Loading...
HomeMy WebLinkAboutContract Award Date: September 26,2019 Awarded to: Laser Underground &Earthworks, Inc. CAG-19-303 • 20417 87th Avenue SE Snohomish,WA 98296 • CONTRACT DOCUMENTS North 6th Street Abandoned Pipe Decommissioning CITY OF RENTON PUBLIC WORKS DEPARTMENT SURFACE WATER UTILITY 1055 South Grady Way RENTON, WASHINGTON 98057 CITY'S PROJECT MANAGER: Amanda Pierce (425) 430-7205 apierce@rentonwa.gov October 2019 • H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-0000 Small Drainage Problem Program\N 6th St Pipe Filling\Bid Package Cover.doc Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING TABLE OF.CONTENTS • . . TABLE OF CONTENTS BID FORMS CONTRACTOR GENERAL INFORMATION Contractor Contact Information Washington State Business License City of Renton Business License W9 SYNOPSIS AND INSTRUCTIONS TO CONTRACTORS (SECTION 1) INFORMATION TO BE SUBMITTED WITH BID (SECTION 2) CONTRACTOR'S BID SCHEDULE (SECTION 4)* AGREEMENT AND BONDS AGREEMENT❖ RETAINAGE SELECTION❖ BOND SELECTION PERFORMANCE BOND❖ REQUIRED CONTRACT DOCUMENTS CERTIFICATION FORMS (SECTION 3) Certification of Liability Insurance Non-Collusion Affidavit, Certificate of Anti-Trust and Minimum Wage Affidavit* Certificate of Compliance with Wage Payment Statutes* Department of Labor and Industries Certificate SUMMARY OF FAIR PRACTICES POLICY❖ CITY OF RENTON INSURANCE REQUIREMENTS SCOPE OF WORK AND SPECIAL PROVISIONS (SECTION 5—ATTACHMENT A) SITE PLAN (SECTION 6) 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 after Notice of Award (at the latest) CITY OF Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING. BID FORMS CITY OF Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING CONTRACTOR GENERAL INFORMATION LASER Underground & Earthworks, Inc. October 1, 2019 Contact Information for Laser Underground is as follows: 1. Responsible Officer a. Bret Lane — President/ Superintendent 1206-571-3268 b. Project Foreman —Jim Haubrick 1425-530-7865 c. Insurance Agent— Gary Niehl c/o Niehl Insurance Agency 1425-644-1600 d. Bonding Agent— Gary Niehl c/o RLI Surety Company 1425-644-1600 or 800- 645-2402 2. Authorized signers to the contract: a. Bret Lane— President Signature Sample b. Anne Rasmussen �V Signature Sample Oes-t LASER UNDERGROUND AND EARTHWORKS INC. 20417 87TH AVE SE SNOHOMISH WA 98296-5118 DETACH BEFORE POSTING r.-"-4..:-v^ =7 ,::CI .. 3 , - '�'.w. „`_n_'F�.. .•.s+fg,�L."_�r' ^e'"' 'i^-�y,.,..f .-v r ^. -m"— 4. i .STATE. _r_.. _._ 1tf V; r-t BUSINESS LICENSE [ 1889 4 i STATE OF ',A WASHINGTON Issue Date: Jun 28, 2019 1 Unified Business ID#: 601269998 •=7 Profit Corporation Business ID#: 001 Location: 0001 ; ! LASER UNDERGROUND AND EARTHWORKS INC. Expires: Aug 31, 2020 - ' 20417 87TH AVE SE ' .. •SNOHOMISH, WA 98296-5118 13 'I, UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE-ACTIVE , ) ' TAX REGISTRATION -ACTIVE ,a 7 li fj CITY ENDORSEMENTS: y i ISSAQUAH GENERAL BUSINESS- NON-RESIDENT -ACTIVE ;I ! . LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. . t 1 i II 5 r 3 r This document lists the registrations,endorsements,and licenses authorized for the business ` -.Ti inamed above.By accepting this document,the licensee certifies the information on the application � 44 r was • complete,true,and accurate to the best of his or her knowledge,and that business will be rr conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue r' 'aes� 3°- � ',5.-.iJ^-' «�Y�. ... T 1`( t%L0002 Business License ( ' r ii' \7 j� l ``` fl.. �� !rJ r ;I ll ® C 1.11 FEB 22 2019 III ' �`° 7 �t 1055 South Grady Way Renton,WA 98057 (425)430-6851 N Renton License #: 41878 WA.State UBI# 601269998 Expiration Date: 1/31/2020 LASER UNDERGROUND & EARTHWORKS INC 20417 87TH AVE SE SNOHOMISH WA 98296 LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED BELOW t 1 BUSINESS LICENSE NON-TRANSFERABLE Renton Business License #:41878 WA State UBI# 601269998 Expiration Date: • 1/31/2020 LASER UNDERGROUND& EARTHWORKS INC 20417 87TH AVE SE . • SNOHOMISH WA 98296 .Qil2fi.L 21.J� c Y' J7� --- Mayor,Denis law ASD Administrator,Jan Hawn Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code(the Code),Title V Business, Chapter 5 Business License.The Licensee agrees to comply with all requirements of the Code,as well as State laws and regulations applicable to the business activity licensed. LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED 1055 S Grady Way, Renton WA 98057 (425)430-6851 licensing@rentonwa.gov - - - FormW-9 Request for Taxpayer Give Form to the (Rev.October 2018) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. t Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. 1AnAry o�,i Eg,v-triuk)D��� ( (at , 2 Business name/disregarded entity ame,if different from above 3 Check appropriate box for federal tax classification of theperson whose name is entered on line 1.Check onlyone of the 4 Exemptions(codes apply onlyto P� PPY m following seven boxes. certain entities,not individuals;see o. instructions on page 3): g D IndivlduaVsole proprietor or C Corporation ❑S Corporation ❑ Partnership ❑Trust/estate to single-member LLC Exempt payee code(if any) ao .s+ 0 Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► 0 2 Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting y LLC if the LLC Is classified as a single-member LLC that Is disregarded from the owner unless the owner of the LLC is code(if any) a another LLC that Is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that i is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other(see instructions)► (Applies toaccaunumanemed outside the u.s.) M 5 Address(number,street,and apt.or suite no`,)See instructions. Requester's name and address(optional) ��j 11� 14-hiwl �4 (,) 6 City,state,and ZIP code �►�oVv �W t WA °INq 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other - - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN,later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and Employer Identification number Number To Give the Requester for guidelines on whose number to enter. Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of ^ ^^ / /f G` Here U.S.persont(14�- 'i iA Y 'l ��� Date lG I / General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments. For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest),1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.10-2018) CITY OF Renton Public Works Department NORTH 6T" STREET ABANDONED PIPE DECOMMISSIONING SECTION 1 - SYNOPSIS OF CONTRACT INFORMATION AND INSTRUCTIONS TO CONTRACTORS A. Contract Description: The Contractor will furnish and properly dispose of all necessary labor, materials, and equipment to perform in-situ decommissioning of five (5) 12-inch abandoned clay tile storm water pipes and the abandonment of four(4)storm water manholes within North 6th Street from Logan Avenue North to Nishiwaki Lane. Storm water pipes identified as 107613, 108386, 108387, 108388 and 108375, based on the City of Renton facility identification numbers,will be decommissioned to prevent destabilization due to the unstable condition of the existing pipes along North 6th Street. Storm water manholes defined under the City of Renton facility identification system as 113990, 113991, 113992, and 113972 along North 6th street will be coincidently abandoned as part of the storm water decommissioning of the aforementioned pipes. North 6th Street is a main thoroughfare for Boeing Company, requiring the contractor to maintain access of Boeing facilities at all times and a traffic control plan is required for submission to the City of Renton for approval. B. Contract Location: The project work is within the north side of North 6th Street westbound lane, between Logan Avenue North and Nishiwaki Lane.The work to be completed begins at storm water pipe 107613 and ends at storm water manhole 113970, based on the City of Renton facility identification numbers.Storm water pipes 108386, 108387, 108388 and 108375 lie between storm water manholes 113990 and 113970. Storm water pipe 107613 was previously cut during the construction of an upgraded storm system routing through Logan Avenue and currently has no surface access at the upstream end; approximate upstream end is located in the middle of the Logan Avenue and North 6th Street intersection. Pictures and/or a video of the pipe lines(107613, 108386, 108387, 108388 and 108375) can be provided to the contractor upon request. Upon inspection of the storm water lines it was found that a majority of the pipes were made of clay tile with limited PVC and concrete.Storm water pipe 108388 was not videoed in its entirety due to fractures and water within the pipe at the time of video. See Figure C-100 in Section 6 for further details. C. Contract Terms: Contract duration is 30 days from date of signed contract. Changes to the contract duration must be submitted with a change order. D. Owner: City of Renton Public Works Department Surface Water Utility 1055 S. Grady Way, 5th Floor Renton, WA 98057 E. Owner's Project Manager: Amanda Pierce,Surface Water Utility Engineer Mailing Address: 1055 South Grady Way, 5th floor Renton, WA 98057 Email: apierce@rentonwa.gov Office Phone: (425)430-7205 F. Quantities The bid schedule provided in Section 4 shows the estimated quantities for pipe decommissioning needs. The site plan indicates the work location and specific work items (see Section 6). G. Submission of Bids 1. Bids can be submitted in one of two ways: a. Emailed in a PDF format directly to Amanda Pierce at apierce@rentonwa.gov with the subject line to read 'BID FOR NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING' and with the contractor's name, address and contact • information within the body of the email. b. One (1) copy of the bid, and other documents required to be submitted with the bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to Amanda Pierce, City of Renton, Public Works Department 5th Floor, Renton City Hall, 1055 S. Grady Way, Renton, WA 98057 and shall be identified with the project name, "SEALED BID FOR NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING ENCLOSED", and the contractor's name and address. 2. Bids shall be submitted at the designated location or in the email inbox on or before Wednesday, September 25, 2019 prior to 4:00 p.m. Bids received after the time and date for receipt of bids will be returned unopened or if submitted via email then no response will be taken. H. Consideration of Bids 1. • The City reserves the right to reject any or all bids not accompanied by required documents, bids note in the correct format (PDF email) or a bid which is in any way incomplete or irregular. H:IFile Sys1SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-0000 Small Drainage Problem Program\N 6th St Pipe FillinglSid Package11 Synopsis and Instructions to Contractors.docx 2. The City shall have the right to waive informalities or irregularities in a bid received and to accept the bid which, in the City's judgment, is in the City's best interests. 3. The City reserves the right to request clarification of information submitted and to request additional information from any bidder. 4. Any bid may be withdrawn up to and until the date and time set above for receiving bids. Any bid not so timely withdrawn shall constitute an irrevocable offer, for a period of forty five (45) days to contract with the City for the services described in the attached specifications, or until one or more of the bids have been approved by the City,whichever occurs first. 5. The hourly wages to be paid to laborers, workers, or other occupations under this contract agreement shall not be less than the prevailing rate of wage for an hour's work in the same trade or occupation and shall be in accordance with the provisions of Chapter 39.12 RCW. ' Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent to Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. http://www.lni.wa.>;ov/TradesLicensing/PrevWage/default.asp. 6. The City shall not be responsible for any costs incurred by the Contractor in preparing, submitting, or presenting its response to this Request for bids. 7. The City reserves the right to award the contract to the next most qualified Contractor, if the successful Contractor does not execute a contract within thirty (30) days after the award of the contract. It is expected that the date of commencement for the contract will be upon signing of the contract by the City and continue for three (3) months from that date, subject to termination provisions set forth in the Agreement for Services,and also subject to renewal by mutual written agreement between the City and the Contractor. I. Selection Criteria The lowest responsible bidder will be selected in accordance with RCW 39.04.155. H:1File Sys1SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-0000 Small Drainage Problem Program\N 6th St Pipe Filling\Bid Packagell Synopsis and Instructions to Contractors.docx • CITV OF Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING SECTION 2— INFORMATION TO BE PROVIDED WITH BID Each Contractor shall respond to all of the following requestslquestions in a clear and comprehensive manner. An incomplete or inaccurate response may prevent the Contractor from further consideration for the services described in this Request for Bids. WI Please use the following as your checklist: A. Contractor Profile ❑ Provide the full name, main office address, and tax identification number of the entity that would ultimately enter into a contract with the City. ❑ Provide the name and address of the entity that would actually provide the services to the City, if different from above. ❑ Provide the names(s), address(es), and telephone number(s) of the persons who are authorized to negotiate a contract with the City and also the contact person to whom notices regarding this bid should be sent. ❑ Provide copies of all State of Washington and/or Renton business registration/business licenses. ❑ State of Washington Department of Labor and Industries Certificate of Registration indicating the name on the registration, the registration number, and the expiration date. ❑ List the number of years your firm has been in business. ❑ List all subcontractors for this contract and the work to be subcontracted to them. B. Contractor's Rates • ❑ Provide standard cost per task and schedule of monthly expenses for services requested in this bid (Section 3). This will serve as the basis for progress payments. C. Certification Forms • ❑ Contractor shall sign and submit the Combined Affidavit and Certification Form supplied in Section 3. ❑ Contractor shall sign and submit the Certification of Compliance with Wage Payment Statutes supplied in Section 3. • • H:1File SysISWP-Surface Water Projects ISWP-27-Surface Water Projects(CIP)127-0000 Small Drainage Problem ProgramW 6th St Pipe FillinglBid Package12Info to be submitted.doc • • CITY OF Renton VIP Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING SECTION 4- BID SCHEDULE Item Description of Unit Price Work Quantity Unit Unit Price Total($) No. 1 Mobilization&Demobilization 1 LS 2_t5U0 , 25O0, 2 Traffic Control 1 LS --1 DcO , `7(''0 0, 3 12-Inch Storm Water Pipe Decommissioning 1220 LF J 2 , I e./-r 4 Partial Abandonment of Existing Manholes " 4 EA 1100. Li+/Q 0 Subtotal 2.B 540, Grand Total 2S(540. NOTE:Bid Schedule follows Washington State Sales Tax Rule 171 I-I:\File Sys\SWP-Surface Water Projects\SV P-27-Surface Water Projects(CIP)\27-0000 Small Drainage Problem Program\N 6th St Pipe Filling\Bid Package\4 Bid Schedule.docx Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING AGREEMENT AND BONDS ?.e/To. • SMALL PUBLIC WORKS CONTRACT AGREEMENT North 6th Street Abandoned Pipe Decommissioning THIS AGREEMENT("Agreement") is made as of the 1 qday of 0(.4-ooae,r 2o19, (the "Effective Date")by and between the City of Renton, a non-charter code city under RCW 35A, and a Washington municipal corporation ("City"), Public Works Department and Laser Underground& Earthworks, ("Contractor"),a Washington corporation who are collectively referred to as the "Parties",to perform in-situ decommissioning of five (5) 12-inch abandoned clay tile storm water pipes and the abandonment of four(4)storm water manholes within North 6th Street from Logan Avenue North to Nishiwaki Lane. City and Contractor agree as set forth below. 1. Scope of Work: Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment"A." 2. Changes in Scope of Work: City,without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. 3. Time of Performance: Contractor shall commence performance of the Agreement no later than 30 calendar days after the Agreement's Effective Date. 4. Term of Agreement:The Term of this Agreement shall end at completion of the Scope of Work, no later than 180 days from the Effective Date. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of City and Contractor. 5. Agreement Sum: The total amount of this Agreement is the sum of $28,540.00 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. 6. Consideration: In exchange for Contractor's performance of the items and responsibilities identified in the Scope of Work, City agrees to make payment of the amount identified as the Agreement Sum. 7. Prevailing Wage/Method of Payment/Retainage/Bonding: Payment by the City for the Work will only be made after the Work has been performed and a voucher or invoice is submitted in a form acceptable to the City. A. Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this project,which is located in King County,may be found at the following website address of the Department of Labor and Industries: http://www.lnl.wa.govirradesLIcensIng/PrevWage/default,asp http://www.lni.wa.gov/TradesLlcensing/PrevWage/WageRate'sfdefault:asp Pursuant to WAC 296-127-011,the applicable effective date for prevailing wage rates paid for the duration of this contract shall be the date the contract is executed as reflected in the "Effective Date" identified at the top of the first page of this Agreement. Upon request,the City will provide a copy of the applicable prevailing wages for this project.Alternatively,the rates may be viewed at the City of Renton City Hall by making an appointment with the contact person identified herein or prior to contract award with'the contact person identified as the City of Renton contact in Paragraph 15 Notices of this agreement. B. Retainage held by the City or in Escrow Account: Pursuant to RCW Chapter 60.28,a sum equal to five percent(5%) of the monies earned by the Contractor will be retained from payments made by the City to the Contractor under this Contract.This retainage shall be used as a trust fund for the protection and payment (1)to the State with respect to taxes imposed pursuant to RCW Title 82 and (2)the claims of any person arising under the Contract. Monies retained under the provisions of RCW Chapter 60.28 shall be: Contractor must pick one-if contractor does not pick one then the first option (retainage held in a fund by the City)applies. `/. Retained in a fund by the City. or Deposited by the City in an escrow (interest-bearing) account in a bank, mutual saving bank,or savings and loan association (interest on monies so - retained shall be paid to the Contractor). Deposits are to be in the name of the City and are not to be allowed to be withdrawn without the City's written authorization.The City will issue a check representing the sum of the monies " I. • N 2 PAGE 2 OF 11 reserved, payable to the bank or trust company.Such check shall be converted into bonds and securities chosen by the Contractor as the interest accrues. At or before the time the Contract is executed,the Contractor shall designate the option desired.The Contractor in choosing option (2) agrees to assume full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the • investment of the retained percentages in securities. The City may also, at its option,accept a bond in lieu of retainage. C. NOT USED D. For Agreements under$150,000 Pursuant to RCW 60.26 and 39.08 the City requires a 5 % Retainage be withheld and that the Contractor will provide either a Performance and Payment(Contract) Bond on the City approved form upon execution of the Agreement or waive the payment and performance bond and instead the City will retain 10%. Payment of the initial 95%will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5%will be retained for the purpose of completion of the project and fulfillment of claims and liens. (Unless the Contractor waives the payment and performance bond below and opts for a 10% retainage below.) i Contractor must pick one—if contractor does not pick one then the first option 1ret (5inage with contract bond)applies: To provide a payment and performance bond (contract bond) in the amount of 100%of the estimate including taxes with a 5% retainage. or ' To waive a payment-and,performance bond (contract bond) and instead the city will retain the remaining 10%will be retained for the purpose of completion of the project and fulfillment of claims and liens. E. For limited Public Works Contracts under$35,000 For limited public works projects,the City may choose to waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW,for laborers, mechanics, subcontractors, materialpersons,suppliers,and taxes imposed under Title.82'RCW that may be due from the contractor for the limited public works project, however The City shall have the right of recovery against the contractor for any payments made on the contractor's behalf. f;. PAGE3 OF 11 F. City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. • G. Final Acceptance. Final Acceptance of the Project occurs when the Public Works Director has determined that the Project is one hundred percent(100%)complete and has been constructed in accordance with the Plans and Specifications. H. Payment in the Event of Termination. In the event this Contract is terminated by the either party,the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed,as scheduled,up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or Which may be sustained by the reason of such refusal,neglect,failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. 8. Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys'fees,legal expenses and litigation costs,arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by City and its officers,agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,alteration, improvement,etc.,of structure or improvement attached to real estate...) 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 City,its officers, officials, employees and volunteers, Contractor's liability • shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, tr PAGE OF11 RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Insurance: Contractor shall secure and.maintain: A. Commercial general liability insurance in the minimum amounts of$1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to City that are excluded in the commercial general liability insurance. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington,shall also be secured. D. It is agreed that on Contractor's commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. City's insurance policies shall not be a source for payment of any Contractor liability. E. Subject to City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to City before executing the work of this Agreement. F. Contractor shall provide City with written notice of any policy cancellation,within two (2) business days of their receipt of such notice. G. Additional Insurance if marked as"Required"by City: 1. l Required. Builders Risk insurance covering interests of the City, the Contractor,Subcontractors,and Sub-contractors in the work. Builders Risk insurance shall be'on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal and damage to materials in transit or stored off- site. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. PAGE 5 OF 11 2. LEI Required. Contractors Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Contractors Pollution Liability insurance shall be written in an amount of at least$1,000,000 per loss,with an annual aggregate of at least $1,000,000. Contractors Pollution Liability shall cover bodily injury, property damage,cleanup costs and defense including costs and expenses incurred in the investigation,'defense,'or settlement of claims. If the Contractors Pollution Liability insurance is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under the contract is completed. The City shall be named by endorsement as an additional insured on the Contractors Pollution Liability insurance policy. If the scope of services as defined in this contract includes the disposal of any hazardous materials from the job site, the Contractor must furnish to the City evidence of Pollution Liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting waste under this contract. Coverage certified to the Public Entity under this paragraph must be maintained in minimum amounts of$1,000,000 per loss, with an annual aggregate of at least$1,000,000. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attached. 10. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification,the Contractor agrees as follows: A. Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental Or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in A'M PAGE 6 OF 11 employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, • creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If Contractor fails to comply with any of this Agreement's non-discrimination provisions,City shall have the right,at its option,to cancel the Agreement in whole orin part. b. Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's • . compensation. 11. Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the Contractor and not employees,agents, representatives of City and as a result,shall not be entitled to any coverage or benefits from the City of Renton.Contractor's relation to City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees,and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement,shall be the solely Contractor's obligation and responsibility. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: htt p://www.rento nwa.gov/cin s/On e:as px?po rta l I d=7922741&page l d=9824882 Information regarding State business licensing requirements can be found at: http://do r.wa.gov/doing-business/register-mv-business PAGE 7 OF 11 13. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement.-The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 14. Public Records Compliance. To the full extent the City determines necessary to comply with the.Washington State Public Records Act,Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production.In the event Contractor believes said records need to be protected from disclosure, it shall,at Contractor's own expense,seek judicial protection. Contractor shall indemnify,defend,and hold harmless the City for all costs, including attorneys'fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or' information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner,unless those records are protected by court order. 15. Other Provisions: A. Administration and Notices. Each individual executing this Agreement on behalf of City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of City or Contractor. Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three(3)calendar days after the date of mailing. This Agreement shall be administered by .and any notices should be sent to the undersigned individuals or their designees. =r: PAGE 8 OF 11 CITY OF RENTON CONTRACTOR Amanda Pierce Bret Lane 1055 South Grady Way 20417 87th Avenue SE Renton, WA 98057 Snohomish, WA 98296 Phone: (425)430-7205 Phone: (206)571-3268 apierce@rentonwa.gov bret@laserug.com Fax: (425)430-7241 B. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C. Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton's prior express written consent. D. Compliance with Laws. Contractor and all of the Contractor's employees shall perform the Work in accordance with all applicable federal,state, county and city laws, codes and ordinances. A'copy of this language must be made a part of any contractor or subcontractor agreement. E. Conflicts. In the event of any inconsistencies between contractor proposals and. this contract,the terms of this contract shall prevail. F. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation,substitution, submission or other event of negotiation, drafting or execution. H. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Contractor hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Contractor is a foreign corporation not registered with the State of Washington. PAGE 9 OF 11 Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement,which shall remain in full force and effect. J. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date. CITY OF RENTON CONTRACTOR Gregg Zimm r a , Public orksFAdministrator Bret Lane, Owner 1055 South rady Way 20417 87th Ave SE Renton, WA 98057 Snohomish,WA 98296 I 6 / ) 2o) \ol I V°1 Date Date' • { 9r PAGE 10 OF 11 b Approved as to Legal Form Shane Moloney Renton City Attorney JIg Date Non-standard 09/06/19 CLB 4 t rI PAGE 110F 11 CITY OF RENTON North 6th Street Abandoned Pipe Decommissioning SMALL WORKS ROSTER-CONTRACT BOND SELECTION • Pursuant to RCW 60.26 and 39.08 the City requires a 5%Retainage be withheld and that the Contractor will provide either a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement or waive the payment and performance bond and instead the City will retain 10%. Payment of the initial 95%)will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice(pay cycles are bi-weekly). The remaining 5%will be retained for the purpose of completion of the project and fulfillment of claims and liens. (Unless the Contractor waives the payment and performance bond below and opts for a 10%retainage below.) Contractor must pick one - if contractor does not pick one then the first option (5% retainage with contras bond)applies: To provide a payment and performance bond (contract bond) in the amount of 100% of the estimate including taxes with a 5%retainage. Or To waive a payment and performance bond (contract bond) and instead the city will retain the remaining 10% will be retained for the purpose of completion of the project and fulfillment of claims and liens. SIGNED: /e PRINT NAME: `cyI /l 1 11 - ,Vipi�t J t l r COMPANY:\ OsS PI- l,,l�lJll t 1/L)0 V-►hu 1--Si`ft` DATE: ©n c.� D\ 1 BOND#RCB0004496 �YY oA, PERFORMANCE BOND TO THE CITY OF RENTON + + KNOW ALL MEN BY THESE PRESENTS: FNTo� That we,the undersigned Laser Underground &Earthworks, Inc. as principal, and RLI Insurance Company corporation organized and existing under the laws of the State of Illinois 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 $ 28,540.00 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 Bellevue ,Washington,this 1st day of October , 20 19. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract providing for construction of North 6th Street Abandoned Pipe Decommissioning 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. Laser Undergrou d & Earthworks, Inc. RLI Insurance Company Principal Surety • Signature Sig ature q `06 I��—�— Power of Attorney Title Title POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the "Company")do hereby make,constitute and appoint: Gary J.Niehl, Matt Niehl,jointly or severally in the City of Bellevue , State of Washington its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 )for any single obligation. - The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 1st day of April , 2019 . 0,,............. ,,,,,,,.,,,,,,,,,, LI Insurance Company C p y ``,.00NO,N1"N,,N,rG9',, ,``a,,Vf CECcr,•• Contractors Bonding and Insurance Company z. t . SEAL ,b = : SEAL : - By: 1 BartonA W.Davis Vice President °o rr: State of Illinois lmil <<I N of SS County of Peoria CERTIFICATE On this 1st day of April 2019 , before me, a Notary Public, I, the undersigned officer of RLI Insurance Company and/or personally appeared Barton W. Davis who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance " �� Company this 1st day of Octobcr 2019 By: I /i;t,(/1'L►LZt � RLI Insurance Company Gretchen L.Johnigk Notary Public Contractors Bonding and Insurance Company NRY GRETCHEN L JOHNIGK NOTARY MIX , F OFFICIAL SEAL' • . s iT,J y Commlmon Expires By: May26,2020 Jean M tephenson Corporate Secretary 4668841020212 A0058817 i CITY OF Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING REQUIRED CONTRACT DOCUMENTS Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING SECTION 3 — CERTIFICATION FORMS Contractor shall sign and submit these forms with the proposal. A E) CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD""Y) 09/30/2019 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 have ADDITIONAL INSURED provisions or 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 CONTACT Niehl Insurance A enc NAME.9 y INT.;Fa). (425)644-1600 l FAAtc.Na(425)644-2152 375 118th Ave Se#103 EIAAIL Bellevue WA 98005 ADBRFeS• INSURER/SI AFFORDI GCO.W.MGE NAIC_p__ isausaRA_American Fire&Casualty INSURED INSURER B:Ohio Casualty Insurance Company Laser Underground&Earthworks Inc INSURERC: 20417 87th Ave SE INSURER C Snohomish WA 98296- - INSURERS' 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. INSR TYPE OF INSURANCE ADOL SUBR POLICY EFF POLICY EXP INSD ywlL POLICY NUMBER fMMInOIYYYYI IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY BKA55878981 12/06/201812/06/2019 EACH OCCURRENCE I5 1,000,000 DAMAGE TO RENTED CLAIMS-MADE I X I OCCUR PRFMISFS/Fa nrrwre 1,000.000 nrs) S MED EXP(Any one person) $ 15,000 PERSONAL AADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I _ GENERAL AGGREGATE 5 2,000,000 POLICY I X I JECT I LOC I. PRODUCTS-COMP/OP AGO I S 2,000,000 OTHER' I$ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 IBAA55878981 12l06/201 8 1 2/D6/2019 (Fa arniennn X ANY AUTO BODILY INJURY(Per person) S IOWNED SCHEDULED BODILY INJURY(Per accident)IS AUTOS ONLY —AUTOS y HIRED X NON-OWNED PROPERTY DAMAGE i 5 AUTOS ONLY —AUTOS ONLY 4Per arridsnt) I5 B X UMBRELLALLAB X OCCUR 'US055878981 12/06/201812/06/2019 EACH OCCURRENCE s 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 BED ._BETENTION5 I'S A WORKERS COMPENSATION BKA55878981 12/06/201812/06/2019. I STAIUTF I X I FP - AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTNE YIN WA STOP GAP E.L.EACH ACCIDENT L5 1,000,000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory In NH) E.L DISEASE-EA EMPLOYEE)$ 1,000,000 If yes.describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMB I S 2,000,000 A LEASED/RENTED EQUIP BKA55878981 12/06/201812/06/2019 LIMIT I 200,000 A INSTALLATION FLOATER BKA55878981 12/06/201812/06/2019LIMIT 50,000 I DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) CITY OF RENTON IS INCLUDED AS ADDITIONAL INSURED PER CG8810 ANDCG8583.INSURANCE IS PRIMARY AND NON-CONTRIBUTORY.WAIVER OF SUBROGATION APPLIES. CERTIFICATE HOLDER CANCELLATION AI 116003 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. 1055 S GRADY WAY •RENTON WA 98057- AUTHORIZED REPRESENTATIVE ._,/ !r a« ehl ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL 'GENERAL LIABILITY CG 88 10,04 13 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL. LIABILITY EXTENSION This endorsement modifies. 'insurance provided under the following; COMMERCIAL. GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY-ELEVATORS" 2 EXTENDED DAMAGE TO PROPERTY RENTED.TO YOU (Tenants; Property Damage) 2 MEDICAL PAYMENTS:EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS--COVERAGES.A AND B 3 ADDITIONAL INSUREDS -BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5' ADDITIONAL INSUREDS EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" 6: WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION -,MANAGEMENT EMPLOYEES 6 NEWLY FORMED'.OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR-OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY.REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER`OF RIGHTS.OF RECOVERY AGAINST OTHERS TO US- .8 WHEN REQUIRED,IN•A CONTRACT OR:AGREEMENT WITH YOU 2013Liberty Mutual Insurance CGG'88 10 04.13. Includes copyrighted material of Insurance Services'Office;Inc.,with its peirnission. Page 1 of 8- With; respect::-.to coverage afforded by this endorsement, the provisions of the.policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions.of Section I Coverage A - Bodily Injury And Property Damage Liability, exclusion g:"Aircraft,. Auto Or Watercraft .does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is,hi red, chartered or loaned with a trained paid crew; "s, 3. The pilot in command holds a currently effective certificate, issued by the duly constituted :authority of the United States of America or Canada, designating her or him a commercial or airline pilot and 4. It is not being used to carry persons or property for a charge.: = However, the insurance afforded by this provision does not apply if there is available to the insured .other .`= valid and collectible insurance; whether primary, excess(other than insurance written to-apply specifically in excess of this policy), contingent or on any other basis; that would also apply to the loss covered under this provision.. B. NON-OWNED WATERCRAFT Under Paragraph 2:Exclusions of Section.I-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph. (2) of exclusion g.Aircraft,, Auto Or Watercraft is replaced by the following: lima= This exclusion does not apply to: (2)` A.'watercraft you do"not:own that.is: (a) Less than 52 feet long:. and (b) Not being,used to catty persons or property for charge: C. PROPERTY DAMAGE LIABILITY-ELEVATORS 1. Under Paragraph. 2. Exclusions of Section I -Coverage A -Bodily injury And Property Damage, Liabil- ity, Subparagraphs (3), (4)'and (6) of exclusion j. Damage To Property do not apply if such 'property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property :insurance, whether primary,, excess, contingent or on any.other basis: D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage. To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2.Exclusions,of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from :the last paragraph" of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4)of this exclusion do not apply.fo:"property damage" (other than damage Eby fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i). 'Premises rented to you for a period of 7 or fewer consecutive days; or (ii). ;Contents that you rent or lease as part of a premises rental or lease agreement for a Period of More.than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to..contents of premises rented to you for a period of.7 or fewer consecutive days. A ;separate limit of insurance applies to this coverage as. described in Section III Limits: of Insurance. urance CG 88 10 04'13 Includes copyrighted materialOfI3 LibertysncelServicesOffice of Insurance Services Office.-Inc..,with its permission Page 2 of 8 • b. The last paragraph of subsection, 2. Exclusions is replaced by the following: Exclusions 'c. th"rough• n; do not apply tb damage by;fire, lightning, explosion; smoke or leakage from automatic fire protection systems to Premises while rented to you or temporarily occupied by you with permission of the 'owner. A separate limit of insurance applies to Damage To.Premises Rented To You as described in Section III-Limits Of Insurance, 2. Paragraph 6. under Section.IIi-Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit' is the most we will pay under Coverage A for damages because of"property damage to; a. Any one premise: (1) While- rented to you; or (2)" While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection Sys- tems; or b. 'Contents that you rent or lease as partof a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) -Paragraph 9.a. of Definitions-is replaced with the following: 9.a..A contract for a lease.of premises. However, that: portion of the contract for a lease of premises that indemnifies: any person or organization for damage by,fire, lightning; explosion, smoke, or leakage from automatic fire protection ,systems. to premises while rented to you or temporarily occupied' by you with the permission of the owner; or for damage to contents of such premises that are included In your premises rental or lease agreement, is not''an"insured contract":. E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded,. the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. insuring Agreement of Section 1--'Coverage.C-Medical Payments, Subparagraph (b).of"Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three.years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS -COVERAGES A AND B 1. Under Supplementary Payments-Coverages A and B,Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds" required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily .injury Liability Coverage ,applies. We do not have to furnish these bonds:: 2. Paragraph 1.d, is replaced;by the following: d. All reasonable expenses incurred by the insured at our request: to assist us irt:the, investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS -BY CONTRACT,,AGREEMENT OR PERMIT 1. Paragraph 2. under Section II -1iVho'is An insured is amended to include: as an insured. ,any person or organization whom you have agreed to add as an additional insured, in 'a written contract, written agreement or permit Such person or organization is an additional insured but 'only with :respect to liability for 'bodily injury"; "'property damage or "personal and advertising injury" caused;in whole or in;;part by: a. Your acts'or omissions, or the acts or omissions of those acting on your behalf, in'the performance of your on going operations for the additional insured that are the subject of the.written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent .to the signing of such written contract or written agreement; or 0 2013 Liberty Mutual Insurance GG 88 90 04.13 Includes copyrighted material ofansuranceSeniices Office,Inc.,with'its permission. Page 8,of 8 b. Premises or facilities 'rented by you"or used by,you;. or c. The maintenance, operation or useby you of equipment rented or leased;to you'by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional ;provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personae and ad- vertising injury" arising,out of the operations performed :for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage"' included within the. 73111141111111 "completed operations hazard". ®■` (3) Insurance applies to premiset you:.own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings; canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- 111110 sures; or 91111111111 (b) The:construction, erection, or removal of elevators; or (c) The.ownership, maintenance, 'or use of any elevators covered by this insurance. However`_ 1. The insurance 'afforded to such additional insured only applies "to;the,extent permitted by"law; and 2t If coverage provided to the additional insured is required by a contract or agreement, the incur=.. ance"afforded to such additional :insured will not be broader than that which you are required "by the contract or agreement to provide for such additional insured. With respect 'to. Paragraph 1.a. above, a person's or organization's status as an additional insured under'this endorsement ends when: (1) All work, including materials parts or equipment furnished in connection with such work, on. the project (other than service, maintenance or repairs) to be:performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out..of which the injury 'or damage arises' has been put,to its. intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for principal as a part of the same project, With respect to Paragraph 1'.h. above, a person's or .organization's status as an additional insured under this endorsement 'ends when their written contract or>Written agreement with you 'for such premises or-facilities ends. With respects to Paragraph 1.e. above, this insurance does not apply to any "occurrence" which takes place.after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The'insurance provided by this.endorsement applies. only;if the written contract or written agreement is signed prior to the"bodily injury" or"property damage". We have. 'no duty to_defend; an additional insured under this endorsement until We receiue written notice of a "suit" by the additional insured as required in Paragraph' b. of Condition 2 Duties.In the Event Of'Occurrence, Offense, Claim Or Suit under Section,IV Commercial General" Liability Condi- tions. CG 88 10. '1.3 Includesco t kited materialLiberty Mutual;Insurance 04 py goftnsurance Services Office.Inc.,with its,permission.,. Page 4 of 8 • 2. With respect to the insurance 'provided by:this endorsement; the following are added to Paragraph_ 2. Exclusions under Section i-Coverage A=;Bodily injury And Property Damage Liability: This insurance does riot apply'to:. a. "Bodily' injury" or"property damage" arising from the sole"negligence of the additional insured. tr. "Bodily injury" or "property damage" that occurs prior tcr you commencing operations at the location where such "bodily injuryy" or':property damage" occurs. c. "Bodily injury", "property damage" or"personal and advertising injury" arising out of the render- ing of; or the failure to render, any professional architectural, " engineering` or surveying services, including: (1)" The preparing, approving, or failing to prepare or approve, maps, shop:drawings, opinions, reports, surveys; field orders; change:orders or drawings. and specifications; or (2): Supervisory; inspection;. architectural or'engineering activities: This.exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by. that insured, if the "occur- rence" which caused the 'bodily injury or 'property damage", or the offense which caused the "personal and advertising injury", involved the rendering of,,or the failure to"render, any professional architectural, engineering or surveying services. d. "Bodily injury" or"propertyy damage" occurring after. (1) All work, including materials, pads or•equipment finished in connection. With such work. on. the"project (other than service, maintenance or repairs) to be performed by"or oh behalf of the additional insured(s) at the location of the covered operations has been=completed;' or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged. in performing operations for a principal as a.part of the same project e. Any person or organization specifically designated as an additional insured for-ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made apart of this policy. 3. With respect to the insurance afforded to these additional insureds, the following :is:added to Section Ili -Limits.;OfInsurance: If coverage provided to the additional insured is required by.a contract or agreement," the most we will pay on behalf of the-additional insured is the amount of insurances a.. Required by the contract or'agreement; or • b. Available under the.applicable ..Limits of Insurance shown in the Declarations;• whichever is•less. This endorsement shall not increase the applicable Limits of insurance shown in the declaratio'ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person Or organization who qualifies as an additional insured Under any form or endorsement under this policy. Condition 4.Other Insurance of SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS is attend- ed ed as follows: a. The following is added.to'Paragraph.a.Primary Insurance: If an additional insured's ,policy has,an Other insurance provision making its policy excess and you have:agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for,damages we cover. 4D' 2013Liberty Mutual Insurance CG 88 10,14 13 Includescopyrighted material of lnsuranceServices Office;Int.,with its permission.. Page SOT a b. The following is-added to Paragraph b.Excesss.Insurance: When a written ,contract or written agreement,: other than a premises lease, :facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured 'does.not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance, for which the addi- tional insured is designated as a Named Insured. Regardless. of the;written agreement between you and an additional insured; this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has'been added;as an-additional insured on other policies. I: ADDITIONAL INSUREDS EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This'provision applies to,any person Or,organization who qualifies as arvadditional insured, under any form, or endorsement under this policy., Po 1. The following is added to Condition 2. Duties in The Event Of Occurrence, 'Offense, Claim or Suit: An additional 'insured under:this endorsement will assoon as practicable: a. Give written notice of an"occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the' defense and indemnity of any claim :or "suit" to, all insurers whom also have MMUS insurance available to the additional. insured; end c. Agree to make available any other insurance which the additional insured has for a loss we cover under this:Coverage Part. d. We have no.duty to defend:or indemnify, an additional insured under this endorsement until we receive written notice of a"suit" by the.additional insured. .2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and- defined in Section III - Limits of Insurance of this policy, whichever are 'less. These limits are inclusive' of and not'in addition to Me limits of insurance available under this. policy. J. 'WHO.IS AN INSURED -INCIDENTAL MEDICAL ERRORS'!MALPRACTICE WHO-IS AN INSURED -FELLOW. EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2:a.(1) of Section"II-Who is An Insured is replaced with the following: (1;) "Bodily injury" or-personal and advertising injury": (a) To`you, to :your partners or members (if you are a,partnership or joint venture),, to.your members (if you area limited liability company), to a co-"employee" while in the course of his or heremploy- ment or performing duties related to the conduct of your business, or to your other. "volunteer workers" while• performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker' as a consequence of Paragraph (1)(a)-above; (c). For which there is.any obligation to share damages with or repay someone else who must pay damages because of the injury described ,in Paragraphs (1).(a) or(b).above; or• (di); Arising out of.hie or her providing or failing to provide professional health care.services. However, if you are not in the business of-providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement.'this provision .(Paragraph (d))°doessnot apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or 'personal and advertising •injury' 'caused by' an "employee who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employees" job responsibilities assigned by you, includes the direct supervision of other "employ- ees of yours. However, none of these "employees" are insureds for "bodily injury" or 'personal and 28,13 Liberty Mutual Insurance EGG 88'10'•04'13 Includes.copyrighted-materialof lnsuranceServices Ofri e.lnc.,vvith its permission. Page,6'of 8 advertising injury" arising out of their willful conduct,, which is.defined as'the purposeful or willful intent to cause: "bodily injury" or "perssonal and advertising injury", or caused in•whole or in.part by their intoxica- tion by'riquor or controlled .sub'stances The coverage provided by provision J.,is excess over any other valid and collectable- insurance available to your "employee". • K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph,3:'of Section II-Who.is An Insured is replaced by the following: 3. Any organization you, newly acquire or form and'over which you maintain ownership or majority interest, will 'qualify as a Named Insured if there is no other similar insurance, available to that organization. 'However., a. Coverage under 'this provision is 'afforded only until the expiration of the policy period in which the entity was acquired or formed by 6: Coverage A does not apply to "bodily, .Injury"' or "property damage" that occurred before you acquired or formed the:organization; .and c. Coverage. B does, not apply to "personal and advertising injury." arising out of an offense- committed before you acquited or formed the organization.. d, Records and descriptions ,of'operations must be maintained by the first Named Insured. No.person :or organization isan insured with respect to the•conduct of any current or past!partnership, joint venture or limited liability company that is not;shown as a-Named Insured in the Declarations or qualifies as an insured under this' provision. L. FAILURE TO DISCLOSE"HAZARDS:AND PRIOR OCCURRENCES Under Section IV-.Comrercial,General:Liability Conditions, the following is added to Condition- 6. Repre- sentations? Your failure to,disclose all hazards or prior "occurrences" existing as of the inception -date of the policy :shall not prejudice the coverage afforded by this:policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE,_OFFENSE,'CLAIM OR SUIT Under Section IV -Commercial General Liability Conditions, the-following is added to Condition 2,Duties In The Event of Occurrence,.Offense, Claim OrSuit: Knowledge, of an "occurrence", offense claim or "suit" by an agent, servant or "employee" of any. insured shall not in itself;constitute: knowledge of the insured'unless an insured :listed under Paragraph 7, of Section II-Who Is An Insured or a person who has been-designated by them to receive reports of "occurrences"; offenses, cla.im's or "suits" shall have received such notice from the,agent, servant or "employee N. LIBERALIZATION CLAUSE if we revise this Commercial -General Liability Extension Endorsement to provide more coverage .without additional premium. charge, your policy will automatically provide the coverage ;as of the day-the revision is effective in your state. O. BODILY INJURY REDEFINED Under Secfion V-Deffnitions, definition '3. is replaced by the following: 3: "Bodily Injury" means=,physical injury, sickness or disease sustained by a:person. This includes mental -anguish, mental, injury,, -shock, fright or death:that results from 'such;physical injury sick- ness or'disease.. CG 88 10 04 13 includes ca hted material f lns20.13 ura cceServices OpufueI ance pyrig. 37ffice;Inn. with itspertnission; Page 7of 8 P. EXTENDED.PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended'Injury, "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER' OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO. US -WHEN REQUIRED IN. A "� CONTRACT"OR AGREEMENT WITH YOU Under Section IV`=Commercial General Liability Conditions; the.following is added to Condition 8: Trans- fer Of Rights Of Recovery Against Others To;Us: ammo ;.. . We waive'any right of recovery we may"have against a'Person or organization because of payments. we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the"products-completed operations hazard" provided: 1s You and that person or organization have agreed in writing in a contract or agreement that; you. waive such rights:against that person: or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract, or written agree- ment, • CG 88 1.0 0413. Includes copyrighted material 0 f Insurance Sehiicesurance 1 of Insurance Services Office;Inc.,with its perniissionr Page 8 of 8, CITY OF RENTON NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING Proposal, Non-Collusion, Anti-Trust and Minimum Wage TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown.) The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. 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 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 LetSy--1.lndervYb-yund ' E� . hLA ov _s , \nC V Name of Bidder's Firm Printed Name: 1 Il O- p1.A-n�//, Signature: /� Address: 2-�/1 7 Z��- Q7 V� I�� �S'Y3hOnlIS�'lt Go q Contact Name(please print): c 3Yt°. F L_a ie -� 1 ,, Phone: 2�()"�� I- 321PFS Email: L ' © aSCCU< , CtSYY) Names of Members of Partnership: OR Name of President of Corporation P.1 ' CL K i Name of Secretary of Corporation ? /C 4'\ Corporation Organized under the laws of W O Sh(n ' of Washington at �f,f 11 p O � h c182C k With Main Office in State g L-V"l��" U� �I�SE Sn hO1m s Subscribed and sworn to before me on this !-s'f day of SCIATin ') {, 20 I q Notary Public in and for the State of Washington 0\��� AS�U���O J Notary(Print)-l11�1,M1e.- PaSMASS��l Z lbViZt9. .s My appointment expires:jai') (0 20 O o109• _yt r��► :*_ 1:-.9I'•1.�AAy os ••••A0•� • cyr Y O. %-NTO� This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify/declare under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. LQSev lender-40-1 iV FAO-lr\w S ; l n C . Bidder's B ' ess N me Signature of Authorized Official* ' Printed Name C'eS1�en}� Title q_a�I " dal �Snohcmt h Wiq Date City State Check One: Sole Proprietorship ❑ Partnership 0 Joint Venture ❑ Corporation lE LLC • ❑ • State of Incorporation, or if not a corporation,State where business entity was formed: \NIOGY11,ng—br) If a co-partnership, give firm name under which business is transacted: *if a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).If a co-partnership,proposal must be executed by a partner. Department of Labor and Industries PO Box 44450 LASER UNDRGRND &ERTHWRKS INC Olympia, WA 98504-4450 Reg: CC LASERUE101OJ UBI: 601-269-998 Registered as provided by Law as: Construction Contractor (CC01) - GENERAL 582 LASER UNDRGRND &ERTHWRKS INC Effective Date: 9/11/1990 20417 87TH AVE SE Expiration Date: 10/2/2020 SNOHOMISH WA 98296 DITY LF Benton CITY OF RENTON FAIR PRACTICES POLICY I AFFIDAVIT OF COMPLIANCE l rSe�✓1AM(°c( bU(Yl - r[hNyy__<, 1 In( . hereby confirms and declares that: (Name of contractdr ubcontractor/consultant) It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name _PCnvi yr PrinJ t Agent/Representative's Title Agent/Representative's Signature 00- 11X,V 1 ( 2_019 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. A City of U / I Q Lk a 'r/d r�47 Insurance Requirements For City of Renton The City of Renton typically requires the following industry minimum insurance limits: • $1,000,000 per occurrence Commercial General Liability (CGL); • $2,000,000 in the Commercial General Liability aggregate; • $1,000,000 Auto Liability(needed if a vehicle will be used in performance of work beyond normal commutes. This would include delivery of products to worksite); • Proof of Workers' Compensation coverage as required by the state (provide the Washington L&l or excess coverage policy number); • Excess Liability or Umbrella (if needed, at levels to be determined by unique exposure risk or if required in the contract; can be in tandem with CGL); • $1,000,000 Professional Liability(if required in the contract or if the professional services to be provided are excluded from the CGL policy). Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy(Only applies to Commercial General Liability); • The City shall be provided with written notice of any policy cancellation within two business days of receipt of such notice by the policy holder; • Put descriptive text of the project in the "Description of Operations" box; and • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here and Department} 1055 South Grady Way Renton,WA. 98057 Direct any questions, comments, or concerns to: Gary Lamb, Risk Manager 425.430.7669 - direct 425.430.7650 - main 425.430.7665 -fax glamb@rentonwa.gov Revised 1/16/13 Public Works Department NORTH 6T" STREET ABANDONED PIPE DECOMMISSIONING SECTION 5-ATTACHMENT A-SCOPE OF WORK AND SPECIAL PROVISIONS A. CONTRACT DESCRIPTION The Contractor will furnish and properly dispose of all necessary labor, materials, and equipment to perform in-situ decommissioning of five (5) 12-inch abandoned clay tile (CT)storm water pipes and the abandonment of four(4) storm water manholes within North 6th Street.Storm water pipes identified as 107613, 108386, 108387, 108388 and 108375, based on the City of Renton facility identification numbers, will be decommissioned to prevent destabilization due to the unstable condition of the existing pipes along North 6th Street. Storm water manholes defined under the City of Renton facility identification system as 113990, 113991, 113992, and 113972 along North 6th street will be coincidently abandoned as part of the storm water decommissioning of the aforementioned pipes. North 6th Street is a main thoroughfare for Boeing Company, requiring the contractor to maintain access of Boeing facilities at all times and a traffic control plan is required for submission to the City of Renton for approval. B. SERVICE LOCATION Work is to be completed at the following location with the following restrictions: 1. Location:The project work is within the north side of North 6th Street westbound lane, between Logan Avenue North and Nishiwaki Lane.The work to be completed begins at storm water pipe 107613 and ends at storm water manhole 113970, based on the City of Renton facility identification numbers.Storm water pipes 108386, 108387, 108388 and 108375 lie between storm water manholes 113990 and 113970. 2. General Notes:Storm water pipe 107613 was previously cut during the construction of an upgraded storm system routing through Logan Avenue and currently has no surface access at the upstream end; approximate upstream end is located in the middle of the Logan Avenue and North 6th Street intersection. Pictures and/or a video of the pipe lines (107613, 108386, 108387, 108388 and 108375) can be provided to the contractor upon request. Upon inspection of the storm water lines it was found,that a majority of the pipes were made of clay tile with limited PVC and concrete.Storm water pipe 108388 was not videoed in its entirety due to fractures and water within the pipe at the time of video. 3. General Access Requirements and Restrictions a. Contractor shall not obstruct the public's access to or use of any public roads or facilities, or obstruct activities at Boeing facility. 4. General Work Requirements and Restrictions: a. Work cooperatively with City of Renton Parks and other City departments and their contractors when access and work areas overlap. C. PERIOD OF PERFORMANCE Initial contract duration is one(1) month or thirty(30)days.The contract duration can only be changed by a change order.The contract duration will be extended in an amount equal to time lost on the critical 1 • path due to delays beyond the control of the Contractor if claim is made within 30 days of the incident/occurrence.The majority of the work is anticipated to occur in Fall 2019. D. MEASUREMENT AND PAYMENT MOBILIZATION AND DEMOBILIZATION (BID ITEM - 1) A. Specification Reference: : Measurement and payment for'Mobilization and Demobilization'shall include full compensation for all costs incurred by Contractor in performing the Contract Work defined in WSDOT Section 1-09.7 Mobilization. B. Measurement and payment for'Mobilization and Demobilization' shall be made on a lump sum basis. C. Payment Covers:The lump sum price shown shall constitute full compensation for all labor, materials and equipment required for mobilizing; moving and organizing labor; equipment, materials,supplies, and incidentals to the job site(s); providing and maintaining all necessary support facilities and utilities;security and protection; construction support; construction schedules;following existing safety regulations; providing, erecting, maintaining, relocating project signs; obtaining all necessary permits, licenses, premiums for bonding and insurance; preparing the site for construction operations; maintaining the site and surrounding areas during construction; providing protection of existing utilities; providing component and system testing; final clean-up of the site including equipment and materials used; and demobilizing and properly removing all labor, equipment, materials,surplus materials, and incidentals off the project site(s) after contract completion. Mobilization/demobilization costs for all subcontracted work shall be considered included in the price bid and no additional payment will be allowed. D. Payment for'Mobilization and Demobilization'will be made at the lump sum amount bid (NOT to exceed 80%of the bid item price prior to completion of construction) based on the percent of completed Work as defined in the 2020 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT)for mobilization. Payment for the remaining 20%will be made upon completion and final cleanup of the construction site and after the demobilization of all equipment, material and labor from the project site(s). E. Payments for clearing and disposing of excess pipe fill material from any existing active manholes due to construction activities is considered incidental to this bid item.The contractor shall clean the road and any other areas used for temporary staging,storage, parking,and other construction activity,from construction debris, refuse, or excess material resulting from this work. Payment for clearing and disposing of excess material and project site cleanup is considered incidental to this bid item. F. This scope of work assumes that no stockpiling area will be needed for materials. No staging area is provided to the Contractor as part of this project.Staging, if necessary,shall be the responsibility of the Contractor.Should the Contractor stockpile any materials in the project area, Temporary Erosion and Sediment Control (TESC) measures shall be required per the following: a. WSDOT Section 1-06.4 Handling and Storing Materials b. WSDOT Section 8-01 Erosion Control and Water Pollution Control specifically Sections: i. Section 8-01.3(1)C1 Disposal of Dewatering Water ii. Section 8-01.3(1)C2 Process Water iii. Section 8-01.3C4 Management of Offsite Water 2 iv. Section 8-01.3(5) Plastic Covering v. Section 8-01.3(8)Street Cleaning vi. Section 8-01.3(9)D Inlet Protection vii. Section 8-01.3(16) Removal viii. Supplemented with SP Section 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan Any TESC required for this work shall be considered incidental to this bid item. TRAFFIC CONTROL (BID ITEM - 2) A. Specification Reference: Measurement and payment for'Traffic Control' shall include full compensation for all costs incurred by Contractor in preforming the Contract Work defined in the following: a. WSDOT Section 1-10 Temporary Traffic Control and supplemented as defined in: i. SP Section 1-10 Temporary Traffic Control 1. SP 1-10.2(1)B Traffic Control Supervisor 2. SP 1-10.2(2)Traffic Control Plans ii. SP Section 1-10.3 Flagging, Signs, and all other Traffic Control Devices 1. SP 1-10.3(3) Construction Signs B. Measurement and payment for'Traffic Control'shall be made on a lump sum basis. C. Payment Covers: Costs associated with all labor, materials,tools, incidentals, certified personnel and equipment required to develop and implement a traffic control plan in accordance with the requirements of the City of Renton and WSDOT. Costs associated with specific site protocols, furnishing, installing, maintaining, removing traffic control signs and VMS information boards; construction warning and detour signs;sequential arrow boards;traffic cones; barrels; barricades and the like; steel plating; pins; shims;temporary pavement markers and striping; removing, relocating, re-installing existing roadway signs; preparing, revising, and implementing any traffic control/detour plans required by the contract documents and right-of-way use permit; and conforming to the Manual on Uniform Traffic Control Devices (MUTCD). Maintaining smooth vehicular traffic flow in the project area during construction and performing traffic control in accordance with an approved traffic control plan as directed by the Engineer and by the City of Renton Transportation Department. D. Payments shall also include the cost to furnish traffic control services and equipment for construction surveying, staking, and as-built records; labor, material and equipment required to maintain safe pedestrian access through the project area during construction, including but not limited to signage, warning devices, safety fencing and maintaining a clean sidewalk that is free of dirt,gravel and other construction debris. E. Payment for'Traffic Control'work will be made at the measured percentage amount for the pay period times the lump sum amount bid. F. The Contractor shall prepare a traffic control plan and submit it to the City for approval prior to mobilizing. Notice To Proceed will not be issued to the Contractor without an approved traffic control plan. 3 12-INCH STORM WATER PIPE DECOMMISSIONING (BID ITEM -3) A. Specification Reference: Measurement and payment for'12-inch Storm Water Pipe Decommissioning' shall include full compensation for all costs incurred by Contractor in preforming the Contract Work defined in the following: a. WSDOT Section 5-05.2 Materials b. WSDOT Section 6-02.3(5)B Certification of Compliance c. WSDOT Section 6-02.3(5)C Conformance to Mix Design d. SP Section 7-04.6 Decommission Existing Storm Sewer Pipe e. WSDOT Section 9-23.6 Chemical Admixtures for Concrete f. SP 9-03.3 Controlled Density Fill for Abandoning Existing Utilities B. Measurement and payment for'12-inch Storm Water Pipe Decommissioning' shall be made on a linear food basis for 12-inch diameter pipe. Measurement is along the inside edge to inside edge of the manholes,catch basins,other storm water structures, or to the end of the pipe where no structure exists. C. Payment Covers:The full compensation for the labor, equipment, materials, coordination, approval and the safe placement/installation of the CDF or lean pumpable concrete material. D. The Contractor shall submit to the City the mix design of the material to be used to decommission the pipes included in this project. Notice to Proceed will not be issued to the Contractor without an approved fill material proposal. PARTIAL ABANDONMENT OF EXISTING MANHOLES (BID ITEM -4) A. Specification Reference: Measurement and payment for'Partial Abandonment of Existing Manholes' shall include full compensation for all costs incurred by Contractor in preforming the Contract Work defined in the following: a. WSDOT Section 2-03.3(14)C Compacting Earth Embankments b. WSDOT Section 7-05.3(2)Abandon Existing Manholes with supplemental SP Section 7- 05.3(2) Partial Abandonment of Existing Manholes c. WSDOT Section 9-03.14(1)Gravel Borrow d. SP 9-03.3 Controlled Density Fill for Abandoning Existing Utilities B. Measurement and payment for'Partial Abandonment of Existing Manholes'shall be made on a per each basis. Measurement to be by actual field count of each partially abandoned manhole. C. Payment Covers:The full compensation for the labor, equipment, materials,coordination, compactions, approval and the safe placement/installation of manhole fill materials; plugging existing pipes; and drainage hole construction. If plugging of unknown connections to the manholes become necessary, it will be considered incidental to the payment of this item. 4 SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2020 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA),Washington State Chapter (hereafter"Standard Specifications").The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents,shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs)and Project Special Provisions(PSPs)from various sources.Special Provision types are labeled under each header with the effective date and its source, as follows: (date MUTCD GSP) General Special Provision from Manual on Uniform Traffic Control Devices (MUTCD)for Streets and Highways,with Washington State modifications, if any (date PROWAG GSP) General Special Provision from Public Rights-Of-Way Accessibility Guidelines (PROWAG) (date WSDOT GSP) General Special Provision from WSDOT (date APWA GSP) General Special Provision from the American Public Works Association (AWPA) (******) Project Special Provision Contractor shall obtain copies of these publications,at Contractor's own expense. The symbol (******) indicates a PSP,that is a Special Provision that normally appears only in this contract.A GSP that has been modified is identified as a PSP.Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision.The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. AMENDMENTS TO THE STANDARD SPECIFICATIONS The Amendments to the Standard Specifications, available at the following web page, http://www.wsdot.wa.gov/Business/Construction/SpecificationsAmendmentsGSPs.htm, are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes,the index to the amendments contains a code number which identifies the section of the Standard Specifications being amended (10.AP1 indicates that Section 1-10 is the section being amended). The date following each Amendment title or section heading indicates the implementation date of the Amendment or the date of the last revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references that do not apply to this particular project. 5 DIVISION 1 1-05 CONTROL OF WORK 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 of 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. 1-05.16 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. 1-06 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 1 the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples.Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 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 2 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 The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1)through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue,whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fundl-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. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). 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. 3 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. The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents.The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deducted from monies otherwise due to Contractor.Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor's own cost. 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. 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. 4 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 The Contractor is also warned that there may be utilities on the project that are not part of the One Call system.They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power,gas,water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans.These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work.The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent,of their facilities within the project limits. 5 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. 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: A. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. B. 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.) C. 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. D. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. E. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer,except when flow is impaired due to the Contractor's operations. Section 1-07.23(1) is supplemented by adding the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street,which is utilized by his equipment for the duration of the project.The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic.All cost to maintain the roads shall be borne by the Contractor. 6 . 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 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 7 • 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 additional land and access thereto that the Contractor may desire for temporary construction facilities,storage of materials,or other Contractor needs. However, before using any private property, whether adjoining the Work or not,the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract.The statement shall be signed by the private property owner,or proper authority acting for the owner of the private property affected,stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release,that the restoration of the property has been satisfactorily accomplished.The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 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.and 5:00 p.m. is 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 8 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. 1-08.11 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. 1-10 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, 9 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: • 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; • Furnishing traffic control labor,equipment, and supervisory personnel for all traffic control labor; • Furnishing any necessary vehicle(s)to set up and remove the Class B construction signs and other traffic control devices; • 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 • 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. • 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. • Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site.The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors,shall be submitted at or before the preconstruction conference,and shall be subject to review and approval of a City of Renton Transportation Engineer prior to commencing construction. • Contacting police,fire,911,and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. • 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. • Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal,then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic,then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal,they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment,or service must exceed $200 in total cost for the duration of their need. In the event of disputes,the Engineer will determine what is usually anticipated by a prudent Contractor.The cost for these items will be by agreed price, price established by the Engineer,or by force account.Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. 10 If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control"to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer.Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: (******) A Traffic Control Supervisor(TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods,the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards.The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: - ( ) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or 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. 11 DIVISION 2 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing(construction limits) shall be defined as being the construction limit lines as shown in the Plans.Where, in the opinion of the Engineer,any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal,the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations.Any flagged trees,which are damaged,shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to,sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment,trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save.The Contractor shall give property owners 10 days'written notice prior to removing landscaping materials.All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (******) The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. DIVISION 7 7-04 STORM SEWERS 7-04.6 Decommission Existing Storm Sewer Pipes Section 7-04.6 is a new section: (******) Where it is defined on the plan set or where designated by the engineer,existing storm sewer pipes shall be decommissioned by filling the pipe with a controlled density fill (CDF) or approved equivalent for the full length of the abandoned pipe. Care shall be used in placing the fill within the pipe and that pipe condition is taken into account when placing material to completely and thoroughly fill pipe without causing failure.Where the decommissioned pipe connects to an active existing manhole the pipe shall be filled flush with the pipe end or flush with the inside wall of the existing active manhole. The mix design and method of installation shall be provided to the Project Engineer at least three(3) days prior to planning construction and approved by the Engineer prior to beginning the operation (See Section 9-03.3 for Controlled Density Fill requirements). 12 7-05 MANHOLES, INLETS AND CATCH BASINS 7-05.3(2) Partial Abandonment of Existing Manholes Section 7-05.3(2) is revised as follows: (******) Where it is required that an existing manhole be abandoned,the structure shall have all connections plugged according to 7-08.3(4), unless another method is specified on the plan set or by the engineer;the - manhole base shall have a minimum of four 2-inch drainage holes in the bottom of the manhole to prevent standing water, unless filled with CDF;the manhole shall be filled with sand or gravel borrow(as per section 9-03.14(1))and compacted to 90 percent density as specified in Section 2-03.3(14)C or filled with CDF with Engineer approval. Manhole fill depth shall be to the highest pipe crown elevation or to the bottom of the manhole cone if highest pipe crown to cone depth is 6-inches or less, or directed by the Project Engineer. All connections that have been defined for decommissioning as per the plan set and 7-04.6 shall not be included as incidental to the manhole abandonment measurement and payment, and does not abide by the'Plugging Existing Pipe' connections according to the 7-08.3(4) requirement. Notify Project Engineer if pipes are found which are not identified on the plan set and require plugging for manhole abandonment. Protect in place existing manhole cover,frame, adjustment rings or cone.These items will be removed by others. DIVISION 8 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan Delete this section in its entirety and replace with the following: (******) 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. The Contractor shall prepare a final Temporary Erosion and Sediment Control Plan (TESCP). The TESCP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations,sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor,whose name and phone number shall be given to the Engineer at least three (3) days prior to construction. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TESCP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering,water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum,the plan shall contain: 1. Manufacturer's data and detailed plans for the erosion control products specified in the plan. 13 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer's data and material submittals. c. Pump and pipe types,sizes, manufacturer's data, and design criteria for pump sizing. d. Flow calculations for stormwater,seepage,and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer's literature and test results (certificates)on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. .Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of "quick" conditions or"boils"; • Design and operate dewatering system that will not remove natural soils; • Keepc.excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate,the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties,storm drains,streams, and other water bodies. 14 At all times,there must be material on the job site to handle any spills caused by the Contractor,such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and "kitty litter." The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition,the TESCP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters.The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work,the Contractor shall submit the plan,for the Engineer's review and approval. The Engineer's review and any resulting approval of the Contractor's TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the TESCP include the items specified for such plans.The Contractor shall be solely responsible for the adequacy of the TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the TWPECP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants,the Contractor shall prepare and submit a revised TWPECP to the Engineer for review as specified for the original plan. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised TESCP, nor for any delays to the Work due to the Contractor's failure to submit and implement an acceptable TESCP. DIVISION 9 9-03.3 Controlled Density Fill (CDF)for Abandoning Existing Utilities Section 9-03.3 is a new section: (******) CDF is a self-compacting, cementitious,flowable material requiring no subsequent vibration or tamping to achieve consolidation.The Contractor shall provide a mix design in writing to the Engineer, utilizing ACI 229 as a guide to develop the CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix design. CDF shall be designed to have a minimum 28-day strength of 50 psi and a maximum 28-day strength not to exceed 200 psi.The CDF consistency shall be flowable (approximate slump 3 to 10 inches). The following testing methods shall be used by the Contractor to develop the CDF mix design: • 28-day compressive strength—ASTM D4832; • Unit weight,yield, and air content—ASTM D6023; • Slump—FOP for AASHTO T 119. The water/cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5-05.2. Admixtures used in CDF shall meet the requirements of Section 9-23.6,Admixtures for Concrete, and foaming agents, if used,shall meet the requirements of ASTM C869.Admixtures shall be used in accordance with the manufacturer's recommendations and non-chloride accelerating admixtures may be used to accelerate the hardening of CDF. 15 CDF shall meet the requirement of Section 6-02.3(5)C and shall be accepted based on a Certificate of Compliance.The producer shall provide a Certificate of Compliance for each truckload of CDF in accordance with Section 6-02.3(5)B. 16 CITY OF Renton Public Works Department NORTH 6TH STREET ABANDONED PIPE DECOMMISSIONING SECTION 6-SITE PLAN DECOMMISSIONING ABANDONED STORM WATER PIPES 2 . 5 • , 8 9 • P'° 1P. I ) + !! ` a i ' 1 ` III ( I Pe - II . ' I Z . I •' ,DECOMMISSIONING 1 -.r PIPE BEGINNING HAS N•,.; . 1•h 1 I m XISTING SDMH 113991 XISTING SOMH 113990 ' -M: 26.71' -IN: 29.99' 3 r r ....i F •! NV IN (E): 22.31' (12") ,_. _. .., ..: ` y-. NV OUT W: 22.33' 12', NV OUT W: 22.41- 12" _ •1' VICINITY MAP DECOY•ISSION XI IN D' 08 8 • • 0 ISS10N %I'IN D'10838: ;. ,., •r• • • • CITY OF RENTON (COR) m= • • •, • RIGHT OF WAY E Z - ,�,� EXISTING COR STORM DRAIN =r^ �' sr R•]:HC<:11:Et11:4ail O © MANHOLE - t r EXISTING PRIVATE STORM --.-_.Y....._.. _ © 0 0 ti 0 +w DRAIN MANHOLE rn -. : 0 - «- 0 0 - E -I rn arl 1• E ' _ t' 1 EXISTING COR S70RM DRAIN c - 1. RIM AND INVERT ELEVATIONS ARE BASED ON BEST AVAILABLE CIS DATA AND -- -' -�Y-.-��r -""`"^`"'-- ", Z - :' ""` "' �' CATCH BASIN HAVE NOT BEEN FIELD VERIFIED. SLOPES MAY VARY. ""- -'""" " •. CCTV HAS BEEN COMPLETED ALONG PROPOSED DECOMMISSIONING PIPES. A elNah[•!�.`lmJA1:{11�[e�(•L - 1 EXISTING PRIVATE STORM MAJORITY OF PIPE MATERIAL WAS COMPOSED OF CLAY TILE (CT) AND SOME a `., - '" G - DRAIN CATCH BASIN SECTION WERE MADE UP OF PVC AND CONCRETE. _ 't . LIMITS OF CONSTRUCTION COINCIDE WITH THE RIGHT-OF-WAY. EXISTING COR STORM DRAIN - . ONE LANE OF TRAFFIC IN EACH DIRECTION ON NORTH 6TH STREET AND LOGAN '" - 1:i/A RA r I -A ' f i +�•\ '- PIPE • AVENUE NORTH SHALL BE OPEN AT ALL TIME DURING CONSTRUCTION. .�., _ �� PIPE 108388 IS SEVERELY FRACTURED, NOT ALLOWING FOR CCTV OF FULL EXISTING PRIVATE STORM • • • ...•,. •.• • - >•s� DRAIN PIPE . - \, • n- „ _ ®KEYED NOTES: . rk' „ ,v 1. PROTECT ACTIVE EXISTING STORM -.S. -.•" ■p _ �,,, - WATER PIPE AND MAINTAIN IN ., L. !r $JoI .'•rr- a-I SERVICE. - • - i 2. PROTECT ACTIVE EXISTING STORM •• .v.•••• • --: •li ' .. ... :MUM .i•... ... _ ,, l _ SERVICE.iRUCTURE AND MAINTAIN IN DECOMMISSIONING 1VI - - -II 3. PARTIAL ABANDONMENT OF MANHOLE END PIPE FILL FLUS a r • • nI •• Q © I.I•••` .• • •-r XISTING SOMH/ 113972 EXISTING SDMH# 11399•s - 1 - IN PLACE PER SPECIAL PROVISION -:. _ 7-05.3(2). CONTRACTOR TO FIELD r _ •IM: (E): , RIM: 25.79 !' • I VERIFY PIPECONNECTIONS. • NV IN (E): 21.40' (12") INV IN (E): 21.44' (12' NV OUT W: 21.40' 12', NV OUT W: 21.44' 12', w CONDITIONS AND ACCESSIBILITY OF �.< :'��. _ W WORK PRIOR TO CON STRU�TIO r N — • "-- y,+•EGO ISSION XIS INC SD 1- Dv ISSION EXI ING SD 10838: Lv • .• • Z 1 I •• U w w. nev sa a MN tiara i It lot '. vI 0 dialanaliMIPMMI II t r • M a ® CI Y11 OF 0 ON Is r a '. 0-. , ,.,,,:, iiiiiimmiggp _ -.r f> ' RENT ON O © O w N - -' CITY OF RENTON ? I • '.}1 - ABANDONED PIPE DECOMMISSIONING it IFEXISTIN S••H. 1139 - - NORTH 6TH STREET ! 0 RIM. 25.32 " ._ 1 . ,E• '.." xor,¢an:u comicxuc02019 RENTON.WA v.1�_ 6 1' INV IN (N): 18.92' (36 F NV IN (NE): 18.92' (12 - - . . .. ,.,,, y s _ OMn INV IN E: 18.92' 12" J �,. _ _ ;°"':: '.:F- r C 1100 I 2 1 4 5 6 7 • • 10 ' "