Loading...
HomeMy WebLinkAboutContractAward Date: September 19, 2022  CONTRACT NUMBER  Awarded to: McClure and Sons, Inc.  CAG‐22‐244   15714 Country Club Drive     Mill Creek, WA 98012    Award Amount: $628,322.99                      City of Renton  Maplewood Water Treatment Plant  Filter Media Replacement   PROJECT NO.  WTR‐27‐3748  September 19, 2022  Bidding Requirements, City of Renton  Forms, Contract Forms, Conditions of the  Contract, Specifications  City of Renton  1055 South Grady Way  Renton, WA 98057    Project Manager:    Katie Nolan,  425‐430‐7335    knolan@rentonwa.gov    MAPLEWOOD WATER TREATMENT PLANT  FILTER MEDIA REPLACEMENT  WTR‐27‐3748      24 Hour Emergency Contact List  Title Name Phone Number Address  Operations Manager Jon Varriano  425.316.6999 (office)    206.730.1665 (cell)      15714 Country Club Dr  Mill Creek, WA  98012 Project Manager John Ogorsolka  425.316.6999 (office)    425.232.1482 (cell)  Superintendent Adam Baumgardner  360.540.6956 (cell)  Bonding Agent Keith McNally                   HUB International NW LLC 509.319.2902 (office)  835 N Post St  Suite 203   Spokane, WA 99201     Insurance Agent Steve Tanta                       Bell‐Anderson Insurance 425.291.5281 (cell)  600 SW 39th St  Suite 200  Renton, WA 98032      00-6 Table of Contents\ MAPLEWOOD WATER TREATMENT PLANT FILTER MEDIA REPLACEMENT WTR-27-3748 CONTRACT DOCUMENT TABLE OF CONTENTS 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Scope of Work 4. Vicinity Map and Site Map 5. Instructions to Bidders 6. Call for Bids 7. Proposal and Combined Affidavit & Certificate Form Non-Collusion Anti-Trust Claims Minimum Wage 8. Proposal Bid Bond Form 9. Department of Labor and Industries Certificate Registration 10. Schedule of Prices 11. Acknowledgement of Receipt of Addendum #1 12. Certification of Compliance with Wage Payment Statutes 13. Contract Bond to the City of Renton 14. Fair Practices Policy Affidavit of Compliance 15. Contract Agreement 16. Retainage Selection and Retainage Bond 17. City of Renton Insurance Guidelines and Certificate of Insurance 18. City of Renton Special Provisions 19. Project Technical Specifications CITY OF RENTON  Maplewood Water Treatment Plant  Filter Media Replacement  WTR‐27‐3748    SCOPE OF WORK  The work involved under the terms of this contract document shall be full and complete  installation of the facilities, as described in the project specifications, to include but not be  limited to:  Removal and replacement of water treatment filter media (anthracite filter media,  greensand filter media, gravel support bed, and granular activated carbon [GAC] media).  The exchange must include haul away and disposal of the spent media.     The estimated project cost is $250,000 to $300,000.  A total of 30 working days is allowed for completion of the project. The Work involved with this  project shall not be allowed to occur between June 1 and September 30. The Contractor shall  not commence the Work until on or after October 1, 2022.      For Bid Item Descriptions see Special Provisions Section 1‐09.14  Any contractor connected with this project shall comply with all Federal, State, County, and City  codes and regulations applicable to such work and perform the work in accordance with the  specifications of this contract document.      18,056 1,505 This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. Legend 1,0230 512 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet Notes 1,023 WGS_1984_Web_Mercator_Auxiliary_Sphere Katie Nolan, Water Utility Engineer knolan@rentonwa.gov 03/30/2022 VICINITY MAP Filter Media Replacement at Maplewood Water Treatment Plant PROJECT AREA M A P L E V A L L E Y H I G H W A Y / H W Y - 1 6 9 14 0 T H A V E S E MAPLEWOOD GOLF COURSE SITE ADDRESS: 4032 MAPLE VALLEY HWY RENTON WA 98057 1,200 100 This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. VICINITY MAP Legend 680 34 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet Notes 68 WGS_1984_Web_Mercator_Auxiliary_Sphere Extent2010SITE MAP PROJECT AREA MAPLEWOOD GOLF COURSE DRIVING RANGE MAPLEWOOD BOOSTER PUMP STATION SITE ADDRESS: 4032 MAPLE VALLEY HWY RENTON WA 98057 Filter Media Replacement at Maplewood Water Treatment Plant Katie Nolan, Water Utility Engineer knolan@rentonwa.gov 03/30/2022 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted. The bids will be publicly opened and read via Zoom video conference 60 minutes after bid closing, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer by the close of the business day that is five (5) business days preceding the bid opening. Written addenda to clarify questions that arise may then be issued. If a bidder has any questions regarding the project, the bidder may: Submit questions via email to knolan@rentonwa.gov. The bidder shall include "Bid Question – Maplewood WTP Filter Media Replacement” in the subject line. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3. The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed advantageous to the city. 4. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. Basis for Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid items of all schedules set forth in the Schedule of Prices to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request. The City reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one bidder. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5 percent of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided they enter into a contract and furnish a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should the successful bidder fail to, or refuse to enter into a contract for the project, the check or bid bond shall be forfeited to the City of Renton as liquidated damage. 9. Payment for this work will be made by check or direct deposit. 10. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage) as identified within Special Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”. 11. Prior to the start of construction, the Contractor shall provide the City of Renton with a detailed bar- chart type construction schedule for the project. 12. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards that the Contractor is bringing into the work place. 13. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 14. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 15. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issues of the prevailing wage rates are included within these specifications under section titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 16. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air  Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.  17. Standard Specifications  All work under this contract shall be performed in accordance with the following standard  specifications except as may be exempted or modified by the City of Renton Supplemental  Specifications, Special Provisions other sections of these contract documents. These standard  specifications are hereby made a part of this contract and shall control and guide all activities within  this project whether referred to directly, paragraph by paragraph, or not.  WSDOT/APWA "2020 Standard Specifications for Road, Bridge and Municipal Construction" and  "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard  Specifications."  Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any  combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless  specifically referring to a standard specification or test method.  All references to measurement and payment in the WSDOT/APWA standards shall be deleted and the  measurement and payment provisions of Section 1‐09.14, Measurement and Payment (added herein)  shall govern.  18. Bidder’s Checklist    It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are  included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of  the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time.  The forms included in these bid documents must be used, no substitutes will be accepted.   As part of your bid, have you submitted all documents marked in the “Contract Document Table of  Contents” as “Submit with Bid”?     Has the bid bond or certified check been enclosed?   Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?   Has the proposal been signed?   Sales Tax for this project is bid at 10.1%    Have you bid on ALL ITEMS and ALL SCHEDULES?   Have you submitted the Subcontractors List (If required)?   Have you reviewed the Prevailing Wage Requirements?   Have you certified receipt of addenda if any have been issued?   Have you submitted the Department of Labor and Industries Certificate of Registration form?     CAG-22-244 Page 1 of 2 City of Renton CALL FOR BIDS for Filter Media Replacement Maplewood Water Treatment Plant Submittal Deadline: 2:00 PM, August 16, 2022 Sealed bids will be received until 2:00 p.m., Tuesday, August 16, 2022, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m., Tuesday, August 16, 2022 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. • Please include bidder’s name, address, and the name of the project on the envelope. • The bid opening meeting can be accessed via videoconference by: • Clicking this link to join the Zoom meeting: • https://us02web.zoom.us/j/86199085151?pwd=eXZXYkMrQ0IzcEdZRVlWL1B0bjI4UT09 • Using the Zoom app: Meeting ID: 861 9908 5151; Passcode: 302689; • One tap mobile: +12532158782,,86199085151#,,,,*302689# • Zoom is free to use and is available at https://zoom.us/. The work involved with this project shall not be allowed to occur between June 1 and September 30. The Contractor shall not commence the work to be performed until on or after October 1, 2022. The contractor must provide documents to demonstrate three (3) similar projects within the past ten (10) years to be considered. The work to be performed within 30 working days from the date of commencement under this contract shall include, but not be limited to: • Removal and replacement of greensand filter media (anthracite, greensand, and support gravel) in three existing greensand filter tanks, • Removal and replacement of granular activated carbon (GAC) media in three existing GAC contactors, • Disposal of spent media. The estimated project cost is $250,000 to $300,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Monday, July 25, 2022. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. CAG-22-244 Page 2 of 2 The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Questions about the project shall be addressed to: Katie Nolan, Public Works Department, at 425-430- 7335 or knolan@rentonwa.gov. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Jason A. Seth, MMC, City Clerk Dates of Publication: Daily Journal of Commerce July 25, 2022 Daily Journal of Commerce August 1, 2022 AGREEMENT CAG-22-244 THIS AGREEMENT, made and entered into this ____ day of ___ � 2022 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and MCCLURE AND SONS, INC., hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1.Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2.Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Maplewood Water Treatment Plant Filter Media Replacement Project, WTR-27-03748, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $ 628,322.99, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. 16th November Insurance Guidelines for the City of Renton The City of Renton requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: Revised 10/26/21 • $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. • $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. • Proof of Workers’ Compensation coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number). • Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. • $1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. • $1,000,000 Pollution Liability. Required if work involves a pollution risk to the environment. • $2,000,000 Cyber Liability Insurance. Required for information technology professional services agreements. Limits may be higher for special liability exposures. • Builders Risk. May be required up to the amount of the completed value of a new building or major construction project. • $1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property Damage Liability). Required coverage only for aircraft tie-down leases. Additional requirements unique to the City of Renton: • Name the City of Renton as a certificate holder and a Primary and Non-Contributory Additional Insured on the policy. This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special Event, and Aircraft Liability policies; it does not apply to Professional Liability, Workers’ Compensation, nor Cyber Insurance. • The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. • The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. • Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. • The Certificate Holder should read: City of Renton ATTN: [your City contact’s name & department] 1055 South Grady Way Renton, WA 98057 Direct any questions, comments, or concerns to: Kelsey Urban, Risk Manager 425-430-7669 kurban@rentonwa.gov 09/28/2022 Bell Anderson Agency, Inc. 600 SW 39th St., Suite 200 Renton WA 98057 Linda Minami, CPCU, ARM (425) 291-5200 (425) 291-5100 lindam@bell-anderson.com McClure & Sons, Inc. 15714 Country Club Drive Mill Creek WA 98012 National Fire Insurance Company Of Hartford 20478 American Casualty Co. Of Reading, Pa 20427 The Continental Insurance Company 35289 Westchester Surplus Lines Insurance Company CL21121049556 A Y Y 2075867851 12/12/2021 12/12/2022 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 B Y Y 2075867865 12/12/2021 12/12/2022 1,000,000 C 10,000 Y Y 2075867879 12/12/2021 12/12/2022 7,000,000 7,000,000 A 2075867851-WA Stop Gap 12/12/2021 12/12/2022 1,000,000 1,000,000 1,000,000 D POLLUTION LIABILITY G71523536 002 12/12/2021 12/12/2023 Contractors Pollution $5,000,000 Transportation Pollution $2,000,000 Deductible $25,000 RE: Maplewood Water Treatment Plant Filter Media Replacement Project: CAG-22-244 The City of Renton is additional insured per attached endorsements #CNA75079XX 0115 & #CA2048 1013. Waiver of subrogation included per the attached endorsements #CNA75008XX 0115 & #CA0444 1013. Coverage is primary & non-contributory per the attached endorsements #CNA75079XX 0115 & #CNA71527XX 1012. Per project aggregate applies per CNA74826XX 0115. Umbrella policy is follow form over GL, Auto and Stop Gap. City of Renton 1055 South Grady Way Renton WA 98057 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY ENV-1502 (06-12)Page 1 of 1 Illinois Union INSURANCE COMPANY Environmental Policy Declarations Environmental Policy Declarations THE DECLARATIONS, TOGETHER WITH THE COMPLETED AND SIGNED APPLICATION, THIS POLICY AND ANY ENDORSEMENTS OR SCHEDULES ATTACHED HERETO, CONSTITUTE THE INSURANCE POLICY. Policy Number: G71523536 002 Renewal of: G71523536 001 Item 1. Named Insured: McClure & Sons, Inc. 15714 Country Club Drive Mill Creek, WA 98012 The Named Insured is a: Individual Partnership Limited Liability Company Corporation Other: Item 2. Producer:ENVIRONMENTAL RISK MANAGERS, INC PO Box 210F Moline, MI 49335 273029 Item 3. Policy Period:Inception Date: 12/12/2021 Expiration Date: 12/12/2023 (12:01 A.M. Local time at the address shown in Item 1.) If "NOT INCLUDED" appears, then no such Coverage is provided under this policy. Item 4. Limits of Insurance: General Aggregate Limit:$5,000,000 Contractors Pollution Liability Coverage Part:$5,000,000 Each Pollution Condition Item 5. Deductible: Contractors Pollution Liability Coverage Part: $25,000 Each Pollution Condition Item 6. Advance Premium: $27,343 Item 7. Rate: Flat / Non Auditable Item 8. Estimated Basis: $40,000,000 (Estimated Revenue) Item 9. Retroactive Date: Contractors Pollution Liability Coverage Part:Not Applicable Item 10.Covered Locations: Not Applicable Item 11.Forms and Endorsements: Endorsements as listed on Schedule of Forms No. CPFS2 Item 12. Date: 12/16/2021 Authorized Representative ENV-3253 (12-18) (266562.2)Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION Named Insured McClure & Sons, Inc. Endorsement Number Policy Symbol CPW Policy Number G71523536 002 Policy Period 12/12/2021 to 12/12/2023 Effective Date of Endorsement 12/12/2021 Issued By (Name of Insurance Company) Illinois Union Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTOR’S POLLUTION LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This policy is primary to, and will not seek contribution from, any other insurance available to an additional insured under this policy, provided that: a.The additional insured is a named insured under such other insurance; and b.The named insured has agreed in a written contract or agreement that this insurance would: (1) act as primary insurance; and (2)would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of this policy remain unchanged. ENV-3251 (12/18) (221012.2) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 ADDITIONAL INSURED ENDORSEMENT – PRODUCTS-COMPLETED OPERATIONS HAZARD Named Insured McClure & Sons, Inc. Endorsement Number Policy Symbol CPW Policy Number G71523536 002 Policy Period 12/12/2021 to 12/12/2023 Effective Date of Endorsement 12/12/2021 Issued By (Name of Insurance Company) Illinois Union Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization(s): As required by written contract, prior to a loss to which this insurance applies. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. SECTION II – WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for injury or damage, to which this insurance applies, caused by or resulting from your work performed for that additional insured and included in the products-completed operations hazard, and only to the extent that such injury or damage is caused, in whole or in part, by your negligence or the negligence of those acting on your behalf. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance 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. B.With respect to the insurance afforded to these additional insureds, the following is added to SECTION III - LIMITS OF INSURANCE: 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 insurance: 1.Required by the contract or agreement; or 2.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 Declarations. All other terms and conditions of this policy remain unchanged. ENV-3250 (12/18) (221012.1) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 2 ADDITIONAL INSURED ENDORSEMENT – ONGOING WORK OR OPERATIONS Named Insured McClure & Sons, Inc. Endorsement Number Policy Symbol CPW Policy Number G71523536 002 Policy Period 12/12/2021 to 12/12/2023 Effective Date of Endorsement 12/12/2021 Issued By (Name of Insurance Company) Illinois Union Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE: Name of Person(s) or Organization(s): As required by written contract, prior to a loss to which this insurance applies. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the persons or organizations shown in the Schedule, but only with respect to liability for injury or damage, to which this insurance applies, caused in ,whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insureds. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance 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. B.With respect to the insurance afforded to these additional insureds, the following exclusion is added: Exclusions This insurance does not apply to injury or damage occurring after: a.All work or operations, including materials, parts or equipment furnished in connection with such work or operations, on the project (other than service, maintenance or repairs) to be performed by you or on your behalf at the site of the covered operations has been completed; or b.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 the additional insured as a part of the same project. ENV-3250 (12/18) (221012.1) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 2 of 2 C.With respect to the insurance afforded to these additional insureds, the following is added to SECTION III – LIMITS OF INSURANCE: 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 insurance: 1.Required by the contract or agreement; or 2.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 Declarations. All other terms and conditions of this policy remain unchanged. ENV-3143 (03-05)Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 Named Insured McClure & Sons, Inc. Endorsement Number Policy Symbol CPW Policy Number G71523536 002 Policy Period 12/12/2021 to 12/12/2023 Effective Date of Endorsement Issued By (Name of Insurance Company) Illinois Union Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As required by written contract, prior to a loss to which this insurance applies. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above 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. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. Human Resources & Risk Management Memorandum DATE: October 13, 2022 TO: Katie Nolan, Public Works, Utility Systems FROM: Risk Management SUBJECT: Insurance Review/ McClure & Sons, Inc. RE: 22-244 Maplewood WTP Filter Media Replacement Risk Management has reviewed the certificate of insurance for the above-named entity. The insurance certificate meets the City of Renton’s risk management requirements. Corresponding with the COI expiration, this approval memo is valid until 12/12/2022, or until changes in the contract or work invalidate the insurance coverage. SPECIAL PROVISIONS MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT WTR-27-3748 1 CITY OF RENTON SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS .................................................................................................. 5 1-01.1 General .................................................................................................................. 5 1-01.3 Definitions ............................................................................................................ 5 1-02 BID PROCEDURES AND CONDITIONS ................................................................................. 7 1-02.1 Prequalification of bidders ................................................................................... 7 1-02.2 Plans and Specifications ....................................................................................... 8 1-02.5 Proposal Forms ..................................................................................................... 8 1-02.6 Preparation of Proposal ........................................................................................ 9 1-02.6(1) Proprietary Information .......................................................................... 9 1-02.7 Bid Deposit ........................................................................................................... 9 1-02.9 Delivery of Proposal ........................................................................................... 10 1-02.12 Public Opening of Proposals ............................................................................. 10 1-02.13 Irregular Proposals............................................................................................ 10 1-02.14 Disqualification of Bidders ................................................................................ 10 1-02.15 Pre Award Information ..................................................................................... 11 1-03 AWARD AND EXECUTION OF CONTRACT ......................................................................... 11 1-03.1 Consideration of bids .......................................................................................... 11 1-03.2 Award of Contract............................................................................................... 12 1-03.3 Execution of Contract ......................................................................................... 12 1-03.4 Contract Bond ..................................................................................................... 12 1-03.7 Judicial Review ................................................................................................... 13 1-04 SCOPE OF WORK ............................................................................................................. 13 1-04.2 Coordination of Contract Documents… ............................................................... 13 1-04.3 Contractor-Discovered Discrepancies ................................................................. 13 1-04.4 Changes .............................................................................................................. 14 1-04.8 Progress Estimates and Payments....................................................................... 14 1-04.11 Final Cleanup .................................................................................................... 14 1-05 CONTROL OF WORK ........................................................................................................ 14 1-05.4 Conformity With and Deviation from Plans and Stakes ...................................... 14 1-05.4(3) Contractor Supplied Surveying .............................................................. 15 1-05.4(4) Contractor Provided As-Built Information ............................................. 16 1-05.7 Removal of Defective and Unauthorized Work ................................................... 16 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT WTR-27-3748 2 1-05.10 Guarantees ....................................................................................................... 17 1-05.11 Final Inspection ................................................................................................ 18 1-05.11(1) Substantial Completion Date............................................................... 18 1-05.11(2) Final Inspection and Physical Completion Date ................................... 18 1-05.11(3) Operational Testing ............................................................................. 19 1-05.12 Final Acceptance ............................................................................................... 19 1-05.13 Superintendents, Labor and Equipment of Contractor...................................... 19 1-05.14 Cooperation with Other Contractors................................................................. 19 1-05.16 Water and Power .............................................................................................. 20 1-05.17 Oral Agreements ............................................................................................... 20 1-05.18 Contractor's Daily Diary .................................................................................... 21 1-06 CONTROL OF MATERIAL .................................................................................................. 22 1-06.1 Approval of Materials Prior to Use ..................................................................... 22 1-06.2(1) Samples and Tests for Acceptance ........................................................ 22 1-06.2(2) Statistical Evaluation of Materials for Acceptance ................................ 22 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .............................................. 22 1-07.1 Laws to be Observed .......................................................................................... 22 1-07.2 State Sales Tax .................................................................................................... 23 1-07.2(1) General ................................................................................................. 23 1-07.2(2) State Sales Tax – Rule 171 ..................................................................... 23 1-07.2(3) State Sales Tax – Rule 170 ..................................................................... 23 1-07.2(4) Services ................................................................................................. 24 1-07.6 Permits and Licenses .......................................................................................... 24 1-07.9 Wages ................................................................................................................. 24 1-07.9(5) Required Documents............................................................................. 24 1-07.11 Requirements for Non-Discrimination .............................................................. 25 1-07.11(11) City of Renton Affidavit of Compliance ............................................. 25 1-07.12 Federal Agency Inspection ................................................................................ 25 1-07.13 Contractor’s Responsibility for Work ................................................................ 25 1-07.13(1) General ............................................................................................... 25 1-07.15 Temporary Water Pollution/Erosion Control ..................................................... 25 1-07.16 Protection and Restoration of Property ............................................................ 27 1-07.16(1) Private/Public Property ....................................................................... 27 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT WTR-27-3748 3 1-07.17 Utilities and Similar Facilities ............................................................................ 28 1-07.17(1) Site Specific Potholing ......................................................................... 29 1-07.17(3) Interruption of Services ...................................................................... 30 1-07.17(4) Resolution of Utility Conflicts ............................................................... 30 1-07.18 Public Liability and Property Damage Insurance ............................................... 30 1-07.18(1) General ............................................................................................... 31 1-07.22 Use of Explosives .............................................................................................. 33 1-07.23 Public Convenience and Safety ......................................................................... 34 1-07.23(1) Construction Under Traffic .................................................................. 34 1-07.23(2) Construction and Maintenance of Detours ......................................... 35 1-07.24 Rights of Way .................................................................................................... 35 1-07.28 Confined Space Entry ........................................................................................ 36 1-08 PROSECUTION AND PROGRESS ....................................................................................... 36 1-08.0 Preliminary Matters ............................................................................................ 36 1-08.0(1) Preconstruction Conference .................................................................. 36 1-08.0(2) Hours of Work ....................................................................................... 37 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees 38 1-08.1 Subcontracting .................................................................................................... 38 1-08.2 Assignment ......................................................................................................... 39 1-08.3 Progress Schedule ............................................................................................... 39 1-08.4 Notice to Proceed and Prosecution of the Work ................................................. 40 1-08.5 Time For Completion .......................................................................................... 40 1-08.6 Suspension of Work ............................................................................................ 41 1-08.7 Maintenance During Suspension ........................................................................ 42 1-08.9 Liquidated Damages ........................................................................................... 42 1-08.11 Contractor's Plant and Equipment .................................................................... 42 1-08.12 Attention to Work ............................................................................................. 42 1-09 MEASUREMENT AND PAYMENT ...................................................................................... 42 1-09.1 Measurement of Quantities................................................................................ 42 1-09.3 Scope of Payment ............................................................................................... 43 1-09.6 Force Account ..................................................................................................... 44 1-09.7 Mobilization ....................................................................................................... 44 1-09.9 Payments ............................................................................................................ 45 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT WTR-27-3748 4 1-09.9(1) Retainage .............................................................................................. 46 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts ............................................................................................................................... 46 1-09.9(3) Final Payment ....................................................................................... 47 1-09.11 Disputes and Claims .......................................................................................... 48 1-09.11(2) Claims ................................................................................................. 48 1-09.11(3) Time Limitations and Jurisdiction ........................................................ 48 1-09.13 Claims and Resolutions ...................................................................................... 48 1-09.13(3) Claims $250,000 or Less ...................................................................... 48 1-09.13(3)A Administration of Arbitration ........................................................... 48 1-09.13(3)B Procedures to Pursue Arbitration ...................................................... 48 1-09.14 Payment Schedule ............................................................................................ 49 1-09.14(1) Scope .................................................................................................. 49 1-09.14(2) Bid Items ............................................................................................. 49 1-10 TEMPORARY TRAFFIC CONTROL...................................................................................... 52 1-10.1 General ............................................................................................................... 52 1-10.2(1)B Traffic Control Supervisor ................................................................... 53 1-10.2(2) Traffic Control Plans .............................................................................. 53 1-10.3 Flagging, Signs, and All Other Traffic Control Devices ......................................... 53 1-10.3(3) Construction Signs ................................................................................ 54 1-10.4 Measurement ..................................................................................................... 54 1-10.5 Payment ............................................................................................................. 54 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 5 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) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. 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. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: (******) Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: (******) Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, wi ndstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work , which might reasonably have been anticipated from historical records of the general locality of the Work , shall not be construed as an act of God. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for “Contract”. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 6 Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work . Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work , replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner’s authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency’s acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 7 Performance and Payment Bond Same as “Contract Bond” defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer ’s points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work . Provide Means “furnish and install” as specified and shown in the Specifications. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as “Working Drawings” defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work . Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: (******) Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 8 1-02.2 Plans and Specifications Delete this Section and replace it with the following: (******) Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work . After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11” x 17”) and contract provisions 4 Furnished automatically upon award Large Plans (22” x 34”) 4 Furnished only upon request 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: (******) If a geotechnical study was prepared for the project, then the findings and recommendations are summarized in a report. The City of Renton will provide this study upon request. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work . It will also list estimated quantities, units of measurement, the items of Work , and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 9 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with: Supplement the second paragraph with the following: ****** 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. (******) Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: (******) Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety’s officer empowered to sign the bond form included in the Contract Provision. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 10 1-02.9 Delivery of Proposal Revise the first paragraph to read: (******) Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Advertisement for Bids, or as otherwise stated in the Bid Documents. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: (******) 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women’s Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders Revise this section to read: (******) 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 11 collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work ; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work ; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre-Award Information Revise this section to read: (******) Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work ; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor’s Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: (******) All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 12 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: (******) Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: (******) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescri bed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 13 a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work ; 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency’s headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Requirements of permits that are required by law for construction of the project 2. Approved Change Orders to the Contract 3. Addenda to the Contract documents 4. Proposal Form 5. Technical Specifications 6. Special Provisions 7. Contract Drawings 8. City of Renton Standard Plans 9. Amendments to the Standard Specifications 10. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 11. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: (******) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work , report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work , finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 14 Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: (******) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented as follows: (******) Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for “Minor Change” in the Proposal to become a part of the total bid by the Contractor. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (******) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******) All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (******) If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 15 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: (******) When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 16 intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Built Drawings." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a new section: (******) It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor’s responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Built Drawings", lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: (******) Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work , or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 17 unauthorized Work . If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner’s property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency’s rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: (******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work , all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work , or if an emergency exists, 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. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 18 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor’s request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work . The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: (******) When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 19 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: (******) Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work , it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: (******) The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor, and Equipment of Contractor Revise the seventh paragraph to read: (******) Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work , and shall properly connect and coordinate the Contractor’s Work with theirs. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 20 Other utilities, districts, agencies, and contractors who may have facilities within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. CenturyLink 4. City of Renton (water, sewer, transportation) 5. Comcast 6. Seattle Public Utilities 7. King County 8. Olympic Pipeline 9. Soos Creek Sewer and Water District 10. Cedar River Sewer and Water District 11. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.15 Method of Serving Notice Revise the second paragraph to read: (******) All correspondence from the Contractor shall be directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, shall be in letter format and delivered either via mail delivery service to the Engineer's office or delivered as an attachment to an email, as described below. Notices delivered by email shall be sent to all addresses on a mutually agreed upon list of addresses for the Contractor or the Contracting Agency. The list shall be agreed upon prior to issuance of the “Notice to Proceed with Construction” and shall be maintained by the Engineer. An email is deemed to be received by the end of the next business day following the date and time as recorded by the device used by the sender from which the email was sent. Email notifications shall have a subject line containing at least the project name and the word Notification (Maplewood WTP Filter Media Replacement – Notification). Attachments over 15 megabytes are not allowed. For files over 15 megabytes, a link to a secure file transfer service shall be provided. Confirmation of receipt of email notification shall be provided by the recipient no later than one business day following receipt of the email notification. 1-05.16 Water and Power Section 1-05.16 is a new Section: (******) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 21 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner’s representative on the job site will also complete a Daily Construction Report. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 22 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 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, MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 23 and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor’s care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures, in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: (******) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 1-07.2(2) State Sales Tax – Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax – Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 24 sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The 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. 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. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: (******) The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project’s funding source. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 25 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: (******) Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: (******) During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution Prevention Delete the first paragraph, and replace it 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 Water Pollution/Erosion Control Plan (TWPECP) and a final SWPPP. The TWPECP and SWPPP 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 the Preconstruction MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 26 Conference. 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 TWPECP 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. 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 also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. 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”; MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 27 • Design and operate dewatering system that will not remove natural soils; • Keep 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. 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 SWPPP 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. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and 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 SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPPP 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 SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 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 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 28 of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work , including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall 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 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 29 determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work , or may be performed in conjunction with the Contract Work . The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work . The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(3) Site Specific Potholing Section 1-07.17(3) is a new section: (******) Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 30 shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform for this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs associated with ‘waiting’ if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(4) Interruption of Services Section 1-07.17(4) is a new section: (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.17(5) Resolution of Utility Conflicts (******) Section 1-07.17(5) is a new section: In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 1-07.18 Public Liability and Property Damage Insurance Delete section 1-07.18 in its entirety, and replace it with the following: (June 07, 2021, City of Renton modified version of January 4, 2016, APWA GSP) 1-07.18 Insurance 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of Section 1-07.18 of these Special Provisions, from insurers with a current A.M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The City of Renton reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 31 B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims-made and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the City of Renton with proof of renewal. If renewal of the claims-made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the City of Renton shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the City of Renton and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the City of Renton. G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City of Renton may, after giving five (5) business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City of Renton on demand, or at the sole discretion of the City of Renton, offset against funds due the Contractor from the City of Renton. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the City of Renton and its officers, elected officials, employees, agents, consultants and volunteers. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds and, provide proof of such on the policies as required by that section as detailed MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 32 in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the City of Renton, the Contractor shall forward to the City of Renton evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage Within 20 days of award of the Contract, the Contractor shall deliver to the City of Renton a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of the City of Renton to demand such verification of coverage with these insurance requirements or failure of the City of Renton to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the City of Renton to be equivalent. 2. Copies of all endorsements naming the City of Renton and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the City of Renton, the Contractor shall forward to the City of Renton a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City of Renton’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the City of Renton. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 33 $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident Limits may be increased for higher than usual or special liability exposures. 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess Liability or Umbrella Required only if needed to reach minimum CGL or Automobile liability coverage limits. 1-07.18(5)E Professional Liability Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the City and if those professional services are excluded from the CGL policy. 1-07.18(5)F Pollution Liability Required if work involves a pollution risk to the environment. 1-07.18(5)G Builders Risk May be required up to the amount of the completed value of a new building or major construction project. 1-07.18(5)H Aircraft Liability Only required for aircraft tie-down leases. Such policy must provide the following minimum limit: $1,000,000 Each Occurrence (Single Limit Bodily Injury and Property Damage) 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: (******) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 34 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: (******) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency’s expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency’s expense, except those damaged due to the Contractor’s operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency’s expense when approved by the Engineer, except when flow is impaired due to the Contractor’s operations. Section 1-07.23(1) is supplemented by adding the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. 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 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 35 property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners’ access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours (******) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: (******) Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work . Exceptions to this are noted in the Contract Documents or brought to the Contractor’s attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. 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 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 36 from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City’s Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each confined space to be entered. Never leave the confined space open and unattended. The contractor’s or consultant’s point of contact with the City in regard to confined space entry will be the City’s assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsections: (******) 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: (******) The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting:  Contractor's plan of operation and progress schedule (3+ copies) MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 37  Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid)  List of materials fabricated or manufactured off the project  Material sources on the project  Names of principal suppliers  Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates)  Weighted wage rates for all employee classifications anticipated to be used on Project  Cost percentage breakdown for lump sum bid item(s) In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings – schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors’ and the Owner's employees and representatives Suspension of Work , time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: (******) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal 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 . MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 38 Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work ; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******) Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work . The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 39 The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: (******) The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 40 revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work . The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: (******) Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten (10) days of the Notice to Proceed date, unless otherwise approved in writing. The Contractor shall diligently pursue the Work to the physical completion date within the time specified in the Contract. Voluntary shutdowns or slowing of operations by the Contractor shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time for Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: (******) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as “the first working day”, and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work , or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 41 The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: (******) The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor’s obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors g. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: (******) Owner may at any time suspend the Work , or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 42 1-08.7 Maintenance During Suspension Revise the second paragraph to read: (******) At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: (******) In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorney ’s fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: (******) The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work . The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: (******) MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 43 Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: (******) The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 44 specified Work . Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment ” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work , delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material “furnished,” but not yet incorporated into the Work , may be made on monthly estimates to the extent allowed. There shall be no allowance for additional payment should the cost of any materials increase during the course of the original contract timeframe. The Contractor is responsible for securing prices at the time of bid. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: (******) Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor’s total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: (******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, tools, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. Payment will be made for the following bid item(s): “Mobilization & Demobilization,” Lump Sum. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 45 1-09.9 Payments Delete the third paragraph and replace it with the following: (******) Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: (******) Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including “red line” as-built drawings showing work installed by the Contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 46 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: (******) The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: (******) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer’s review of the Contractor’s approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor’s approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 47 d. Failure of the Contractor to furnish a Manufacture’s Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: (******) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work ; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work . A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work . Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 48 Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: (******) Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: (******) …such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: (******) The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: (******) The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: (******) The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 49 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: (******) GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: (******) A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: (******) This section describes the bid items. Measurement and Payment, where described in a bid item, shall supersede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. The following subsection provides the measurement and payment methods and other related information of the bid items on this project. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 50 Bid Item #1 – Mobilization & Demobilization (10% Maximum of Total Bid Pre-Tax) – Lump Sum This bid item may not be more than ten percent (10%) of the total amount of all other bid items excluding sales tax. Measurement for Mobilization and Demobilization will be lump sum. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, maintain cleanliness of the site and surrounding areas during work, and move all personnel and equipment off the site after contract completion. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City rights-of-way, access, and operation of site facilities. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare the following: • Proposed Sequence and Schedule for all major items of work; • Mobilization Plan showing the proposed location for storage of all equipment and materials; • Proposed disposal sites for spent media. This information shall be submitted to the City for review and approval within ten (10) days of the contract award. Payment for Mobilization and Demobilization will be made at the lump sum amount bid. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, and other plans/submittals not specifically covered in bid items, including revisions and resubmittals, all in conformance with the Contract Documents. No more than 50 percent (50%) of bid amount for this item will be paid prior to final payment request. Bid Item #2 – Removal and Replacement of GAC Media – Lump Sum Measurement for GAC removal and replacement will be per the lump sum bid price. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Profiling and characterization of the waste material (spent GAC and adsorbed constituents) and furnishing an approved profile to the Engineer. • Removal, hauling, disposal of spent GAC, and furnishing copies of disposal manifest(s)/paperwork documenting proper destruction or reactivation. • Preparation of the GAC contactors. • Furnishing, coordinating, and placing virgin GAC media. • Sampling in-place GAC media and furnishing test reports to the Engineer. • Performing performance testing. • Cleanup. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 51 Bid Item #3 – Removal and Replacement of Greensand, Anthracite, and Gravel Support Bed – Lump Sum Measurement for Greensand removal and replacement will be per the lump sum bid price. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to complete the work specified in the Contract Documents, and shall include but not be limited to the following: • Profiling and characterization of the waste materials (spent media and adsorbed constituents) and furnishing an approved profile to the Engineer. • Removal , hauling, disposal of spent materials, and furnishing copies of disposal manifest(s)/paperwork documenting proper disposal or treatment. • Preparation of the Greensand filter vessels. • Furnishing, coordinating, and placing new materials (Support Filter Gravel Bed, Anthracite media, and Greensand media). • Sampling in-place filter media and furnishing test reports to the Engineer. • Performing performance testing. • Cleanup. Bid Item #4 – Minor Changes – Force Account To provide a common basis for all bidders, the Contracting Agency has entered an amount for Minor Changes in the Proposal to become part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All Work and Payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. Unauthorized work will not be paid. If no changes are authorized under this bid item final payment for this item will be $0 (zero). MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 52 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: (******) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: (******) When the bid proposal includes an item for “Traffic Control,” the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work ; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Pre paring a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all 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 MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 53 items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item “Traffic Control” to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices( MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor’s allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: (******) A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. MAPLEWOOD WATER TREATMENT PLANT – FILTER MEDIA REPLACEMENT 03/30/2022 WTR-27-3748 54 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 Wor k in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: (******) No specific unit of measurement will apply to the lump sum item of “Traffic Control”. No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: (******) Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: “Traffic Control,” Lump Sum. Maplewood Water Treatment Plant Filter Media Replacement WTR-27-3748 PROJECT TECHNICAL PROVISIONS TABLE OF CONTENTS 01 10 00 SUMMARY 46 61 13 FILTER MEDIA 46 61 15 GRANULAR ACTIVATED CARBON APPENDIX A DRAWINGS AND PHOTOS Page intentionally left blank. PROJECT TECHNICAL PROVISIONS SECTION 01 10 00 SUMMARY GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. Work covered by Contract Documents. Access to site. Coordination with Occupants. Work restrictions. 1.2 PROJECT INFORMATION A. Project Location: 4032 Maple Valley Road, Renton, WA 98058 B. Project Summary: A complete turnkey exchange of filter media for three (3) greensand filters and GAC media for three (3) GAC contactors. Exchange would include removal, replacement, and disposal of spent materials. C. Prosecution of the Work: The Contractor shall not commence the Work until on or after October 1, 2022. D. Owner: City of Renton E. Owner’s Representative: Katie Nolan, PE (email) knolan@rentonwa.gov 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Terms Defined 1. The term “Owner” in these specifications refers to the City of Renton. 2. The term “Contractor” in these specifications refers to the General Contactor under contract with the city to perform the work associated with the project. 3. The term “Supplier” in these specifications refers to a manufacturer, supplier, or vendor who has furnished media of the type specified which have been in successful operation for potable water treatment for not less than the past ten (10) years. 4. The term “Qualified Field Person” in these specifications refers to a competent and experienced field person, employed by the Contractor or the Supplier, having a minimum of five (5) years of experience in material handling aspects pertaining to the loading and unloading of media of the type specified and have previously installed media of the type specified for at least three (3) systems for potable water treatment. 1.4 ACCESS TO SITE A. General: Contractor shall have limited access and use of the building. The Maplewood Water Treatment Plant is a secured building, and an Owner’s representative must be present at all times during interior access of the building. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of the Project site beyond areas in which the Work is indicated. PROJECT TECHNICAL PROVISIONS 01 10 00 Page 2 SUMMARY 1. Driveways, Walkways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner’s employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize use of driveways and entrances by construction operations. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. C. Condition of Existing Building: Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. 1. Maintain access to existing walkways, corridors, and other adjacent occupied facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner. 2. Notify Owner not less than two (2) business days (48 hours) in advance of activities that may affect Owner's operations. 3. Contractor may not be on site without an Owner’s representative present. 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. The Contractor shall not commence the Work until on or after October 1, 2022. The Contractor shall have no claim for damages or delays because of this schedule. 2. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7:00 a.m. to 4:00 p.m. Monday through Friday unless otherwise indicated by Owner. C. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two (2) business days (48 hours) in advance of proposed disruptive operations. D. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) END OF SECTION 01 10 00 PROJECT TECHNICAL PROVISIONS SECTION 46 61 13 FILTER MEDIA GENERAL 1.1 SUMMARY A. The Owner is requesting a complete turnkey exchange of filter media for three greensand filters. Exchange would include removal, replacement, and disposal of spent materials. B. This section describes materials, installation, and testing of filter media and support gravel described herein for the removal of manganese and iron from groundwater. C. Each filter contains 21 inches of anthracite coal, 15 inches of greensand media, and a support gravel bed as shown on the Drawings and described herein. D. The Contractor must provide a competent and experienced field person to ensure safe and proper installation of the filter media, or the Contractor shall arrange for a representative of the Supplier to be present on-site to oversee installation. Experience requirements are listed in Paragraph 1.5 below. 1.2 RELATED SECTIONS NOT USED 1.3 REFERENCE STANDARDS A. American National Standards Institute (ANSI) B. American Water Works Association (AWWA) C. National Sanitation Foundation (NSF) 1.4 SUBMITTALS The following information shall be submitted to the Owner in writing as specified herein. A. Responsible Bidder Determination and Pre-Award Qualification: Prior to award of contract, the Contractor will be required to submit a statement of qualifications. B. Test Reports 1. Pre-Award Proposed Materials: Prior to award of contract, provide recent lot laboratory analyses results to demonstrate that materials to be supplied are in compliance with the physical properties and specifications described herein. 2. Pre-shipment Verification: After award but prior to delivery to site, laboratory analyses results of the actual lots to be supplied shall be submitted for review. Test report shall include a statement certifying that the samples were taken from the materials to be furnished for this project. Sample results shall receive favorable review from the Owner prior to shipment. Complete descriptive data for filter materials shall include, but not be limited to, the following: name of manufacturer, date of sampling, lot number identification, sieve analyses, and physical characteristics listed in Paragraph 3.4E below. 3. In-Place Sampling: The filter media will be sampled after installation in accordance with Paragraph 3.4E below. Submit testing results to the Owner within ten (10) business days of sample collection. PROJECT TECHNICAL PROVISIONS 46 61 13 Page 2 FILTER MEDIA C. Certificates: After award but prior to delivery, submit certifications that the anthracite, greensand, and support gravel bed to be furnished meet ANSI/NSF Standard 61 - Drinking Water System Components. D. Affidavits: With delivery to the site, submit an affidavit of compliance that the filter media and support gravel bed furnished complies with the applicable provisions of ANSI/AWWA B100 (latest revision) and these specifications. E. Shop Drawings: After installation, submit updated shop drawings of the filters with sufficient data to show that the materials conform to these specifications including: size and location of layers and pertinent manufacturer’s data. F. Transport and Disposal Documentation: 1. Obtain and supply copies to the Owner all documents needed to transport the spent filter materials. The Contractor shall be responsible to complete all applications and documents required. 2. Documentation of destruction or treatment shall be provided to the Owner within thirty (30) calendar days from the date the spent filter material is removed from the site. 1.5 QUALITY ASSURANCE A. Supplier’s Experience: The filter media shall be the product of a Supplier who has furnished media of the type specified which have been in successful operation for potable water treatment for not less than the past ten (10) years. B. Installation Supervision: 1. Installation of filter media shall be under the direct supervision and control of a competent and experienced field person, having a minimum of five (5) years of experience in material handling aspects pertaining to the loading and unloading of filter media and have previously installed filter media for at least three (3) systems for potable water treatment. 2. This may be qualified supervisory personnel employed by the Contractor or a qualified field representative directly employed by the Supplier. 3. The Qualified Field Person shall be identified prior to award of contract, and the Contractor shall submit the resume of the field person, indicating qualifications and years of experience. 4. The Qualified Field Person must be present at the job site as often as necessary to ensure a completely satisfactory installation including initial startup. C. At any time the Owner may elect to request a pre-delivery sample of the material scheduled to be delivered and submit it to a certified laboratory for testing to assure the material being delivered meets the appropriate specification. 1.6 PROJECT / SITE CONDITIONS A. It is the responsibility of each Contractor before submitting a Bid to examine the Drawings and Photos to become familiar with site conditions that may affect cost, progress, or performance of the work. B. The Maplewood Treatment Plant will be shutdown so that all three of the greensand filters can be out-of-service at the same time. PROJECT TECHNICAL PROVISIONS 46 61 13 Page 3 FILTER MEDIA C. The greensand filters are located inside a secured building and access must be coordinated with the Owner. D. All water used in the transfer process shall be discharged to the point on site designated by the Owner. No discharges will be permitted without the Owner’s permission. E. The site contains access platforms and a beam anchored, fall restraint trolley system around the greensand filters as shown on the Drawings and Photos. 1.7 SYSTEM RESPONSIBILITY A. The Contractor shall be responsible for furnishing, coordinating, installing, and testing the filter materials. B. The disposal and tracking of spent materials shall become the responsibility of the Contractor. The Owner is not to be held responsible once the spent material leaves the Owner’s property. C. The Owner will be responsible for system startup, washing/backwashing, disinfection, and media conditioning. Only the Owner shall operate the system. PRODUCTS 2.1 GREENSAND FILTER DATA Filter Vessel Details Filter Design Straight Side Shell Vertical Tank Number of Filters 3 Filter Dimensions (diameter x height) 12 ft x 6.25 ft (straight side) Bed Area 112 sqft Freeboard 40% Anthracite Filter Media 196 cf (per filter) Greensand Filter Media 140 cf (per filter) Graded Gravel Bed (5 layers) 159 cf (per filter) 2.2 FILTER MATERIALS A. Filter media and support gravel shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 61. B. Materials, testing, shipment, placement, and preparation of the filters for service shall conform to the latest revision of ANSI/AWWA B100 except as modified herein. C. Filter Gravel 1. A support bed consisting of several layers of graded gravel shall be incorporated in the bottom of each filter with the largest size gravel loaded into the filter first and the succeeding smaller sizes placed on top. The lower layer shall completely cover the underdrain. 2. The filter gravel shall consist of hard, rounded stones. It shall possess sufficient strength and hardness to resist degradation during handling and use. 3. The filter gravel shall have a saturated-surface-dry specific gravity of not less than 2.6. PROJECT TECHNICAL PROVISIONS 46 61 13 Page 4 FILTER MEDIA 4. The filter gravel shall be visibly free of clay, shale, lime, iron, or organic impurities. 5. The gravel shall be graded to uniformly disperse backwash water across the entire filter area without channeling or excessive wall upflow velocities. 6. The filter gravel gradations and layer thicknesses shown in the following table are recommended. In no case shall the filter gravel be less than 16 inches deep. Filter Gravel Layers from Top to Bottom Layer Graduation Layer Thickness # 8 Mesh x # 12 Mesh 3.0 inches 3/16” x # 8 Mesh 3.0 inches 3/8” x 3/16” 3.0 inches 3/4” x 3/8” 3.0 inches 1-1/2” x 3/4” 4.5 inches over laterals D. Greensand 1. The middle layer shall be a minimum finished thickness of 15 inches of greensand. 2. The greensand supplied shall be GreensandPlus™. This product provides the necessary iron and manganese removal with additional hydrogen sulfide removal. It is an exact replacement for manganese greensand. 3. An extra inch of greensand shall be shall be supplied to compensate for losses during backwash and skimming of fines. 4. The greensand shall consist of hard, durable, generally spherical, and dense grains of silica sand that will resist degradation during handling and use and shall be capable of maintaining its manganese dioxide coating. 5. The greensand shall be visibly free of clay, dust, and micaceous or organic matter. 6. The greensand media to be furnished shall meet the specifications listed in the Greensand Physical Properties table below. Greensand Physical Properties Specific Gravity (Dry) 2.40 ± 0.05 Effective Size 0.3 to 0.35 mm Uniformity Coefficient <1.6 E. Anthracite 1. The top layer shall be a minimum finished thickness of 21 inches of hard coal anthracite. 2. An extra inch of anthracite shall be supplied to compensate for losses during backwash and skimming of fines. 3. Anthracite shall consist of hard, durable No. 1 grade, anthracite coal particles of various sizes. Blending of non-anthracite material is not acceptable. 4. Anthracite shall be visibly free of shale, clay, and other extraneous debris. 5. The anthracite media to be furnished shall meet the specifications listed in the Anthracite Physical Properties table below. PROJECT TECHNICAL PROVISIONS 46 61 13 Page 5 FILTER MEDIA Anthracite Physical Properties Apparent Density 50 lbs/cf Specific Gravity (Dry) 1.60 ± 0.5 Effective Size 0.6 - 0.8 mm Uniformity Coefficient <1.6 Acid Solubility <5% Hardness >3 (on Mohs’ scale) EXECUTION 3.1 REMOVING EXISTING FILTER MEDIA A. Removal of Spent Materials 1. The Contractor shall provide all equipment, tools, and supplies necessary to remove the spent materials from the filters including compressed air supply, transfer hoses, and fittings. 2. The Contractor shall be required to thoroughly wash down the interior top, sides and bottom of the filter to remove all spent materials. The Contractor must inspect the interior without entering the filter to confirm all spent materials are removed. 3. The Owner will be present on site during all transfer operations and the interior of the filters shall be favorably reviewed by the Owner prior to the spent materials being transported off site. B. Transport and Disposal 1. The transport, disposal, and tracking of spent materials shall become the responsibility of the Contractor. 2. The Contractor shall transport and dispose of spent materials in accordance with local waste disposal regulations. 3. The Contractor shall be ultimately responsible for the profiling and characterization of the spent materials and its adsorbed constituents. This responsibility shall include any necessary sampling, laboratory analysis of the materials, and obtaining appropriate approvals and documentation. 4. The Contractor shall be responsible for the spent materials to be transported from the site to a properly permitted and regulatory compliant facility for proper disposal or treatment. The Contractor shall be responsible for obtaining, maintaining, and assuring to the Owner that all permits necessary for the transportation of the filter contents to the treatment/destruction facility are in full force. The spent materials shall not be removed from the site without an approved profile. 5. The spent material must be transported off the property within 24 hours of its removal from the filters. The Contractor shall provide for the safe and timely transportation of the spent materials to the treatment/destruction facility within one week of removal from the filters. 3.2 DELIVERY A. Filter media and support gravel shall be shipped in 50-lb bags or 1-ton bulk sacks. The Owner must verify and approve of the delivered materials prior to installation. B. Bulk shipment of is not allowed. PROJECT TECHNICAL PROVISIONS 46 61 13 Page 6 FILTER MEDIA C. Filter materials shall be transported and delivered in a careful manner to prevent physical damage to the particles. 3.3 PLACING FILTER MEDIA A. Preparing the Filters 1. All debris, dirt, dust, and any other foreign substance shall be removed by the Contractor from the filter interior including the underdrain system. Each filter shall be kept clean throughout placement and startup operations. This cleaning must be favorably reviewed by the Owner prior to beginning placement of the filter media. 2. The underdrain system must be checked by the Contractor to ensure it is level, undamaged, and complete. All deficiencies shall be reported to the Owner and corrected prior to any placement of filter media. 3. Before any filter materials are placed, the Contractor shall mark the top elevation of each layer, as well as 1 inch above the top elevation of the greensand and anthracite layers. 4. Materials will be stored in a protected area at the site and each material shall be stored separately. Under no circumstance shall materials be removed from the bags or sacks before they are placed in the filter. B. Placing Filter Materials 1. The Owner will be present on site during installation to operate the system as needed and will be responsible for washing/backwashing. 2. The Qualified Field Person shall oversee installation. 3. The Contractor shall take measures to control dust during installation. 4. The Contractor shall place the bottom layer of gravel carefully to avoid damaging the underdrain system. Any damage shall be repaired at the Contractor’s expense. 5. Each layer shall be completed before the layer above is started. 6. Each layer of filter material shall be deposited in a uniform thickness with the top surface screeded and brought to a level plane. The Contractor shall take care when depositing each layer as not to damage the quality or integrity of the material or to disturb the level surface of the layer beneath. Filter materials may be placed in the filter by means of a tremie system or scattering the media directly from the bags. Alternately, greensand and anthracite may be placed in the filter hydraulically using water and then backwashing for leveling. Pneumatic placement of the filter media is not allowed. 7. The elevation of the top surface of each layer shall be checked by filling the filter with water to the level line previously marked on the inside of the filter. To avoid disturbing the layer, water shall be introduced from the bottom of the filter (i.e., backwash mode). The greensand and anthracite layers shall each be filled to the 1 inch above the top elevation line. 8. After all filter gravel is placed and before any greensand or anthracite is placed, the filter must be washed. Only the Owner will operate the system for washing. Any gravel that becomes disturbed by the wash shall be removed and replaced with clean material of the proper type and size. 9. After the support gravel bed is set, the greensand and anthracite layers shall be placed. By manufacturer’s design, the greensand and anthracite layers shall each have the top 1 inch of material scraped or skimmed to remove fines PROJECT TECHNICAL PROVISIONS 46 61 13 Page 7 FILTER MEDIA following washing. Only the Owner will operate the system for washing. The Contractor shall be responsible for scraping and skimming. 10. Any filter material that becomes dirty, contaminated, or mixed with another material shall be removed and replaced with clean material of the proper type. 11. The Contractor will be responsible for cleanup of all material spills that may occur during the transfer operation. 3.4 PREPARING FILTER FOR SERVICE A. The Owner will be present on site to operate the system as needed and will be responsible for washing/backwashing, disinfecting, and conditioning the media. B. After all filter materials have been placed, the filter shall be filled with water to saturate the entire bed. The bed shall be allowed to stand for a period specified by the Supplier and/or the Owner. This period shall not be less than 12 hours if the bed has been installed dry or allowed to stand dry. C. The Owner will perform a filter wash in accordance with ANSI/AWWA B100. Irregularities in the filter media surface elevation greater than 1 inch after washing shall be considered excessive and indicative of a non-uniform flow. Correct any deficiencies until a uniform flow condition is obtained. D. Following washing, the Contractor shall partially drain the filter and a layer of fine material approximately 3/16-inch thick shall be removed from the surface by scraping. 1. The scraping operation shall be repeated as many times as necessary to remove virtually all material passing a No. 50 sieve and to remove all flat particles. The filter shall be washed at least three times between scrapings. Each wash shall be at least 5 minutes in duration and shall be at a rate sufficient to cause 40 percent bed expansion. 2. After all scraping operations are complete, additional material shall be added as necessary to bring the top surface of the filter to the finished elevation. E. In-place Filter Media Sampling and Testing 1. The Contractor shall be responsible for sampling the filter media following installation. The Supplier shall supply core samplers for the in-place media sampling. 2. Composite samples shall be collected from the filters after they have been backwashed and drained. Composite samples of each type of filter media (anthracite and greensand) shall be collected in accordance with ANSI/AWWA B100 and under the supervision of the Qualified Field Person. One composite sample of each filter media type shall be sent to a certified laboratory for testing. 3. For pre-shipment verification only, gravel analyses shall, at a minimum, consist of the following as described in ANSI/AWWA B100: Apparent density, Effective size 4. For pre-shipment verification and in-place sampling, greensand analyses shall, at a minimum, consist of the following as described in ANSI/AWWA B100: Apparent density, Specific gravity (dry), Effective size, Uniformity coefficient PROJECT TECHNICAL PROVISIONS 46 61 13 Page 8 FILTER MEDIA 5. For pre-shipment verification and in-place sampling, anthracite analyses shall, at a minimum, consist of the following as described in ANSI/AWWA B100: Apparent density, Specific gravity (dry), Effective size, Uniformity coefficient, Acid solubility, Hardness (Mohs’ Scale) F. Filter Disinfection and Greensand Conditioning: After all other work is completed, and before the filter is placed in service, the entire filter shall be disinfected and the greensand shall be conditioned by chlorination. The Owner will be responsible for disinfecting and conditioning. The Qualified Field Person should be available to provide technical expertise for the media conditioning. D. After filling the filter vessels, the Owner shall test the water to ensure compliance with state and federal drinking water standards. The Owner will be responsible for the cost of water sample testing. G. The Owner shall not accept the project until the filter vessel water meets state and federal drinking water standards. 3.5 PERFORMANCE TESTING A. The Contractor shall furnish all equipment required to complete the filter performance tests. B. The Contractor shall measure media depth and replace any media lost during the startup and performance test period. 3.6 SITE CLEANUP A. Upon completion of all work, the Contractor shall make a detailed inspection of all work. B. Upon completion of all work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage caused by their workers and shall leave the premises in a clean and orderly condition. C. Site cleanup and restoration will be accomplished to the satisfaction of the Owner prior to demobilization. END OF SECTION 46 61 13 PROJECT TECHNICAL PROVISIONS  SECTION 46 61 15  GRANULAR ACTIVATED CARBON   PART 1 ‐ GENERAL  1.1 SUMMARY  A. The Owner is requesting a complete turnkey exchange of granular activated carbon  (GAC) media for three existing GAC contactors. Exchange would include removal,  replacement, and disposal of spent GAC.    B. This section describes materials, installation, and testing of GAC media described herein  to adsorb and catalytically oxidize hydrogen sulfide and polysulfides from groundwater.  C. Approximately 20,000 pounds of GAC shall be supplied and installed in each contactor.  D. The Contractor must provide a competent and experienced field person to ensure safe  and proper installation of the GAC media, or the Contractor shall arrange for a  representative of the Supplier to be present on‐site to oversee installation. Experience  requirements are listed in Paragraph 1.5 below.  1.2 RELATED SECTIONS   NOT USED  1.3 REFERENCE STANDARDS  A. American National Standards Institute (ANSI)  B. American Water Works Association (AWWA)  C. National Sanitation Foundation (NSF)  1.4 SUBMITTALS  The following information shall be submitted to the Owner in writing as specified herein.  A. Responsible Bidder Determination and Pre‐Award Qualification: Prior to award of  contract, the Contractor will be required to submit a statement of qualifications.   B. Test Reports  1. Pre‐Award Proposed Materials: Prior to award of contract, provide recent lot  laboratory analyses results to demonstrate that materials to be supplied are in  compliance with the physical properties and specifications described herein.   2. Pre‐shipment Verification: After award but prior to delivery to site, laboratory  analyses results of the actual lots to be supplied shall be submitted for review.  Test report shall include a statement certifying that the samples were taken  from the media to be furnished for this project. Sample results shall receive  favorable review from the Owner prior to shipment.  Complete descriptive data  for GAC media shall include, but not be limited to, the following: name of  manufacturer, date of sampling, lot number identification, sieve analyses, and  physical characteristics listed in Paragraph 3.4C below.  3. In‐Place Sampling: The GAC media will be sampled after installation in  accordance with Paragraph 3.4C below. Submit testing results to the Owner  within ten (10) business days of sample collection.  PROJECT TECHNICAL PROVISIONS 46 61 15 Page 2 GRANULAR ACTIVATED CARBON C. Certificates: After award but prior to delivery to site, submit a certification that the GAC to be furnished meets ANSI/NSF Standard 61 - Drinking Water System Components. D. Affidavits: After award but prior to delivery to site, submit an affidavit of compliance that the GAC media to be furnished complies with the applicable provisions of ANSI/AWWA B604 and these specifications. E. Shop Drawings: After installation, submit updated shop drawings of the contactors with sufficient data to show that the materials conform to these specifications including date of installation and pertinent manufacturer’s data. F. Transport and Disposal Documentation: 1. Obtain and supply copies to the Owner all documents needed to transport the spent GAC. The Contractor shall be responsible to complete all applications and documents required. 2. Documentation of destruction or treatment shall be provided to the Owner within thirty (30) calendar days from the date the spent GAC is removed from the site. 1.5 QUALITY ASSURANCE A. Supplier’s Experience: The GAC media shall be the product of a Supplier who has furnished media of the type specified which have been in successful operation for potable water treatment for not less than the past ten (10) years. B. Installation Supervision: 1. Installation of GAC media shall be under the direct supervision and control of a competent and experienced field person, having a minimum of five (5) years of experience in material handling aspects pertaining to the loading and unloading of GAC media and have previously installed GAC media for at least three (3) systems for potable water treatment. 2. This may be qualified supervisory personnel employed by the Contractor or a qualified field representative directly employed by the Supplier. 3. The Qualified Field Person shall be identified prior to award of contract, and the Contractor shall submit the resume of the field person, indicating qualifications and years of experience. 4. The Qualified Field Person must be present at the job site as often as necessary to ensure a completely satisfactory installation including initial startup. C. At any time the Owner may elect to request a pre-delivery sample of the material scheduled to be delivered and submit it to a certified laboratory for testing to assure the material being delivered meets the appropriate specification. 1.6 PROJECT / SITE CONDITIONS A. It is the responsibility of each Contractor before submitting a Bid to examine the Drawings and Photos to become familiar with site conditions that may affect cost, progress, or performance of the work. B. The Maplewood Treatment Plant will be shutdown so that all three of the GAC contactors can be out-of-service at the same time. PROJECT TECHNICAL PROVISIONS 46 61 15 Page 3 GRANULAR ACTIVATED CARBON C. The GAC contactors are located inside a secured building and access must be coordinated with the Owner. D. All water used in the transfer process shall be discharged to the point on site designated by the Owner. No discharges will be permitted without the Owner’s permission. E. The site contains access platforms and a beam anchored, fall restraint trolley system around the GAC contactors as shown on the Drawings and Photos. 1.7 SYSTEM RESPONSIBILITY A. The Contractor shall be responsible for furnishing, coordinating, installing, and testing the virgin GAC media. B. The disposal and tracking of spent GAC shall become the responsibility of the Contractor. The Owner is not to be held responsible once the spent material leaves the Owner’s property. C. The Owner will be responsible for system startup, washing/backwashing, disinfection, and conditioning the media. Only the Owner shall operate the system. PART 2 - PRODUCTS 2.1 GAC CONTACTOR DATA GAC Contactor Vessel Details Contactor Design Straight Side Shell Vertical Tank Number of Contactors 3 Contactor Dimensions (diameter x height) 12 ft x 8 ft (straight side) Bed Volume 5,540 gallons Bed Mass 20,000 to 22,000 lbs (GAC/ contactor) Media Height 5.9 ft Freeboard Height 3.1 ft 2.2 GAC MEDIA A. The GAC media supplied shall be Calgon Carbon Corporation Centaur (12x40 mesh) type GAC, no substitutes. This product was selected for sulfide removal and evaluated through extensive pilot testing performed on Maplewood well water. B. The GAC shall be virgin re-agglomerated product, manufactured from metallurgical grade bituminous coal and combined with suitable binders by a domestic manufacturing facility. The GAC must possess superior hardness and abrasion characteristics to withstand repeated pneumatic and hydraulic transfers without significant change in physical size of loss of GAC volume. C. GAC media shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 61. D. The GAC media shall comply with ANSI/AWWA B604 except as modified herein. E. The GAC media shall be furnished by a single supplier. F. The GAC to be furnished shall meet the specifications listed in the table below. PROJECT TECHNICAL PROVISIONS 46 61 15 Page 4 GRANULAR ACTIVATED CARBON PART 3 - EXECUTION 3.1 REMOVING EXISTING GAC MEDIA A. Removal of Spent GAC 1. The Contractor shall provide all equipment, tools, and supplies necessary to remove the spent GAC from the contactors including compressed air supply, transfer hoses, and fittings. 2. The Contractor shall be required to thoroughly wash down the interior top, sides and bottom of the contactor to remove all spent GAC. The Contractor must inspect the interior, without entering the contactor, to confirm all spent GAC is removed. 3. The Owner will be present on site during all transfer operations and the interior of the contactors shall be favorably reviewed by the Owner prior to the spent GAC being transported off site. B. Transport and Disposal 1. The transport, disposal, and tracking of spent GAC shall become the responsibility of the Contractor. 2. The Contractor shall transport and dispose of spent GAC in accordance with local waste disposal regulations. 3. The Contractor shall be ultimately responsible for the profiling and characterization of the spent GAC and its adsorbed constituents. This responsibility shall include any necessary sampling, laboratory analysis of the materials, and obtaining appropriate approvals and documentation. 4. The spent GAC removed from the contactors shall be transported from the site to a properly permitted and regulatory compliant reactivation or destruction facility for proper disposal or treatment. The Contractor shall be responsible for obtaining, maintaining, and assuring to the Owner that all permits/manifests necessary for the transportation of the contactor contents to the treatment/destruction facility are in full force. The spent GAC shall not be removed from the site without an approved profile. 5. The spent GAC must be transported off the property within 24 hours of its removal from the contactors. The Contractor shall provide for the safe and timely transportation of the spent GAC to the treatment/destruction facility within one week of removal from the filters. GAC Physical Properties Iodine Number Minimum 825 mg/g H2S Capacity Minimum 0.1 g H2S/mL GAC Total Ash, by weight % Maximum 7% Moisture , wt%, as packed Maximum 3% Apparent Density Minimum 0.56 Abrasion Number Minimum 75 Effective Size Millimeters 0.55 to 0.75 Uniformity Coefficient Maximum ≤1.9 Percent on 12 mesh Maximum 5 Percent through 40 mesh Maximum 4 PROJECT TECHNICAL PROVISIONS 46 61 15 Page 5 GRANULAR ACTIVATED CARBON 3.2 DELIVERY A. Bulk slurry transport is the preferred method of GAC delivery. If an alternative delivery method is proposed, the Contractor must provide detailed delivery instructions describing method of transfer prior to delivery. B. Only dedicated bulk carriers shall be used for bulk slurry delivery and utilizing trailers designated for the transport of activated carbon intended for use in potable water. C. Each bulk transport of material shall carry with it some means of identification. The Owner must verify and approve of the delivered materials prior to installation. D. GAC shall be transported and delivered in a careful manner to exclude all dust, dirt or deleterious material and to prevent physical damage to the particles. 3.3 PLACING GAC MEDIA A. Preparing the GAC Contactors 1. All debris, dirt, dust, and any other foreign substance shall be removed from the contactor interior including the underdrain system. Each contactor shall be kept clean throughout placement and startup operations. This cleaning must be favorably reviewed by the Qualified Field Person and the Owner before beginning placement of the GAC media. 2. The underdrain system must be checked to ensure it is level, undamaged, and complete. All deficiencies shall be reported to the Owner and corrected prior to any placement of GAC. B. Placing GAC Media 1. The Owner will be present on site during installation to operate the system as needed and will be responsible for disinfection and backwashing. 2. The Qualified Field Person shall oversee installation. 3. The GAC contactors shall be leak tested and disinfected by the Owner prior to GAC media placement. 4. The GAC media shall be placed into the contactors hydraulically as a slurry, unless otherwise approved. The Contractor must follow placement procedures in accordance with ANSI/AWWA B604. 5. The Contractor shall take measures to control dust during installation. 6. The Contractor shall take care when installing the GAC to avoid damage to the underdrain system. Any damage shall be repaired at the Contractor’s expense. 7. The water level in the GAC contactors shall be maintained above the GAC media level at all times in order to prevent oxygen adsorption. When exposed to air, wet GAC media will rapidly adsorb oxygen and create an oxygen deficient environment. 8. The Contractor will be responsible for cleanup of all GAC and slurry spills that may occur during the transfer operation. 3.4 PREPARING FILTER FOR SERVICE A. The Owner will be present on site to operate the system as needed and will be responsible for backwashing. B. The Contractor must prepare the GAC contactor for service in accordance with ANSI/AWWA B604. PROJECT TECHNICAL PROVISIONS 46 61 15 Page 6 GRANULAR ACTIVATED CARBON C. In-place Filter Media Sampling and Testing 1. The Contractor shall be responsible for sampling the GAC media following installation. GAC samples shall be collected in accordance with ANSI/AWWA B604 and under the supervision of the Qualified Field Person. 2. One sample from each filter shall be sent to a certified laboratory for testing. 3. For pre-shipment verification and in-place sampling, GAC analyses shall, at a minimum, consist of the following as described in ANSI/AWWA B604: a. Mesh size confirmation, b. Uniformity coefficient, c. Effective size (mm), d. Apparent density (g/cc), e. Iodine number (mg/g), f. Total Ash (percent), g. Moisture weight (percent), h. Abrasion number D. If the GAC media does not meet the requirements of this specification or of ANSI/AWWA B604, a notice of nonconformance will be provided by the Owner to the Contractor within 5 days after receipt of results and the Contractor shall remove the media from the job site, at the Contractor’s expense, when so ordered by the Owner. E. After filling the contactors, the Owner shall test the water to ensure compliance with state and federal drinking water standards. The Owner will be responsible for the cost of water sample testing. G. The Owner shall not accept the project until the contactor water meets state and federal drinking water standards. 3.5 PERFORMANCE TESTING A. The Contractor shall furnish all equipment required to complete the filter performance tests. B. The Contractor shall measure media depth and replace any media lost during the startup and performance test period. 3.6 SITE CLEANUP A. Upon completion of all work, the Contractor shall make a detailed inspection of all work. B. Upon completion of all work, the Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage caused by their workers and shall leave the premises in a clean and orderly condition. C. Site cleanup and restoration will be accomplished to the satisfaction of the Owner prior to demobilization. END OF SECTION 46 61 15 PROJECT TECHNICAL PROVISIONS Filter Media Replacement Maplewood Water Treatment Plant WTR-27-3748 APPENDIX A DRAWINGS AND PHOTOS Maplewood Water Treatment Facility O&M Training - Hydrogen Sulfide Removal System 20 GAC CONTACTOR VESSEL SPECIFICATIONS •Nominal Diameter = 12 ft •Straight Side Height = 8 ft •Pressure Rating = 75 psi. •Bed Volume = 5,540 gal •Bed Mass = 20,000 to 22,000 lbs GAC/contactor •Media Height = 5.9 ft •Freeboard Height = 3.1 ft Maplewood Water Treatment Facility O&M Training - Hydrogen Sulfide Removal System 21 GAC CONTACTOR VESSEL A GAC Discharge Nozzle B GAC Fill Nozzle C Inlet Distributor Nozzle D Underdrain Nozzle E Manway F Air/Vacuum Relief Nozzle G Media Sampling Nozzles H Water Level Sensors Nozzle J Pressure Relief Valve A B D F C E H J G1 G3 G2 A B D F C E H J IOPERATIONANDMAINTENANCEMANUALMODEL12GRANULARCARBONADSORPTIONSYSTEMCALaOCAMflC1.1MODEL12SPEcIFIcATIoNsANDOPERATINGCoNomoNs1.AdsorberVesselSpecificationsMaterialofConstruction:CarbonSteelTankLining:Plasite4110ForceCuredforNSFStandard61TypeofHeads:Top:ASME2:1EllipticalBottom:ASME2:1EllipticalDiameter:12Fl.StraightSideHeight:8Ft.DesignTemperature(°F):Normal:100Max.:135DesignPressure:75psig@140°FFaint:PrimeCoat:Tnemec90—97ZincInter.Coat:Tnemec66EpoxolineFinishCoat:Polyurethane(FieldappliedbyMidMountainContractors,Inc.)2.VesselCapacitiesBedVolume:6480Gal.VesselVolume:9190Gal.MaximumFlowRatePerVessel:1100gpmSystemPressureDrop()at1100gpm:Series:3psi(*)Thepressuredropisforafreshcarbonbed.EmptyBedContactTimeat1100gpm:6Mm.in26000Lbs.GAC3.BackwashingInformation20%:BackwashRate:1070gpm(**)BackwashPressureDrop:3psi(fl)Assumes55°Fbackwashwatersource.CCALGONCARBONCORPORATION•CoPYRIGHT2005+Au.RIGHTsRESERVEDPAGE1.2 I!OPERATIONANDMAINTENANCEMANUALMODEL12GRANULARCARBONADSORPTIONSYSTEMCAIOOIICAR5ONRPOMTION0CALCULATIONOFEMPTYBEDCONTACTTIMECiTyOFRENTON,WAMAPLEWOODWATERTREATMENTANDGOLFCOURSEIMPROVEMENTSPROJECTNUMBER:WTR-27-2953,RENTON,WAEmptyBedContactTime(EUCT)iscalculatedasfollows:BASIS:26,000Lbs.ofGAC30Lbs/Ft3BulkDensityofCentaur®Carbon1,100GalIMinWaterFlowRate(326,000Lbs.+30LbsIFt3x7.481Gal/Ft3=6,480GallonsofGACEBCT:6,480GallonsofGAC+1,100GaVmin6MinutesC)CALGONCARBONCORPORATION•COPYRIGHT2D05•ALLRIGHTSRESERVEDPAGE7.2 L-JLULU>002DEPTHVOLUME(INCHES)(CU.FT.)+10%GRAVEL28+33GRAVEL3GRAVEL3-J-JLUC;.)F0FU,to(0TOBEPUTINTOTHETANKFIRST.SMALLERSIZEGRAVELUNTILTHEFISPLACED.SEEINSTRUCTIONMANUAL.MADEBYWBTHUNGERFORD&TERRYInc0DATE10-20-03CLAYTON,N.J.SCALENONECHECKEDCEYERTITLEFERROSAND‘CC’FILTERINTERIORREF.APPROVED_____01d20Lx#12x#8*GRAVEL3/flx3%BED13/4”XL11/2’x3/4’’ANOTE:BEDSAMPLESGRAVELTOBEGRAVELDIA.:AREA:144”O.D.111.9FT2TOPOFNO.REQ.:30)INLET____28+3____28+3____28+3GRAVEL4T/42+4TOBESUBMITTEDPERSPEC.11357—2PARA.SHIPPEDIN50LB.BAGS(=APPROX.1/2CUaINLETDISTRIBUTORSEEDWG.31997—A021.04,BFT.)-z__U,H40%FREEBOARD•(IItIXACCORDvj!mHFArA.o.i.FUi’.—t7.•--..rJANIHIRACIL96Cu.it..rrrir06——•.UNIF.LOEFF.<1.6(+20cu.ft..=10%EXTRA)(+9u.ft.=1’EXTRAFORLOSSES)FERROSAND140Cu.ft.EFF.SIZE0.30—0.35mmUNIF.COEFF.<1.6(±14u.ft.=10%EXTRA)(+9Cu.ft.=1’EXTRAFORLOSSES)GRAVEL_RETAINING_SCREENAIRWASHDISTRIBUTORSEEDWG.31997—A02TOPOFSANDVALVESU.,31/4”*GRADEDGRAVELBED11357—9&10PARA.Dl./SPEC.TO6.mmmrnmmUNDERDRAINSYSTEMSEEDWG.31997—A022‘/s”•11/2”x3/4”GRAVELISLAYERSHOULDBEOFCONCRETEFILL(NOTBYH&T)294CU.FT.#8x#12GRAVEL01XIr’JEACHSUCCESSIVEINALLAYEROF3PERENGINEERCOMMENTSp2—04—04GEYERSK31997—C022ADDEDNOTEFORBEDSAMPLES01—13—04GEYERNO.REVISION.DATECKDCONT.NO.L—944 0aIx0‘8”CD.TUBING1/2”NPT3—VALVEMANIFOLDWITHNo.GP3AT—T—LSSNOTE:SEEVALVE&EQUIPMENTBODY,D/AMFG.MODELMOUNTINGBRACKETFOR2•”PIPEALLMATERIALSHOWNISFURNISHEDBYH&T,INC.,INSTALLEDBYCONTRACTORMADEBYGADHUNGERFORD&TERRYInc.DATE12-30-03CLAYTON,N.J.SCALE_______CHECKEDTITIIFI—360TUBINGDETAILSAPPROVED’1F1—360HOLEDRIFITTINGPIPEBYLLEDANDWELDEDTOCONTRACTORFE—360FLOWMATERIALS:ALL3”AIRPIPING#316STN.STL1/2”¼”NPrx4”0.D.MALEELBOWSS—600—2—40NPTx3/s”CD.MALECONNECTORSS—600—1—8INCLUDINGSTL.STN.STL.LISTDWG.31997—001FORINSTRUMENTDESCRIPTIONSK31997—C03NO..REVISIONDATECKDceNt.L944 pc<-rMADEBYJRFHUNGERFORD&TERRYflC.DATE03/09/04CLAYTON,N.J.SCALE6=1_OIlCHECKEDGEYERTITLE“S.S.SANDVALVEASS’Y.W/DELRINHUBAPPRQVEDZ____Tn0-çcc0U-\W:3C’—Irs._zIflNPT5”SQUARE00N0N0NoPARTSLISTT.FLANGEUD—CV—26(DELRIN)2BOTTOMPLATEUD—CV—4A(3165.5.)3DISTANCEPIECEUD—CV—4C(316S.S.)4CGRNRBLOCKUD—CV—1D1(DELRIN)5SPLINEUD—CV—1E(MONEL400)6TOPPLATEUD—CV—4W(316S.S)/16’—l8NCx7,”LONG7BOLTHEXHEADT—31655/‘—18NCHEX8NUTT—316SS¼”0x1/2”LG.ROUND9RIVETHEADT—30255UD—CV—4HNOTE:.WHENORDERING.SPECIFYFORDISTANCEPIECES.THCKNESS10PLASTICCAPCE313SK31997—004NO.REVISIONDATECK’DCONE.NO.L—944 Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 15 Greensand Filter Vessel Specifications ‡Nominal Diameter = 12 ft ‡Vessel Height = 11’ 8¼” ‡Pressure Rating = 75 psi. Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 16 Greensand Filter Vessels Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 17 Greensand Filter Vessel Schematics A Underdrain Nozzle B Inlet Distributor Nozzle C Air Scour Nozzle D Water Level Sensors Nozzle E Air/Vacuum Relief Nozzle F Media Sampling Nozzles G Manway Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 18 Greensand Filter Contents Inlet Distributor Concrete Gravel Greensand Anthracite Underdrain Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 25 Greensand Filter Inlet Distributor ‡Provides uniform distribution of inlet water to the entire contactor bed during service mode. ‡Provides uniform collection of backwash water during backwash mode ‡Eliminates media loss during the backwash mode. Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 26 Greensand Filter Inlet Distributor Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 27 Greensand Filter Inlet Distributor Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 28 Greensand Filter Air Scour System ‡Increases the washing effectiveness without additional water usage. Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 29 Greensand Filter Air Scour System Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 30 Greensand Filter Screen ‡Purpose – to break air bubbles up to promote air scouring evenly over the filter area. Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 31 Greensand Filter Underdrain ‡Provides uniform flow throughout the contactor bed during service mode. ‡Provides uniform distribution of backwash water during backwash mode. ‡Provides good fluidization of the media during backwash mode. ‡Eliminates media loss during service. Maplewood Water Treatment Facility O&M Training - Oxidation/Filtration System 32 Greensand Filter Underdrain 74 5” Sq. Sand Filters Concrete fill Renton Maplewood Water Treatment Plant Photos taken July 2020 Renton Maplewood Water Treatment Plant Photos taken July 2020 Maplewood WTP Filter Media Replacement ADDENDUM NO. 1 WTR-27-3748 Adden No. 1\ Page 1 of 2 August 10, 2022 MAPLEWOOD WATER TREATMENT PLANT FILTER MEDIA REPLACEMENT ADDENDUM No. 1 Project No. WTR-27-3748 CAG-22-244 Date of Addendum Issue: August 10, 2022 Due Date for Bids: 2:00 pm on August 16, 2022 (no change) Date of Bid Opening: 3:00 pm on August 16, 2022 (no change) To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Maplewood Water Treatment Plant Filter Media Replacement Project and shall have the same effect as if set forth therein. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing this addendum and submitting with the bid. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. TECHNICAL SPECIFICATIONS A. Technical Specification Section 01 10 00 SUMMARY 1. Paragraph 1.2C is removed and replaced with the following: C. Prosecution of the Work: The Contractor shall not commence the Work until on or after October 1, 2022. The Work must be completed by March 31, 2023. B. Technical Specification Section 46 61 15 GRANULAR ACTIVATED CARBON 1. Paragraph 1.4B.3 is removed. 2. Add new Paragraph 1.4G that reads as follows: G. GAC Sample: A sample of the GAC material that was loaded into the delivery truck must be provided to the Owner separately for independent analysis. Maplewood WTP Filter Media Replacement ADDENDUM NO. 1 WTR-27-3748 Adden No. 1\ Page 2 of 2 August 10, 2022 3. Paragraph 2.2F – the H2S Capacity requirement is removed from the GAC Physical Properties table. 4. Paragraph 3.4C is removed and replaced with the following: C. GAC Media Sampling and Testing: 1. The Contractor shall be responsible for sampling and testing the GAC media to be furnished for this project for Pre-Shipment Verification. 2. A sample of the GAC material that was loaded into the delivery truck must be provided to the Owner separately for independent analysis. 3. For pre-shipment verification, GAC analyses shall, at a minimum, consist of the following as described in ANSI/AWWA B604: a. Mesh size confirmation, b. Uniformity coefficient, c. Effective size (mm), d. Apparent density (g/cc), e. Iodine number (mg/g), f. Total Ash (percent), g. Moisture weight (percent), h. Abrasion number This Addendum consists of two (2) pages. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Sincerely, Katie Nolan, P.E. Civil Engineer III (Project Manager) City of Renton All Bidders must sign this Addendum No. 1 in the space provided below and attach the signed Addendum No. 1 to the Formal Bid Proposal. Signature: __________________________________ Title:_______________________ Company: __________________________________ Date:_______________________