall be suitable for the process fluid requiring temporary piping. F. After temporary piping system is no longer required: 1. Remove temporary piping system. 2. Clean and repair damage caused by installation or use of temporary piping system. 3. Restore existing facilities to original condition. 1.09 TEMPORARY PUMPING A. Manufacturer, or equal: 1. Godwin Pumps. B. Type: March 2013 10.01500-5 8235C10 ' pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specfications/10.01500(BID) t 1. Portable, automatic priming centrifugal sewage pump mounted on a diesel t engine located at grade. C. Contractor shall provide temporary pumping systems to pump flow from two existing manholes to the existing lift station emergency storage well as indicated on the Drawings (Contract Drawing C-07): 1. Anticipated Manhole Flow Rates: a. Manhole 5315 135: 1) Maximum (June— October): 400 gallons per minute (gpm). b. Manhole 5314 078: , 1) Maximum (June— October): 200 gallons per minute (gpm). 2. Provide and pay for all power required to operate temporary pumps. 3. All electrical and instrumentation components will comply with applicable code requirements for the area where the temporary pump is located. 4. Temporary pumping will be required 24 hours per day during the time period when pumping is required and is critical to the proper operation of the Owner's facility. Provide 24-hour on-site supervision of pumps to ensure that pumps are always operational and performing as required. Notify the Owner immediately if temporary pumping cannot be provided. 5. Contractor shall be responsible for repairing any damage or reimbursing the Owner for any regulatory fines or additional lift station staff time resulting from the Contractor's failure to maintain temporary pumping. 6. Provide 100 percent backup (a.k.a., standby, redundant, etc.) pumping capacity equal to the required maximum flow rate. Backup system shall be capable of providing required pumping capacity immediately upon failure of primary pumping system. 7. All necessary spare equipment and appurtenances shall be available on-site to allow immediate repair and/or replacement of any pumping system component that is not functioning properly. 8. Maximum allowable noise of temporary bypass pumping system = 45 dba measured at nearest residential property line. D. Providing temporary piping systems as specified in this Sub-Section. E. Provide ancillary equipment to conduct temporary bypass pumping as indicated on the Drawings (i.e. pipe plugs). F. After temporary pumping system is no longer required: 1. . Remove temporary process pumping system. 2. Clean and repair damage caused by installation or use of temporary process pumping system. 3. Restore existing facilities to original condition. 1.10 REMOVAL ' A. Remove temporary buildings and furnishings before inspection final acceptance or when directed. B. Clean and repair damage caused by installation or use of temporary facilities. j C. Remove underground installations to minimum depth of 24 inches and grade to match surrounding conditions. March 2013 10.01500-6 8235C10 pw://Carollo/Documents/ClienttVVA/Renton/8235C10/Specifications/10.01500(BID) I 1 D. Restore existing facilities used during construction to specified or original condition. PART PRODUCTS Not Used. PART 3 EXECUTION ' Not Used. END OF SUB-SECTION 1 1 1 1 1 March 2013 10.01500-7 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specfications/10.01500(BID) t 1 1 1 t t t 1 1 j 1 t t t i 1 t March 2013 10.01500-8 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235ClO/Spec cations/10.01500(BID) SUB-SECTION 10.01738 SELECTIVE DEMOLITION PART1 GENERAL j1.01 SUMMARY ' A. Sub-Section includes: Demolition of structures or portions of structures and coordination requirements for demolition. 1.02 SUBMITTALS A. Submittals-for information only: 1. Permits and notices authorizing demolition. 2. Certificates of severance of utility services. 3. Permit for transport and disposal of debris. 4. Demolition procedures and operational sequence. tB. Project record documents: Include locations of service lines and capped utilities. 1.03 REGULATORY REQUIREMENTS A. Dispose of debris in accordance with governing regulatory agencies. B. Comply with applicable air pollution control regulations. C. Conform to existing environmental requirements and regulations regarding noise, dust, and vibration. D. Obtain permits for building demolition, transportation of debris to disposal site and dust control. 1.04 ENVIRONMENTAL REQUIREMENTS A. Do not interfere with use of adjacent buildings. Maintain free and safe passage to and from. B. Prevent movement, settlement, or collapse of structures adjacent services, landscaping, curbing and trees. Provide and place bracing or shoring. Assume liability for movement, settlement, or collapse. Promptly repair damage. C. Cease operations and notify Engineer immediately when safety of structure appears to be endangered. Take precautions to properly support structure. Do not resume operations until safety is restored. D. Provide erect and maintain barricades, lighting, guardrails, and protective devices as required to protect building occupants, general public, workers, and adjoining property. March 2013 10.01738-1 8235C10 pw://Carollo/Documents/ClienYWA/Renton/8235010/Specfications/10.01738(BID) 1.05 EXISTING SERVICES �. A. Arrange and pay for capping and plugging utility services. Disconnect and stub off. Notify affected utility company in advance and obtain approval before starting demolition. , B. Place markers to indicate location of disconnected services. 1.06 MAINTAINING TRAFFIC j A. Do not close or obstruct roadways without permits. B. Conduct operations with minimum interference to public or private roadways. 1.07 MATERIALS A. Materials and equipment to be retained by Owner and delivered to City Shops by Contractor: 1. Embedded relics and antiques such as cornerstones, cornerstone contents, commemorative plaques and tablets. 2. Items indicated on the Drawings. B. Materials and equipment to be retained by Owner and hauled off by Owner: 1. After power to the station is disconnected, Contractor shall provide Owner 3 working days to remove and haul any lift station appurtenances desired to be salvaged. Anticipated items to be salvaged by the Owner include: a. Telemetry panel. b. Submersible pumps. c. Backflow prevention device in Hot Box. C. Materials and equipment to be reinstalled by the Contractor: 1. Existing fencing, gates, and rock barricades as indicated on the Drawings. D. Contractor shall furnish all materials, tools, equipment, devices, appurtenances, facilities, and services required for performing selective demolition work indicated on the Drawings and described within this Sub-Section. E. Erect weatherproof closures for exterior openings. Maintain exit requirements. t F. Erect and maintain dustproof partitions as required to prevent spread of dust, fumes, and smoke to other parts of building. On completion, remove partitions and repair damaged surfaces to match adjacent surfaces. G. Provide and maintain protective devices to prevent injury from falling objects. H. Cause as little inconvenience to adjacent neighborhood areas as possible. I. Protect landscaping, benchmarks and existing construction to remain from damage or displacement. J. Carefully remove designated materials and equipment to be retained by Owner or reinstalled. Store and protect materials and equipment to be reinstalled. March 2013 10.01738-2 8235C10 pw://Carollo/Documents/ClientNVAt Renton/8235ClO/Spec cations/10.01738(BID) 1.08 DEMOLITION A. Demolish designated structures or portions of structures and appurtenances in orderly and careful manner. B. Assume possession of demolished materials, unless specified otherwise. Remove demolished materials from site at least bi-weekly. C. Prevent airborne dust. Use water or dust palliative when necessary. Provide and maintain hoses and connections to water main or hydrant. tD. Do not burn materials on site. E. Immediately upon discovery, remove and dispose of contaminated, vermin-infested, tor dangerous materials by safe means so as not to endanger health of workers and public. F. Rough grade areas affected by demolition. G. Remove demolished materials, tools, and equipment upon completion of demolition. 1.09 REPAIR A. Repair damage caused by demolition. PART PRODUCTS Not Used. jPART 3 EXECUTION 3.01 COORDINATION A. Contractor to coordinate and notify Owner with two (2)weeks prior written notice when ready for Puget Sound Energy to disconnect/remove electrical service at the existing lift station facility. 3.02 EXAMINATION A. Verify existing conditions pertaining to demolition work. 3.03 PREPARATION A. Utilities: 1. Disconnect any remaining utility services. 2. Plug or.cap cut pipes and conduits with removable plugs or caps acceptable to Engineer. lB. Protection: 1. Use saw cutting and other methods acceptable to Engineer to protect adjacent facilities. March 2013 10.01738-3 8235C10 pw://Carollo/Documents/Client/VVA/Renton/8235Cl0/Specfications/10.01738(BID) r 2. Provide berms and other means acceptable to Engineer to keep drainage from demolition areas. 3.04 DEMOLITION A. General: Completely remove from project site structures specified or indicated on the Drawings to be demolished. 1. Unless otherwise specified or indicated on the Drawings, demolition includes removal of slabs, footings, and foundations, piping, conduits, and appurtenances and backfilling of resulting voids with suitable excavated or imported material, compacted to 95 percent relative density. B. Raw Sewage: 1. Manually drain stagnant sewage in 8-inch diameter sanitary sewer force main back to the lift station wet well. 2. Pump sewage from wet well to new gravity sewer. C. Wet Well: 1. . Remove access hatches and concrete top of structure. 2. Remove all appurtenances (piping, supports, equipment, cables, etc.) in the existing structure. 3. Drill twenty (20) 1-inch diameter holes evenly spaced through floor slab of structure.. 4. Fill with sand and compact to 90 percent density per WSDOT Section 2-03.3(14)C. Approximate wet well dimensions: 10 foot diameter, 30 feet deep. 5. Abandon connecting sanitary sewer pipes per Special Provision Section 7-05.3(2)A. D. Valve Vault: 1. Remove access hatches and concrete top of structure. 2. Remove all appurtenances (piping, supports, equipment, cables, etc) in the existing structure. 3. Drill twenty (20) 1-inch diameter holes evenly spaced through floor slab of structure. 4. Fill with sand and compact to 90 percent density per WSDOT Section 2-03.3(14)C. Approximate valve vault dimensions: 8 feet by 10 feet by 7 deep. 5. Abandon connecting sanitary sewer pipes per Special Provision Section 7-05.3(2)A. E. Emergency Storage Well: 1. Remove manhole and concrete top of structure. 2. Remove all appurtenances (piping, supports, equipment, cables, etc.) in the existing structure. 3. Drill twenty (20) 1-inch diameter holes evenly spaced through floor slab of structure. 4. Fill with sand and compact to 90 percent density per WSDOT Section 2-03.3(14)C. Approximate emergency storage well dimensions: 10 foot diameter, 30 feet deep. 5. Abandon connecting sanitary sewer pipes per Special Provision Section 7-05.3(2)A. March 2013 10.01738-4 8235C10 pw:l/Carollo/Documents/ClienUWA/Renton/8235C10/Spec cations/10.01738(BID) F. Electrical Building: 1. Provide Owner written notice to coordinate disconnecting of electrical service as previously specified in this Sub-Section. Electrical service shall be disconnected prior to demolition work. 2. Remove all equipment and appurtenances from building (approximately 10 feet by 10 feet by 12 feet high), including all interior and exterior electrical conduits, piping and supports attached to the building. Remove wire from demoed conduits between electrical building and transformer (approximately 100 feet away). Cut and cap conduits and piping flush with finished grade. 3. Maintain structural integrity and condition of building during demolition. ' Building will be used in the future. Repair/patch building as directed by the Owner's Representative. G. Hot Box: 1. Remove Hot Box, piping and accessories, and cap waterline below grade, coordinate with City and King County Water District 90 prior to removal. END OF SUB-SECTION i I March 2013 10.01738-5 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235010/Specifications/10.01738(BID) j 1 i t 1 1 March 2013 10.01738-6 8235C10 pw://Carollo/Documents/ClientfWA/Renton/8235Cl0/Specifications/10.01738(BID) SUB-SECTION 10.02900 LANDSCAPE GRADING I (TOP SOIL) PART GENERAL 1.01 SUMMARY. iA. This Sub-Section specifies provision of all materials, equipment, and labor necessary to grade and prepare the project work area for installation of plantings, including salvage, stockpile, and reuse of native topsoils; import and placement of amended topsoil; and decompaction of topsoil in the work area. 1.02 REFERENCES A. Washington State Department of Transportation (WSDOT): 1. Standard Specifications for Road, Bridge, and Municipal Construction 2010. B. U.S. Composting Council: 1. Seal of Testing Assurance (STA) Sample Collection Protocol. 2. Test Methods for the Examination of Composting and Compost. C. Washington Administrative Code (WAC): 1. WAC 173-350 Composting Facilities. D. American Society for Testing and Materials (ASTM): 1. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf 1ft3 (2,700 kN-m/m3)). 1.03 SUBMITTALS A. Salvaged Topsoil: Contractor shall submit a 1 cubic foot sample. B. Imported Topsoil: Contractor shall submit a 1 cubic foot sample with supplier's certification i of material. PART 2 PRODUCTS i 2.01 MATERIALS ■ A. Salvaged Topsoil: 1. Salvaged topsoil shall be native topsoil excavated from the pipeline trench. 2. Salvaged topsoil shall not be taken from a depth greater than 12 inches below the ground surface. 3. Topsoil material acceptable for salvage and reuse shall include loam, sandy loam, or gravelly loam. Glacial till or other material with a high clay or rock content not conducive to plant growth shall not be used. 4. Remove stones, gravel, sticks, rubbish, and other extraneous matter over two inches in diameter in any dimension. March 2013 10.02900-1 8235C10 pw://Carollo/Documents/ClienYWA/Renton/8235010/Specifications/10.02900(BID) 5. Noxious weeds or weed parts shall not be allowed in salvaged topsoil. B. Imported Topsoil: 1. Imported topsoil shall be used to supplement salvaged topsoil. A minimum of 6 inches depth of imported topsoil shall be applied to reach finish grade along the entire pipeline trench; the remainder of the topsoil used to backfill the pipeline trench may be salvaged topsoil, imported topsoil, or a mixture of the two. 2. Imported topsoil shall be certified free of noxious weeds or other materials deleterious to plant growth. 3. Imported topsoil shall contain 50% loam soil and 50% compost by volume. PART 3 EXECUTION 3.01 TOPSOIL SALVAGE AND STOCKPILE i A. After the work area has been cleared of vegetation, Contractor may strip the native topsoil from the pipeline trench excavation area and set it aside for reuse. B. Topsoils outside of the excavated pipeline trench area shall not be scraped or used as trench backfill material. C. Salvaged and imported topsoil shall be stockpiled within the construction limits and outside of streams or wetlands. D. Contractor shall keep topsoil stockpiles covered with anchored tarps to prevent erosion and weed infestation. 3.02 PIPELINE TRENCH TOPSOIL BACKFILL A. Contractor shall provide Engineer with samples of salvaged and imported topsoil for inspection. Soils shall not be placed in the pipeline trench until they are approved by the Engineer. B. Topsoil shall be placed on top of the pipeline backfill as indicated on the Drawings. Soils shall be placed in 6-inch lifts and mounded 4 inches high along the center of the trench to accommodate settling. 3.03 SOIL DECOMPACTION A. Loosen subgrade soil of planting areas to a minimum depth of 6 inches. B. Spread six inch depth of topsoil. Work into top of loosened sub-grade to create a transition layer. C. Spread remainder of topsoil to establish grades. D. Compact subgrade and topsoil fill at 85 percent maximum density per ASTM D1557. �. E. Water thoroughly to assure moist soil condition prior to plant installation. END OF SUB-SECTION March 2013 10.02900-2 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235C10/Spec cations/10.02900(BID) SUB-SECTION 10.02910 TEMPORARY EROSION AND SEDIMENT CONTROL (STREAM FLOW DIVERSION) PART1 GENERAL 1.01 SUMMARY ' A. This Sub-Section specifies provision of all materials, equipment, and labor necessary for temporary diversion of stream flow around in-stream work areas, in order to prevent degradation of stream water quality and protect aquatic life during construction. B. Related Sections/Sub-Sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractor, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections/Sub-Sections are related to the Work described in this Sub- Section. This list of related Sections/Sub-Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents: a. Section 1-07.15 -Temporary Water Pollution/Erosion Control. b. Section 8-01 - Erosion Control and Water Pollution Control. 1.02 REFERENCES A. Washington State Department of Transportation (WSDOT): 1. Standard Specifications for Road, Bridge, and Municipal Construction 2010. B. Applicable project permits and conditions. 1.03 QUALIFICATIONS jA. The Owner's Representative shall be present onsite during installation of temporary stream diversion equipment. j1.04 SUBMITTALS A. Contractor shall develop and submit a temporary stream diversion and stream reintroduction plan to the Engineer for review and approval. The plan shall be in accordance with the Contract Drawings and will include a list of equipment and materials. proposed for use in the diversion system. The plan shall also include coordination with (1) installation of the temporary equipment crossing and culvert, and (2) the Owner to arrange for a qualified biologist to remove aquatic species from the stream during installation of the diversion system. Construction, operation, maintenance and removal of the diversion system shall ensure that aquatic species and water quality are not harmed. B. The temporary stream diversion plan shall include (1) pumping of stream flows around the work area prior to installation of the temporary equipment crossing and culvert, (2) March 2013 10.02910-1 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235C10/Specifications/10.02910(BID) diversion of stream flow through the temporary equipment crossing of the culvert throughout the construction period, and (3) removal of all equipment and materials from the stream following construction. C. The Contractor shall not begin construction of stream diversion until approval of the ' diversion plan has been given by the Owner's Representative. If the plan must be subsequently modified to accommodate field conditions, the Contractor shall submit modified plan to Engineer for review and approval prior to construction. PART 2 EXECUTION 2.01 INSTALLATION A. 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 made to the Washington Emergency Management Division at 1-800- 258-5990, and to the Area Habitat Biologist. B. High visibility fencing shall be used to mark the upper and lower limits of in-stream work. Fencing shall be installed prior to placement of stream diversion equipment. C. Cofferdams shall be placed above and below the limits of in-stream work to isolate the work area from stream flows. Cofferdams shall consist of jute sacks filled with clean, washed gravel in accordance with the Contract Drawings. The upstream cofferdam shall be designed to direct flows through the temporary equipment crossing culvert throughout the construction period. D. A pump located upstream of the upper cofferdam shall be used to divert stream flow around the work area. The pump intake shall be screened within the stream channel to prevent intake of debris and aquatic life. Pump capacity shall be as indicated on the Contract Drawings. E. Diversion pump will be located outside of the stream channel and wetlands. Contractor will be responsible for ensuring that fuels, oil, or other hazardous materials do not leak onto stream banks or into surface waters during pumping. F. Stream flows shall be pumped into a flexible pipe and routed around the work area prior to installation of the temporary equipment crossing and culvert. Following installation of the temporary equipment crossing and culvert, stream flows shall be diverted through the temporary equipment crossing culvert, and the pump and flexible pipe shall be removed. G. Vis ueen ore equivalent shall be laced in the stream channel at the point of discharge from q q p p 9 the diversion pipe to dissipate energy of discharged stream water and prevent scour of the stream bed and banks. END OF SUB-SECTION . l March 2013 10.02910-2 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235010/Specfications/10.02910(BID) SUB-SECTION 10.02920 TRENCHING AND BACKFILLING (STREAM CROSSING) PART GENERAL 1.01 SUMMARY A. This Sub-Section specifies provision of all materials, equipment, and labor necessary to grade and restore the streambed over the pipeline trench crossing, and to install trench plugs in the pipeline trench near the stream. The purpose is to minimize stream flow into the trench after construction and to restore a natural substrate to the portion of the streambed over the pipeline crossing. 1.02 REFERENCES A. Washington State Department of Transportation (WSDOT): 1. Standard Specifications for Road, Bridge, and Municipal Construction 2010. B. American Society for Testing and Materials (ASTM): 1. ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)). 1.03 SUBMITTALS A. Streambed sediment: The Contractor shall provide supplier's certification of material and request the Engineer to inspect the load before it is placed in the streambed. B. Washed sand: Contractor shall submit a 0.5 cubic foot sample with supplier's certification of material. PART2 PRODUCTS 2.01 MATERIALS A. Trench plugs, pipe bedding, backfill, and streambed sediment: 1. As indicated on the Drawings. B. Washed sand: 1. Washed sand shall be clean and free of debris or materials deleterious to water quality and aquatic life. 2. Sand shall be Backfill for Sand Drains in accordance with Section 9-03.13. March 2013 10.02920-1 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235C10/Specifications/10.02920(BID) PART 3 EXECUTION 3.01 TRENCH PLUGS A. Install after installation of pipeline and prior to pipe bedding and backfill. B. Install trench plugs as indicated on the Drawings to minimize movement of water from the stream channel through the pipe trench following construction. C. Contractor shall enlarge pipeline trench excavation to the dimensions shown on the Drawings prior to trench plug installation. D. Trench plugs shall be allowed to cure, inspected and approved by Owner's Representative prior to placing backfill on top of plugs and over pipe at stream crossing. 3.02 PIPE BEDDING A. Install pipe bedding after trench plugs have been installed and allowed to cure. B. Install in accordance with manufacturer's instructions. 3.03 BACKFILL A. Backfill shall be placed on top of pipe bedding as shown on the Drawings. B. All heavy equipment used to place or compact the backfill material shall operate from the streambank or the temporary stream crossing. C. Soil should be placed and compacted in 6-inch lifts. D. Soil shall be compacted to 95% minimum dry density, modified proctor method (ASTM D1557). 3.04 STREAMBED SEDIMENT AND WASHED SAND A. Contractor shall place streambed sediment onto the compacted backfill within the stream channel, as shown on the Drawings. Contractor shall take measures to ensure sediment placement does not damage underlying backfill layer; sediment shall be placed, not dropped, in the channel. B. Contractor shall spread washed sand over the streambed sediment, filling the spaces between the streambed sediment. C. Stream flow shall not be reintroduced to the work area until the Engineer approves placement of streambed substrate materials. D. Contractor shall be responsible for keeping trench plug material out of streams and wetlands to protect water quality. END OF SUB-SECTION March 2013 10.02920-2 8235C10 pw://Carollo/Documents/ClienUWA/Renton/8235C10/Specfications/10.02920(BID) SUB-SECTION 10.02930 MITIGATION LANDSCAPING PART GENERAL 1.01 SUMMARY A. This Sub-Section specifies planting of trees, shrubs, and groundcover; mulching; temporary irrigation; cleanup; weeding; and one year of maintenance. 1.02 REFERENCES A. This Sub-Section incorporates by reference the latest revision of the following documents. These references are a part of this Sub-Section as specified and modified. In case of conflict between the requirements of this Sub-Section and those of a listed document, the requirements of this Sub-Section shall prevail. 1. American Nursery & Landscape Association: a. ANSI Z60.1 American Standard for Nursery Stock. b. ANSI A300 (Part 1) Tree, Shrub, and Other Woody Plant Maintenance— Standard Practices (Pruning). 2. Association of Official Seed Analysts (AOSA): a. Rules for Testing Seed. 3. Association of Official Analytical Chemist (AOAC): a. Methods of Analysis 5th Ed. 4. U.S.. Composting Council: a. Seal of Testing Assurance (STA) Sample Collection Protocol. b. Test Methods for the Examination of Composting and Compost. 5. Washington Administrative Code (WAC): a. WAC 16-302 General Rules for Seed Certification. b. WAC 173-350 Composting Facilities. 6. Washington State Department of Transportation (WSDOT): a. Standard Specifications for Road, Bridge, and Municipal Construction 2010. 7. ASTM International: a. ASTM D 5199. i b. ASTM D 5261. c. ASTM D 4595. d. ASTM D 1388 mg-cm. e. ASTM D 1117. B. Additionally, for native plants the Contractor shall refer to the following documents: 1. Botanical identification and nomenclature of plant materials shall be based on descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest." 2. Botanical identification and nomenclature of plant material not found in "Flora of the Pacific Northwest' shall be based on Bailey in "Hortus Third" or superseding editions - and amendments. March 2013 10.02930-1 8235C10 pw://Carollo/Documents/ClienYWA/Renton/8235Cl0/Specifications/10.02930(BID) 1.03 SUBMITTALS A. Product data for seed mix, with supplier's certification of material, stating the botanical and common name and percentage by weight of each species, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. B. Wood Chip Trail Surfacing: 1 cubic foot sample with certification of material. C. Wood Chip Mulch: 1 cubic foot sample with certification of material. D. Invoices for plant materials. E. Invoices for irrigation, weed control, and other maintenance activities during the warranty maintenance period. PART 2 PRODUCTS 2.01 MATERIALS A. Materials are to be the product of firms regularly engaged in the cultivation of the specified species or manufacture of a specified material. B. Containerized Plant Material: 1. Size, genus, species, and quantity shall be as indicated and specified in the contract drawings. 2. Plants cut back from large sizes to meet specified size will not be accepted. 3. Plants shall not have cuts over 1/4 inch in diameter that have not healed over. 4. Provide plants in full foliage when in leaf and of hardened growth. Cold storage stock is not acceptable. C. Live Stakes (Cuttings): 1. Live stakes shall be purchased from a nursery. No stakes shall be cut from the work area or adjoining properties without prior approval of the Owner's Representative. 2. Live stake cuttings shall be 0.5 to 1 inch in diameter and a minimum of 48 inches long. 3. Size, genus, species, variety/cultivar, and quantity shall be as indicated and specified in the contract drawings. 4. Live stakes to be free of pests, disease, fungus, disfiguring knots, sun scalds, . abrasions of bark, broken tops, and other objectionable features. D. Wood Chip Mulch: 1. Fine ground fir or hemlock bark, free from weed seeds, sawdust, splinters, or other debris. 2. Shall not contain resin, tannin, wood fiber, or other compounds detrimental to plant life. 3. Shall meet the following gradation requirements: PERCENT PASSING SIEVE SIZES 95%-100% '/4 inch 80%-100% No. 8 0%-80% No. 35 March 2013 .10.02930-2 8235C10 pw://Carollo/Documents/ClienYVVA/Renton/8235Cl0/Specifications/10.02930(BID) E. Seed: 1. Seed mix composition shall be as indicated on Contract Drawings. 2. Seed Mix shall be fresh clean, dry new crop seed complying with AOSA Journal of Seed Technology, "Rules for Testing Seeds"for purity and germination. 3. Seed shall be furnished in standard containers on which the following information shall be shown: a. Species name (common and botanical). b.. Lot number. c. Percentage of purity. d. Percentage of germination. e. Percentage of weed seed content and inert material. f. Net weight. F. Wood Chip Trail Surfacing: 1. Animal-friendly, free from construction or other deleterious materials and suitable as a trail surfacing material. -- 2. Derived from cedar, Douglas fir, pine, or hemlock species. 3. Chip size of Y-5". 4. Color: no artificial dyes permitted. 5. Free of debris, and seeds or plant parts of invasive and/or non-native species. G. Coir Blanket: 1. 100% natural woven coir erosion control fabric, made from high strength natural fiber. 2. Natural/earth tone. 3. Thickness - .35 inches: a. ASTM D 5199. 4. Mass per unit area (min)-20.6 oz/sq yd: a. ASTM D 5261. 5. Wide width tensile strength (Dry MD x CD)- 1512 x 1032 Ibs/ft: a. ASTM D 4595. 6. Maximum elongation (Dry MD x CD) -40%x 33%: a. ASTM D 4595. 7. Wide width tensile strength (Wet MD x CD)-924 x 684 Ibs/ft: a. ASTM D 4595. 8. Maximum elongation (Wet MD x CD)-69% x 34%: a. ASTM D 4595. 9. Flexural Rigidity (MD x CD)- 12896 x 8132 mg-cm: a. ASTM D 1388 mg-cm. 10. Water absorption - 146%: a. ASTM D 1117. 11. Open Area - 50%. H. Coir Log: 1. 100% durable coconut (coir) fiber uniformly compacted with woven netting made of bristle coir twine with a minimum tensile strength of 80 lbs. 2. Netting shall have nominal 2x2-inch openings. 3. Maximum length of 20 ft. 4. Minimum density of 7 Ibs/cf. 5. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have.a notch to secure the rope ties. Rope ties shall be made of/4-inch diameter commercially available hemp rope. March 2013 10.02930-3 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235010/Specifications/10.02930(BID) PART 3 EXECUTION 3.01 GENERAL A. Prior to beginning work, Contractor shall examine the site conditions that will adversely affect execution, permanence, quality of work, or survival of plants and seeding. Notify the Owner's Representative of any conditions that may adversely affect project work._ B. Begin work only when conditions are consistent with accepted practice. 3.02 PLANTING OPERATIONS A. General: 1. Notify the Owner's Representative at least 5 working days prior to the installation of plant materials to make arrangements for inspection and acceptance of materials. B. Containerized Plant Material: 1. Plants shall be installed during the fall/winter rainy season, between October 1 and March 1. Planting at other times shall only by done by written permission by the Owner's Representative and only if an automatic irrigation system is available at the site at the time of planting. 2. Obtain Owner Representative's approval of plant material prior to planting. Remove rejected plants from the project site immediately. 3. All circling roots shall be loosened to ensure natural directional growth after planting. 4. Planting pits for trees and shrubs shall be excavated so that the vertical sides and the depth of the pit accommodate the roots and soil found within each plant container. Scarify sides of planting pits to allow for root expansion, and tamp bottoms of planting pits to prevent plants from settling. Set plant material in the planting pit to proper grade and alignment. Plants shall be upright and plumb. 5. Planting pits shall be excavated using hand tools; no gas-powered equipment shall be used. 6. Backfill planting pit with native topsoil and tamp into place with foot. If more soil is needed to meet final grade in the planting pit, prepared topsoil may be added to the top of the back-filled native soil. 7. Do not stake trees and shrubs unless the plant cannot remain straight and upright without staking. 8. Confine work to designated areas. Do not disturb existing vegetation outside project limits. Do not allow motorized vehicles within the planting area. 9. Fertilizers shall not be used. C. Live Stakes (Cuttings): 1. Live stakes (cuttings) shall be installed after October 1 and prior to December 31 of the year of pipeline installation. 2. Install live stakes as shown on Contract Drawings. 3. Live stakes shall be kept covered and damp at all times until installation. D. Wood Chip Mulch: 1. Apply as shown in the Contract Drawings. 2. Mulch shall not come in contact with base or stems of trees or shrubs. E. Seed: 1. Seed shall be applied in areas of soil between plantings, not covered by wood chip mulch. March 2013 10.02930-4 8235C10 pw://Carollo/Documents/Client/VVA/Renton/8235Cl O/Spec cations/10.02930(BID) 2. Apply seed at rates shown on Contract Drawings. 3. Seed shall be applied by hand and raked into the top 1/2 inch of the soil surface. F. Wood Chip Trail Surfacing: 1. Stake proposed wood chip trail areas on the ground. Trail configuration shall be approximately as shown on Contract Drawings but does not need to be surveyed. 2. Owner's Representative shall approve staked trail area prior to application of wood chip trail surfacing. 3. Wood chip trail surfacing shall be applied to a depth of 6 inches. Wood chips shall be evenly raked across the trail area. G. Coir Blanket: 1. Install coir blanket as specified on the Contract Drawings. H. Coir Log: 1. Install coir log as shown on the Contract Drawings. 3.03 INSPECTION AND APPROVAL A. Upon completion of the initial planting within.a designated area, the Owner's Representative will make an inspection of all planting work and notify the Contractor, in writing, of any corrective action necessary to comply with the Contract Provisions. The Contractor shall correct unsatisfactory conditions. B. Cleanup: During construction, maintain landscaped and staging areas in a clean, neat, and orderly manner at all times. 3.04 WEEDING A. Prior to installation of plant material, Contractor shall remove from the site all Himalayan blackberry, Scot's broom, knotweeds, and any Class A non-native invasive plant species listed on the most current King County Noxious Weed List. B. Weeding shall be performed by hand and includes removal of all parts of the invasive weed plant, including roots, stems, leaves, flowers, and fruits. C. Dispose of weeds offsite, at a legal disposal site. 3.05 TEMPORARY IRRIGATION A. Contractor shall be responsible for providing water to all installed plantings during the dry season of the first year warranty period following installation. The dry season is considered to be May 15 through October 15. B. Plantings shall receive a minimum of 1 inch of water per week during the period from May 15 through October 15 of each year. Irrigation may be suspended during weeks of sufficient rainfall, with prior approval of the Owner's Representative. Water shall be applied in a 24- inch diameter circle around each plant, and throughout all seeded areas. C. Water shall be provided to the plantings using a water truck. Work includes supplying water and all equipment necessary to deliver water to the plantings. Damage that occurs as a result of watering operations shall be promptly (within two calendar weeks) repaired or replaced at Contractor's expense. March 2013 10.02930-5 8235C10 1, pw://Carollo/Documents/Client/WA/Renton/8235C10/Specfications/10.02930(BID) 3.06 WARRANTY AND REPLACEMENT A. During the initial planting installation, Contractor shall remove and immediately replace all plants determined to be unsatisfactory by the Owner's Representative. B. Contractor will warranty all plant material (100 percent)to remain alive and be in healthy, vigorous condition for a period of one (1) year after the date of final acceptance by the Owner's Representative at the completion of planting. See additional requirements in Paragraph 3.07 Site Maintenance below. C. Contractor will replace, in accordance with the Contract Drawings and Specifications, all plants that are dead or, as determined by the Owner's Representative, are in an unhealthy or unsightly condition, and have lost their natural shape due to dead branches, or other causes. The cost of such replacement(s) is at the Contractor's expense. Warranty for replacement plants shall extend for one (1) year after installation of the new plant, unless otherwise specified. D. Warranty shall not include damage or loss of trees or shrubs caused by fires, floods, freezing rains, lightning storms, or winds over 75 MPH, winter kill caused by extreme cold and severe winter conditions not typical of planting area; acts of vandalism; or negligence on the part of the Owner. 3.07 SITE MAINTENANCE A. Contractor shall be responsible for maintenance of the installed plantings throughout the one year warranty period, beginning upon date of final acceptance by the Owner's Representative. B. Maintenance activities during the one year warranty period shall include the following: 1. Weed control as specified in Paragraph 3.04 Weeding, above. Weeding shall occur prior to plant installation and then twice annually (spring and fall). 2. Irrigation following plant installation as specified in Paragraph 3.05 Temporary Irrigation, above. 3. Removal of trash and debris from within the planted area. 4. Replacement of woodchip mulch around installed plants as needed in order to maintain a minimum 4-inch-deep mulch ring around the plantings throughout the maintenance period. 5. Other maintenance activities as directed by a qualified biologist retained by the City of Renton during monitoring of the site. . END OF SUB-SECTION March 2013 10.02930-6 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235010/Specfications/10.02930(BID) SUB-SECTION 10.15052 BASIC PIPING MATERIALS AND METHODS PART GENERAL 1.01 SUMMARY A. Sub-Section includes: Basic piping materials and methods and buried pipe identification including the following: 1. Underground warning tape. 2. Tracer Wire. B. Related Sections/Sub-Sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the Contractor's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor's Work. 3. The following Sections/Sub-Sections are related to the Work described in this Sub-Section. This list of Related Sections/Sub-Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the Contractor to see that the completed Work complies accurately with the Contract Documents: a. Section 9-05.12— Polyvinyl Chloride (PVC) Pipe. 1.02 REFERENCES A. American Society f Testing and Materials ASTM : Y 9 ( ) 1. F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air. B. Washington State Department of Transportation (WSDOT): 1. Standard Specifications for Road, Bridge, and Municipal Construction 2010. V 1.03 DEFINITIONS A. Buried pipe: Pipe that is buried in the soil, or cast in a concrete pipe encasement that is buried in the soil. B. Exposed pipe: Pipe that is located above ground, or pipe that is located inside a structure, supported by a structure, or cast into a concrete structure. C. Underground piping: Piping actually buried in soil or cast in concrete that is buried in soil. 1.04 SUBMITTALS L A. Submit following: 1. Product data. March 2013 10:15052-1 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specfications/10.15052(BID) 2. Manufacturer's installation instructions. 3. Operation and Maintenance Data. 4. Warranty. PART PRODUCTS 2.01 BURIED PIPELINE IDENTIFICATION A. Underground warning to 9 9 e:P 1. Manufacturer: One of the following or equal: a. Seton Name Plate Company, Branford, CT. b. T. Christy Enterprises, Inc. 2. Material: a. Polyethylene tape for prolonged underground use. b. Minimum tape thickness: 4 mils. c. Overall tape width: 6 inches. d. Message: "CAUTION"with the name of the service followed by"LINE BURIED BELOW." in black lettering on colored background in accordance with approved APWA colors: 1) Water: Blue. 2) Sewer: Green. 3) Telephone: Orange. 4) Gas and other services: Yellow. B. Tracer Wire: 1. Manufacturers: One of the following or equal: a. Kris-Tech Wire. b. Corrpro. 2. Materials: One of the following or equal: a. Solid copper conductor with 30 mil HMWPE. b. 10 gauge or thicker wire. c. Match insulation color to the color of the pipe being installed. PART 3 EXECUTION 3.01 BURIED PIPING IDENTIFICATION A. Underground warning tape: 1. Place continuous run of warning tape in pipe trench, 12 inches above the pipe. .B. Tracer wire: 1. Install on all non-metallic pipe. 2. Install an electrically continuous run of tracer wire along the entire length of the pipe with wire terminations in valve boxes, vaults, or structures. Provide additional protection as required to ensure an electrically continuous run when tracer wire is encased in concrete or CLSM. 3. Install tracer wire on top of the pipe and secure to pipe with tape a minimum of every 10 feet. 4.. Where approved by the Engineer, splice sections of wire together using approved direct bury wire nuts. March 2013 10.15052-2 8235C10 pw://Carollo/Documents/ClienttWA/Renton/8235010/Specfications/10.15052(BID) a. Twisting the wires together is not acceptable. 3.02 CLEANING A. Piping cleaning: P 9 :9 1. Upon completion of installation, clean piping interior of foreign matter and debris. Perform special cleaning when required by the Contract Documents. 3.03 FIELD QUALITY CONTROL A. Tracer Wire: 1. Contractor shall test tracer wire to confirm it is electrically continuous after installation and backfill of pipeline. Where tracer wire is not electrically continuous, Contractor shall replace at no cost to the Owner. END OF SUB-SECTION �I March 2013 10.15052-3 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Spec cations/10.15052(BID) March 2013 10.15052-4 8235C10 pw://Carollo/Documents/Client/WA/Renton/8235Cl0/Specifications/10.15052(BID) i � 1 1 1 1 STANDARD PLANS f 1 1 1 1 1 1 1 1 f 1 t 1 1 1 1 City of Renton East Renton Lift Station Elimination Standard Plans List The Standard Plans for this project are comprised of City of Renton and Carollo Standard Plans. The Standard Plans included are listed below. City of Renton Standard Plans: • 213.10 Waterway Installations • 400.1 Standard Sanitary Manhole • 401 Manhole Frame and Cover • 404.2 Sewer Manhole Marker Post • 405 Pipe Bedding for Sanitary Sewers j1 • 410 Air Test Table (Low Pressure) for Sanitary Sewers Carollo Standard Plans: • C200 Tracing Wire Station • P015 Pipe Trench Concrete Cut-off Wall • S188 Caulking Groove 1 MIN.4'OVERLAP -I 1 : • MIN.6"OVERLAP Ell-1111 III_ ' : • , -- - 11_I I I I I =- NOTES -► I I-III-III-1 I 1=1 11= 1. CONDITION OF USE 1.1. FOR PERMANENT STABILIZATION OF SLOPES 2H:1V OR GREATER AND WITH MORE THAN 10 FEET OF VERTICAL RELIEF. 1,2. IN CONJUNCTION WITH SEED FOR FINAL STABILIZATION OF A SLOPE,NOT FOR TEMPORARY COVER,HOWEVER,THEY MAY BE USED FOR TEMPORARY APPLICATIONS AS LONG AS THE PRODUCT IS NOT DAMAGED BY REPEATED HANDLING. 1.3. THE APPLICATION OF APPROPRIATE NETTING OR BLANKET TO DRAINAGE DITCHES AND SWALES CAN PROTECT BARE SOIL FROM CHANNELIZED RUNOFF WHILE VEGETATION IS ESTABLISHED.NETS AND BLANKETS CAN ALSO CAPTURE GREAT DEAL OF SEDIMENT DUE TO THEIR OPEN, POROUS STRUCTURE.SYNTHETIC NETS AND BLANKETS MAY BE USED TO PERMANENTLY STABILIZE CHANNELS AND MAY PROVIDE A COST-EFFECTIVE,ENVIRONMENTALLY PREFERABLE ALTERNATIVE RIPRAP. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. JUTE MATTING MUST BE USED IN CONJUNCTION WITH MULCH.EXCELSIOR,WOVEN STRAW,BLANKETS,AND COIR(COCONUT FIBER)BLANKETS MAY BE INSTALLED WITHOUT MULCH.OTHER TYPES OF PRODUCT WILL BE EVALUATED INDIVIDUALLY. 2.2. PURELY SYNTHETIC BLANKETS ARE ALLOWED,BUT SHALL ONLY BE USED FOR LONG-TERM STABILIZATION OF WATERWAYS.THE ORGANIC BLANKETS,ARE BETTER FOR SLOPE PROTECTION AND SHORT-TERM WATERWAY PROTECTION 3. MAINTENANCE STANDARDS 3.1. GOOD CONTACT WITH THE GROUND MOST BE MAINTAINED,AND THERE MOST NOT BE EROSION BENEATH THE BET OR BLANKET. 3.2. AREAS OF THE NET OR BLANKET THAT ARE DAMAGED OR NOT CLOSE CONTACT WITH THE GROUND SHALL BE REPAIRED AND STAPLED. 3.3. IF EROSION OCCURS DUE TO POORLY CONTROLLED DRAINAGE,THE PROBLEM SHALL BE FIXED AND THE ERODED AREA PROTECTED. t�Y � c,g PUBLIC WORKS WATERWAY INSTALLATIONS SM. PLAN — 213.10 * ii`► DEPARTMENT MARCH 2008 MANHOLE FRAME AND COVER 6" SEE STD. PLAN 401 24" - ADJUSTMENT RINGS (2" MIN.) 12" MAX. SEE NOTE 6 MORTAR JOINT(S) (3/8" MIN.) SEE NOTE 5 CONE (ECCENTRIC) RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 .c, STEPS - POLYPROPYLENE STEPS 6-1/2" SHALL BE INCLUDED 7' MIN. CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. 1 12° (TYP) LADDER-POLYPROPYLENE I SHALL BE ATTACHED TO MANHOLE MAX. PIPE SIZE - 'E' �k CONCRETE SHELF 1% PRECAST BASE SECTION OR CAST IN SHELF. ,B, •NOT TO SCALE '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 6O" 8" MIN. 6" MIN. 42" MIN. 1 30" I.D. NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING SHALL BE PER STD. PLAN 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS BETWEEN THE CONE, RISER RINGS, BRICKS AND CASTING SHALL BE GROUTED. 6. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE ACCOMPLISHED WITH A COMBINATION OF ADJUSTMENT RINGS, BRICKS AND MORTAR ONLY, BRICKS SHALL BE STAGGERED TO CREATE A RUNNING BOND OR 1/2 BOND. THE USE OF SHIMS IS PROHIBITED. 7. 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. 8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE NTH ASTM C-443. 9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 OF THE INSIDE DIAMETER OF THE LARGEST PIPE. 10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. 11. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12" ABOVE FINISHED GRADE OR MUST HAVE A MINIMUM 2' DIAMETER CONCRETE RINGS POURED AT GRADE. IN PAVED AREAS, COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING. �m �r PUBLIC WORKS STANDARD SANITARY MANHOLE STD. FLAN - 900.1 DEPARTMENT SEPTEMBER 2011 �� B❑LTH❑LES — 3 PLCS SXUWMA N= EQUALLY SPACED 120' + APART ON 23 1/16' (586mm) DIA B.C. (SEE DETAIL) MAN cu d aanetaa 11V RENTON y �. �a SEWER 0 hti O MAX M`M COVER BOTTOM VIEW COVER & FRAME PLAN VIEW 25' DIA. (3) BLT SOC. (ALLEN HEAD) 3/4' 25mm1 C635mm7 1' S/8'—ll X 1.5 SS [19mm3 RUBBER WASHER 8 3/4' L 2 1/2' I 1222mm7 C64mml TYP COVER SECTION VIEW EON BOLTING DETAIL 26 1/2' DIA C673mm3 25 1/4' DIA 1/4' 1641m ml 1 1/16' C6mm3 1 1/16' 1/4' (6mm) DIA C27mm 3 C27mm3 NEOPRENE GASKET 6' 1/8' 1152mm3 13mm3 5/8' 23 3/8' DIA CL OPEN_ CR3mm3 116mm3. 1594mm3 GASKET GROOVE DETAIL 27 5/16' DIA C694mm3 34 1/8' DIA 1867mm3 NOTES: FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST 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"). e � PUBLIC WORKS MANHOLE FRAME AND COVER STD. PLAN - 401 DEPARTMENT `��o DECEMBER 2008 3� 3,Q , 3" 38" MIN. WIDTH WHITE POST 62" f =11f IE 24" SEWER MANHOLE MARKER POST SEWER MANHOLE MARKER NOTES: SEWER MANHOLE MARKER POST SHALL BE EQUAL TO CARSONITE UTILITY MARKER SEWER MANHOLE MARKER POST TO BE USED FOR SANITARY SEWER MANHOLES IN UNIMPROVED AREAS. SEWER MANHOLE MARKER POST SHALL IDENTIFY THE MANHOLE AS "SANITARY SEWER". ZY PUBLIC WORKS SEWER MAN HOLE MARKER POST SM. PLANT - 404.2 DEPARTMENT �'E Tod SEPTEMBER 2011 W (SEE NOTE 7) LIMITS OF PIPE ZONE BEDDING MATERIAL FOR SANITARY SEWER PIPE (SEE NOTE 5) j O.D. OF PIPE FOUNDATION LEVEL BEDDING FOR SANITARY SEWER PIPE NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT BEDDING MATERIAL TO 957 MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. 4. PIPE INSTALLATION SHALL BE PER SECTION 7-08 OF THE STANDARD SPECIFICATIONS. l 5. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS" AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS OR PEA GRAVEL, 6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. 7. TRENCH WIDTH SHALL BE PER SECTION 2-09.4 OF THE STANDARD SPECIFICATIONS. + PUBUC WORKS PIPE BEDDING SM. PLAN - 405 DEPARTMENT FOR SANITARY SEWERS �'NTa OCTOBER 2012 6 IN. DIAMETER PIPE LENGTH FT d 50 1001 150 2001 2501 300 350 440 450 1 500 Li 0 4 80 160 236 3161 395 1 476 556 632 680 680 1 50 140 220 300 380 456 1 535 615 696 712 708 708 CL o:: 100 280 360 440 520 600 1 676 748 744 736 732 728 W 150 424 500 580 660 740 1 780 772 764 756 748 744 ui 200 564 644 720 800 808 796 788 780 772 754 760 a 250 704 784 856 836 820 808 800 792 784 776 772 300 844 880 860 844 832 820 808 800 792 788 1 780 ? 354 908 884 868 852 840 828 820 808 804 796 788 co 404 908 888 872 856 844 836 824 816 808 804 796 450 908 888 876 860 852 840 I 832 824 81fi 808 1 804 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 1 350 400 450 504 wa 0 0 80 160 236 316 396 476 1 556 632 680 680 a 50 220 300 380 456 536 616 696 768 760 752 744 100 440 520 600 676 756 836 840 828 812 804 792 154 660 740 820 896 932 908 888 868 856 840 932 a 200 880 960 1028 992 964 940 920 900 888 872 860 0 250 1100 1084 1044 1012 988 964 944 928 1 912 900 888 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 0 400 1132 1100 1076 1052 1428 1048 992 976 954 952 940 450 1132 1104 1080 1056 1036 1024 1044 988 976 964 952 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 1 200 1 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 a 50 316 396 476 556 632 712 832 816 804 804 792 w 100 632 712 792 872 952 984 952 928 908 888 876 uj W 150 952 1428 1108 1132 1088 1452 1420 992 972 952 936 < 200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984 0 250 1360 11300 11248 1204 1164 1132 1104 1080 1056 1436 1020 z 300 1360 1308 1264 1224 1192 1160 1132 1108 1088 1068 1052 a 350 1360 1316 1276 1240 1208 1180 1156 1132 1112 1096 1076 400 1364 1320 1284 1252 1224 1200 1176 1152 1132 1116 1100 450 1360 1324 1292 1264 1236 1212 1192 116$ 1152 1132 111fi TIME SECONDS 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 4001 454 1 500 w 0 0 84 160 236 316 396 476 556 632 6801 680 a CL 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 1448 1,344 1292 1248 1208 1172 1144 1116 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192 a 250 1700 1624 1560 1504 1452 11408 11368 1332 1304 1272 1248 z 300 1700 1636 1580 1532 1484 1444 1408 1376 1344 1316 1292 �2 350 - 1700 1644 1596 1552 1512 1472 1440 1408 1380 1352 1328 400 1700 1652 1608 1568 1532 1496 11464 1436 1408 1384 1.360 450 11700 1656 1616 1580 1548 1516 1484 1464 1432 11408 11388 TIME SECONDS PROCEDURE: 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. PUBLIC WORKS AIR TEST TABLE STD• PLAN - 410 *�+ DEPARTMENT ( LOW PRESSURE ) ��: T� FOR SANITARY SEWERS MARCH 2008 PROVIDE PIGTAIL FOR TOP OF COVER TO EACH LOCATOR WIRE BE IMPRINTED WITH (NP) LOGO "TRACING WIRE PROVIDE SUFFICIENT STATION" SLACK IN ALL WIRES FINISH GRADE TO ALLOW WIRES TO BE LIFTED 2'-0" OUT OF TEST BOX (TYP) lo lo SERVICE .BOX CHRISTY lo NO. N16BOX OR EQUAL PROVIDE I.D. TAGS 0 0 0 o WITH OPEN BASE AND INDICATING THE PIPE HEAVY DUTY STEEL AND DIRECTION OF 0° 0000 00 COVER OR CAST IRON THE WIRE (TYP) 0000 ° 0000 ° ° 0000 ° ° 0000 ° ° ° COVER 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 >000000000000 ' ooa0 PLASTIC CONDUIT_/o 0^0^0^ 2" DIA x 3'-0" LONG BUSHING (TYP) SCH 40 PVC TUBING (TYP) BOX TO SET IN 6" PROVIDE 12" MINIMUM MINIMUM PEA GRAVEL SLACK IN LOOPS IN WIRES (TYP) PLASTIC CONDUIT 2 — #10 AWG COPPER BUSHING (TYP) WIRES WITH WHITE XHHW INSULATION FROM PIPELINE (TYP) PROVIDE 12" MINIMUM SLACK IN LOOPS IN WIRES (TYP) �1 PLACE TRACING WIRES TO PIPE IN ACCORDANCE WITH SUB—SECTION PIPELINE 10.15052 C200 TRACING WIRE STATION TYP 06-10-09 \ UNDISTURBED SOIL(TYP) p p U \ O CONCRETE CUT-OFF WALL \/ / -•- +--- V-6"(TYP) EXISTING GRADE TOP OF CUT-OFF WALL TOPSOIL UNDISTURBED SOIL(TYP) / J p /. p D A C � / p NORMAL TRENCH LINE (TYP) p 1 � p COMMERCIAL VSD CONCRETE E PER 1'-6° (TYP) SECTION 6-02.3(2). A TYPICAL SECTION - NOTES: 1. BRACE CUT-OFF WALL UNTIL BACKFILL IS PLACED. 9- KEEP BACKFILL OF PTH EQUAL ON ROTH SIDES OF G[)LOFF WAI I AS TRENCH IS RACKE11-1 FQ- P015 1 PIPE TRENCH CONCRETE CUT-OFF WALL �yp 08I01705 Rf Za 1 EXISTING CONCRETE NEW CONCRETE CAULK WITH SYNTHETIC GRIND TO 1/4" 1„ RUBBER SEALING COMPOUND CHAMFER , . D . Da SEE NOTES 1 AND 2 3/411 BOND BREAKER TAPE 7/8" FACE OF CONSTRUCTION JOINT NOTES: 1. FOR WALLS, FORM THE JOINT EDGE WITH 1/4"CHAMFER. 2. FOR SLABS, EDGE JOINT EDGES AT 1/4" RADIUS. S188 CAULKING GROOVE TYP 08/01/05