SR410 Sewer Bottleneck Phase II Bid...

246
BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR: SR410 Sewer Bottleneck Phase II Bid Documents July 2020 The City of Bonney Lake 9002 Main Street East Bonney Lake, WA 98391 (253) 862-8602 Contact: Doug Budzynski (253) 447-4342 KPG, P.S. 2502 Jefferson Ave Tacoma, WA 98402 (253) 627-0720 Contact: Terry Wright, P.E. (253) 627-0720

Transcript of SR410 Sewer Bottleneck Phase II Bid...

Page 1: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

BID PROPOSAL, CONTRACT DOCUMENTS, AND SPECIFICATIONS FOR:

SR410 Sewer Bottleneck Phase II

Bid Documents

July 2020

The City of Bonney Lake 9002 Main Street East Bonney Lake, WA 98391 (253) 862-8602 Contact: Doug Budzynski (253) 447-4342

KPG, P.S. 2502 Jefferson Ave Tacoma, WA 98402 (253) 627-0720 Contact: Terry Wright, P.E. (253) 627-0720

Page 2: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

SR 410 Sewer Bottleneck Phase II July 2020 Prepared by:

KPG, P.S. 2502 Jefferson Avenue

Tacoma, WA 98402

Prepared for: City of Bonney Lake

Department of Public Works9002 Main Street

Bonney Lake, WA 98391

7-8-2020

_________________

7-8-2020

Page 3: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

CITY OF BONNEY LAKE SR 410 Sewer Bottleneck Phase II

TABLE OF CONTENTS

ADVERTISEMENT FOR BIDS

INSTRUCTIONS TO BIDDERS (Pink Section)

INSTRUCTIONS TO BIDDERS ............................................................................................................................................... IB-1 BIDDER’S CHECKLIST ............................................................................................................................................................ IB-3

BID FORMS (Blue Section)

NON-COLLUSION CERTIFICATE ........................................................................................................................................ BF-1 SUBCONTRACTOR LIST ........................................................................................................................................................ BF-2 BIDDER'S QUALIFICATION CERTIFICATE ...................................................................................................................... BF-3 BID BOND FORM ..................................................................................................................................................................... BF-4 PROPOSAL ................................................................................................................................................................................ BF-5 SCHEDULE OF PRICES........................................................................................................................................................... BF-7 CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ............................................................. BF-12

CONTRACT FORMS (Blue Section)

CONTRACT ............................................................................................................................................................................... CD-1 PERFORMANCE AND GUARANTY BOND ....................................................................................................................... CD-2 LABOR AND MATERIAL PAYMENT BOND ..................................................................................................................... CD-3 CERTIFICATE OF INSURANCE ............................................................................................................................................ CD-5 CERTIFICATE AS TO CORPORATE PRINCIPAL .............................................................................................................. CD-7 CERTIFICATE AS TO CORPORATE SEAL ......................................................................................................................... CD-8 CONTRACTOR DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE ........................................................................................................................................................................... CD-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION (W-9) ................................................................... CD-11 WARRANTY AND DEFECT BOND .................................................................................................................................... CD-12 CITY BUSINESS LICENSE ADDENDUM .......................................................................................................................... CD-14

PREVAILING WAGES (Ivory Section)

STATEMENT OF INTENT TO PAY PREVAILING WAGES .......................................................................................... CD-19 AFFIDAVIT OF WAGES PAID ............................................................................................................................................. CD-20 REQUEST FOR RELEASE..................................................................................................................................................... CD-21 PREVAILING WAGE RATES PACKAGE FOR PIERCE COUNTY (EFFECTIVE FEBRUARY 1, 2020)

SPECIAL PROVISIONS (Tan Section)

SPECIAL PROVISIONS ........................................................................................................................................................... SP-1

APPENDICES

APPENDIX A – GEOTECHNICAL REPORT APPENDIX B – BEAM GUARDRAIL POST INSTALLATION

PLANS –BOUND SEPARATELY

Page 4: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

ADVERTISEMENT

FOR BIDS

Page 5: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

CITY OF BONNEY LAKE SR 410 SEWER BOTTLENECK PHASE II

ADVERTISEMENT FOR BIDS

Notice is hereby given that sealed bids will be received by the City Clerk at the City of Bonney Lake, 9002 Main Street E, Suite 125, Bonney Lake, Washington 98391 by 10:00 a.m. on Wednesday, July 29, 2020 for the SR 410 Sewer Bottleneck Phase II Project.

Work to be performed includes the following:

Provide a new sanitary sewer main from approximately 620 west of 195th Ave (South side of SR 410), cross SR 410 via jack and bore, and continue for 930 feet along the north side of SR 410, then rejoin the existing sewer system at approximately 450 feet west of 192nd Ave E. ADA improvements will also be constructed at the intersection of SR 410 and 192nd Ave E, including upgrading of the existing pedestrian pushbuttons and curb ramps. Other project improvements include pavement removal and restoration within 195th Ave E, culvert crossing replacement under 195th Ave E, and stormwater and swale improvements to the east and west of 195th Ave E.

Bid proposals will be received only by the City Clerk at the City of Bonney Lake, 9002 Main Street E, Suite 125, Bonney Lake, Washington 98391 by 10:00 a.m. on Wednesday, July 29, 2020. The bids will be tabulated by City staff and posted to the City’s website and provided to every bidder via E-mail. No public bid opening will occur due to the COVID restrictions in place by the City. The Contractors shall clearly identify project name on all submitted bid packages. Proposals received after the time fixed for opening will not be considered.

Contract documents including plan drawings, specifications, addenda, and plan holders list for this project will be available for viewing and downloading on-line through Builders Exchange of Washington, Inc. (BXWA) at http://www.bxwa.com. To view the documents on BXWA’s website, select the following links: “Posted Projects”; “Public Works”; “City of Bonney Lake”; “Projects Bidding”. Bidders are encouraged to “Register as a Bidder” in order to receive automatic e-mail notification of future addenda and be placed on the “Bidders List”. Contact the Builders Exchange of Washington at (425) 258-1303 should you require further assistance.

For questions regarding this project, please contact Doug Budzynski, Project Manager at 9002 Main Street East, Suite 125, Bonney Lake, Washington 98391, and (253) 447- 4342.

Title VI language for Advertisement for Bids:

The City, 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 C.F.R., 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 23 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. The City encourages minority and women-owned firms to submit bids consistent with the City’s policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts.

The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities.

Page 6: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Each bid proposal shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, postal money order, or surety bond in an amount equal to at least five (5) percent of the amount of such bid proposal. Checks shall be made payable to the City of Bonney Lake. Should the successful Bidder fail to enter into such contract and furnish satisfactory performance and payment bond within the time stated in the Specifications, the bid proposal deposit shall be forfeited to the City of Bonney Lake.

No Bidder may withdraw his proposal after the hours set for the opening thereof, or before award of contract, unless said award is delayed for a period exceeding sixty (60) calendar days.

The City of Bonney Lake reserves the right to reject any or all bids and to waive irregularities in the bid or in the bidding.

Engineers Estimate is between $800,000 to $1,100,000.

Published: Bonney Lake Courier Herald:

1st publication: July 15th, 2020

2nd publication July 22nd, 2020

Page 7: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents IB-1 Specifications

INSTRUCTIONS TO BIDDERS

01. General

Plans, specifications, and addenda are available by appointment for viewing at Bonney Lake Justice Center & Municipal Building, 9002 Main Street East, Bonney Lake, Washington 98391, (253) 862-8602 ext. 341.

Plans, specifications and addenda are also available for viewing and downloading on-line through Builders Exchange of Washington, Inc. (BXWA) at http://www.bxwa.com. Contact the Builders Exchange of Washington at (425) 258-1303 should you require further assistance.

02. Location

The project is located in Bonney Lake, along West Tapps Highway East. See Project Location map shown on the plans.

03. Examination of Plans, Specifications and Site

Bidders shall satisfy themselves as to construction conditions by personal examination of the plans, specifications and site of the proposed work and by any other examination and investigation which they may desire to make as to the nature of the difficulties to be encountered.

04. Proposals

Proposals shall be made on the forms included herewith and shall be addressed to: City Clerk, City of Bonney Lake, 9002 Main Street E, Suite 125, Bonney Lake, Washington 98391. Proposals shall be in a sealed envelope, plainly labeled “SR 410 Sewer Bottleneck Phase II Project”, and shall be delivered to the above address to arrive not later than July 29, 2020 at 10:00AM.

No proposal may be withdrawn after the time set for the bid opening or before award of contract unless said award is delayed for a period exceeding 60 calendar days.

05. Bid Proposal Deposit

As a guarantee of good faith and as required by law, each bid shall be accompanied by a bid proposal deposit in the form of a certified check, cashier's check, or surety bond, payable to the order of City of Bonney Lake, for an amount not less than 5 percent of the total amount of bid. The deposits of the three low bidders will be retained until a contract has been entered into between the successful bidder and the City and until a performance bond in an amount of 100 percent of the contract price has been filed as required under these contract documents.

The deposits of other bidders will be returned as soon as it is determined that they are not one of the three low bidders.

06. Award of Contract

The contract will not be awarded until the City is satisfied that, at a minimum, the successful bidder is reasonably familiar with the class of work contemplated and has the necessary capital, tools and experience to satisfactorily perform the work within the time stated. Completion of the work within the time stated is essential and prior commitments of the bidder, failure to complete other work on time, or reasonable doubt as to whether the bidder would complete the work on time would be cause for the rejection of any bid. The right is reserved by the owner to waive any informalities in the bidding, to reject any or all proposals, to accept any proposal, to re-advertise for new proposals, or to otherwise carry out the work.

Page 8: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents IB-2 Specifications

07. Failure to Execute Contract

In the event the successful bidder fails to furnish an approved bond and to sign the contract within ten (10) days after notification of award, an amount equal to five (5) percent of the amount of the bid shall be forfeited to the owner as liquidated damages. Said liquidated damages shall be paid from the check or bid bond filed by the bidder. Other proposals will then be reconsidered for award by the owner.

08. Corrections, Interpretations and Addenda

Any omissions, discrepancies or need for interpretation should be brought in writing to the attention of the engineer. Written addenda to clarify questions which arise will then be issued.

All interpretation or explanations of the contract documents shall be in the form of an addendum and no oral statements by the owner, engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract.

09. Project Engineer

Notices as required in the general conditions shall be mailed to Public Services Department, Attn: Doug Budzynski, P.E. City of Bonney Lake, P.O. Box 7380, 9002 Main Street East, Suite 125, Bonney Lake, Washington 98391, (253) 447-4342.

10. Chemical Hazard Communication

Before starting work under this contract, the contractor is required to supply information to the City on all chemical hazards that the contractor is bringing into the work place and thereby creating exposure to City employees and agents.

11. Completion Time

The Contractor(s) shall be required to have all work complete, operational and ready for acceptance within 55 consecutive working days as specified in Section 1-08.5 of these Special Provisions.

12. Bidders' Responsibility Statement

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 Bonney Lake to obtain the missing documents prior to bid opening time.

Page 9: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents IB-3 Specifications

BIDDER’S CHECKLIST

The Bidder’s attention is especially called to the following forms, which must be completed in full as required and submitted collectively as the Bid Proposal package:

1. Non-Collusion Certificate

2. Subcontractor List

3. Bidder’s Qualification Certificate

4. Bid Bond Form and Bid Bond

5. Proposal

6. Schedule of Prices

7. Certification of Compliance with Wage Payment Statutes

The following forms are to be executed and submitted within 20 calendar days after award of Contract:

1. Contract

2. Performance and Guarantee Bond

3. Labor and Material Payment Bond

4. Certificate of Insurance

5. Certificate as to Corporate Principal

6. Certificate as to Corporate Seal

7. Contractor’s Declaration of Option for Management of Statutory Retained Percentage

8. W-9 Request for Taxpayer Identification Number and Certification

9. Warranty and Defect Bond

10. City of Bonney Lake Business License (Copy of active business license prior to Notice to Proceed)

Page 10: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

BID FORMS

Page 11: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-1 Specifications

City of Bonney Lake NON-COLLUSION CERTIFICATE

State of Washington ) ) ss. County of Pierce ) The undersigned, being duly sworn, deposes and says that the person, firm, association, co-partnership or corporation herein named, has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the preparation and submission of a proposal to the City of Bonney Lake for consideration in the award of a contract on the improvement described as follows:

SR 410 Sewer Bottleneck Phase II

Perform construction at multiple locations for installation of gravity sewer and associated restoration as required. __________________________________ (Name of Firm) By:_____________________________________________ (Authorized Signature) Title:____________________________________________ Sworn to before me this _______ day of ____________________, in the year of _______. ____________________________________________________________________ Notary Public Corporate Seal:

Page 12: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-2 Specifications

SUBCONTRACTOR LIST

Heating, ventilation, air conditioning, plumbing, electrical

As required by RCW 39.30.060, bids of $1,000,000 or more for any public work contract require each bidder to submit the names of the subcontractors who will be performing the work in areas of heating, ventilation, air conditioning, plumbing (as described in chapter 18.106 RCW), and electrical (as described in chapter 19.28 RCW), or to name itself for the work. If the subcontractors names are not submitted with the bid, or within 1 hour of the bid time, the bid shall be considered nonresponsive and, therefore, void. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. ________ State Contractor’s License No.

Page 13: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-3 Specifications

BIDDER'S QUALIFICATION CERTIFICATE The undersigned hereby certifies and submits the following qualifications:

1. Name and Address

2A. State of Washington Tax Registration Number (UBI)

2B. State of Washington Registration Number and expiration (EIN)

3. Number of years in contracting business under present firm name

4. Particular types of construction work performed by your company:

5. List most recent construction projects performed:

Amount Type Owner Name Phone

6. Gross amount of contracts now in hand:

7. Bank reference(s):

By (Authorized Signature):

Title:

Page 14: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-4 Specifications

BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $_______________which amount is not less than five percent (5%) of the total bid. Sign Here: ___________________________________________________________

BID BOND Know all men by these presents, that we ___________________________________ as Principal and ______________________________________________ as Surety, are held and firmly bound unto City of Bonney Lake Washington, as obligee in the penal sum of _______________________ dollars, for the payment of which the principal and the surety binds themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of the obligation is such that if the obligee shall make any award to the principal for ________________________________, according to the terms of the proposal or bid made by the principal therefore, and the principal shall duly make and enter into a contract with the obligee in accordance with the terms of said proposal or bid award and shall give bond for faithful performance thereof, with surety or sureties approved by the obligee; or if the principal shall, in case of failure to do so, pay and forfeit to the obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the surety shall forthwith pay and forfeit to the obligee, as penalty and liquidated damages the amount of this bond. Signed, sealed and dated this _______ day of _____________________, in the year of ________. Principal______________________________________________________________________ Surety________________________________________________________________________ Return of deposit in the amount of $_________________________________________ Date___________________________________________________________________________ By_____________________________________________________________________________

Page 15: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-5 Specifications

PROPOSAL Contractor: __________________________________________ City: _____________________________, State: Date: _____________________________, in the year of _______ The Honorable City Council City of Bonney Lake PO Box 7380 9002 Main Street East, Suite 125 Bonney Lake, WA 98391

Pursuant to and in compliance with your invitation for bids and all other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the contract, the local conditions affecting the performance of the contract, the cost of the work at the place where the work is to be done, proposes and agrees to perform, within the time stipulated, the contract, if this project is accepted, including all its component parts and everything required to be performed, and to provide and furnish any and all labor, materials, tools, expendable equipment, an all utility and transportation services necessary to perform the contract, complete, in a workmanlike manner, of all the work covered by the contract in connection with the City of Bonney Lake's project designated as SR 410 Sewer Bottleneck Phase II and as required by and in strict conformance with the specifications, contract plans and the standard plans for the following unit prices. Note: Unit prices of all items; all extensions and total amount of bid must be shown. Show unit prices in both words and figures and, where conflict occurs, the written or typed words prevail.

Page 16: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-6 Specifications

All bidders shall sign the proposal in the space provided. The successful bidder shall execute and furnish the attached (no substitution allowed) performance bond and Agreement within ten (20) calendar days after the date of award of contract unless a written extension is granted by City of Bonney Lake. The contractor agrees to perform the complete contract work as specified, including corrections, finish and cleanup within 55 consecutive working days, beginning the date given in the notice to proceed by City of Bonney Lake. The proposal, together with the Contract Documents, when endorsed by City of Bonney Lake shall become a contract binding on both parties thereto, whereby the contractor agrees to perform the complete contract work, as specified, and City of Bonney Lake agrees to make payment to the contractor, as specified, for said completed and accepted work. Dated this day of , in the year of . Contractor Address Telephone Washington State License No. By: Title: Attest: (If Corporation) Witness: (If Individual or Partnership) Acknowledgement of Receipt of Addenda: No. Date Initials No. Date Initials No. Date Initials No. Date Initials No. Date Initials

Page 17: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Bid Proposal Form

ITEMNO.

APPROX.QUANTITY ITEM WITH UNIT PRICED BID

UNIT PRICEDollars Cts.

TOTAL ITEM PRICEDollars Cts.

100 1 1-04EQ. ADJ.

101 1 1-05LS

102 1 1-05LS

103 1 1-07LS

104 1 1-09LS

105 1 1-10LS

106 1 2-01LS

107 1 2-02LS

108 5 2-02EA

109 6 2-02EA

110 700 2-02SY

111 44 2-02SY

112 237 2-03LF

113 1 2-09LS

114 1 2-09LS

115 335 4-04TN

116 17 4-04TN

117 542 5-04TN

118 1,785 5-04SY

119 1 7-04EA

120 91 7-04LF

121 1 7-05EA

122 7 7-05EA

123 2 7-05EA

Trash Rack, per Each $ $

Storm Sewer Pipe, 24 In. Diam., per Linear Foot

Catch Basin Type 2, 48 In. Diam., per Each

LUMP SUM $

$ $

Ditch Excavation and Shaping, per Linear Foot $

Cement Conc. Sidewalk Removal, per Square Yard $ $

$

HMA Cl. 58H-22, per Ton

Manhole 48 In. Diam. Type 1, per Each

Shoring or Extra Excavation Cl. B for Storm, per Lump Sum

Crushed Surfacing Top Course, per Ton

Ballast, per Ton

$8,000.00

$

$

$

$

$

$

$

$

Asphalt Conc. Pavement Removal, per Square Yard $

LUMP SUM $

$

$

$

$ $

$ $

$ $

SCHEDULE OF PRICES

ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID(Note: Unit prices for all items, all extensions, and total amount of bid must be shown.

Project Temporary Traffic Control, per Lump Sum

SCHEDULE A: SR 410 SEWER IMPROVEMENTS

Minor Change, per Equity Adjustment

Roadway Survey, per Lump Sum

Record Drawings (Min. Bid $500), per Lump Sum

SPCC Plan, per Lump Sum

Mobilization, per Lump Sum

SR 410 Sewer Bottleneck Phase II

Removal of Structures and Obstructions, per Lump Sum

Clearing and Grubbing, per Lump Sum

LUMP SUM

$

$

Adjust Utility to Grade , per Each

Potholing, per Each

Shoring or Extra Excavation Cl. B for Sewer, per Lump Sum

$ $

Install New Solid Locking Ring and Cover, Adjust to Grade, per Each

$ $

$ $

Planing Bituminous Pavement, per Square Yard

$

$8,000.00

LUMP SUM

LUMP SUM

LUMP SUM

LUMP SUM

LUMP SUM

LUMP SUM

City of Bonney LakeSR410 Sewer Bottleneck Phase IIBid Documents FIRM NAME_____________________

BF - 7

KPG #18197AJuly 2020

Specifications

Page 18: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Bid Proposal Form

ITEMNO.

APPROX.QUANTITY ITEM WITH UNIT PRICED BID

UNIT PRICEDollars Cts.

TOTAL ITEM PRICEDollars Cts.

124 1 7-17LS

125 1,071 7-17LF

126 2 7-17EA

127 1 7-17EA

128 1 8-01LS

129 10 8-01EA

130 263 8-01LF

131 342 8-01SY

132 2 8-01SY

133 30 8-02CY

134 1 8-05FA

135 48 8-14SY

136 6 8-15CY

137 1 8-21LS

138 465 8-22SF

139 2 8-22EA

140 150 8-22LF

141 30 8-22LF

142 360 8-22LF

143 100 8-22LF

144 490 8-22LF

145 360 8-22LF

SUBTOTAL SCHEDULE A: SR 410 SEWER IMPROVEMENTS =

Schedule A-1 Tax at 9.3% =

TOTAL BID SCHEDULE A: SR 410 SEWER IMPROVEMENTS =

Profiled Plastic Wide Line, per Linear Foot $ $

Plastic Wide Line, per Linear Foot $ $

Paint Line, per Linear Foot $ $

Wide Lane Line, per Linear Foot $ $

$

Quarry Spalls, per Cubic Yard

Permanent Signing, per Lump Sum LUMP SUM $

Plastic Crosswalk Line, per Square Foot $ $

Plastic Arrow, per Each $ $

Plastic Stop Bar, per Linear Foot $ $

Profiled Plastic Line, per Linear Foot $ $

$ $

$Spray on Coating for Sanitary Sewer Manhole, per Each

Gate Valve for Sanitary Sewer, per Each

Erosion Control and Water Pollution Prevention, per Lump Sum

LUMP SUM $

Inlet Protection, per Each $ $

Silt Fence, per Linear Foot

Biodegradable Erosion Control Blanket, per Square Yard $ $

Seeding, Fertilizing, and Mulching, per Square Yard $ $

Topsoil Type A, per Cubic Yard $ $

Resolution of Utility Conflicts, per Force Account $10,000.00 $10,000.00

Cement Conc. Sidewalk, per Square Yard $

$ $

$

$ $

Jacking and Boring Crossing of SR 410, per Lump Sum LUMP SUM $

PVC Sanitary Sewer Pipe 12 In. Diam, per Linear Foot $ $

City of Bonney LakeSR410 Sewer Bottleneck Phase IIBid Documents FIRM NAME_____________________

BF - 8

KPG #18197AJuly 2020

Specifications

Page 19: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Bid Proposal Form

ITEMNO.

APPROX.QUANTITY ITEM WITH UNIT PRICED BID

UNIT PRICEDollars Cts.

TOTAL ITEM PRICEDollars Cts.

201 134 2-02SY

202 95 2-02LF

203 37 4-04TN

204 95 8-04LF

205 120 8-14SY

206 3 8-20EA

207 1 8-20LS

TOTAL BID SCHEDULE B: INTERSECTION AND ADA IMPROVEMENTS =

301 1 1-04EQ. ADJ.

302 1 1-05LS

303 1 1-05LS

304 1 1-07LS

305 1 1-09LS

306 1 1-10LS

307 1,119 2-02SY

308 23 2-02SY

309 57 4-04TN

310 534 5-04TN

311 1 8-01LS

312 4 8-01EA

313 263 8-01 LF

314 35 8-04LF

315 1 8-20EA

316 1 8-20LS

317 1 8-21LS

318 176 8-22SF

319 27 8-22LF

320 3 8-22LF

TOTAL BID Schedule C: 195th Ave E Pavement Restoration =

Inlet Protection, per Each $ $

Silt Fence, per Linear Foot $ $

Vehicle Induction Loop Replacement at 195th Ave E & SR 410 Intersection Complete, per Lump Sum

LUMP SUM $

Plastic Crosswalk Line, per Square Foot $ $

Permanent Signing, per Lump Sum LUMP SUM $

Plastic Stop Bar, per Linear Foot $ $

Paint Line, per Linear Foot $ $

LUMP SUM

Cement Conc. Traffic Curb and Gutter, per Linear Foot

$

$

Asphalt Conc. Pavement Removal, per Square Yard $ $

Cement Conc. Sidewalk Removal, per Square Yard $ $

Crushed Surfacing Top Course, per Ton $ $

HMA Cl. 1/2'' 58H-22, per Ton $ $

Erosion Control and Water Pollution Prevention, per Lump Sum

LUMP SUM $

Minor Change, per Equity Adjustment $2,000.00 $2,000.00

Crushed Surfacing Top Course, per Ton

Schedule C: 195th Ave E Pavement Restoration

Cement Conc. Traffic Curb and Gutter, per Linear Foot $ $

Cement Conc. Curb Ramp, Type Parallel B, per Each $ $

Roadway Survey, per Lump Sum LUMP SUM $

Record Drawings (Min. Bid $500), per Lump Sum LUMP SUM $

SPCC Plan, per Lump Sum LUMP SUM $

Mobilization, per Lump Sum LUMP SUM $

Project Temporary Traffic Control, per Lump Sum

$

$

$

$

$

Signal Modifications at 192nd Ave E and SR 410 Intersection, Complete, per Lump Sum

LUMP SUM $

$

$

$

SCHEDULE B: INTERSECTION AND ADA IMPROVEMENTS

Cement Conc. Sidewalk Removal, per Square Yard

Curb Removal , per Linear Foot

$

$

Cement Conc. Sidewalk, per Square Yard

Cement Conc. Curb Ramp, Type Perpendicular, per Each $

City of Bonney LakeSR410 Sewer Bottleneck Phase IIBid Documents FIRM NAME_____________________

BF - 9

KPG #18197AJuly 2020

Specifications

Page 20: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Bid Proposal Form

ITEMNO.

APPROX.QUANTITY ITEM WITH UNIT PRICED BID

UNIT PRICEDollars Cts.

TOTAL ITEM PRICEDollars Cts.

401 1 1-04EQ. ADJ.

402 1 1-05LS

403 1 1-05LS

404 1 1-07LS

405 1 1-09LS

406 1 1-10LS

407 1 2-01LS

408 1 2-02LS

409 1 2-02EA

410 4 2-02EA

411 126 2-03LF

412 1 2-09LS

413 167 7-02LF

414 5 7-04LF

415 1 7-05EA

416 1 8-01LS

417 239 8-01SY

418 2 8-01LS

419 20 8-02CY

420 1 8-05FA

421 3 8-15CY

SUBTOTAL Schedule D-1: 195th Ave E Culvert Replacement and Swale Restoration =Schedule C-1 Tax at 9.3% =

TOTAL BID Schedule D-1: 195th Ave E Culvert Replacement and Swale Restoration =

Resolution of Utility Conflicts, per Force Account $6,000.00 $6,000.00

Quarry Spalls, per Cubic Yard $ $

Storm Sewer Pipe, 24 In. Diam., per Linear Foot $ $

Nyloplast Drain Basin, 36 In. Diam., per Each $ $

Erosion Control and Water Pollution Prevention, per Lump Sum

LUMP SUM $

Biodegradable Erosion Control Blanket, per Square Yard $ $

Seeding, Fertilizing, and Mulching, per Lump Sum LUMP SUM $

Topsoil Type A, per Cubic Yard $ $

Removal of Structures and Obstructions, per Lump Sum LUMP SUM $

Adjust Utility to Grade , per Each $ $

Potholing, per Each $ $

Ditch Excavation and Shaping, per Linear Foot $ $

Shoring or Extra Excavation Cl. B for Storm, per Lump Sum LUMP SUM $

Ductile Iron Culvert Pipe, 24 In. Diam, per Linear Foot $ $

Roadway Survey, per Lump Sum LUMP SUM $

Record Drawings (Min. Bid $500), per Lump Sum LUMP SUM $

SPCC Plan, per Lump Sum LUMP SUM $

Mobilization, per Lump Sum LUMP SUM $

Project Temporary Traffic Control, per Lump Sum LUMP SUM $

Clearing and Grubbing, per Lump Sum LUMP SUM $

Schedule D-1: 195th Ave E Culvert Replacement and Swale Restoration

Minor Change, per Equity Adjustment $2,000.00 $2,000.00

City of Bonney LakeSR410 Sewer Bottleneck Phase IIBid Documents FIRM NAME_____________________

BF - 10

KPG #18197AJuly 2020

Specifications

Page 21: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Bid Proposal Form

ITEMNO.

APPROX.QUANTITY ITEM WITH UNIT PRICED BID

UNIT PRICEDollars Cts.

TOTAL ITEM PRICEDollars Cts.

501 1 2-01LS

502 1 2-02LS

503 121 2-03LF

504 1 2-09LS

505 70 7-04LF

506 1 7-05EA

507 1 7-06EA

508 1 8-01LS

509 216 8-01SY

510 1 8-01LS

511 19 8-02CY

SUBTOTAL Schedule D-2: Swale Restoration Bid Additive - East of 195th Ave E =Schedule C-2 Tax at 9.3% =

TOTAL BID Schedule D-2: Swale Restoration Bid Additive - East of 195th Ave E =

Total Base Bid: Schedules A-1+A-2+B+C-1 = Total Bid Additive C-2 =

Total Base Bid + Bid Additive =

Topsoil Type A, per Cubic Yard $ $

Storm Sewer Pipe, 24 In. Diam., per Linear Foot $ $

Nyloplast Drain Basin, 36 In. Diam., per Each $ $

Ecology Block Check Dam, per Each $ $

Erosion Control and Water Pollution Prevention, per Lump Sum

LUMP SUM $

Biodegradable Erosion Control Blanket, per Square Yard $ $

Seeding, Fertilizing, and Mulching, per Lump Sum LUMP SUM $

Schedule D-2: Swale Restoration Bid Additive - East of 195th Ave E

Clearing and Grubbing, per Lump Sum LUMP SUM $

Removal of Structures and Obstructions, per Lump Sum LUMP SUM $

Ditch Excavation and Shaping, per Linear Foot $ $

Shoring or Extra Excavation Cl. B for Storm, per Lump Sum LUMP SUM $

City of Bonney LakeSR410 Sewer Bottleneck Phase IIBid Documents FIRM NAME_____________________

BF - 11

KPG #18197AJuly 2020

Specifications

Page 22: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents BF-12 Specifications

Certification of Compliance with Wage Payment Statutes

The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (July, 15, 2020), that the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.

____________________________________ Contractor _______________________________________ Signature of Authorized Official* _______________________________________ Printed Name ________________________________________ Title _______________ _____________________________ ______________ Date City State Check one: Individual Partnership Joint Venture Corporation State of Incorporation, or if not a corporation, State where business entity was formed: _______________________________________________ If a Co-partnership, give firm name under which business is transacted: _______________________________________________ * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.

Page 23: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

CONTRACT FORMS

Page 24: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-1 Specifications

CITY OF BONNEY LAKE CONTRACT THIS CONTRACT, is made and entered into this day of _________, 2020 by and between the CITY OF BONNEY LAKE, a Washington municipal corporation, hereinafter referred to as the "Owner" and __________________, hereinafter referred to as the "Contractor." WITNESSETH: WHEREAS, the Owner desires to have certain work, services and/or tasks performed as set forth below requiring specialized skills and other supportive capabilities; and WHEREAS, the Contractor represents that the Contractor is qualified and possesses sufficient skills and the necessary capabilities, including technical and professional expertise, to perform the work, services and/or tasks set forth in this Agreement; and WHEREAS the Owner has heretofore caused to be prepared certain plans and specifications described as the and the Contractor did on the _____ day of _______________, 2020, file with the Owner a proposal to construct said work and agreed to accept as payment therefore the sum fully stated and set forth in the proposal; and WHEREAS, the said Contract Documents fully and accurately described the terms and conditions upon which the Contractor proposes to furnish said equipment, labor, materials, and appurtenances and perform said work, together with the manner and time of furnishing same; IT IS THEREFORE AGREED, first, the Contractor shall perform such work and accomplish such tasks, including the furnishing of all materials and equipment necessary for full performance thereof, as are identified and designated as Contractor responsibilities throughout this Agreement and as detailed in the plans and specifications described as . It is agreed that a copy of said General Conditions and other Contract Documents filed with the Owner, as aforesaid, do, in all particulars, become a part of this Agreement by and between the parties hereto in all matters and things therein set forth and described; AND FURTHER, that the Owner and the Contractor hereby accept and agree to the terms and conditions of said Contract Documents as filed as completely as if said terms and conditions and plans were herein set out in full. “Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such." IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first hereinabove written. CITY OF BONNEY LAKE CONTRACTOR: By Neil Johnson, Jr., Mayor Title Date: Date:

Page 25: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-2 Specifications

PERFORMANCE AND GUARANTY BOND

We, ____________________________ as the Contractor and ___________________________ as Surety, jointly and severally bind ourselves, our heirs, successors and assigns, as set forth herein, to

BONNEY LAKE, WASHINGTON

(herein called the City) for payment of the penal sum of _______________________________ dollars ($_______________), lawful money of the United States. The City has awarded the Contractor a contract for the construction of

SR 410 Sewer Bottleneck Phase II

THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor shall in all things abide by and well and truly keep and perform the covenants, and agreements in the said contract, any part to be kept and performed at the time and in the manner therein specified, and shall indemnify and save harmless the City from any defects in the workmanship and materials incorporated into the work for a period of one year after final acceptance of the work, as therein stipulated, this obligation shall become null and void, otherwise, it shall be and remain in full force and effect.

This bond is provided in compliance with the requirements of Chapter 39.08, RCW, and shall be construed consistent therewith. Executed in four original counterparts on CONTRACTOR (Attach Acknowledgement of Authorized Representative of Contractor) Any claims under this Bond may be addressed to: (Name and address of SURETY) (Name and address of Surety in WASHINGTON if different from above) (Telephone number of Surety’s agent Washington) (Attach Acknowledgement)

_________________________________________ SURETY

By: _________________________________________ (Attorney-in-Fact) APPROVED: ___________________________ NOTICE: Sureties must be authorized to do business in and have an agent for service of process in Washington. Certified copy of Power of Attorney must be attached. Sureties must be authorized to do business in and have an agent for service of process in Washington. Certified copy of Power of Attorney must be attached

Page 26: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-3 Specifications

LABOR AND MATERIAL PAYMENT BOND

We, ___________________________ as the Contractor and ________________________ as Surety, jointly and severally bind ourselves, our heirs, successors and assigns, as set forth herein, to BONNEY LAKE, WASHINGTON hereinafter “City” for the use and benefit of claimants as herein below defined, in the amount of ___________________________________________ dollars ($_______________). Whereas, Contractor has by written agreement entered into a contract with City for

SR 410 Sewer Bottleneck Phase II

which contract is by reference made a part hereof; NOW THEREFORE, the condition of this bond is such that is Contractor shall promptly make payment to all claimants as hereafter defined for all labor and material used or reasonably required for use in the performance of the contract, then this obligation shall be void, otherwise it shall remain in full force and effect. A claimant is defined as any laborer, mechanic, subcontractor and materialman, and all persons who supply such person or persons or subcontractor with provisions and supplies for the carrying on of such work. This Bond is issued simultaneously with a Performance Bond in favor of the City conditioned on full and faithful performance of the contract. This Bond is provided in compliance with the requirements of Chapter 39.08 RCW and shall be construed consistent therewith. Surety agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications shall in any way affect its obligation on this bond, and it does hereby waive notice thereof. The Contractor and Surety agree that if the City is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay the City’s reasonable attorney’s fees incurred, with or without suit, in addition to the above sum.

Executed in four original counterparts on ________________, 20____

_______________________

Contractor (Attach acknowledgement of Authorized Representative of Contractor)

Page 27: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-4 Specifications

Labor and Material Payment Bond – Continued Any claims under this Bond may be addressed to: _____________________________ (Name and address of SURETY) _____________________________ _____________________________ _____________________________ (Name and address of Surety in WASHINGTON if _____________________________ different from above) _____________________________ _____________________________ (Telephone number of Surety’s agent Washington) (Attach Acknowledgment)

___________________________________________ SURETY

By: ___________________________________________

(Attorney-in-Fact) APPROVED: _____________________________ NOTICE: Sureties must be authorized to do business in and have an agent for service of process in Washington. Certified copy of Power of Attorney must be attached.

Page 28: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-5 Specifications

CERTIFICATE OF INSURANCE

Return this certificate to: City of Bonney Lake PO Box 7380 9002 Main Street East Bonney Lake, WA 98391 This certifies to City of Bonney Lake that the following described policies have been issued to the Insured named below and are in force at this time: Insured_______________________________________________________________________ Address______________________________________________________________________ Description of operations/locations/products (show contract name and/or number, if any) Policies and Insureds

Limits Bodily Injury Property Damage

Policy Number

Expiration Best’s Rating

Comprehensive/General Liability

Each Person Each Occurrence

Worker’s Compensation

Employer’s Liability

Automotive Liability

Each Person Each Occurrence

COMBINED SINGLE LIMIT All policies are in effect at this time and will not be canceled, limited, or allowed to expire without renewal until after 30 days’ written notice has been given to the Certificate Holder named on the top line. Any coverage afforded the Certificate Holder as an additional insured shall apply as primary and not excess to any insurance issued in the name of the Certificate Holder. Note to Contractor: City of Bonney Lake and its authorized agents shall be named as additional insured for this policy.

Page 29: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-6 Specifications

Page 30: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-7 Specifications

CERTIFICATE AS TO CORPORATE PRINCIPAL

I, __________________________________________________, certify that I am the

_____________________________________________________ of the corporation named as Contractor

in the Agreement attached hereto, that __________________________________________________,

who signed said Agreement on behalf of the Contractor, was the _________________________________

of said corporation; that said Agreement was duly signed on and in behalf of said corporation by authority

of its governing body, and is within the scope of its corporate powers.

By:

Title:

State of ) ) SS. County of )

________________________________________________ being duly sworn deposes and says that he is

____________________________ of _____________________________________________________. (Name of Organization)

Subscribed and sworn to before me this

______ day of ___________________, 20____

Notary Public

My commission expires _______________, 20____

Bond No. .

Page 31: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-8 Specifications

CERTIFICATE AS TO CORPORATE SEAL

I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within

Bond; that __________________________________ signed the said Bond on behalf of the Principal was

______________________________________ of said Corporation; that I know his signature thereto is

genuine, and that said Bond was duly signed, sealed, and attested for in behalf of said Corporation by

authority of its governing body.

Secretary or Assistant Secretary

A copy of this bond shall be filed with the County Auditor, except in the case where the Contract is with a City or Town.

Page 32: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-9 Specifications

CONTRACTOR’S DECLARATION OF OPTION FOR MANAGEMENT OF

STATUTORY RETAINED PERCENTAGE

PROJECT NAME:_________________________

□ The City shall withhold the retained percentage for this Contract from time-to-time as such retained percentage accrues and in accordance with RCW 60.28.011.I hereby elect to have the retained percentage for this Contract held in a fund by the City until 60 days following final acceptance of the work. (No interest will be earned on the retained percentage amount under this election.)

CONTRACTOR:_______________________________

BY:__________________________________________

TITLE:_______________________________________

DATE:________________________________________

□ I hereby elect to have the City deposit the retained percentage for this Contract, from time-to-time, as such retained percentage accrues and in accordance with RCW 60.28.011 (4)(b).

I hereby designate _____________________________________ as the depositary for said fund, which shall be deposited in an interest earning account subject to joint control by City and the Contractor. All interest earned on said deposits shall belong to the Contractor. If Contractor fails to designate the depositary, then the City designates ___________________________________, which is the City’s depositary under contract between said bank and the City of Bonney Lake.

I hereby further agree to be fully responsible for payment of all costs of fees incurred as a result of establishing said depositary account and depositing the retained percentage as authorized by statute. The City shall not be liable in any way for any costs or fees in connection therewith.

CONTRACTOR:_______________________________

BY:__________________________________________

TITLE:_______________________________________

DATE:_______________________________________

Page 33: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-10 Specifications

□ I hereby elect to submit a bond for all or any portion of the contract retainage in a form acceptable to the City of Bonney Lake and from a bonding company meeting standards established by the City in accordance with RCW 60.28.011(6). The City shall accept a bond meeting these requirements unless the City can demonstrate good cause for refusing to accept it. This bond and any proceeds therefrom are subject to all claims and liens and in the same manner and priority as set forth for retained percentages in this chapter. The City shall release the bonded portion of the retained funds to the contractor within thirty days of accepting the bond from the contractor. Whenever the City accepts a bond in lieu of retained funds from a contractor, the contractor shall accept like bonds from any subcontractors or suppliers from which the contractor has retained funds. The contractor shall then release the funds retained from the subcontractor or supplier to the subcontractor or supplier within thirty days of accepting the bond from the subcontractor or supplier.

CONTRACTOR:_______________________________

BY:__________________________________________

TITLE:_______________________________________

DATE:_______________________________________

Page 34: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-11 Specifications

Page 35: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-12 Specifications

WARRANTY AND DEFECT BOND

NAME OF PROJECT:

SR 410 Sewer Bottleneck Phase II BOND NO.:

LOCATION/ADDRESS Bonney Lake, WA

PROJECT NO.: WE, _______________________________________________________________________, as Principal, and ________________________________________________, a corporation organized and existing under and by virtue of the laws of the State of ________________________________, Legally doing business in the State of Washington, as Surety, are held and firmly bound unto the City of Bonney Lake, Pierce County, Washington, as Obligee, in the penal sum of__________________________________________ Dollars ($________________), for the payment of which we firmly bind ourselves, our legal representatives, successors and assigns, jointly and severally. WHEREAS, the Principal has completed the project known as _____________________________, located in the City of Bonney Lake, Pierce County, Washington, and the Principal has constructed certain improvements in connection with said Project and intends to secure the successful operation of said improvements pursuant to the Project Contract NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that if the improvements constructed by the Principal shall successfully operate for a period of one year from the satisfactory completion of the facility or Final plat approval, whichever is later, and shall remain free of defect in workmanship and materials for the period, then this obligation shall be null and void, otherwise to remain in full force and effect.

IT IS FURTHER EXPRESSLY PROVIDED THAT:

1. Until written release of this obligation by the Obligee, this bond may not be terminated or cancelled by the Principal or Surety for any reason.

2. Damage from expected usage and damage due to construction activities shall be considered “defects” for purposes of this bond.

3. In the event of any failure of the improvements to satisfactorily perform or in the event of a defect in the workmanship or materials, the Principal or Surety shall make prompt and adequate repair to correct the failure or defect. In the event these repairs are not made within 45 days of notice by either the Principal or Surety, the Surety shall, upon demand, tender the total bond amount to the Obligee. After making the repairs, the Obligee will return any unexpected funds, without interest, to the Surety.

4. In the event the Obligee determines that repairs must be performed immediately to prevent risk to person and property, the Obligee may make the repairs and the cost of those repairs shall be paid by the Principal or Surety.

5. The Principal shall be obligated to make the repairs described above, which obligation shall not be limited by the amount of this bond.

Page 36: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-13 Specifications

This Bond is issued pursuant to chapter 39.08 RCW and shall be interpreted in compliance with said chapter.

PRINCIPAL SURETY

By: By:

Printed Name: Printed Name:

Date: Date:

Mailing Address Mailing Address

Phone Number: Phone Number:

STATE OF WASHINGTON ) ) SS COUNTY OF PIERCE )

I certify that I know or have seen satisfactory that _________________________________________signed this instrument and acknowledged it to be his/her free and voluntary act for the uses and purposes mentioned in the instrument.

WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written.

_______________________________________________________

Printed Name: ___________________________________________

NOTARY PUBLIC in and for the State of Washington,

Residing at:

My commission expires:

Page 37: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-14 Specifications

Page 38: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-15 Specifications

Page 39: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-16 Specifications

Page 40: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-17 Specifications

Page 41: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

PREVAILING WAGES

Page 42: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-19 Specifications

Page 43: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-20 Specifications

Page 44: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II July 2020 Bid Documents CD-21 Specifications

REQUEST FOR RELEASE

Department of Labor and Industries General Administration Building Olympia, WA 98504

THE UNDERSIGNED CONTRACTOR REQUESTS THAT THE PROPERTY OWNER/GENERAL CONTRACTOR BE NOTIFIED OF THEIR RELEASE FROM LIABILITY FOR INDUSTRIAL INSURANCE PREMIUMS ON THE FOLLOWING WORK:

Name of Project Contract No.

Location of Project

Description of Work

Amount of contract Date Work Started Date Work Completed Property Owner/General Contractor

Address of Property Owner/General Contractor

Were Subcontractors Used?

Yes No

IF YES, ATTACH A LIST SHOWING NAME, ADDRESS, CURRENT CONTRACTOR REGISTRATION NO., INDUSTRIAL INSURANCE ACCOUNT NO., NATURE OF WORK PERFORMED, AND COMPLETION DATE. SUPPLIERS FOR MATERIALS ONLY ARE NOT TO BE INCLUDED.

This Request Submitted by General Contractor

Subcontractor

Date Industrial Insurance Account #

Name of Firm Signed

Address Title

ALL WORKER HOURS THROUGH THE COMPLETION DATE OF THIS PROJECT MUST HAVE BEEN REPORTED AND PREMIUM PAID THEREON BEFORE A RELEASE WILL BE ISSUED.

THIS FORM MUST BE COMPLETED AND ALL INFORMATION FURNISHED BY PARTY REQUESTING RELEASE. SEND TO DEPARTMENT OF LABOR AND INDUSTRIES, INDUSTRIAL INSURANCE DIVISION, CONTRACT COMPLIANCE UNIT, OLYMPIA, WA 98504.

Page 45: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

State of Washington Department of Labor & Industries

Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to

not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key.

Journey Level Prevailing Wage Rates for the Effective Date: 7/29/2020

County Trade Job Classification Wage Holiday Overtime Note *Risk Class

Pierce Asbestos Abatement Workers

Journey Level $50.86 5D 1H View

Pierce Boilermakers Journey Level $69.29 5N 1C View Pierce Brick Mason Journey Level $58.82 5A 1M View Pierce Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View Pierce Building Service Employees Janitor $19.99 5S 2F View Pierce Building Service Employees Traveling Waxer /

Shampooer$20.39 5S 2F View

Pierce Building Service Employees Window Cleaner (High Time)

$27.29 5S 2F View

Pierce Building Service Employees Window Cleaner (Non-High Time)

$26.29 5S 2F View

Pierce Cabinet Makers (In Shop) Journey Level $28.36 1 View Pierce Carpenters Acoustical Worker $62.44 7A 4C View Pierce Carpenters Carpenter $62.44 7A 4C View Pierce Carpenters Carpenters on Stationary

Tools$62.57 7A 4C View

Pierce Carpenters Creosoted Material $62.54 7A 4C View Pierce Carpenters Floor Finisher $62.44 7A 4C View Pierce Carpenters Floor Layer $62.44 7A 4C View Pierce Carpenters Scaffold Erector $62.44 7A 4C View Pierce Cement Masons Application of all

Composition Mastic$62.97 7A 4U View

Pierce Cement Masons Application of all Epoxy Material

$62.47 7A 4U View

Pierce Cement Masons Application of all Plastic Material

$62.97 7A 4U View

Pierce Cement Masons Application of Sealing Compound

$62.47 7A 4U View

Pierce Cement Masons Application of Underlayment

$62.97 7A 4U View

Page 1 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 46: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Cement Masons Building General $62.47 7A 4U View Pierce Cement Masons Composition or Kalman

Floors$62.97 7A 4U View

Pierce Cement Masons Concrete Paving $62.47 7A 4U View Pierce Cement Masons Curb & Gutter Machine $62.97 7A 4U View Pierce Cement Masons Curb & Gutter, Sidewalks $62.47 7A 4U View Pierce Cement Masons Curing Concrete $62.47 7A 4U View Pierce Cement Masons Finish Colored Concrete $62.97 7A 4U View Pierce Cement Masons Floor Grinding $62.97 7A 4U View Pierce Cement Masons Floor Grinding/Polisher $62.47 7A 4U View Pierce Cement Masons Green Concrete Saw, self-

powered$62.97 7A 4U View

Pierce Cement Masons Grouting of all Plates $62.47 7A 4U View Pierce Cement Masons Grouting of all Tilt-up

Panels$62.47 7A 4U View

Pierce Cement Masons Gunite Nozzleman $62.97 7A 4U View Pierce Cement Masons Hand Powered Grinder $62.97 7A 4U View Pierce Cement Masons Journey Level $62.47 7A 4U View Pierce Cement Masons Patching Concrete $62.47 7A 4U View Pierce Cement Masons Pneumatic Power Tools $62.97 7A 4U View Pierce Cement Masons Power Chipping &

Brushing$62.97 7A 4U View

Pierce Cement Masons Sand Blasting Architectural Finish

$62.97 7A 4U View

Pierce Cement Masons Screed & Rodding Machine $62.97 7A 4U View Pierce Cement Masons Spackling or Skim Coat

Concrete$62.47 7A 4U View

Pierce Cement Masons Troweling Machine Operator

$62.97 7A 4U View

Pierce Cement Masons Troweling Machine Operator on Colored Slabs

$62.97 7A 4U View

Pierce Cement Masons Tunnel Workers $62.97 7A 4U View Pierce Divers & Tenders Bell/Vehicle or

Submersible Operator (Not Under Pressure)

$116.20 7A 4C View

Pierce Divers & Tenders Dive Supervisor/Master $79.23 7A 4C View Pierce Divers & Tenders Diver $116.20 7A 4C 8V View Pierce Divers & Tenders Diver On Standby $74.23 7A 4C View Pierce Divers & Tenders Diver Tender $67.31 7A 4C View Pierce Divers & Tenders Manifold Operator $67.31 7A 4C View Pierce Divers & Tenders Manifold Operator Mixed

Gas $72.31 7A 4C View

Pierce Divers & Tenders Remote Operated Vehicle Operator/Technician

$67.31 7A 4C View

Pierce Divers & Tenders Remote Operated Vehicle Tender

$62.69 7A 4C View

Pierce Dredge Workers Assistant Engineer $56.44 5D 3F View Pierce Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View

Page 2 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 47: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Dredge Workers Boatmen $56.44 5D 3F View Pierce Dredge Workers Engineer Welder $57.51 5D 3F View Pierce Dredge Workers Leverman, Hydraulic $58.67 5D 3F View Pierce Dredge Workers Mates $56.44 5D 3F View Pierce Dredge Workers Oiler $56.00 5D 3F View Pierce Drywall Applicator Journey Level $62.44 5D 1H View Pierce Drywall Tapers Journey Level $62.81 5P 1E View Pierce Electrical Fixture

Maintenance WorkersJourney Level $17.76 1 View

Pierce Electricians - Inside Cable Splicer $74.69 5C 1G View Pierce Electricians - Inside Journey Level $69.96 5C 1G View Pierce Electricians - Inside Lead Covered Cable

Splicer$79.41 5C 1G View

Pierce Electricians - Inside Welder $74.69 5C 1G View Pierce Electricians - Motor Shop Craftsman $15.37 1 View Pierce Electricians - Motor Shop Journey Level $14.69 1 View Pierce Electricians - Powerline

ConstructionCable Splicer $82.39 5A 4D View

Pierce Electricians - Powerline Construction

Certified Line Welder $75.64 5A 4D View

Pierce Electricians - Powerline Construction

Groundperson $49.17 5A 4D View

Pierce Electricians - Powerline Construction

Heavy Line Equipment Operator

$75.64 5A 4D View

Pierce Electricians - Powerline Construction

Journey Level Lineperson $75.64 5A 4D View

Pierce Electricians - Powerline Construction

Line Equipment Operator $64.54 5A 4D View

Pierce Electricians - Powerline Construction

Meter Installer $49.17 5A 4D 8W View

Pierce Electricians - Powerline Construction

Pole Sprayer $75.64 5A 4D View

Pierce Electricians - Powerline Construction

Powderperson $56.49 5A 4D View

Pierce Electronic Technicians Journey Level $44.70 6Z 1B View Pierce Elevator Constructors Mechanic $97.31 7D 4A View Pierce Elevator Constructors Mechanic In Charge $105.06 7D 4A View Pierce Fabricated Precast

Concrete ProductsJourney Level $15.00 1 View

Pierce Fence Erectors Fence Erector $43.11 7A 4V 8Y View Pierce Fence Erectors Fence Laborer $43.11 7A 4V 8Y View Pierce Flaggers Journey Level $43.11 7A 4V 8Y View Pierce Glaziers Journey Level $66.51 7L 1Y View Pierce Heat & Frost Insulators And

Asbestos WorkersJourneyman $76.61 5J 4H View

Pierce Heating Equipment Mechanics

Journey Level $85.88 7F 1E View

Pierce Hod Carriers & Mason Tenders

Journey Level $52.44 7A 4V 8Y View

Page 3 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 48: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Industrial Power Vacuum Cleaner

Journey Level $13.50 1 View

Pierce Inland Boatmen Boat Operator $61.41 5B 1K View Pierce Inland Boatmen Cook $56.48 5B 1K View Pierce Inland Boatmen Deckhand $57.48 5B 1K View Pierce Inland Boatmen Deckhand Engineer $58.81 5B 1K View Pierce Inland Boatmen Launch Operator $58.89 5B 1K View Pierce Inland Boatmen Mate $57.31 5B 1K View Pierce Inspection/Cleaning/Sealing

Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator

$13.50 1 View

Pierce Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $13.50 1 View

Pierce Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $13.50 1 View

Pierce Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Technician $13.50 1 View

Pierce Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $13.50 1 View

Pierce Insulation Applicators Journey Level $62.44 7A 4C View Pierce Ironworkers Journeyman $73.73 7N 1O View Pierce Laborers Air, Gas Or Electric

Vibrating Screed$50.86 7A 4V 8Y View

Pierce Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View Pierce Laborers Ballast Regular Machine $50.86 7A 4V 8Y View Pierce Laborers Batch Weighman $43.11 7A 4V 8Y View Pierce Laborers Brick Pavers $50.86 7A 4V 8Y View Pierce Laborers Brush Cutter $50.86 7A 4V 8Y View Pierce Laborers Brush Hog Feeder $50.86 7A 4V 8Y View Pierce Laborers Burner $50.86 7A 4V 8Y View Pierce Laborers Caisson Worker $52.44 7A 4V 8Y View Pierce Laborers Carpenter Tender $50.86 7A 4V 8Y View Pierce Laborers Cement Dumper-paving $51.80 7A 4V 8Y View Pierce Laborers Cement Finisher Tender $50.86 7A 4V 8Y View Pierce Laborers Change House Or Dry

Shack$50.86 7A 4V 8Y View

Pierce Laborers Chipping Gun (30 Lbs. And Over)

$51.80 7A 4V 8Y View

Pierce Laborers Chipping Gun (Under 30 Lbs.)

$50.86 7A 4V 8Y View

Pierce Laborers Choker Setter $50.86 7A 4V 8Y View Pierce Laborers Chuck Tender $50.86 7A 4V 8Y View Pierce Laborers Clary Power Spreader $51.80 7A 4V 8Y View Pierce Laborers Clean-up Laborer $50.86 7A 4V 8Y View

Page 4 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 49: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Laborers Concrete Dumper/Chute Operator

$51.80 7A 4V 8Y View

Pierce Laborers Concrete Form Stripper $50.86 7A 4V 8Y View Pierce Laborers Concrete Placement Crew $51.80 7A 4V 8Y View Pierce Laborers Concrete Saw

Operator/Core Driller$51.80 7A 4V 8Y View

Pierce Laborers Crusher Feeder $43.11 7A 4V 8Y View Pierce Laborers Curing Laborer $50.86 7A 4V 8Y View Pierce Laborers Demolition: Wrecking &

Moving (Incl. Charred Material)

$50.86 7A 4V 8Y View

Pierce Laborers Ditch Digger $50.86 7A 4V 8Y View Pierce Laborers Diver $52.44 7A 4V 8Y View Pierce Laborers Drill Operator (Hydraulic,

Diamond)$51.80 7A 4V 8Y View

Pierce Laborers Dry Stack Walls $50.86 7A 4V 8Y View Pierce Laborers Dump Person $50.86 7A 4V 8Y View Pierce Laborers Epoxy Technician $50.86 7A 4V 8Y View Pierce Laborers Erosion Control Worker $50.86 7A 4V 8Y View Pierce Laborers Faller & Bucker Chain Saw $51.80 7A 4V 8Y View Pierce Laborers Fine Graders $50.86 7A 4V 8Y View Pierce Laborers Firewatch $43.11 7A 4V 8Y View Pierce Laborers Form Setter $50.86 7A 4V 8Y View Pierce Laborers Gabian Basket Builders $50.86 7A 4V 8Y View Pierce Laborers General Laborer $50.86 7A 4V 8Y View Pierce Laborers Grade Checker & Transit

Person$52.44 7A 4V 8Y View

Pierce Laborers Grinders $50.86 7A 4V 8Y View Pierce Laborers Grout Machine Tender $50.86 7A 4V 8Y View Pierce Laborers Groutmen (Pressure)

Including Post Tension Beams

$51.80 7A 4V 8Y View

Pierce Laborers Guardrail Erector $50.86 7A 4V 8Y View Pierce Laborers Hazardous Waste Worker

(Level A)$52.44 7A 4V 8Y View

Pierce Laborers Hazardous Waste Worker (Level B)

$51.80 7A 4V 8Y View

Pierce Laborers Hazardous Waste Worker (Level C)

$50.86 7A 4V 8Y View

Pierce Laborers High Scaler $52.44 7A 4V 8Y View Pierce Laborers Jackhammer $51.80 7A 4V 8Y View Pierce Laborers Laserbeam Operator $51.80 7A 4V 8Y View Pierce Laborers Maintenance Person $50.86 7A 4V 8Y View Pierce Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View Pierce Laborers Material Yard Person $50.86 7A 4V 8Y View Pierce Laborers Motorman-Dinky

Locomotive$51.80 7A 4V 8Y View

Pierce Laborers $51.80 7A 4V 8Y View

Page 5 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 50: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster)

Pierce Laborers Pavement Breaker $51.80 7A 4V 8Y View Pierce Laborers Pilot Car $43.11 7A 4V 8Y View Pierce Laborers Pipe Layer Lead $52.44 7A 4V 8Y View Pierce Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View Pierce Laborers Pipe Pot Tender $51.80 7A 4V 8Y View Pierce Laborers Pipe Reliner $51.80 7A 4V 8Y View Pierce Laborers Pipe Wrapper $51.80 7A 4V 8Y View Pierce Laborers Pot Tender $50.86 7A 4V 8Y View Pierce Laborers Powderman $52.44 7A 4V 8Y View Pierce Laborers Powderman's Helper $50.86 7A 4V 8Y View Pierce Laborers Power Jacks $51.80 7A 4V 8Y View Pierce Laborers Railroad Spike Puller -

Power$51.80 7A 4V 8Y View

Pierce Laborers Raker - Asphalt $52.44 7A 4V 8Y View Pierce Laborers Re-timberman $52.44 7A 4V 8Y View Pierce Laborers Remote Equipment

Operator$51.80 7A 4V 8Y View

Pierce Laborers Rigger/Signal Person $51.80 7A 4V 8Y View Pierce Laborers Rip Rap Person $50.86 7A 4V 8Y View Pierce Laborers Rivet Buster $51.80 7A 4V 8Y View Pierce Laborers Rodder $51.80 7A 4V 8Y View Pierce Laborers Scaffold Erector $50.86 7A 4V 8Y View Pierce Laborers Scale Person $50.86 7A 4V 8Y View Pierce Laborers Sloper (Over 20") $51.80 7A 4V 8Y View Pierce Laborers Sloper Sprayer $50.86 7A 4V 8Y View Pierce Laborers Spreader (Concrete) $51.80 7A 4V 8Y View Pierce Laborers Stake Hopper $50.86 7A 4V 8Y View Pierce Laborers Stock Piler $50.86 7A 4V 8Y View Pierce Laborers Swinging Stage/Boatswain

Chair$43.11 7A 4V 8Y View

Pierce Laborers Tamper & Similar Electric, Air & Gas Operated Tools

$51.80 7A 4V 8Y View

Pierce Laborers Tamper (Multiple & Self-propelled)

$51.80 7A 4V 8Y View

Pierce Laborers Timber Person - Sewer (Lagger, Shorer & Cribber)

$51.80 7A 4V 8Y View

Pierce Laborers Toolroom Person (at Jobsite)

$50.86 7A 4V 8Y View

Pierce Laborers Topper $50.86 7A 4V 8Y View Pierce Laborers Track Laborer $50.86 7A 4V 8Y View

Page 6 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 51: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Laborers Track Liner (Power) $51.80 7A 4V 8Y View Pierce Laborers Traffic Control Laborer $46.10 7A 4V 9C View Pierce Laborers Traffic Control Supervisor $48.84 7A 4V 9C View Pierce Laborers Truck Spotter $50.86 7A 4V 8Y View Pierce Laborers Tugger Operator $51.80 7A 4V 8Y View Pierce Laborers Tunnel Work-Compressed

Air Worker 0-30 psi$120.61 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi

$125.64 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi

$129.32 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi

$135.02 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi

$137.14 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi

$142.24 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi

$144.14 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi

$146.14 7A 4V 9B View

Pierce Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi

$148.14 7A 4V 9B View

Pierce Laborers Tunnel Work-Guage and Lock Tender

$52.54 7A 4V 8Y View

Pierce Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View Pierce Laborers Vibrator $51.80 7A 4V 8Y View Pierce Laborers Vinyl Seamer $50.86 7A 4V 8Y View Pierce Laborers Watchman $39.18 7A 4V 8Y View Pierce Laborers Welder $51.80 7A 4V 8Y View Pierce Laborers Well Point Laborer $51.80 7A 4V 8Y View Pierce Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View Pierce Laborers - Underground

Sewer & WaterGeneral Laborer & Topman

$50.86 7A 4V 8Y View

Pierce Laborers - Underground Sewer & Water

Pipe Layer $51.80 7A 4V 8Y View

Pierce Landscape Construction Landscape Construction/Landscaping Or Planting Laborers

$39.18 7A 4V 8Y View

Pierce Landscape Construction Landscape Operator $66.20 7A 3K 8X View Pierce Landscape Maintenance Groundskeeper $17.07 1 View Pierce Lathers Journey Level $62.44 5D 1H View Pierce Marble Setters Journey Level $58.82 5A 1M View Pierce Metal Fabrication (In Shop) Fitter $15.25 1 View Pierce Metal Fabrication (In Shop) Laborer $13.50 1 View Pierce Metal Fabrication (In Shop) Machine Operator $13.98 1 View Pierce Metal Fabrication (In Shop) Welder $13.98 1 View Pierce Millwright Journey Level $63.94 7A 4C View

Page 7 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 52: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Modular Buildings Journey Level $13.50 1 View Pierce Painters Journey Level $43.40 6Z 2B View Pierce Pile Driver Crew Tender $67.31 7A 4C View Pierce Pile Driver Crew Tender/Technician $67.31 7A 4C View Pierce Pile Driver Hyperbaric Worker -

Compressed Air Worker 0-30.00 PSI

$77.93 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI

$82.93 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI

$86.93 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI

$91.93 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI

$94.43 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI

$99.43 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI

$101.43 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI

$103.43 7A 4C View

Pierce Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI

$105.43 7A 4C View

Pierce Pile Driver Journey Level $62.69 7A 4C View Pierce Plasterers Journey Level $59.29 7Q 1R View Pierce Playground & Park

Equipment InstallersJourney Level $13.50 1 View

Pierce Plumbers & Pipefitters Journey Level $76.22 5A 1G View Pierce Power Equipment Operators Asphalt Plant Operator $67.31 7A 3K 8X View Pierce Power Equipment Operators Assistant Engineers $63.32 7A 3K 8X View Pierce Power Equipment Operators Barrier Machine (zipper) $66.72 7A 3K 8X View Pierce Power Equipment Operators Batch Plant Operator:

Concrete$66.72 7A 3K 8X View

Pierce Power Equipment Operators Bobcat $63.32 7A 3K 8X View Pierce Power Equipment Operators Brokk - Remote

Demolition Equipment$63.32 7A 3K 8X View

Pierce Power Equipment Operators Brooms $63.32 7A 3K 8X View Pierce Power Equipment Operators Bump Cutter $66.72 7A 3K 8X View Pierce Power Equipment Operators Cableways $67.31 7A 3K 8X View Pierce Power Equipment Operators Chipper $66.72 7A 3K 8X View Pierce Power Equipment Operators Compressor $63.32 7A 3K 8X View Pierce Power Equipment Operators $67.31 7A 3K 8X View

Page 8 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 53: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Concrete Pump: Truck Mount With Boom Attachment Over 42m

Pierce Power Equipment Operators Concrete Finish Machine -laser Screed

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Conveyors $66.20 7A 3K 8X View Pierce Power Equipment Operators Cranes, 100 Tons - 199

Tons, Or 150 Ft Of Boom (including Jib With Attachments)

$68.00 7A 3K 8X View

Pierce Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Cranes: 200 tons to 299 tons, or 250' of boom (including jib with attachments)

$68.68 7A 3K 8X View

Pierce Power Equipment Operators Cranes: 300 tons and over, or 300' of boom (including jib with attachments)

$69.36 7A 3K 8X View

Pierce Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Cranes: A-frame - 10 Tons And Under

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Cranes: Friction 200 tons and over. Tower Cranes: over 250' in height from base to boom.

$69.36 7A 3K 8X View

Pierce Power Equipment Operators Cranes: Friction cranes through 199 tons

$68.68 7A 3K 8X View

Pierce Power Equipment Operators Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Crusher $66.72 7A 3K 8X View Pierce Power Equipment Operators Deck Engineer/deck

Winches (power)$66.72 7A 3K 8X View

Pierce Power Equipment Operators Derricks, On Building Work $67.31 7A 3K 8X View Pierce Power Equipment Operators Dozers D-9 & Under $66.20 7A 3K 8X View Pierce Power Equipment Operators Drill Oilers: Auger Type,

Truck Or Crane Mount$66.20 7A 3K 8X View

Pierce Power Equipment Operators Drilling Machine $68.00 7A 3K 8X View Pierce Power Equipment Operators Elevator And Man-lift:

Permanent And Shaft Type$63.32 7A 3K 8X View

Page 9 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 54: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Grade Engineer: Using Blueprints, Cut Sheets,etc.

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Gradechecker/stakeman $63.32 7A 3K 8X View Pierce Power Equipment Operators Guardrail punch/Auger $66.72 7A 3K 8X View Pierce Power Equipment Operators Hard Tail End Dump

Articulating Off- Road Equipment 45 Yards. & Over

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Horizontal/directional Drill Locator

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Horizontal/directional Drill Operator

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Loader, Overhead 8 Yards. & Over

$68.00 7A 3K 8X View

Pierce Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Loaders, Overhead Under 6 Yards

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Loaders, Plant Feed $66.72 7A 3K 8X View Pierce Power Equipment Operators Loaders: Elevating Type

Belt$66.20 7A 3K 8X View

Pierce Power Equipment Operators Locomotives, All $66.72 7A 3K 8X View Pierce Power Equipment Operators Material Transfer Device $66.72 7A 3K 8X View Pierce Power Equipment Operators Mechanics, All (Leadmen -

$0.50 Per Hour Over Mechanic)

$68.00 7A 3K 8X View

Pierce Power Equipment Operators Motor patrol graders $67.31 7A 3K 8X View Pierce Power Equipment Operators Mucking Machine, Mole,

Tunnel Drill, Boring, Road Header And/or Shield

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$66.20 7A 3K 8X View

Page 10 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 55: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over

$68.00 7A 3K 8X View

Pierce Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Pavement Breaker $63.32 7A 3K 8X View Pierce Power Equipment Operators Pile Driver (other Than

Crane Mount)$66.72 7A 3K 8X View

Pierce Power Equipment Operators Plant Oiler - Asphalt, Crusher

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Posthole Digger, Mechanical

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Power Plant $63.32 7A 3K 8X View Pierce Power Equipment Operators Pumps - Water $63.32 7A 3K 8X View Pierce Power Equipment Operators Quad 9, HD 41, D10 And

Over$67.31 7A 3K 8X View

Pierce Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Rigger And Bellman $63.32 7A 3K 8X View Pierce Power Equipment Operators Rigger/Signal Person,

Bellman (Certified)$66.20 7A 3K 8X View

Pierce Power Equipment Operators Rollagon $67.31 7A 3K 8X View Pierce Power Equipment Operators Roller, Other Than Plant

Mix$63.32 7A 3K 8X View

Pierce Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Roto-mill, Roto-grinder $66.72 7A 3K 8X View Pierce Power Equipment Operators Saws - Concrete $66.20 7A 3K 8X View Pierce Power Equipment Operators Scraper, Self Propelled

Under 45 Yards$66.72 7A 3K 8X View

Pierce Power Equipment Operators Scrapers - Concrete & Carry All

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Service Engineers - Equipment

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Shotcrete/gunite Equipment

$63.32 7A 3K 8X View

Pierce Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$67.31 7A 3K 8X View

Pierce Power Equipment Operators $66.72 7A 3K 8X View

Page 11 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 56: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

Pierce Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$68.00 7A 3K 8X View

Pierce Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons

$68.68 7A 3K 8X View

Pierce Power Equipment Operators Slipform Pavers $67.31 7A 3K 8X View Pierce Power Equipment Operators Spreader, Topsider &

Screedman$67.31 7A 3K 8X View

Pierce Power Equipment Operators Subgrader Trimmer $66.72 7A 3K 8X View Pierce Power Equipment Operators Tower Bucket Elevators $66.20 7A 3K 8X View Pierce Power Equipment Operators Tower crane over 175'

through 250' in height, base to boom

$68.68 7A 3K 8X View

Pierce Power Equipment Operators Tower Crane Up: To 175' In Height, Base To Boom

$68.00 7A 3K 8X View

Pierce Power Equipment Operators Transporters, All Track Or Truck Type

$67.31 7A 3K 8X View

Pierce Power Equipment Operators Trenching Machines $66.20 7A 3K 8X View Pierce Power Equipment Operators Truck Crane Oiler/driver -

100 Tons And Over$66.72 7A 3K 8X View

Pierce Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators Truck Mount Portable Conveyor

$66.72 7A 3K 8X View

Pierce Power Equipment Operators Welder $67.31 7A 3K 8X View Pierce Power Equipment Operators Wheel Tractors, Farmall

Type$63.32 7A 3K 8X View

Pierce Power Equipment Operators Yo Yo Pay Dozer $66.72 7A 3K 8X View Pierce Power Equipment

Operators- Underground Sewer & Water

Asphalt Plant Operator $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Assistant Engineers $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Barrier Machine (zipper) $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Batch Plant Operator: Concrete

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Bobcat $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Brokk - Remote Demolition Equipment

$63.32 7A 3K 8X View

Pierce Brooms $63.32 7A 3K 8X View

Page 12 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 57: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Power Equipment Operators- Underground Sewer & Water

Pierce Power Equipment Operators- Underground Sewer & Water

Bump Cutter $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cableways $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Chipper $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Compressor $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Over 42m

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Concrete Finish Machine -laser Screed

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Conveyors $66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes, 100 Tons - 199 Tons, Or 150 Ft Of Boom (including Jib With Attachments)

$68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes, 200 tons to 299 tons, or 250' of boom (including jib with attachments)

$68.68 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes, Over 300 Tons, Or 300' Of Boom Including Jib With Attachments

$69.36 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes: 20 Tons Through 44 Tons With Attachments

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

cranes: 300 tons and over, or 300' of boom (including jib with attachments)

$69.36 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$67.31 7A 3K 8X View

Pierce Cranes: A-frame - 10 Tons And Under

$63.32 7A 3K 8X View

Page 13 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 58: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Power Equipment Operators- Underground Sewer & Water

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes: Friction 200 tons and over. Tower Cranes: over 250' in height from base to boom.

$69.36 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes: Friction cranes through 199 tons

$68.68 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Crusher $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Deck Engineer/deck Winches (power)

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Derricks, On Building Work $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Dozers D-9 & Under $66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Drill Oilers: Auger Type, Truck Or Crane Mount

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Drilling Machine $68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Elevator And Man-lift: Permanent And Shaft Type

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Finishing Machine, Bidwell And Gamaco & Similar Equipment

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Forklift: 3000 Lbs And Over With Attachments

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Forklifts: Under 3000 Lbs. With Attachments

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Grade Engineer: Using Blueprints, Cut Sheets,etc.

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Gradechecker/stakeman $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Guardrail punch/Auger $66.72 7A 3K 8X View

Pierce $67.31 7A 3K 8X View

Page 14 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 59: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over

Pierce Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Locator

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Operator

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Hydralifts/Boom Trucks Over 10 Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Hydralifts/boom Trucks, 10 Tons And Under

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Loader, Overhead 8 Yards. & Over

$68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Loader, Overhead, 6 Yards. But Not Including 8 Yards

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Loaders, Overhead Under 6 Yards

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Loaders, Plant Feed $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Loaders: Elevating Type Belt

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Locomotives, All $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Material Transfer Device $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Mechanics, All (Leadmen - $0.50 Per Hour Over Mechanic)

$68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Motor patrol graders $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Oil Distributors, Blower Distribution & Mulch Seeding Operator

$63.32 7A 3K 8X View

Pierce $66.20 7A 3K 8X View

Page 15 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 60: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Power Equipment Operators- Underground Sewer & Water

Outside Hoists (elevators And Manlifts), Air Tuggers,strato

Pierce Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 100 Tons And Over

$68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 45 Tons Through 99 Tons

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Pavement Breaker $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Pile Driver (other Than Crane Mount)

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Plant Oiler - Asphalt, Crusher

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Posthole Digger, Mechanical

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Power Plant $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Pumps - Water $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Quad 9, HD 41, D10 And Over

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Remote Control Operator On Rubber Tired Earth Moving Equipment

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Rigger And Bellman $63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Rigger/Signal Person, Bellman (Certified)

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Rollagon $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Roller, Other Than Plant Mix

$63.32 7A 3K 8X View

Pierce Roller, Plant Mix Or Multi-lift Materials

$66.20 7A 3K 8X View

Page 16 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 61: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Power Equipment Operators- Underground Sewer & Water

Pierce Power Equipment Operators- Underground Sewer & Water

Roto-mill, Roto-grinder $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Saws - Concrete $66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Scraper, Self Propelled Under 45 Yards

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Scrapers - Concrete & Carry All

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Scrapers, Self-propelled: 45 Yards And Over

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Service Engineers - Equipment

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Shotcrete/gunite Equipment

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 90 Metric Tons

$68.68 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Slipform Pavers $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Spreader, Topsider & Screedman

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Subgrader Trimmer $66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Tower Bucket Elevators $66.20 7A 3K 8X View

Pierce $68.68 7A 3K 8X View

Page 17 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 62: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Power Equipment Operators- Underground Sewer & Water

Tower crane over 175' through 250' in height, base to boom

Pierce Power Equipment Operators- Underground Sewer & Water

Tower Crane: Up To 175' In Height, Base To Boom

$68.00 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Transporters, All Track Or Truck Type

$67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Trenching Machines $66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver - 100 Tons And Over

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver Under 100 Tons

$66.20 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Truck Mount Portable Conveyor

$66.72 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Welder $67.31 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Wheel Tractors, Farmall Type

$63.32 7A 3K 8X View

Pierce Power Equipment Operators- Underground Sewer & Water

Yo Yo Pay Dozer $66.72 7A 3K 8X View

Pierce Power Line Clearance Tree Trimmers

Journey Level In Charge $53.10 5A 4A View

Pierce Power Line Clearance Tree Trimmers

Spray Person $50.40 5A 4A View

Pierce Power Line Clearance Tree Trimmers

Tree Equipment Operator $53.10 5A 4A View

Pierce Power Line Clearance Tree Trimmers

Tree Trimmer $47.48 5A 4A View

Pierce Power Line Clearance Tree Trimmers

Tree Trimmer Groundperson

$36.10 5A 4A View

Pierce Refrigeration & Air Conditioning Mechanics

Journey Level $76.21 5A 1G View

Pierce Residential Brick Mason Journey Level $27.02 1 View Pierce Residential Carpenters Journey Level $46.43 7A 4C View Pierce Residential Cement Masons Journey Level $62.47 7A 4U View Pierce Residential Drywall

ApplicatorsJourney Level $46.43 7A 4C View

Pierce Residential Drywall Tapers Journey Level $47.04 5P 1E View Pierce Residential Electricians Journey Level $34.65 1 View Pierce Residential Glaziers Journey Level $45.90 7L 1H View Pierce Residential Insulation

ApplicatorsJourney Level $24.16 1 View

Page 18 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 63: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Pierce Residential Laborers Journey Level $23.86 1 View Pierce Residential Marble Setters Journey Level $29.29 1 View Pierce Residential Painters Journey Level $29.70 1 View Pierce Residential Plumbers &

PipefittersJourney Level $54.12 5A 1G View

Pierce Residential Refrigeration & Air Conditioning Mechanics

Journey Level $44.20 5A 1G View

Pierce Residential Sheet Metal Workers

Journey Level (Field or Shop)

$51.89 7F 1R View

Pierce Residential Soft Floor Layers

Journey Level $51.07 5A 3J View

Pierce Residential Sprinkler Fitters (Fire Protection)

Journey Level $50.89 5C 2R View

Pierce Residential Stone Masons Journey Level $29.29 1 View Pierce Residential Terrazzo

WorkersJourney Level $14.86 1 View

Pierce Residential Terrazzo/Tile Finishers

Journey Level $21.96 1 View

Pierce Residential Tile Setters Journey Level $25.98 1 View Pierce Roofers Journey Level $54.62 5A 2O View Pierce Roofers Using Irritable Bituminous

Materials$57.62 5A 2O View

Pierce Sheet Metal Workers Journey Level (Field or Shop)

$85.88 7F 1E View

Pierce Shipbuilding & Ship Repair New Construction Boilermaker

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Carpenter

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Crane Operator

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Electrician

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Heat & Frost Insulator

$76.61 5J 4H View

Pierce Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View Pierce Shipbuilding & Ship Repair New Construction

Machinist$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Operating Engineer

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View Pierce Shipbuilding & Ship Repair New Construction

Pipefitter$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View Pierce Shipbuilding & Ship Repair New Construction Sheet

Metal$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Shipfitter

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair New Construction Warehouse/Teamster

$36.36 7V 1 View

Pierce Shipbuilding & Ship Repair $36.36 7V 1 View

Page 19 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 64: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

New Construction Welder / Burner

Pierce Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Crane

Operator$45.06 7Y 4K View

Pierce Shipbuilding & Ship Repair Ship Repair Electrician $46.22 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Heat & Frost

Insulator$76.61 5J 4H View

Pierce Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Operating

Engineer$45.06 7Y 4K View

Pierce Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View Pierce Shipbuilding & Ship Repair Ship Repair Warehouse /

Teamster$45.06 7Y 4K View

Pierce Sign Makers & Installers (Electrical)

Sign Installer $26.17 1 View

Pierce Sign Makers & Installers (Electrical)

Sign Maker $20.33 1 View

Pierce Sign Makers & Installers (Non-Electrical)

Sign Installer $33.43 1 View

Pierce Sign Makers & Installers (Non-Electrical)

Sign Maker $22.79 1 View

Pierce Soft Floor Layers Journey Level $51.07 5A 3J View Pierce Solar Controls For Windows Journey Level $13.50 1 View Pierce Sprinkler Fitters (Fire

Protection)Journey Level $82.39 5C 1X View

Pierce Stage Rigging Mechanics (Non Structural)

Journey Level $13.50 1 View

Pierce Stone Masons Journey Level $58.82 5A 1M View Pierce Street And Parking Lot

Sweeper WorkersJourney Level $21.69 1 View

Pierce Surveyors Chain Person $65.11 7A 3K View Pierce Surveyors Instrument Person $65.71 7A 3K View Pierce Surveyors Party Chief $66.81 7A 3K View Pierce Telecommunication

TechniciansJourney Level $44.70 6Z 1B View

Pierce Telephone Line Construction - Outside

Cable Splicer $41.81 5A 2B View

Pierce Telephone Line Construction - Outside

Hole Digger/Ground Person

$23.53 5A 2B View

Pierce Telephone Line Construction - Outside

Installer (Repairer) $40.09 5A 2B View

Pierce Special Aparatus Installer I $41.81 5A 2B View

Page 20 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 65: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Telephone Line Construction - Outside

Pierce Telephone Line Construction - Outside

Special Apparatus Installer II

$40.99 5A 2B View

Pierce Telephone Line Construction - Outside

Telephone Equipment Operator (Heavy)

$41.81 5A 2B View

Pierce Telephone Line Construction - Outside

Telephone Equipment Operator (Light)

$38.92 5A 2B View

Pierce Telephone Line Construction - Outside

Telephone Lineperson $38.92 5A 2B View

Pierce Telephone Line Construction - Outside

Television Groundperson $22.32 5A 2B View

Pierce Telephone Line Construction - Outside

Television Lineperson/Installer

$29.60 5A 2B View

Pierce Telephone Line Construction - Outside

Television System Technician

$35.20 5A 2B View

Pierce Telephone Line Construction - Outside

Television Technician $31.67 5A 2B View

Pierce Telephone Line Construction - Outside

Tree Trimmer $38.92 5A 2B View

Pierce Terrazzo Workers Journey Level $54.06 5A 1M View Pierce Tile Setters Journey Level $54.06 5A 1M View Pierce Tile, Marble & Terrazzo

FinishersFinisher $44.89 5A 1B View

Pierce Traffic Control Stripers Journey Level $47.68 7A 1K View Pierce Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View Pierce Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View Pierce Truck Drivers Dump Truck $60.75 5D 4Y 8L View Pierce Truck Drivers Dump Truck & Trailer $61.59 5D 4Y 8L View Pierce Truck Drivers Other Trucks $61.59 5D 4Y 8L View Pierce Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View Pierce Well Drillers & Irrigation

Pump InstallersIrrigation Pump Installer $16.09 1 View

Pierce Well Drillers & Irrigation Pump Installers

Oiler $15.39 1 View

Pierce Well Drillers & Irrigation Pump Installers

Well Driller $18.30 1 View

Page 21 of 21

7/2/2020https://secure.lni.wa.gov/wagelookup/

Page 66: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

1

Washington State Department of Labor and Industries Policy Statement

(Regarding the Production of "Standard" or "Non-standard" Items)

Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330.

Page 67: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

WSDOT's

Predetermined List for Suppliers - Manufactures - Fabricator

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

2

Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates,

and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans

X

2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans

X

3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans.

X

4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.

X

5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.

X

6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5.

X

7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe

for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5.

X

Page 68: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

3

ITEM DESCRIPTION YES NO

8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type.

X

9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in

the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3).

X

10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges.

X

11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and

shop drawings.

X

12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3).

X

13. Concrete Piling--Precast-Prestressed concrete piling for use as 55

and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec..

X

14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans.

X

15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans.

X

16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans.

X

Page 69: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

4

ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections,

See Std. Plans

X

18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans.

X

19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans

X

20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans

X

21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of

various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting

X

22. Vault Risers - For use with Valve Vaults and Utilities X

Vaults.

X

23. Valve Vault - For use with underground utilities. See Contract Plans for details. X

24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier.

X

25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab.

X

26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used

X

Page 70: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

5

ITEM DESCRIPTION YES NO

27. Precast Railroad Crossings - Concrete Crossing Structure

Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder –

Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials

to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual

approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A .

X

30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be

provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has

annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A.

X

32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be

provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

33. Monument Case and Cover See Std. Plan. X

Page 71: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

6

ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure

fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111.

X

35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication.

X

36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel

structure shall be galvanized after fabrication in accordance with AASHTO-M-111.

X

37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication

X

38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles.

X

39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings.

X

40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be

fabricated to conform with methods and material as specified on Std.

Plans. See Special Provisions for pre-approved drawings

X

41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans.

X

Page 72: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

7

ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,

the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and

aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed

X X

Custom Message

Std Signing

Message

43. Cutting & bending reinforcing steel X

44. Guardrail components X X Custom

End Sec Standard

Sec

45. Aggregates/Concrete mixes

Covered by WAC 296-127-018

46. Asphalt

Covered by WAC 296-127-018

47. Fiber fabrics X

48. Electrical wiring/components X

49. treated or untreated timber pile X

50. Girder pads (elastomeric bearing) X

51. Standard Dimension lumber X

52. Irrigation components X

Page 73: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

8

ITEM DESCRIPTION YES NO 53. Fencing materials

X 54. Guide Posts

X 55. Traffic Buttons

X 56. Epoxy

X 57. Cribbing

X 58. Water distribution materials

X 59. Steel "H" piles

X 60. Steel pipe for concrete pile casings

X 61. Steel pile tips, standard

X 62. Steel pile tips, custom X

Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site.

Page 74: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

9

WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects

This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.

Building Service Employees Electrical Fixture Maintenance Workers Electricians - Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers - Underground Sewer & Water Machinists (Hydroelectric Site Work) Modular Buildings Playground & Park Equipment Installers Power Equipment Operators - Underground Sewer & Water Residential *** ALL ASSOCIATED RATES *** Sign Makers and Installers (Non-Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural)

The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"

Fabricated Precast Concrete Products Metal Fabrication (In Shop)

Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127.

Page 75: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

10

Washington State Department of Labor and Industries Policy Statements

(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)

WAC 296-127-018 Agency filings affecting this section

Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project.

Page 76: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Supplemental to Wage Rates 03/04/2020 Edition, Published February 7, 2020

11

(3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.]

Page 77: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

1

************************************************************************************************************

Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate

must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for

the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays shall be paid at double the hourly rate of wage.

C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on

Sundays and holidays shall be paid at double the hourly rate of wage.

D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and

the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly

rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly

rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,

and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,

shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly

rate of wage.

G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-

ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten

(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double

the hourly rate of wage.

H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment

breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through

Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate

of wage.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through

Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.

K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours

worked on holidays shall be paid at double the hourly rate of wage.

M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid

at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double

the hourly rate of wage.

N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.

All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Page 78: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

2

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday

shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and

one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on

Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)

hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall

be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times

the hourly rate of wage.

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.

S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime

hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day

shall be paid at three times the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on

Labor Day shall be paid at three times the hourly rate of wage.

V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and

one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at

double the hourly rate of wage.

W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the

employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid

at double the hourly rate of wage.

X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday

through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on

Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the

holiday and all work performed shall be paid at double the hourly rate of wage.

Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any

employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10

workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate

of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the

workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or

40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours

worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.

Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All

hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.

Page 79: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

3

Overtime Codes Continued

2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

holidays shall be paid at two times the hourly rate of wage.

F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday

pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays

shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall

be paid at one and one-half times the hourly rate of wage.

O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double

the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.

W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,

and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-

hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall

be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and

one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays

shall be paid at double the hourly rate of wage.

3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or

outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours

worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday

and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and

midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall

have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given

to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked

eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such

time as the employee has had a break of eight (8) hours or more.

C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or

outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.

All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate

of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at

the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Page 80: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

4

Overtime Codes Continued

3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of

straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid

at double the hourly wage rate.

F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and

one-half times the hourly rate of wage including holiday pay.

H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at

two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be

compensated at one and one half (1-1/2) times the regular rate of pay.

J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on

Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays

shall be paid at double the hourly rate of wage.

K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or

outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly

rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in

excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.

After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the

applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee

returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation

of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.

4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.

B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly

rate of wage.

C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be

paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has

been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday

through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and

one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at

one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday

due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday

may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked

on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.

Page 81: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

5

Overtime Codes Continued

4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates

include all members of the assigned crew.

EXCEPTION:

On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating

plants, industrial plants, associated installations and substations, except those substations whose primary function is

to feed a distribution system, will be paid overtime under the following rates:

The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall

be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times

the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times

the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays

and holidays will be at the double the hourly rate of wage.

All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the

hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,

and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours

worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-

day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first

eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays

shall be paid at double the hourly rate of wage.

F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium

rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the

hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at

double the hourly rate of wage.

H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,

and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid

at three times the hourly rate of wage.

I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All

hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours

worked on Sundays and holidays shall be paid at double the hourly rate of wage.

J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All

hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours

worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly

rate of wage.

K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday

is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all

hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.

Page 82: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

6

Overtime Codes Continued

4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All

hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours

worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double

the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,

except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.

M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work

less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the

hourly rate.

N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM)

every day shall be paid at double the hourly rate of wage.

O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of

wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all

additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6)

hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.

P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.

Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday

through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at

double the hourly rate of wage.

R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is

the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate

of wage.

S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays shall be paid at double the hourly rate of wage.

T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly

rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All

hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which

is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the

hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which

was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage.

U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement

weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)

hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly

rate of wage.

Page 83: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

7

Overtime Codes Continued

4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or

outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and

one-half (1 ½) the straight time rate.

In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at

the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All

work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)

the straight time rate of pay.

After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the

applicable overtime rate until such time as the employee has had a break of eight (8) hours.

When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be

a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight

(8) hours.

W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid

at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double

the hourly rate of wage.

When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time

shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break

of eight (8) hours.

X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6

am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).

All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established

when considered necessary by the Employer.

The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),

that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour

schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work

performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-

half the straight time rate.

When due to conditions beyond the control of the Employer, or when contract specifications require that work can

only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight

time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of

work.

When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall

be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of

eight (8) hours.

Page 84: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

8

Overtime Codes Continued

4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or

outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work

performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of

pay.

Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour

for all hours worked that shift.

After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the

applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Holiday Codes

5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, and Christmas Day (7).

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, the day before Christmas, and Christmas Day (8).

C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the

Friday after Thanksgiving Day, And Christmas Day (8).

D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8).

H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,

And Christmas (6).

I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6).

J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,

Christmas Eve Day, And Christmas Day (7).

K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).

L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday after Thanksgiving Day, And Christmas Day (8).

N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,

Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday

After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The

Following Monday Shall Be Considered As A Holiday.

Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas

Day (6).

Page 85: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

9

Holiday Codes Continued 5. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After

Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).

S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

And Christmas Day (7).

T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the

Friday after Thanksgiving Day, And Christmas Day (8).

6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

the Friday after Thanksgiving Day, And Christmas Day (8).

E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-

Day On Christmas Eve Day. (9 1/2).

G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve

Day (11).

H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).

I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday

After Thanksgiving Day, And Christmas Day (7).

T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And

Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be

considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the

holiday.

7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed

As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall

be a regular work day.

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as

a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the

preceding Friday.

C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be

observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday

on the preceding Friday.

Page 86: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

10

Holiday Codes Continued

7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,

the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday

which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a

Saturday shall be observed as a holiday on the preceding Friday.

E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a

Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be

observed as a holiday on the preceding Friday.

G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any

holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on

a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on

a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be

observed as a holiday on the preceding Friday.

J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).

Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which

falls on a Saturday shall be observed as a holiday on the preceding Friday.

K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after

Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day

before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday

on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding

Friday.

M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day

after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the

following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday.

Page 87: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

11

Holiday Codes Continued

7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on

a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the

preceding Friday shall be a regular work day.

R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day

after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed

as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a

holiday and compensated accordingly.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays

falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day

after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation

shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed

as a holiday on the preceding Friday.

V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New

Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered

a holiday and compensated accordingly.

W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before

New Year’s Day, and a Floating Holiday.

X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after

Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken

on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday

will be taken on the next normal workday.

Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the

Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the

federal government shall be considered a holiday and compensated accordingly.

Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a

holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the

preceding Friday.

15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall

be observed as a holiday on the following Monday.

B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor

Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9)

C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the day before Christmas Day and Christmas Day. (8)

Page 88: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

12

Holiday Codes Continued

15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday

after Thanksgiving Day, Christmas Day, and the day after Christmas.

E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial

Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before

Christmas, and Christmas Day. (12)

Note Codes

8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And

Level C: $0.25.

M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:

$0.50.

N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level

C: $0.50, And Level D: $0.25.

P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,

Class C Suit: $1.00, And Class D Suit $0.50.

Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the

shift shall be used in determining the scale paid.

S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting

or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic

Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued

by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,

2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary

traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during

construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or

where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of

Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50,

And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all

work performed underground, including operating, servicing and repairing of equipment. The premium for

underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive

an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who

do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation

receive an additional $0.50 per hour.

Page 89: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

13

Note Codes Continued

8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The

premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.

The premiums are to be paid one time for the day and are not used in calculating overtime pay.

Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over

101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.

Over 221' - $5.00 per foot for each foot over 221 feet.

Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent

and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’

- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.

W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates

would apply to meters not fitting this description.

X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:

$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.

When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a

government agency or the contract specifications requires that work can only be performed outside the normal 5 am

to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a

special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time

status. (For example, the special shift premium does not waive the overtime requirements for work performed on

Saturday or Sunday.)

Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work

(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.

Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions

that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above

the classification rate.

Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the

Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require

that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the

special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a

special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-

time status. (For example, the special shift premium does not waive the overtime requirements for work performed

on Saturday or Sunday.)

Page 90: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Benefit Code Key – Effective 3/4/2020 thru 9/1/2020

14

Note Codes Continued

9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the

Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require

that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the

special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a

special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-

time status. (For example, the special shift premium does not waive the overtime requirements for work performed on

Saturday or Sunday.)

Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their

classification rate.

Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:

(A) – 130’ to 199’ – $0.50 per hour over their classification rate.

(B) – 200’ to 299’ – $0.80 per hour over their classification rate.

(C) – 300’ and over – $1.00 per hour over their classification rate.

B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the

shift shall be used in determining the scale paid.

Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work

located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging

Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require

them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the

classification rate.

C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work

located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging

Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require

them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the

classification rate.

Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting

or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal

of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian

traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control

Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the

State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.

D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,

towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or

anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.

E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or

manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic

reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,

Level B: $0.75, Level C: $0.50, And Level D: $0.25.

Page 91: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

SPECIAL PROVISIONS

Page 92: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

SP-i

Contents INTRODUCTION TO THE SPECIAL PROVISIONS ................................................................................ 1

DIVISION 1 GENERAL REQUIREMENTS .............................................................................................. 1

DESCRIPTION OF WORK ......................................................................................................................... 1

1-01 DEFINITIONS AND TERMS ....................................................................................................... 1

1-02 BID PROCEDURES AND CONDITIONS ................................................................................... 3

1-03 AWARD AND EXECUTION OF CONTRACT ......................................................................... 11

1-04 SCOPE OF THE WORK ............................................................................................................. 12

1-05 CONTROL OF WORK ................................................................................................................ 13

1-06 CONTROL OF MATERIAL ....................................................................................................... 23

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...................................... 26

1-08 PROCECUTION AND PROGRESS ........................................................................................... 37

1-09 MEASUREMENT AND PAYMENT .......................................................................................... 43

1-10 TEMPORARY TRAFFIC CONTROL ........................................................................................ 45

DIVISION 2 EARTHWORK ..................................................................................................................... 48

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................ 48

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ......................................................... 50

2-03 ROADWAY EXCAVATION AND EMBANKMENT ............................................................... 54

2-04 HAUL ........................................................................................................................................... 56

2-06 SUBGRADE PREPARATION .................................................................................................... 56

2-07 WATERING ................................................................................................................................ 57

2-09 STRUCTURE EXCAVATION ................................................................................................... 57

2-11 TRIMMING AND CLEANUP .................................................................................................... 58

DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE ....................................................... 60

3-01 PRODUCTION FROM QUARRY AND PIT SITES .................................................................. 60

DIVISION 4 BASES .................................................................................................................................. 61

DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ............................................................... 62

5-04 HOT MIX ASPHALT .................................................................................................................. 62

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ....................................................................................................................................... 85

7-00 GENERAL MATTERS ................................................................................................................ 85

7-02 CULVERTS ................................................................................................................................. 85

7-04 STORM SEWERS ....................................................................................................................... 86

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ................................................ 87

Page 93: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

SP-ii

7-06 SWALE CHECK DAMS ............................................................................................................. 90

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ............................................................ 90

DIVISION 8 MISCELLANEOUS CONSTRUCTION .............................................................................. 97

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ............................................. 97

8-02 ROADSIDE RESTORATION ................................................................................................... 100

8-04 CURBS, GUTTERS, AND SPILLWAYS ................................................................................. 101

8-05 RESOLUTION OF UTILITY CONFLICTS ............................................................................. 102

8-14 CEMENT CONCRETE SIDEWALKS ..................................................................................... 103

8-15 RIPRAP ...................................................................................................................................... 105

8-19 MISCELLANEOUS WORK ..................................................................................................... 106

8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL............................................................................................................. 107

DIVISION 9 MATERIALS ...................................................................................................................... 121

9-14 EROSION CONTROL AND ROADSIDE PLANTING ........................................................... 121

9-29 ILLUMINATION, SIGNAL, ELECTRICAL ............................................................................ 122

Page 94: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-1 July 2020 Special Provisions

INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP)

The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 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 either 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.

The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example:

(March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) 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 Bonney Lake Development Policies and Public Works Design Standards, current edition

Contractor shall obtain copies of these publications, at Contractor’s own expense.

Page 95: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-2 July 2020 Special Provisions

(This Page Intentionally Left Blank)

Page 96: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-1 July 2020 Special Provisions

DIVISION 1 GENERAL REQUIREMENTS

DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP)

This Contract provides for the following:

Provide a new sanitary sewer main from approximately 620 west of 195th Ave (South side of SR 410), cross SR 410 via directional bore, and continue for 930 feet along the north side of SR 410, then rejoin the existing sewer system at approximately 450 feet west of 192nd Ave E. The project also provides pedestrian signal and other ADA improvements at the intersection of 192nd Ave E & SR 410, as well as replacement of the existing culvert under 195th Ave E and adjacent stormwater swale improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications.

1-01 DEFINITIONS AND TERMS

1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following:

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, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract.

Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date.

Page 97: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-2 July 2020 Special Provisions

Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date.

Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete.

Supplement this Section with the following:

All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”.

All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise.

All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”.

All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted.

Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.

Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work.

Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5.

Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond.

Contract Documents See definition for “Contract”.

Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed.

Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal.

Page 98: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-3 July 2020 Special Provisions

Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins.

Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic.

Supplement this section with the following: (******)

Any reference to “Contract Bond” shall be changed to refer to “Performance and Guaranty Bond”.

1-02 BID PROCEDURES AND CONDITIONS

1-02.1 Prequalification of Bidders Delete this section and replace it with the following:

1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP)

Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project.

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 can 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") 4 Furnished automatically upon award.

Contract Provisions 4 Furnished automatically upon award.

Large plans (e.g., 22" x 34") 1 Furnished only upon request at Contractors expense.

Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense.

Page 99: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-4 July 2020 Special Provisions

1-02.4 Examination of Plans, Specifications, and Site of Work

1-02.4(1) General (August 15, 2016 APWA GSP Option A) The first sentence of the last paragraph is revised to read:

Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, must request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids.

1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following:

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 prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form.

The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified.

1-02.6 Preparation of Proposal (July 11, 2018 APWA GSP) Supplement the second paragraph with the following:

4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated.

5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer

of the bid.

Delete the last two paragraphs, and replace them with the following:

If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work.

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.

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).

Page 100: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-5 July 2020 Special Provisions

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 UDBE 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 UDBE requirements are to be satisfied through such an agreement.

1-02.6 Preparation of Proposal (August 3, 2015 WSDOT GSP) Section 1-05.4 is supplemented with the following:

Cumulative Alternates Bidding The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s).

Bid Proposal The Bid Proposal includes the following:

1. Base Bid: (Schedule A, B, C, & D-1) The Base Bid shall include constructing all items included in the Proposal except those items contained in the Alternate(s).

2. Alternate(s)

a. Additive 1: (Schedule D-2) Based on constructing Strom and Ditch Improvements East of 195th.

Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and all Alternate(s.)

The successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids. The following are listed in order from highest to lowest Preference:

Preference 1: Lowest total for Base Bid plus Additive 1

Preference 2: Lowest total for Base Bid

The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03.

Page 101: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-6 July 2020 Special Provisions

1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following:

Bid bonds shall contain the following:

1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five

percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person

authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature;

6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.

If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions.

If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.

1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following:

After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if:

1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and

2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and

3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals.

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn.

Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.

1-02.13 Irregular Proposals (December 19, 2019 APWA GSP) Delete this section and replace it with the following:

1. A Proposal will be considered irregular and will be rejected if:

Page 102: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-7 July 2020 Special Provisions

a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate

Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into

the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as

required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business

Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the

Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions;

j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made;

k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions;

l. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions;

m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or

n. More than one Proposal is submitted for the same project from a Bidder under the same or different names.

2. A Proposal may be considered irregular and may be rejected if:

a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a

reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit

Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink.

1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option B) Delete this section and replace it with the following:

A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section.

Page 103: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-8 July 2020 Special Provisions

The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section.

Delinquent State Taxes

A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue.

B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below.

1. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government.

B. Documentation: The Bidder shall not be listed as having an “active exclusion” on the U.S.

government’s “System for Award Management” database (www.sam.gov).

2. Subcontractor Responsibility A. Criterion: The Bidder’s standard subcontract form shall include the subcontractor

responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also “responsible” subcontractors as defined by RCW 39.06.020.

B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts.

3. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or

payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner;

Page 104: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-9 July 2020 Special Provisions

• A list of claims filed against the retainage and/or payment bond for any of the projects listed;

• A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim.

4. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving

bidding on a public works contract in the five years prior to the bid submittal date.

B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract.

5. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or

terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances.

6. Lawsuits

A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency

B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts

As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The

Page 105: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-10 July 2020 Special Provisions

Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria.

The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter.

If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination.

Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents.

1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read:

Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder:

1. A complete statement of the origin, composition, and manufacture of any or all materials to be used,

2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time

required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work

is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the

lowest responsible bidder.

Page 106: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-11 July 2020 Special Provisions

1-03 AWARD AND EXECUTION OF CONTRACT

1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read:

After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond.

1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read:

Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency.

Within twenty (20) calendar days after the award date, 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 the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it.

1-03.4 Contract Bond

(July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following:

The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall:

1. Be on Contracting Agency-furnished form(s);

Page 107: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-12 July 2020 Special Provisions

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. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions

under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the

Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or

b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work;

4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and

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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president).

1-03.7 Judicial Review (November 30, 2018 APWA GSP)

Revise this section to read:

Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.

1-04 SCOPE OF THE WORK

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read:

Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):

1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency’s Standard Plans or Details (if any), and

Page 108: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-13 July 2020 Special Provisions

8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.

1-04.4(1) Minor Changes (May 30, 2019 APWA GSP) Delete the first paragraph and replace it with the following:

Payments or credits for changes amounting to $$5,000$$ or less may be made under the Bid item “Minor Change”. At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor Change” work will be within the scope of the Contract Work and will not change Contract Time.

(July 23, 2015 APWA GSP, Option B; may not be used on FHWA-funded projects) Revise the first paragraph to read:

Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein:

1-04.11 Final Cleanup Supplement this section with the following: (******)

After substantial completion but before final acceptance of the work, the Contractor shall power broom all pavements clean to remove sediment, aggregate, or other debris. Contractor shall also clean out all culverts and drains, inlets, catch basins, manholes and water valve boxes, within the project limits, of dirt and debris of any kind that may or may not be the result of the Contractor’s operations. All work associated with final cleanup shall be considered as incidental to the construction and all costs thereof shall be included in the unit prices of various items of work.

1-05 CONTROL OF WORK

1-05.4 Conformity With and Deviations from Plans and Stakes Section 1-05.4 is supplemented with the following: (******)

Contractor Surveying - Roadway

Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying,

Page 109: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-14 July 2020 Special Provisions

and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following:

1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points.

2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or

on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet.

3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more

than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans.

4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet

apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor

5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to

all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the

top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor.

Page 110: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-15 July 2020 Special Provisions

7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to

establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to

channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity.

10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in

the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work.

The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment)

Page 111: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-16 July 2020 Special Provisions

The Contracting Agency may spot-check the Contractor's surveying. These spot checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts.

1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following:

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.

If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public.

Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of

Page 112: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-17 July 2020 Special Provisions

work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work.

No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section.

The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required.

1-05.11 Final Inspection Delete this section and replace it with the following:

1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP)

1-05.11(1) Substantial Completion Date

When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally.

If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor.

Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without 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

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

Page 113: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-18 July 2020 Special Provisions

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 1-05.7.

The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder.

Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled.

1-05.11(3) Operational Testing

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 Add the following new section:

1-05.12(1) One-Year Guarantee Period (March 8, 2013 APWA GSP, may not be used on FHWA funded projects)

The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency’s written notice of a defect, and shall complete such work within the time stated in the Contracting Agency’s notice. In case of an emergency, where damage may result from delay or where loss of services may result, such

Page 114: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-19 July 2020 Special Provisions

corrections may be made by the Contracting Agency’s own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor.

When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency.

This guarantee is supplemental to and does not limit or affect the requirements that the Contractor’s work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency.

1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section.

1-05.14 Cooperation with Other Contractors Supplement this section with the following: (******)

It is anticipated that the following work adjacent to or within the limits of this project will be performed by Others during the life of this project:

• Temporary stabilization of luminaire poles and signal poles, in close proximity to 24-inch storm pipe and culvert trenching may be required, if deemed necessary by the Contractor’s determined means and methods. The Contractor shall coordinate with the WSDOT and City construction inspector when excavating in the vicinity of these facilities. Contractor shall provide written notification to the pole owner and the Owner seven (7) days prior to the Work requiring the pole to be held.

• CenturyLink may have blank conduits in conflict at the NE corner of192nd/ SR410. Contractor shall pot hole conduits and if a conflict existing notify CenturyLink and City. Pot hole shall occur a minimum of 7 days prior to the plan start of the Culvert installation.

All cost associated with coordination and cooperation with other contractors as required by these contract documents shall be incidental and included within the unit Bid prices provided in the Contract Proposal.

1-05.15 Method of Serving Notices (******) 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

Page 115: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-20 July 2020 Special Provisions

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 (SR 410 Sewer Bottleneck Phase II– Notification). Attachments over 10 megabytes are not allowed. For files over 10 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.

(******) Add the following new section:

1-05.16 Water and Power (October 1, 2005 APWA GSP)

The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item.

Add the following new section:

1-05.18 Record Drawings (March 8, 2013 APWA GSP)

The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded.

This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review.

The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency.

The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to:

• Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances,

structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.).

Page 116: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-21 July 2020 Special Provisions

If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings.

When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following:

Vertical Horizontal

As-built sanitary & storm invert and grate elevations

± 0.01 foot ± 0.01 foot

As-built monumentation ± 0.001 foot ± 0.001 foot

As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot

As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot

As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot

As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot

As-built signs, signals, etc. N/A ± 0.10 foot

Making Entries on the Record Drawings:

• Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code:

• Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request

for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings

(such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).

The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item:

“Record Drawings (Min. Bid $500)”. Lump sum.

Page 117: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-22 July 2020 Special Provisions

Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions.

A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount.

Supplement this section with the following:

Approved Record Drawing will be required prior to Substantial Completion. Upon request of the Owner or Engineer, the Contractor shall bring up-to-date record drawings to the weekly construction meeting.

Add the following new section:

1-05.19 Preconstruction Video (******)

Contractor shall take a preconstruction video immediately prior to initiating construction in order to provide a substantiated record of the condition of existing improvement. This video shall be considered as indicative of the nature of the original improvements in determining the adequacy or inadequacy of restoration. Video file shall be provided electronically. A full video shall be provided to:

• The City of Bonney Lake • KPG, P.S.

All costs associated with the work specified above in this Section shall be not measured for separate payment, but shall be considered incidental to and included in “Mobilization”.

Add the following new section:

1-05.20 Daily Construction Report (******)

The Contractor and Subcontractors shall maintain daily, a Daily Construction Report of the Work. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. Contractor shall provide signed copies of diary sheets from the previous week to Engineer at each Weekly Coordination Meeting. Nothing contained within the Daily Construction Report will be considered to be notification of change or protest. Every single Daily Construction Report sheet/page must have:

• Project name & number; • Consecutive numbering of pages, and • Typed or printed name, signature, and date of the person making the entry.

Page 118: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-23 July 2020 Special Provisions

At a minimum, the Daily Construction Report shall, for each day, have a separate entry detailing each of the following:

1. Day and date. 2. Weather conditions, including changes throughout the day. 3. Complete description of work accomplished during the day, with adequate references to the

Plans and Contract Provisions so the reader can easily and accurately identify said work on the Plans. Identify location/description of photographs or videos taken that day.

4. Each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Contracting Agency, or any third party in any manner. This will not be considered a formal notice of differing site conditions. Formal notice shall be per 1-04.7.

5. List all materials received and stored on- or off-site by Contractor that day for future installation, including the manner of storage and protection of the same.

6. List materials installed that day. 7. List all subcontractors working on-site that day. 8. List the number of Contractor's employees working during each day, by category of

employment. 9. List Contractor's equipment on the site that day; showing which were in use, and which idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by

Contracting Agency or other party during the day.

11. Verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces.

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.

It is expressly agreed between Contractor and Contracting Agency that the Daily Construction Report maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Daily Construction Report in the manner described above will constitute a waiver of any such claims or disputes by Contractor.

All costs associated with the work specified above in this Section shall be not measured for separate payment, but shall be considered incidental to and included in “Mobilization”. Notifications of any change conditions, claims, or protest shall follow the requirements of the Standard Specifications. Information contained within the Construction Daily report will not be considered as the required notifications of the Standard Specifications.

1-06 CONTROL OF MATERIAL

1-06.1 Approval of Materials Prior to Use (April 3, 2017 WSDOT GSP) Supplement this section with the following:

For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two material sources or manufacturers per material type at no cost. Additional material sources or manufacturers may be submitted for

Page 119: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-24 July 2020 Special Provisions

approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional material sources or manufacturers will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived.

1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following:

The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications.

Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting.

(******) Add the following new section:

1-06.7 Shop Drawings and Submittals

1-06.7(1) General Shop drawing and submittal review by the Owner or Owner’s representative will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions or responsibility for consequences due to deviations from the Contract Documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. The Contractor shall review each submittal and provide approval in writing or by stamping, with a statement indicating that he has reviewed and approved the submittal, verified dimensional information, materials, catalog numbers, and similar data, confirmed that specified criteria has been met, and acknowledges that the product, method, or information will function as intended. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. The Owner will provide review services for a first and second review of each submittal item free from charge to the Contractor. The cost to provide additional reviews shall be charged to the Contractor by withholding the appropriate amounts from each progress payment. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed, and an approved product shall be furnished, all at the Contractor’s expense. Under no circumstances shall payment be made to the Contractor for materials not approved by the submittal process.

Page 120: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-25 July 2020 Special Provisions

1-06.7(2) Required Information Five (5) hard copies or one electronic of each submittal shall be submitted within ten (10) working days after contract execution to: City of Bonney Lake Public Services Department Attn: Doug Budzynski 9002 Man Street East Suite 300 Bonney Lake, WA 98391 Shop drawings and submittals shall contain the following information for all items, one submittal package shall be provided for each bid item that contains all materials required for that bid item. The following information shall be provided with each submittal to be considered full and complete:

1. Project Name. 2. Contractor. 3. Engineer. 4. Owner. 5. Applicable specification and drawing reference. 6. Bid Item number associated with submittal 7. A stamp showing that the Contractor has checked the material or equipment for conformance

with the contract requirements, coordination with other work on the job, and dimensional suitability.

8. A blank space for the Engineer to place a 3-inch by 4-inch review stamp. The following shall be submitted as applicable:

9. List any deviation to contract requirements, if any. 10. Dimensions and weights. 11. Catalog information. 12. Manufacturer’s specifications. 13. Special handling instructions. 14. Maintenance requirements. 15. Wiring and control diagrams. 16. List of contract exceptions. 17. Other information as required by the Engineer. 18. Installation and Operating Instructions.

1-06.7(3) Review Schedule Shop drawings and submittals will be reviewed as promptly as possible and transmitted to Contractor not later than 10 working days after receipt of a full and complete submittal package. The Contractor shall revise and resubmit previously rejected submittals as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for an extension of contract time or delay damages at the discretion of the Owner. One set of electronic shop drawings will be returned to the Contractor via email after review.

Page 121: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-26 July 2020 Special Provisions

1-06.7(4) Substitutions

Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project, as specified below.

1-06.7(5) After Contract Execution

Within 10 working days after the date of the Notice of Award of Contract, Owner will consider formal requests from Contractor for substitution of product in place of those specified. Contractor shall submit one electronic copy of request for substitution to the email address specified above. Data shall include the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method shall be provided. In making a request for substitution, Contractor represents that he has personally investigated the proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. All substitutions shall be reviewed and approved by the City prior to incorporation into the project. Upon review and acceptance by the Owner, Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. Contractor waives all claims for additional costs related to substitutions that consequently become apparent.

1-06.7(6) Equivalent Materials

Mention of equipment or materials by brand name and/or model number is occasionally made in order to establish a basis of quality for certain items of material, equipment, or processes. Such mention is intended to include products of other manufacturers that will meet the design standards of the product mentioned. If the Contractor desires to use products other than those specified under this “or approved equivalent” provision, he shall obtain the approval of the Owner and the Engineer before entering an order therefore. All substitutions or products to be used under the “or approved equivalent” provision shall be reviewed and approved by the City prior to incorporation into the project. Wherever mention is made of a specific manufacturer, such references shall be treated as if the phrase “or approved equivalent” appears thereafter whether or not in fact it does. The terms “or equal” and/or “or approved equivalent” shall be considered synonymous. Cost of all work under this Section shall be included in the lump sum contract bid item of “Mobilization”.

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following:

In cases of conflict between different safety regulations, the more stringent regulation shall apply.

Page 122: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-27 July 2020 Special Provisions

The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA).

The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, 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.

(******) Supplement this section with the following:

In response to COVID-19, the Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP) in conformance with Section 1-07.4 and the Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements. A copy of the CHSP developed by the Contractor shall be submitted to the Engineer as a Type 2 Working Drawing. 1-07.2

Delete this section, including its sub-sections, in its entirety and replace it with the following:

1-07.2 State Sales Tax (June 27, 2011 APWA GSP)

The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) 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(2) describes this exception.

The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) 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 60.28.051). 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.

Page 123: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-28 July 2020 Special Provisions

1-07.2(1) 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 a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work.

1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation.

For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception.

Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount.

1-07.2(3) 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).

1-07.4 Sanitation

1-07.4(2) Health Hazards (******) This Section is supplemented with the following:

COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work.

The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP.

Page 124: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-29 July 2020 Special Provisions

The CHSP shall address the health and safety of all people associated with the project including Contracting Agency workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall address all elements of the Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements.

COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Contracting Agency for CHSP Inspections. The Contracting Agency will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Contracting Agency becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately. The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. If a suspension is necessary the Contractor shall satisfy the Contracting Agency that the noncompliance incident has been corrected before the suspension will end.

Payment

No payment will be made for the development of the COVID-19 Health and Safety Plan (CHSP), COVID-19 Added Measures, inspection, equipment, tool, or personnel, all of which shall be considered incidental to “Mobilization”, per lump sum.

Should reporting as required by the Governor’s requirements be necessary, all direct labor associated with said reporting shall also be incidental to “Mobilization”, per lump sum.

Any loss of production associated with implementation of the plan, or as precipitated by the Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements, shall be included and accounted for when developing the Bid package.

Supplement this section with the following: (******)

Work necessary to provide and maintain a safe worksite, including preparation and implementation of the health and safety plans and coordinating with CHSP inspectors, will be incidental to associated items of Contract Work unless the Contract includes provisions to the contrary.

1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (******)

The Contractor shall obtain all permits and licenses necessary to complete the Work. Some of the necessary permits may include:

• City of Bonney Lake Business License

1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995 WSDOT GSP)

If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes.

Page 125: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-30 July 2020 Special Provisions

1-07.13 Contractor’s Responsibility for Work

1-07.13(4) Repair of Damage Section 1-07.13(4) is revised to read: (August 6, 2001 WSDOT GSP)

The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work.

1-07.16 Protection and Restoration of Property

1-07.16(1) Private/Public Property Supplement this section with the following: (******)

Stockpiling in City right of way or on existing or new improvements shall not occur unless approved by the Engineer. All stockpile sites shall be restored to as good or better condition.

1-07.16(2) Vegetation Protection and Restoration Section 1-07.16(2) is supplemented with the following: (August 2, 2010 WSDOT GSP)

Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub.

1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (******)

The Contractor shall maintain operational service to all public utilities in as continuous a manner as possible. Where services are to be shut down, the Contractor shall notify affected parties in writing a minimum of 3 working days in advance of the time and period of shutdown. The Contractor shall make every effort to schedule shutdowns to periods of anticipated minimum usage. No utility shall be allowed to be shut down for more than 4 hours per day. Should a shutdown of any City owned utility be required for a period in excess of 4 hours, the City shall, at no cost to itself, require the Contractor to provide temporary service. The method of temporary utility service shall be approved by the City before implementation. Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor’s convenience:

Page 126: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-31 July 2020 Special Provisions

Doug Budzynski (City of Bonney Lake) (253) 447-4336 Karen Appelt (CenturyLink) (206) 733-8857 Nicole Choi (PSE Power) (253) 841-6239 Cheryl Paras (PSE Gas) (253) 476-6300 Erica Leombruno (Comcast) (253) 864-4364

If any damage is done to an existing utility, the Contractor shall notify an authority of the particular utility company involved, who will dispatch a crew to repair the damages at the Contractor’s expense, or authorize the Contractor to repair the damage at his (the Contractor’s) expense. The Contractor shall repair all damaged City-owned utilities in accordance with the Contract Documents. The Contractor shall immediately notify the City of Bonney Lake Construction Inspector when any damage occurs to any existing utility. All costs associated with coordinating with and accommodating utilities will not be measured for payment, but shall be considered incidental to and included with the lump sum cost for “Mobilization”.

1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance (January 4, 2016 APWA GSP)

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 Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition.

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 Contracting Agency 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 Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it.

Page 127: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-32 July 2020 Special Provisions

E. The Contractor shall provide the Contracting Agency 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 Contracting Agency

G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency.

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 Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Design Engineer of Record (KPG, P.S.) and Construction Services Firm hired by the City

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 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 Contracting Agency, the Contractor shall forward to the Contracting Agency 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.

Page 128: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-33 July 2020 Special Provisions

1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency 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 Contracting Agency to be equivalent.

2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a 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 Contracting Agency, the Contractor shall forward to the Contracting Agency 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 Contracting Agency’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 Contracting Agency. 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.

Page 129: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-34 July 2020 Special Provisions

Such policy must provide the following minimum limits:

$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

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)K Professional Liability (January 4, 2016 APWA GSP)

The Contractor and/or its Subcontractor(s) and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions.

Such policy shall provide the following minimum limits:

$1,000,000 per claim and annual aggregate

If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability.

If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract.

1-07.23 Public Convenience and Safety

1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read:

Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction.

Page 130: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-35 July 2020 Special Provisions

Supplement this section with the following: (******)

Allowable SR 410 lane closure hours are as follows:

• Sunday through Thursday - 10:00 pm to 4:00 am • Friday - 12:00 midnight to 6:00 am • Saturday - 12:00 midnight to 7:00 am

If the Engineer determines the permitted closure hours adversely affect traffic or present an undue hardship on the adjacent residents and or traveling public, the Engineer may adjust the hours and/or allowable days of the lane closures accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours.

The City Engineer has the authority to approve or reject all requests to work during these posted lane closure restrictions.

Lane closures are not allowed on any of the following:

1. A holiday. 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are

considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday.

3. After noon on the day prior to a holiday or holiday weekend, and 4. Before one day after the day after the holiday or holiday weekend.

Coordinate all driveway closures with the Engineer and property owners and obtain approval from both. A Multi-day closure of commercial driveway and 195th Ave E may be permitted for up to 5 working days, during work hours if approved.

Temporary or permanent HMA driving surfaces shall be installed at the end of each working day. Steel sheets will not be allowed as a temporary driving surface within WSDOT right of way.

Remove or repair any condition resulting from the work that might impede traffic or create a hazard.

If closures or restrictions are approved by the Owner, the Contractor shall notify all property owners and tenants of detours, street and alley closures, or other restrictions that may interfere with their access. Notification shall be at least twenty-four (24) hours in advance for residential property, and at least forty-eight (48) hours in advance for commercial property.

Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. In addition, the Contractor shall coordinate Contractor activities with all disposal firms, school bus service and transit bus service that may be operating in the project area.

If street closures or lane restrictions, not provided for in the Specifications, are allowed subsequent to award of the contract, an equitable adjustment of the Contract amount shall be negotiated.

Page 131: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-36 July 2020 Special Provisions

1-07.23(2) Construction and Maintenance of Detours Supplement this section with the following: (******)

Measurement and Payment

All costs related to work described in this Section 1-07.23 including but not limited to temporary HMA driving surfaces within WSDOT SR 410 right-of-way, pedestrian access and safety, developing an approved Traffic Control Plan with pedestrian elements; construction, maintenance, and removal of pathways, protective barricades, fencing, and bridges; warning guidance devices; signing; temporary striping or structures; traffic control labor; and providing and maintaining temporary, alternative, or existing pedestrian routes and access points will not be measured for separate payment, but shall be included in the lump sum Bid item “Project Temporary Traffic Control”.

1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following:

Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made.

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 work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum.

Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer.

Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract.

Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted.

The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract.

Page 132: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-37 July 2020 Special Provisions

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.

Supplement this section with the following: (******)

All equipment and materials shall be staged at a location provided by the Contractor. Staging of equipment and materials within right of way or easements must be approved by the Owner. Storage of equipment at the location of the Bore pit is pre-approved provided traffic control safety measures are in place.

1-08 PROCECUTION AND PROGRESS Add the following new section:

1-08.0 Preliminary Matters (May 25, 2006 APWA GSP)

Add the following new section:

1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP)

Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be:

1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the

work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals,

etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work.

The Contractor shall prepare and submit at the preconstruction conference the following:

1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable.

Add the following new section:

1-08.0(2) Hours of Work Supplement this section with the following: (******)

Page 133: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-38 July 2020 Special Provisions

The Contractor will be allowed to work any shift within a 24-hour period, provided that it complies with the traffic control requirements outlined by Section 1-07.23.

Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below.

The working hours for the Contract shall be established at or prior to the preconstruction conference.

All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances).

If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 5 working days prior to the day(s) the Contractor is requesting to change the hours.

If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example:

1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.)

2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time.

3. 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.

4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day.

5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll

Add the following new section:

1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (******)

Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work may be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from

Page 134: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-39 July 2020 Special Provisions

amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours.

The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor.

1-08.1 Subcontracting (May 30, 2019 APWA GSP, Option B) Delete the ninth paragraph, beginning with “On all projects, the Contractor shall certify…”.

1-08.3 Progress Schedule Add the following new sections:

1-08.3(1)A Scheduling Review and Acceptance (******)

The Contractor’s schedule submittals will be reviewed by the Engineer; such review shall not constitute an approval, control, or direction over the Contractor’s construction means, methods, sequencing or its ability to complete the Work in a timely manner. The initial schedule is referred to as the Preliminary Schedule. Upon receipt and acceptance by the Engineer, it is referred to as the Baseline Schedule. Monthly revisions are termed Update Schedules. If major delays require drastic revision to the schedule, it is referred to as the Recovery Schedule.

1-08.3(1)B Scheduling – Failure to Comply (******)

Failure by the Contractor to provide the required Preliminary Schedule information will result in a delay of the Engineer’s issuance of a Notice to Proceed for the Contractor to begin work. Failure by the Contractor to provide the required monthly Update Schedules may result in either default termination or denial of partial or all progress payments until such time as the required schedule information is submitted, at the sole option of the Engineer.

1-08.3(2)A Type A Progress Schedule Revise this section to read: (*******)

The Contractor shall submit 3 hard and one electronic copy of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. All schedule updates shall be submitted in PDF or hard copy, and electronic. Electronic copy shall imply the computer program format used to create the schedule.

Page 135: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-40 July 2020 Special Provisions

1-08.3(3) Schedule Updates (******) Supplement this section with the following:

The Contractor shall submit a printed copy of an Update Schedule to the Engineer by the first business day of each month, starting the month after the Preliminary Schedule is accepted, or some other mutually agreed upon submittal time. If requested, the Contractor shall supply all schedule submittals in PDF and in the electronic file format used to create the schedule and schedule updates.

1-08.4 Prosecution of Work Delete this section and replace it with the following:

1-08.4 Notice to Proceed and Prosecution of Work (******)

Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. Work on site shall not commence until the Contracting Agency has received the Contractor’s COVID-19 Health and Safety Plan (CHSP). The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract.

When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract.

Following acceptance of high visibility fencing Contractor shall install fencing to limit access, COVID-19 sampling and testing stations, and all other onsite control measures identified in the CHSP and the Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements.

Add the following new section: (*******)

1-08.4(1) Special Schedule Considerations

Project-Specific Scheduling Requirements The order of work shall be at the Contractor’s option, with the exceptions noted below, and shall be in keeping with good construction practice and the terms of the Contract. Schedules shall be submitted in color hard copy, PDF, and in the electronic format of the program that was used to create the schedule, if requested by the owner.

Working Days

Page 136: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-41 July 2020 Special Provisions

The project schedule shall be based on total allowed contract working days including. 5-days of float to account for unexpected site changes.

Traffic Control Plans The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the City. Review and revision of the TCP may take up to two (2) weeks. The Contractor is alerted that no work affecting traffic operations, including clear zones, may be performed until the TCP is approved.

Independent Critical Path Schedule A-1 and A-2 are independent of the other schedules of work and shall have a separate and independent Critical Path. The Critical Path for Schedule B and C may be linked. COVID-19 Health and Safety Plan (CHSP) No work will be allowed onsite until the Contractor has developed and implemented the CHSP.

Notifications All notifications required by the contract which affect the critical path shall be shown as milestones on the project schedule.

Coordination with Other Contractors All work required by Franchise Utilities or other Contractors which affect the critical path shall be shown on the project schedule.

1-08.5 Time for Completion (November 30, 2018 APWA GSP, Option A)

The project shall be physically completed within 55 days.

(******) Supplement this section with the following:

Note that the allowable working days includes 5 working days for force account work and minor changes. Request for Extension of working days due to minor changes and force account work will not be considered unless the impact to the Critical Path is in excess of the 5 working days allocated to unexpected changes. These 5 working days shall be shown as float in the project schedule

Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4

Page 137: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-42 July 2020 Special Provisions

days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day.

Revise the sixth paragraph to read:

The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established:

1. The physical work on the project must be complete; and

2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date:

a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract

Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all

Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology

(Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16).

g. Property owner releases per Section 1-07.24

1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read:

When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract.

Page 138: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-43 July 2020 Special Provisions

1-09 MEASUREMENT AND PAYMENT

1-09.2(1) General Requirements for Weighing Equipment (******) Delete the last paragraph of this Section and replace with the following:

It is the responsibility of the Contractor to see that tickets are given to the Inspector on the project for each truckload of material delivered; the City will not have a receiver at the point of delivery. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector on the day of delivery of materials. Tickets not collected on the day of delivery will not be honored for payment unless prior agreements are made.

(July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read:

4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket.

1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following:

The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer.

Supplement this section with the following: (******)

The allowed number of working days for this Contract includes 5-working days allocated to minor changes and force account work. No contract time or compensation in addition to that paid by the force account work will be considered unless the total number of working days used for unanticipated work impacts the critical path by 5-working days or more.

1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following:

The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment.

The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final.

Page 139: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-44 July 2020 Special Provisions

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 conference.

The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. 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 — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination.

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), on non FHWA-funded projects; 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. The determination of payments under the contract will be final in accordance with Section 1-05.1.

1-09.11 Disputes and Claims

1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read:

For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.

Page 140: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-45 July 2020 Special Provisions

1-09.13 Claims Resolution

1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) 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 nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration.

1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) 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 is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. 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.

1-10 TEMPORARY TRAFFIC CONTROL

1-10.2 Traffic Control Management

1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (January 3, 2017 WSDOT GSP)

Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following:

The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701

Page 141: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-46 July 2020 Special Provisions

1-10.2(2) Traffic Control Plans (******) This section is supplemented with the following:

The Contractor shall prepare site specific Traffic Control Plans for all phases of the work and submit them for approval to the Engineer. The Contractor’s proposed Traffic Control Plans shall show the necessary lane closures, lane shifts, construction signs, flaggers, spotters, and other traffic control devices required to support each phase of the construction. The Contractor-provided plans shall be prepared by the Contractor’s Traffic Control Supervisor or an engineer licensed in the State of Washington and shall conform to the requirements contained in the latest version of the Manual on Uniform Traffic Control Devices (MUTCD) and the latest version of the Work Zone Traffic Control Guidelines published by the Washington State Department of Transportation.

The Contractor may choose to adopt the provided Traffic Control Plans, make modifications, or develop their own.

Traffic Control Plans shall also specify how accessible pedestrian routes shall be maintained through the project site as discussed in Section 1-07.23.

Prior to submitting the initial Traffic Control Plans for review by the Engineer, the Contractor shall meet with the Engineer and provide a detailed explanation of his proposed construction schedule, construction phasing and associated temporary traffic control implementation. The plan must be acceptable to the Engineer prior to the Contractor submitting the initial set of Traffic Control Plans. No construction will be allowed until the Traffic Control Plans are acceptable and approved by the City.

Payment for developing an approved Traffic Control Plan, including pedestrian-related elements, shall be considered incidental to the lump sum price in the Proposal for “Project Temporary Traffic Control” and no additional compensation will be made.

1-10.5 Payment

1-10.5(1) Lump Sum Bid for Project (No Unit Items) (******) This section is supplemented with the following:

“Project Temporary Traffic Control”, lump sum. Costs for layout, installation, removal, and transport of project signage shall be included with the Contract lump sum price for “Project Temporary Traffic Control.” This Bid item shall also constitute full compensation for all labor, tools, equipment, and materials necessary and incidental to providing traffic and pedestrian control as required throughout the project duration in compliance with the MUTCD including, but not limited to, Temporary HMA driving surface within WSDOT SR410 right-of-way, reflective signage, barricades, lights, traffic cones, and temporary pavement markings. Providing Class A signs, Class B signs, project sign, off Duty Uniformed Police Officers, flaggers and a Traffic Control Supervisor during all periods of construction activities within the public streets shall be included in the lump sum Bid item “Project Temporary Traffic Control”.

Developing, updating, and implementing an approved Traffic Control Plan shall be considered incidental to the “Project Temporary Traffic Control” lump sum cost and will not be measured for separate payment.

Page 142: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-47 July 2020 Special Provisions

No separate payment will be made for materials used to maintain temporary traffic that are not incorporated into the final improvements. Such materials shall be included in and considered incidental to “Project Temporary Traffic Control”.

All costs for minimizing drop-offs and maintaining access to existing streets and driveways including, but not limited to, steel sheeting, and channelization devices, shall be included by the Contractor in the lump sum Bid price for “Project Temporary Traffic Control”. No additional or separate compensation will be allowed.

The Lump Sum bid item for “Project Temporary Traffic Control” shall cover the cost to provide temporary traffic control for each and every working day (the entire contract duration) allowed as defined in Section 1-08.5 of these Special Provisions. The total allowable working days defined for this contract includes sufficient time to complete all work associated with items allocated to “Minor Change” and Force Account items. Should the Contractor complete the work in fewer working days than allowed, the Contract Lump Sum item will be paid in full and shall be considered an incentive to the Contractor for early completion.

For additional working days approved via a change order for work that is not identified to be paid by force account or “Minor Change”, the daily cost for Project Temporary Traffic Control shall be determined by dividing the lump sum Contract price for “Project Temporary Traffic Control” by the originally allowed total contract working days as defined in Section 1-08.5 of these Special Provisions to arrive at a daily cost for temporary traffic control.

END OF DIVISION 1

Page 143: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-48 July 2020 Special Provisions

DIVISION 2 EARTHWORK

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP

2-01.1 Description This section is supplemented with the following: (******)

The Contractor shall consider the clearing limits for this project to be all non-paved surfaces within the areas proposed for demolition as required to construct the improvements. Vegetation removal along the shoulder of roadway shall also be considered within the clearing limits. The Contractor shall allow 2 working days for the Engineer to approve the clearing limits before commencing activities. At the direction of the Engineer, the limits shall be adjusted in the field. When marking the clearing limits, the Contractor shall strive to protect from damage existing landscaping items such as vegetation, irrigation, rockeries, and other items.

When landscape vegetation on private property exists within the proposed clearing limits, the Contractor shall allow seven (7) calendar days’ notice to the property owners before commencing removal of the materials to allow time for private salvage. If the property owners do not desire to salvage materials, then clearing may commence upon approval of the limits.

Trees, stumps, shrubs, and brush located outside the clearing limits shall be considered part of the “Clearing and Grubbing” when identified for removal on the Plans.

“Clearing and Grubbing” shall also include removal up to 600 linear feet of vegetation and gravel along roadway shoulder where directed, as shown on the Plans. Vegetation and gravel shall be removed or graded as necessary to correct drainage runoff flow paths and new and existing stormwater swales.

2-01.2 Disposal of Usable Material and Debris This section is supplemented with the following: (******)

The Contractor shall dispose of all debris in accordance with Disposal Method No. 2 per Section 2-01.2(2).

2-01.2(2) Disposal Method No. 2 – Waste Site This section is supplemented with the following: (******)

No waste site has been provided for the disposal of excess or excavated materials. The Contractor shall make his or her own arrangements for obtaining waste sites in accordance with Section 2-03.3(7)C of the Standard Specifications.

Page 144: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-49 July 2020 Special Provisions

2-01.3 Construction Requirements

2-01.3(1) Clearing This section is revised to read: (******)

1. Leave standing and protect all trees, roots, and native growth outside of the clearing limits or that have been identified by the Engineer to remain. Where roots extend into the improvement area and are in conflict with the proposed improvements, they shall be saw cut and allowed to dry prior to backfill.

2. Contractor shall take all necessary precautions to protect adjacent trees, utilities, and other improvements from damage.

3. Completely remove all existing stumps in conflict with proposed utilities and structures.

4. Remove vegetation and gravel where shown on the Plans, or as directed by the Owner to correct drainage into existing and constructed roadside swales.

2-01.3(4) Roadside Cleanup Delete Section 2-01.3(4) in its entirety and replace it with the following: (******)

2-01.3(4)A Cleanup and Restoration From time to time throughout the progress of the work, the Contractor, when directed by the Owner’s Representative, shall cleanup and remove all refuse and unwanted or unused materials resulting from the work, at the Contractor’s expense. If the Contractor fails to do so within 24 hours after the request by the Owner’s Representative, the work may be done by the City and the cost thereof be charged to the Contractor and deducted from monies due to the Contractor.

All cleanup shall be performed as specified in the various sections of these Specifications. Final cleanup shall be in accordance with Section 1-04.11.

2-01.4 Measurement Supplement this section with the following:

(******)

No specific unit of measurement shall apply to “Clearing and Grubbing”, Lump Sum. Roadside cleanup shall be incidental to other Bid items in the Proposal and shall not be measured for payment.

Page 145: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-50 July 2020 Special Provisions

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

2-02.1 Description Supplement this section with the following: (******)

This work shall consist of removing and where noted on the plans reinstalling all materials required to complete construction of sewer main, stormwater culvert, and stormwater swale improvements.

The following items shall be included under “Removal of Structures and Obstructions” as well as other items noted for removal on the plans.

• Removal of rocks or boulder within Bore Pit(s) • Removal of existing stormwater structures and pipes. • Removal of quarry spalls and ballast at culvert and pipe inlets. • Removal of existing dual 12” ductile iron culverts at 195th Ave E & other stormwater

infrastructure. • Removal and reinstallation of guard rail hardware and posts.

2-02.3 Construction Requirements Supplement this section with the following: (******)

In general, the Contractor shall remove/dispose or abandon existing items which are in conflict with the new improvements. Where not in conflict, or where not specified for demolition or removal, Contractor shall protect all private and public improvements to remain.

Pipes to be abandoned in place shall be completed filled with CDF, or removed at the contractors choice, but all required restoration outside that shown on the plans shall be performed at no additional cost to the City should the contractor elect removal in lieu for filling pipes with CDF. All pipes in direct conflict with the proposed improvements shall be removed.

All material removed for the construction of the project shall be hauled offsite to a legal disposal site by the Contractor, with the exception of materials specifically noted for salvage. The Contractor shall determine the requirements of his selected disposal site related to accepting the material to be deposited on the site. Testing of the material by the disposal site or refusal of the site to accept the material shall not be the basis for additional payment or for an extension of the Contract time. The cost of all such requirements shall be included in the various Bid prices in the Proposal.

Contractor shall provide the property owner with a written notice 2 working days prior to disturbance of any private improvements.

The contractor shall take pictures of private improvements to be impacted prior to construction. Private improvements shall be removed, stored, and replaced to match existing conditions. Should contractor fail to salvage or damage private improvements the area shall be restored to the satisfaction of the property owner.

Page 146: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-51 July 2020 Special Provisions

2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Supplement this section with the following: (******)

Any asphalt or concrete that is damaged, and not designated for removal as shown on the Plans or preapproved by the Owner, shall be repaired or replaced entirely at the Contractor’s expense. The location of all saw cuts shall be preapproved by the Engineer before cutting of pavement.

Wheel cutting or jack hammering will not be considered an acceptable means of pavement “cutting,” unless preapproved by the Engineer.

Existing pavement depth within SR 410 generally consists of six to twelve inches of HMA over compacted crushed rock material, with greater pavement depths observed in select locations. Existing pavement depth within 195th Ave E and commercial driveway entrances generally consists of four inches of HMA over compacted crushed rock material.

Asphalt removal on 195th Ave E shall also entail removal of compacted rock base material and subgrade restoration to a depth of four inches from existing top of asphalt.

Sidewalks and curbs shall be removed to the neatest joint unless otherwise specified.

Add the following new sections: (******)

2-02.3(4) Saw cutting All pavements surfacing materials shall be saw cut prior to removal.

2-02.3(5) Pothole Existing Utility Locations of possible conflicts as utility crossings can be seen on the Plans. Based on the actual location of utility markings, it may be necessary to uncover existing utilities and determine the exact locations.

After completing field marking of the existing utilities, the Contractor shall determine if an existing utility may be in conflict with the planned improvements. Should a conflict seem likely, the Contractor shall notify the City. If the City concurs that a conflict is likely, the Contractor will be directed to expose the location of the subject utility (pothole). When potholing is required by the City, the Contractor shall expose the location of the existing utility and record the type and size of pipe and horizontal (by Station and Offset) and vertical elevation (using project datum) location on the Contractor’s Record Drawings. The Contactor shall provide the Engineer with a copy of the plan sheet with the pothole information clearly shown. Upon receipt of this information, the Engineer will determine if a conflict exists. The City will notify the Contractor within seven (7) full working days as to what design modifications, if any, are required to resolve the conflict. The Contractor shall perform the pothole as required to avoid impact to the Contracts schedule, based on the seven (7) working day review time.

Potholes shall be restored per City standard detail, unless otherwise approved by the Engineer.

2-02.3(6) Adjust Existing Utility to Grade Existing utilities such as monuments, catch basin frames and grates, water valves, etc. shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface.

Page 147: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-52 July 2020 Special Provisions

Existing box, ring, grate, and cover shall be inspected by the Owner of the utility prior to reuse. Materials in good condition shall be reset in a careful and workmanlike manner to conform to the new grade. Materials determined to be in unsatisfactory or poor condition shall be disposed of by the Contractor and replaced by the respective utility. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, etc., due to the Contractor’s operations, shall be repaired at the Contractor’s own expense. Adjustments shall be made using adjustment rings or cement, and the interior of the structure adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all structures and appurtenances encountered and shall submit a copy of these references to the Engineer.

If a catch basin lid or grate is determined to be in poor condition, the Owner will provide an alternate lid for reinstallation, to be adjusted to grade.

Structures and appurtenances shall be adjusted to grade in the following manner:

Within a Grass Surface: Provide crushed surfacing top course backfill and 8 inches of topsoil, Type A, and seed.

Within a HMA Paved Surface: As soon as the street is paved past each structure or appurtenance, the asphalt concrete mat shall be scored around the location of the structure or appurtenance. After rolling has been completed and the mat has cooled, it shall be cut along the scored lines. The structure or appurtenance shall then be raised to finished pavement grade, and the annular spaces filled with concrete to within a minimum of 6 inches of the finished grade. The remaining 6 inches shall be filled and compacted with HMA per Section 5-04 of the Standard Specifications, to give a smooth, finished appearance.

After pavement is in place, all joints shall be sealed with hot asphalt cement. In areas opened immediately to traffic, a sand blanket shall be placed onto the surface of the hot asphalt sealer to help alleviate the “tracking” of asphalt sealer.

Within a Concrete Surface: Structures shall be adjusted to grade after forms are in place and before the concrete is poured. Backfill shall be crushed surfacing base course. The concrete collars may be poured before or after the main pour.

2-02.3(7) Remove Existing Stormwater Infrastructure Portions of the existing stormwater infrastructure, including structures, shall be removed to accommodate the proposed improvements.

Excavations for any stormwater pipe and structures removed shall be backfilled with Gravel Borrow or select native backfill, compacted to 95 percent maximum dry density.

2-02.4 Measurement Supplemented this section with the following: (******)

“Adjust Existing Utility to Grade” shall be measured per each existing utility adjusted to final grade. Separate measurement will not be made for interim utility adjustments. This Bid item does not apply to utilities where the casting, ring and cover, frame and grate, etc. are being replaced. Nor does this bid item apply to grade adjustments of power, signal, or illumination related junction boxes or structures.

Page 148: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-53 July 2020 Special Provisions

“Potholing” shall be measured for each location the Engineer give prior approval and the contractor records and provides all required information to the engineer. The measurement will be per excavated location not per conduit should more than one conduit exist within 2 feet of each other.

“Asphalt Conc. Pavement Removal” shall be measured per square yard regardless of depth. This Bid Item shall also include crushed rock subgrade removal, grading, and preparation of the existing gravel base as required to place the HMA on 195th Ave E.

“Cement Conc. Sidewalk Removal” shall be measured per square yard, regardless of depth and shall include sidewalk, curb ramps and associated pedestrian curbs, and slabs regardless of depth.

“Curb Removal” shall be measured per linear foot for all types of curb removed except pedestrian curb. Removal pedestrian curb shall be included be included in the “Cement Conc. Sidewalk Removal” bid item.

Saw cutting and removal of asphalt concrete pavement will not be measured for separate payment but instead be included in the lump sum bid item for asphalt pavement restoration.

No measurement for payment shall be made for filling voids left after demolition.

2-02.5 Payment Section 2-02.5 is supplemented with the following: (******)

“Removal of Structures and Obstructions”, lump sum.

All items noted for removal/abandonment or salvage on the Site Preparation & TESC Plans to which other Bid items do not apply shall be considered included in the lump sum Bid item “Removal of Structures and Obstructions” including, but not limited to, the items shown on the Plans and those specified herein. Demolition, haul, and disposal of all structures and materials and dismantling/restoration of surface features to which this Bid item applies shall also be considered incidental.

“Adjust Existing Utility to Grade”, per each.

The unit Contract price for “Adjust Existing Utility to Grade” shall be full payment for all equipment, tools, labor, and materials necessary to adjust the existing utility to finished grade including, but not limited to, excavation, adjustment rings/materials, purchasing and placing crushed surfacing top course, CDF, grout, purchasing and placing asphalt pavement, compaction, and edge sealant.

“Potholing”, per each.

The unit Contract price for “Potholing” per each shall be full compensation for all labor, tools, equipment, and materials necessary to expose the locations of existing utilities, record vertical and horizontal locations, backfill, and compact excavated areas per City Standard Details. This unit price shall also include the cost for rescheduling work as required to allow the City time (up to seven working days) to issue any design modifications as may be required.

For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for Potholing. Actual payment for this work will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer and may differ greatly from the estimated amount provided.

Page 149: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-54 July 2020 Special Provisions

“Asphalt Conc. Pavement Removal”, per square yard.

The unit Contract price for “Asphalt Conc. Pavement Removal” per square yard shall be full compensation for all labor, tools, equipment, and materials necessary to remove and dispose of asphalt concrete pavement, and subgrade preparation and grading within 195th Ave E.

“Cement Conc. Sidewalk Removal”, per square yard.

The unit Contract price for “Cement Conc. Sidewalk Removal” shall be full compensation for all labor, tools, material, and equipment costs necessary or incidental to completely remove concrete sidewalks, curb ramps, driveways, and slabs, regardless of depth, to the nearest joint or saw cutting if required, and dispose of at an offsite location.

“Curb Removal”, per linear foot.

The unit Contract price for “Curb Removal” shall be full compensation for all labor, tools, material, and equipment costs necessary or incidental to completely remove curbs of any type (except pedestrian curb) and dispose of at an offsite location.

2-03 ROADWAY EXCAVATION AND EMBANKMENT

2-03.1 Description Supplement this section with the following: (******)

All excavation, regardless of the nature or type of materials encountered, performed under this Contract shall be considered as unclassified excavation except as noted otherwise herein unless such excavation is specifically paid for under other Bid Items in the proposal.

2-03.3 Construction Requirements Supplement this section with the following:

(******)

Any excavation beyond that necessary for construction, unless otherwise ordered by the Engineer in writing, shall not be paid for. Unauthorized over-excavation shall be filled with Gravel Borrow at the Contractor’s sole expense.

2-03.3(7) Disposal of Surplus Material Supplement this section with the following: (******)

The Contractor shall haul all excess excavated material off site and dispose of it at a legal disposal site unless directed otherwise by the Engineer. Excavated material from the project shall not be used under any hard surface (Concrete or HMA).

Disposal of surplus material shall be considered incidental to the project and as such, included in the various unit prices bid in the Proposal.

Page 150: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-55 July 2020 Special Provisions

2-03.3(7)B Haul Supplement this section with the following: (******)

All costs in associated with hauling and disposal of surplus materials will be considered incidental to the various Bid Items of the project and no additional compensation will be made.

Add the following new section:

(******)

2-03.3(20) Ditch Excavation and Shaping Ditch Excavation and Shaping shall entail the efforts required to excavate, shape, regrade, and slope the modified stormwater swales on the upstream and downstream sides of the 195th culvert replacement and the swale on north side of SR 410 near the western project limits. Select native backfill may be utilized to reshape the swale walls if required.

Compaction shall be per Method B, section 2-03.3(14)C.

Excess materials shall be disposed of per Section 2-03.3(7). Removal of any materials within the swale deemed as unsuitable shall be considered incidental to Ditch Excavation and Shaping.

2-03.4 Measurement Delete this section and replace with the following: (******)

No separate measurement for payment will be made any class of roadway or structure excavation, except for “Ditch Excavation and Shaping”. All costs associated with excavation, embankment and compaction shall be included with the other various unit Bid prices in the Proposal.

“Ditch Excavation and Shaping” shall be measured per linear foot measured along the center of the swale. No additional payment will be made, regardless of depth of excavation. Surface restoration shall be included with other various Bid Items in the Proposal.

Excavation and installation of storm water and sanitary sewer facilities are not included in “Ditch Excavation and Shaping”, rather are included in the applicable Bid Items in the Proposal.

No separate measurement for payment will be made for disposal of surplus materials. All costs associate with this work shall be included with the other various Bid Items in the Proposal.

2-03.5 Payment Delete this section and replace with the following:

“Ditch Excavation and Shaping”, per linear foot.

The Contract Bid price for “Ditch Excavation and Shaping” shall be full compensation for the costs of labor, tools, equipment, and materials necessary or incidental for excavating, shaping, grading, compacting, hauling, stockpiling, and disposing of excavated materials.

Page 151: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-56 July 2020 Special Provisions

2-04 HAUL Add the following new section: (******)

2-04.2 Hauling on Other Than State Highways If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at the Contractor’s expense, make all arrangements for the use and cleaning, if necessary, of the haul routes.

2-03.4 Measurement Delete this section

2-04.5 Payment Delete this section and replace with the following: (******)

All costs associated with hauling materials of any description to, from, and within the project site shall be considered incidental and shall be included in the appropriate unit Bid prices in the Proposal and no further compensation will be paid.

2-06 SUBGRADE PREPARATION

2-06.3 Construction Requirements Supplement this section with the following: (******)

The subgrade must be suitable, as determined by the Engineer, prior to placement of the crushed rock. All costs for protection of the subgrade, including replacing all material that becomes unsuitable while the subgrade is exposed, shall be incidental to the Contract and no additional compensation shall be made.

Preparation and compaction of the subgrade shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in other pay items of the Contract. The subgrade shall be shaped and maintained to drain at all times during construction, including temporary ditches and modifications to drainage structures necessary to eliminate standing water on the subgrade.

2-06.5 Measurement and Payment Delete this section and replace with the following: (******)

All costs associated with subgrade preparation shall be considered incidental and included in other bid items provide in the Proposal.

Page 152: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-57 July 2020 Special Provisions

2-07 WATERING

2-07.3 Construction Requirements Section 2-07.3 is supplemented with the following: (******)

During construction, the Contractor shall have available for the project, a suitable water truck that shall be operated as necessary to control dust. Failure to have a water truck immediately accessible to the job, and failure to use said water truck for dust control, shall be adequate reason to “shutdown” the project construction. Such shutdown is herein agreed to upon submitting a Bid for this project. Shutdowns due to the Contractor’s failure to control dust shall not be considered as unworkable days.

Water placement includes that required for dust control while excavating for the street, for processing and compacting the subgrade, and for dust control between the time of subgrade preparation and the placing of asphalt. Dust control water shall be applied as directed by the Engineer or the City Construction Inspector and for such period of time as they deem necessary.

The City will provide water to at no expense to the Contractor. The Contractor will be required to obtain a hydrant meter and post the refundable deposit.

2-07.5 Payment Delete this section and replace with the following: (******)

All costs associated with watering shall be considered incidental and included in other bid items provide in the Proposal.

2-09 STRUCTURE EXCAVATION

2-09.3 Construction Requirements

2-09.3(1) General Requirements

2-09.3(1)D Disposal of Excavated Material Delete Section 2-09.3(1)D and replace it with the following: (******)

All costs associated with disposing of, hauling, or stockpiling excavated material for reuse shall be considered incidental to the various bid items and no additional compensation will be considered.

2-09.3(4) Construction Requirements, Structure Excavation, Class B Supplement this section with the following: (******)

Where excavation equals or exceeds a depth of 4 feet, the Contractor shall provide, construct, maintain, and remove as required, safety systems that meet the requirements of the Washington Industrial Safety and Health Act, RCW 49.17, including WAC 296-155. The trench safety systems shall be designed by a qualified person and meet accepted engineering requirements (see WAC 296-155-660).

The Contractor shall furnish, install, and operate all necessary equipment to keep excavations above the foundation level free from water during construction and shall dewater and dispose of the water so

Page 153: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-58 July 2020 Special Provisions

as not to cause injury to public or private property, damage to the storm system, or nuisance to the public. Sufficient pumping equipment in good working condition shall be available at all times for all emergencies, including power outage, and the Contractor shall have available at all times competent workmen for the operation of the pumping equipment.

The Contractor shall submit an excavation and shoring plan for all efforts related to the Jacking and Boring crossing of SR 410. The limits of excavation must be such that adjacent utilities and both public and private improvements not called out for removal shall be protect. Excavation shall not commence until written approval is issued by the Engineer.

2-09.4 Measurement Supplement this section with the following: (******)

No measurement will be made for any class of structure excavation, except those outlined in Section 2-03.3. Structure excavation shall be considered incidental to the improvement being installed.

No specific unit of measurement shall apply to the lump sum item of “Shoring or Extra Excavation Cl. B for ____”.

All shoring related to the Jacking and Boring crossing of SR 410 shall be considered incidental to “Shoring or Excavation Cl. B for Sewer”. Tunneling, jacking, and boring extensions beyond the approved limits shall be considered to be for the Contractor’s convenience, unless otherwise directed in writing, and no additional payment will be made,

2-09.5 Payment Supplement this section with the following: (******)

“Shoring or Extra Excavation Cl. B for Sewer”, lump sum.

“Shoring or Extra Excavation Cl. B for Storm”, lump sum.

The lump sum Contract price for “Shoring or Extra Excavation Cl. B for Sewer” and “Shoring or Extra Excavation Cl. B for Storm” shall be full compensation for the cost of all labor, tools, equipment, and materials necessary or incidental to designing, furnishing, installing, and removing shoring systems and in trench dewatering systems. When extra excavation is used in lieu of constructing the shoring, cofferdam, sheet piles, or caisson, the lump sum contract price shall be full pay for all excavation, backfill, compaction, and other work required for Extra Excavation Class B.

2-11 TRIMMING AND CLEANUP

2-11.1 Description Supplement this section with the following: (******)

During construction, and then upon completion of the work, the Contractor shall thoroughly comb and search the surrounding area and remove any construction material thrown or discarded amongst the trees, bushes, ditches, etc., such as paint cans, cartons, broken pipe, pavement pieces, paper, bottles, etc., and shall tidy up the surrounding general area to make it neat in appearance, including removal of debris that may or may not have been deposited by Contractor’s operation.

Page 154: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-59 July 2020 Special Provisions

Paved surfaces, existing and new, shall be thoroughly cleaned (i.e. by street sweeper) upon completion of work within the area, and shall require daily cleaning if dust or mud exists. Prior to job acceptance, all streets shall be clean.

2-11.3 Construction Requirements Add the following new sections:

(******)

2-11.3(1) Routine Cleaning General

• Retain all stored materials and equipment in an orderly fashion allowing maximum access, not impeding drainage or traffic, and providing protection.

• Do not allow the accumulation of scrap, debris, waste material, and other items not required for this work.

• At least once a week, and more often if necessary or as directed by the Construction Inspector, the Contractor shall completely remove all scrap, debris, and waste material from the project site.

• Provide adequate storage for all materials awaiting removal from the project site, observing all requirements for fire protection and protection of the environment.

Site

• Daily and more often if necessary or as directed, inspect the site and pick up all scrap, debris, and waste material. Remove all such items to the place designated for their storage until it can be disposed of.

• Weekly, and more often if necessary or directed, inspect all arrangements of materials stored on the site, restack, tidy, or otherwise service all arrangements to meet the requirements above.

• Maintain the site in a neat and orderly condition at all times so as to meet the approval of the Owner.

2-11.3(2) Final Cleaning Prior to final inspection, remove from the job site, all tools, surplus materials, equipment, scrap, debris, and waste.

2-11.4 Measurement Delete this section and replace with the following: (******)

Trimming and cleanup shall be considered incidental to the lump sum Contract price for “Mobilization” and will not be measured for separate payment.

END OF DIVISION 2

Page 155: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-60 July 2020 Special Provisions

DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE

3-01 PRODUCTION FROM QUARRY AND PIT SITES

3-01.4 Contractor Furnished Material Sources Supplement this section with the following: (******)

No source has been provided for any imported materials necessary for the construction of this improvement.

The Contractor shall make arrangements to obtain the necessary materials at no expense to the City, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit Contract prices for the various items involved.

3-01.6 Payment Supplement this section with the following: (******)

All costs of any work required under Division 3 shall be incidental to and included in the unit contract prices for the various items in the Proposal.

END OF DIVISION 3

Page 156: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-61 July 2020 Special Provisions

DIVISION 4 BASES

4-04 BALLAST AND CRUSHED SURFACING

4-04.4 Measurement Supplement this section with the following: (******)

The basis of measurement for “Crushed Surfacing Top Course”, and “Ballast” by the ton based on certified truck tickets collected by the inspector at the end of each working day. Tickets will be accepted for payment after the end of each working day only when prior arrangements have been made with the inspector.

If the Contractor chooses to stockpile gravel or crushed surfacing materials of any type on or near the site, the Contractor shall establish separate stockpile areas for materials that are incidental to other Bid Items and materials that are paid for separately.

Should the Contractor fail to stockpile materials as required, gravel materials to be measured per Ton will be per cubic yard based on neat-line as shown on the Plans and then converted to a tonnage based on material density testing.

Water used in placing and compacting surfacing materials will not be measured for payment.

Crushed surfacing or ballast placed thicker than 1-inch over that which is specified on the Typical Sections will be measured in place and deducted from the accepted certified truck tickets. The in-place measurement will be by the square yard and converted to tons using the aggregate depth shown on the Typical Sections and the density value provided by the lab. It is the Contractor’s responsibility to ensure that the subgrade is graded to the proper thickness and elevations to avoid exceeding the compacted thickness shown on the Typical Sections.

Crushed Surfacing Base Course used as trench backfill will not be measured for separate payments but instead be included in the per linear foot bid item for he pipe being installed.

4-04.5 Payment Supplement this section with the following: (******)

“Crushed Surfacing Top Course”, per ton.

“Ballast”, per ton.

The Contract Bid price shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Work elements shall include, but not be limited to, purchasing; procuring; hauling; placing; grading; and compacting crushed surfacing material.

Payment for Crushed Surfacing Base Course used as trench backfill shall be included in unit cost of the pipe being installed.

END OF DIVISION 4

Page 157: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-62 July 2020 Special Provisions

DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS

5-04 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following:

5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming.

HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture.

5-04.2 Materials Materials shall meet the requirements of the following sections:

Asphalt Binder 9-02.1(4)

Cationic Emulsified Asphalt 9-02.1(6)

Anti-Stripping Additive 9-02.4

HMA Additive 9-02.5

Aggregates 9-03.8

Recycled Asphalt Pavement 9-03.8(3)B`

Mineral Filler 9-03.8(5)

Recycled Material 9-03.21

Portland Cement 9-01

Sand 9-03.1(2)

(As noted in 5-04.3(5)C for crack sealing)

Joint Sealant 9-04.2

Foam Backer Rod 9-04.2(3)A

The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler.

Page 158: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-63 July 2020 Special Provisions

The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile.

The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications.

The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted.

The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA.

Production of aggregates shall comply with the requirements of Section 3-01.

Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02.

5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).

5-04.2(1)A Vacant

5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer.

Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents.

Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation.

Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review;

• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below.

• The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer.

Page 159: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-64 July 2020 Special Provisions

• The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.

The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program.

Mix designs for HMA accepted by Nonstatistical evaluation shall;

• Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6).

• Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing.

At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design.

Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required.

For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.

5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following:

• Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures.

• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process.

5-04.3 Construction Requirements

5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer.

Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA.

Page 160: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-65 July 2020 Special Provisions

Minimum Surface Temperature for Paving

Compacted Thickness (Feet) Wearing Course Other Courses

Less than 0.10 55◦F 45◦F

0.10 to .20 45◦F 35◦F

More than 0.20 35◦F 35◦F

5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply.

The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic.

Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route.

During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic all cost of temporary pavement markings shall be included with in the bid items for Project Temporary Traffic Control. .

All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract.

5-04.3(3) Equipment

5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements:

1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer.

2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator.

Page 161: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-66 July 2020 Special Provisions

3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive.

4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2).

5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods:

a. A mechanical sampling device attached to the HMA plant.

b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle.

5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA.

The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent.

5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans.

The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted.

The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same

Page 162: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-67 July 2020 Special Provisions

results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way.

When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor.

The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment.

If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds.

5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless other-wise required by the contract.

Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due.

When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer.

To be approved for use, an MTV:

1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.

2. Shall not be connected to the hauling vehicle or paver.

3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.

4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine.

5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.

To be approved for use, an MTD:

1. Shall be positively connected to the paver.

2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.

Page 163: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-68 July 2020 Special Provisions

3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine.

4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.

5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used.

5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer.

Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer.

Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer.

Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer.

A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material.

Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA.

The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified

Page 164: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-69 July 2020 Special Provisions

rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer.

5-04.3(4)A Crack Sealing

5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater.

Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required.

Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured.

The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry.

In areas where HMA will be placed, use sand slurry to fill the cracks.

In areas where HMA will not be placed, fill the cracks as follows:

1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.

2. Cracks greater than 1 inch in width – fill with sand slurry.

Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack.

Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material.

Page 165: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-70 July 2020 Special Provisions

5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks.

5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows:

A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.

B. Cracks greater than 1 inch in width – fill with sand slurry.

5-04.3(4)B Vacant

5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant.

5-04.3(5)A Vacant

5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured.

When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer.

Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift.

Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured.

Page 166: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-71 July 2020 Special Provisions

5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following:

HMA Class 1” 0.35 feet

HMA Class ¾” and HMA Class ½”

wearing course 0.30 feet

other courses 0.35 feet

HMA Class ⅜” 0.15 feet

On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand.

When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF.

5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer.

5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.

Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified.

Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer.

The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section.

HMA Tolerances and Adjustments

1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows:

Page 167: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-72 July 2020 Special Provisions

For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2

Property Non-Statistical Evaluation Commercial Evaluation

Asphalt Binder +/- 0.5% +/- 0.7%

Air Voids, Va 2.5% min. and 5.5% max N/A

For Aggregates in the mixture:

a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF.

Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation

1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8%

No. 4 sieve +/-6% +/- 8%

No. 8 Sieve +/- 6% +/-8%

No. 200 sieve +/- 2.0% +/- 3.0%

b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2.

2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below.

a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6).

b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent

5-04.3(9)A Vacant

5-04.3(9)B Vacant

5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots.

Page 168: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-73 July 2020 Special Provisions

5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons.

All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced.

Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot.

5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested.

Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer.

For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF:

• If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.

• If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed.

5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731.

Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308.

Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.

5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors:

Page 169: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-74 July 2020 Special Provisions

Table of Price Adjustment Factors

Constituent Factor “f”

All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2

All aggregate passing No. 8 sieve 15

All aggregate passing No. 200 sieve 20

Asphalt binder 40

Air Voids (Va) (where applicable) 20

Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation.

5-04.3(9)C5 Vacant

5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.

If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).

5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample.

5-04.3 (9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the

Page 170: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-75 July 2020 Special Provisions

existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation.

For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.

If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).

5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density.

Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling.

If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic.

Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.

If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores.

For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced.

HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving.

Page 171: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-76 July 2020 Special Provisions

HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.

Test Results:

For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot.

When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control.

5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area.

The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks.

5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density.

5-04.3(10)C Vacant

5-04.3(10)D HMA Nonstatistical Compaction

5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots.

Page 172: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-77 July 2020 Special Provisions

A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738.

The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced.

HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving.

HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.

5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot.

5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation.

For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix.

5-04.3(11) Reject Work

5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval.

Page 173: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-78 July 2020 Special Provisions

5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance.

5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed.

No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal.

5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2).

5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2).

5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced:

1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or

2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or

3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75.

5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected.

Page 174: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-79 July 2020 Special Provisions

5-04.3(12) Joints

5-04.3(12)A HMA Joints

5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course.

A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving.

The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint.

5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted.

5-04.3(12)B Bridge Paving Joint Seals

5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay.

Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure.

Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure.

5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement:

Page 175: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-80 July 2020 Special Provisions

1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans.

5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans.

When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods:

1. Removal of material from high places by grinding with an approved grinding machine, or

2. Removal and replacement of the wearing course of HMA, or

3. By other method approved by the Engineer.

Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances.

Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found.

When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving.

Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving.

5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals.

Locations of existing surfacing to be planed are as shown in the Drawings.

Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay.

Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA.

Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be

Page 176: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-81 July 2020 Special Provisions

free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method.

Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer.

A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer.

A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement.

After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled.

The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A.

5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects.

Should such metal be identified, promptly notify the Engineer.

See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement.

The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected.

5-04.3(14)B Paving and Planing Under Traffic

5-04.3(14)B1 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 22 x 34 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown.

The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing.

Page 177: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-82 July 2020 Special Provisions

When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed.

At a minimum, the planing and the paving plan must include:

1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving.

2. A copy of the intersection traffic control plan.

3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations.

4. Names and locations of HMA Supplier facilities to be used.

5. List of all equipment to be used for paving.

6. List of personnel and associated job classification assigned to each piece of paving equipment.

7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines.

8. Names, job titles, and contact information for field, office, and plant supervisory personnel.

9. A copy of the approved Mix Designs.

10. Tonnage of HMA to be placed each day.

11. Approximate times and days for starting and ending daily operations.

5-04.3(14)B2 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including resident and business access, garbage truck operations, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to:

1. General for both Paving Plan and for Planing Plan:

a. The actual times of starting and ending daily operations.

Page 178: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-83 July 2020 Special Provisions

b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of police officers.

c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site.

d. Notifications required of Contractor activities and coordinating with other entities and the public as necessary.

e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving.

f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed

g. Description of procedures and equipment to identify hidden metal before planing, see Section 5-04.3(14)B2.

h. Description of how flaggers will be coordinated with the planing, paving, and related operations.

i. Description of sequencing of traffic controls for the process of rigid pavement base repairs.

j. Other items the Engineer deems necessary to address.

2. Paving – additional topics:

a. When to start applying tack and coordinating with paving.

b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements.

c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF.

d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations.

e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing.

5-04.4 Measurement Delete Section 5-04.4 and Replace with the following. (******)

“HMA Cl. ___ PG ___”, will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured.

Page 179: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-84 July 2020 Special Provisions

HMA used for temporary driving surfaces and not incorporated into the final product will not be measured for separate payment but instead be considered part of the payment for Project Temporary Traffic Control

Planing bituminous pavement will be measured by the square yard.

5-04.5 Payment Delete Section 5-04.4 and Replace with the following. (******)

Payment will be made for each of the following Bid items that are included in the Proposal:

“HMA Cl. ___ PG ___”, per ton.

The unit Contract price per ton for “HMA Cl. ___ PG ___” shall be full compensation for all costs, including but not limited to, anti-stripping additive, tack coat, join sealer, compaction, and all other materials and work incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal.

“Planing Bituminous Pavement”, per square yard.

The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14).

END OF DIVISION 5

Page 180: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197ASR 410 Sewer Bottleneck Phase II Bid Documents

SP-85 July 2020 Special Provisions

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER

MAINS, AND CONDUITS

Add the following new Section: (******)

7-00 GENERAL MATTERS

7-00.1 General For the convenience of the Contractor the Plans show approximate locations of various existing utilities and other obstructions. This information, if shown, has been obtained from best available records and cannot be guaranteed accurate. The Contractor shall diligently check for interferences with existing utilities ahead of his or her work including exploration in advance of excavation.

The Contractor is further alerted to the provisions of RCW 19.122 and his or her responsibilities by performing excavation required by the Contract Documents and Standard Specifications.

7-02 CULVERTS

7-02.1 Description

Supplement this section with the following: (******)

This work installation of a 24-inch ductile iron culvert . Work also entails installation of a Track Rack on the outlet of the norther swale pipe, 12-inch diameter.

7-02.2 Materials

Supplement this section with the following: (******)

Ductile Iron Culvert Pipe, 24-In. Diam. shall be Class 50.

7-02.4 Measurement

Supplement this section with the following:

(******)

“Ductile Iron Culvert Pipe, 24” Diam.” shall be measured per linear foot.

The length of the culvert will be the number of linear feet of completed installation measured along the invert from the center of structure to the to outfall of pipe. Cutting and beveling of pipe, and shall not be measured for separate payment and shall be considered incidental to the per linear foot cost of the pipe.

7-02.5 Payment

Supplement this section with the following:

(******)

“Ductile Iron Culvert Pipe, 24” Diam.”, per linear foot.

Page 181: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-86 July 2020 Special Provisions

The unit contract price for all storm pipe shall be full payment for equipment, labor and mateirals required for the complete installation of the storm sewer culvert of the diameter, material and size specified including, but not limited to pipe; excavating; cutting, hauling, placing and compacting pipe bedding and CSBC trench backfill material; laying and jointing pipe and fittings; normal trench dewatering; cleaning; testing; and television inspection.

7-04 STORM SEWERS

7-04.2 Materials Supplement this section with the following: (******)

The Contractor may provide Polyvinyl Chloride and Polethylene pipe, at their discretion for use in the project, meeting the City of Bonney Lake requirements in Section 706 for the Development Standards.

Trash Rack shall be per City of Bonney Lake Standard Detail SD8

Trench Backfill under a hard surface shall be Crushed Surfacing Base Course, and select native may be used above the pipe bedding zone in other areas.

7-04.3 Construction Requirements Supplement this section with the following: (******)

The storm main to be replaced as part of this project conveys stormwater flows from offsite and does not have sufficient capacity to allow surcharge of the system. Contractor shall be responsible for constructing, operating, and maintaining a bypass system as needed to construct the proposed improvements.

7-04.3(1) Cleaning and Testing Supplement this section with the following: (******)

Cleaning and testing shall be per the City of Bonney Lake Development Standards Section 707.

Add the following new section: (******)

7-04.3(1)G Television Inspection Contractor shall internally inspect all storm lines after installation with a tracked, swivel-head television camera. Contractor shall provide the City of Bonney Lake with a DVD or thumb drive containing the inspection video and an inspection record of the entire length of constructed storm line. The camera shall be stopped at each joint and the camera head swiveled to directly view the full circumference of each joint. Contractor shall correct any defects noted during the inspection and then re-inspect after the corrections have been completed. The Contractor shall bear all costs incurred in correcting any deficiencies found during the television inspections.

The official television inspection shall be performed after trench compaction is completed, immediately prior to paving.

Page 182: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-87 July 2020 Special Provisions

Television Inspection shall be considered incidental to and included in the various bid items necessary for a complete and functional drainage system.

7-04.4 Measurement Supplement this Section with the following: (******)

“Trash Rack”, shall be measured per each assembly installed, complete, in place.

Connecting new pipe to existing storm structures or existing pipe to new structures shall be considered incidental to the pipe installation unit price and no additional compensation will be made.

Developing and implementing a bypass plan shall be incidental to the project and will not be measured for payment.

7-04.5 Payment Supplement this Section with the following: (******)

“Trash Rack”, per each.

The unit contract price for “Trash Rack”, per each shall be full payment for all equipment, labor, and materials required for the complete installation including but not limited to trash rack, associated components and hardware required.

“Storm Sewer Pipe, 24 In. Diam”, per linear foot

The unit contract price for “Storm Sewer Pipe, 24 In. Diam”, per linear foot shall be full payment for all equipment, labor, and materials required for the complete installation including but not limited to CSBC trench backfill, disposal of excavated materials, pipe bedding, excavation, compaction, testing, cleaning tools, and connection to structures.

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS

7-05.1 Description Supplement this Section with the following: (*****)

Work shall also include replacing existing sanitary sewer structure ring and covers where called for on the Plans.

7-05.2 Materials Supplement this Section with the following: (*****)

Replaced and new sanitary sewer manhole covers shall be solid locking and cast with City of Bonney Lake logo, manufactured by EJ Group (product number 00371580) per Standard Detail SS4.

All structures shall conform to the City of Bonney Lake Development Standards Section 500 for Sanitary Sewer Structures and Section 700 for Storm Sewer Structures.

Page 183: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-88 July 2020 Special Provisions

Nyloplast CB and Domed grate shall be as specified on the plans, or an approved equal.

If deemed necessary by the Owner, it may be deemed necessary to replace existing storm sewer lids, frames, or grates. If replacement is needed, the Owner will furnish the item to be replaced.

7-05.3 Construction Requirements Supplement this section with the following: (******)

Catch basins, drain basins, and manholes shall be placed to grade upon 8 inches (minimum compacted depth) of crushed surfacing base course material. Crushed surfacing material shall be compacted to 95% maximum dry density. All costs associated with this item shall be included in the unit price bid for the structure to be constructed.

For precast drainage structures all pipe stubs, section joints, pick holes, and adjustment sections shall be sealed watertight from both the interior and exterior prior to backfilling. This shall be accomplished by mortaring, and applying an additional sealing material to the cured mortar. Just patching to stop infiltration on the interior of the structure will not be allowed.

All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be seated in grout placed on the top course. A 3/8-inch-thick mortar lining shall be installed inside and out of the adjustment section to provide a smooth, watertight finish.

Frame and grates shall be installed per City of Bonney Lake Standard Detail SD2.

Rings and covers for Sanitary Sewer Manholes shall be installed Per City of Bonney Lake SS4.

Castings for Sanitary Sewer structures and Storm Sewer structures shall be installed, per Standard Details SS5 and SD6 respectively.

Add the following new sections: (******)

7-05.3(6) Connections to Structures The locations, type, and size of the existing catch basins and storm lines/manholes and sanitary sewer lines have been determined from available records, and are approximate; however, it is anticipated that connections to these existing facilities may be made, in general, as shown on the Plans.

It shall be the responsibility of the Contractor to determine the exact location and ascertain the type and size of the existing facilities prior to starting work on each connection, and to provide any alterations, as required at no additional cost to the City.

The Contractor shall clean and re-grout existing catch basins and manhole structures where connections are made. This work shall also include sealing (watertight) existing penetrations in existing structures where pipes have been removed.

When connecting to a concrete structure, openings must be core drilled for sanitary sewer manholes and storm structures unless an existing knockout is available. Connections shall be made with watertight rubber boots, sand collars, manhole adapter, or other approved watertight connections, except for concrete, ductile iron or corrugated metal pipe. For concrete, ductile iron, or corrugated metal pipe the connections shall be made with non-shrink Portland cement grout to make a watertight fit.

Page 184: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-89 July 2020 Special Provisions

7-05.4 Measurement Supplement this section with the following: (******)

Excavation, pipe bedding and CSBC trench backfill will not be measured for separate payment, but shall be included in the structure unit cost for which that work is being performed.

Structure lids, grates, and covers, regardless of type shall be considered incidental to the structure and shall not be measured for separate payment, unless implicitly stated in other items in the Proposal.

Modifying existing catch basins to accept different pipe configurations or pipe sizes, including sealing existing penetrations, shall be incidental to the unit cost for pipe installation, and shall not be measured for payment.

“Install New Solid Locking Ring and Cover, Adjust to Grade” shall be measured per each access assembly installed on an existing SSMH, complete and in-place.

Connections to new and existing structures shall not be measured for payment, rather shall be incidental to the unit cost in the Proposal for the pipe to be connected.

7-05.5 Payment Supplement this section with the following: “Catch Basin Type 2, ___In. Diam.”, per each.

“Nyloplast Drain Basin, 36 In Diam”, per each.

“Manhole__In. Diam. Type 1”, per each.

The unit cost in the Proposal shall be full compensation for all equipment, labor and materials required to install the new structure including, but not limited to, excavating, foundation material, CSBC trench backfill material; compaction; connecting new/existing pipe(s); frame and grate or ring and cover; ladders, steps, and handholds; adjusting to final grade; concrete collars; testing; cleaning; and grouting to provide a water-tight seal.

“Install New Solid Locking Ring and Cover, Adjust to Finished Grade”, per each.

The unit cost shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to providing and installing a new solid locking access assembly on an existing manhole. Work elements may include, but shall not be limited to, removing and disposing of the existing ring and cover; excavation; concrete collar; adjustment rings; providing and installing the access assembly; adjusting to final grade; purchasing, providing, placing, and compacting CSTC; and adjustment to final grade.

Page 185: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-90 July 2020 Special Provisions

Add the following new section: (******)

7-06 SWALE CHECK DAMS

7-06.1 Description

Ecology Blocks, or approved equivalent shall be placed within the swale, on the east side of the 195th Ave E culvert, where shown on the plans.

7-06.2 Materials

Ecology Blocks shall be precast concrete. Full sized blocks shall be 5.0’ x 2.5’ x 2.5’. Half blocks or partial blocks are acceptable, provided that the embedment and freeboard shown on the Plans are maintained.

7-06.4 Measurement

No specific unit of measurement shall be applied to “Ecology Block Check Dam”, per each.

7-06.5 Payment

“Ecology Block Check Dam”, per each.

The unit cost shall be full compensation for all labor, tools, equipment, and materials required including but not limited to precast concrete block(s), and crushed rock foundation material, excavation, disposal of excess materials, grading, hauling, and compacting.

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS

7-08.2 Materials Supplement this section with the following: (******)

Pipe zone bedding shall meet be gravel backfill for pipe zone bedding in accordance with Section 9-03.12(3) of the Standard Specifications and adhere to City of Bonney Lake standard detail SD1 and SS7.

Trench backfill above the pipe bedding zone shall be Crushed Surfacing Base Course in accordance with Section 9-03.9(3) of the Standard Specifications when installed under hard (concrete or HMA) surfaces.

7-08.3 General Pipe Installation Requirements

7-08.3(1)B Shoring Supplement this section with the following: (******)

Shoring design shall be the responsibility of the Contractor. No implication of methods, means, or materials are implied within the Bid Documents.

Page 186: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-91 July 2020 Special Provisions

Contractor shall supply shoring as required to maintain the trench width within the shown restoration areas, this may require special shoring along the south side of the sewer main on SR410.

7-08.3 Construction Requirements Supplement this section with the following: (******)

When the vertical clearance between utilities is less than six inches (6”), provide an ODxODX2.5” polyethylene plastic foam pad between the utilities, where OD is the outside diameter of the larger pipe. Polyethylene foam shall be Ethaform or approved equal.

7-08.3(3) Backfilling Supplement this Section with the following: (******)

Backfilling and surface restoration shall closely follow the installation of pipe, so that no more than 50-feet of trench line is left open at any one time without approval of the City. When public safety concerns exist, the City may require more stringent backfilling standards. Backfill shall be compacted to 95 percent of maximum density in the roadway prism and shall be satisfactorily demonstrated to the City by density tests per the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction.

Add the following new section: (******)

7-08.3(6) Temporary Bypass Pumping

It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer systems throughout the duration of the project without any interruption of service. The Contractor shall divert all flows around each segment of the pipe designated for replacement. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the replacement operation. This can be accomplished via a combination of pumping and/or gravity flow. After the pipe replacement work is completed and accepted by the City, flow shall be returned to the reconstructed storm. The area affected by the bypass operation shall be fully restored.

Bypass pumping shall be scheduled for continuous operation with back-up equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. If the Contractor’s operation requires bypass pumping at night, he/she must provide monitoring personnel at all times to ensure the system remains functional.

Bypass pumping shall be done in such a manner as not to damage private or public property or create a nuisance or public menace. The pumped stormwater shall be in enclosed hoses or pipes that are adequately protected from traffic and shall be redirected into the appropriate sewer system. The discharge of storm water to private property, city streets, sidewalks, sanitary sewer, or any location other than an approved storm sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor’s operation cause any backups, overflows, or property damage.

The Contractor’s bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in

Page 187: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-92 July 2020 Special Provisions

the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service.

The Contractor shall submit a Bypass Pumping Plan. The Contractor’s plan for bypass pumping shall be reviewed by the City before the Contractor will be allowed to commence bypass pumping. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability.

7-08.4 Measurement Delete this Section and replace it with the following: (******)

No measurement for pipe bedding, trench backfill, or compaction shall be made, but instead shall be considered incidental to the item being installed.

No measurement for temporary bypass pumping plan or activities will be made, but instead shall be considered incidental to the item being installed.

7-08.5 Payment Supplement this section with the following: (******)

Pipe zone bedding, CSBC trench backfill, and compaction shall be considered incidental to the applicable Contract Bid Items and will not be measured for separate payment.

7-17 Sanitary Sewers

7-17.1 Description Supplement this Section with the following: (******)

Work shall entail the installation of ductile iron pipe segments and sanitary sewer gate valves on downstream connections to sanitary sewer structure #4.

Work shall also include Jacking and Boring under SR 410 with steel casing. See Section 7-17(3) for additional requirements.

Work also includes installation of 12” solid wall PVC sanitary sewer pipe via jacking and boring under SR 410.

7-17.2 Materials Supplement this Section with the following: (******)

Sanitary sewer manhole coating:

Where required on plans a Polyurethane manhole coating shall be applied to sanitary sewer manholes. Coating shall be Spraywall by Spray Roq or approved equal. Coating shall be resistant to sulfuric acid and hydrogen sulfide. Coating shall be applied to the entire inside of the manhole per manufactures recommendations and be a minimum thickness of 125mm.

Page 188: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-93 July 2020 Special Provisions

PVC sanitary sewer pipe shall be ASTM D3034 SDR 35 PVC pipe meeting the requirements of Standard Specification Section 9-05.12, and shall be green in color.

Ductile Iron Sewer Pipe shall meet the requirements of Standard Specification Section 9-05.13.

12” Ductile Iron to 12” PVC couplers shall be ROMAC 501 couplers, or approved equivalent. Coupler shall be suitable for use in sanitary sewer applications.

12” Resilient Wedge Gate Valve shall be provided with a coating suitable for sanitary sewer applications, resistant to sulfuric acid and hydrosulfide, per the manufacturer’s recommendations.

7-17.3 Construction Requirements

7-17.3(2) Cleaning and Testing

7-17.3(2)A General Supplement this section with the following: (******)

Allowing flow from the new pipe to the existing City sewer system shall not be allowed until all pipes have been thoroughly cleaned by jetting or pigging to remove any solids or construction debris that may have entered the pipe.

The Contractor shall arrange to have the water accumulated during construction and sanitary system cleaning operations removed from the sewer system by a Vactor truck. Water from the new sewer shall not be permitted to enter the existing City system until cleaning and testing has been successfully completed. Sediment or debris introduced to existing City sewers as a result of any construction activity shall be removed immediately by the Contractor in conformance with WSDOT Section 7-17.

The official television inspection shall be performed after trench compaction is completed, but no sooner than 1 week prior to paving. The Contractor shall have all the equipment and labor present and ready for the leakage test and shall have successfully completed a leakage test on the entire system to verify that the lines are in satisfactory condition prior to calling the City out to witness the testing.

See the City of Bonney Lake Development Policies and Public Works Design Standards, Section 505 for additional cleaning, testing, and television inspection requirements.

Add the following new Section: (******)

7-17.3(3) Jacking and Boring Crossing of SR 410 General

The Contractor shall conform to all Federal, State, and local laws and regulations pertaining to tunneling.

Before the start of work, submit satisfactory evidence to the Engineer that all insurance coverage requirements called for in the various permits have been complied with. All proposed construction methods and materials shall be approved by the Engineer before the start of construction.

Excavation shall be unclassified and shall include whatever materials are encountered to the depths as shown on the Plans or as required. The Contractor shall make his own estimate of the kind and extents

Page 189: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-94 July 2020 Special Provisions

of the various materials that will be encountered in the excavation. For additional information see the Geotechnical report, Appendix A.

Backfill of the bore pit, outside of paved surfaces shall be backfilled with Select Native per Section 9-03.14(1) of the Standard Specifications.

Jacking and Boring Details Required

Submit details of the following to the Engineer for approval before beginning the jacking or boring construction:

1. Steel Casing for crossing 2. Pipe 3. Spacers and end seals 4. Jack head 5. Excavation method 6. A substitute design for any part of the system that must be changed as a result of the jacking

or boring operations 7. Any structure that is required because of the particular method or procedure used by the

Contractor. 8. Surface deformation monitoring plan 9. Surface deformation action plan

Jacking and Boring

The Contractor shall equip the leading section of pipe with jacking head securely anchored thereto to prevent any wobble or alignment variation during the hacking or boring operation. For jacking, all excavation shall be carried out entirely within the jacking head, and no excavation in advance thereof shall be permitted. For jacking, every effort shall be made to avoid any loss of earth outside the jacking head. The Contractor shall remove excavated material from the pipe as excavation progresses, and shall not allow such material to accumulate within the pipe.

The Contractor shall jack or bore all pipe to true line and grade. Should any deviation from true line and grade be considered excessive, in the judgement of the Engineer, the Contractor shall take up and re-lay that portion of the pipe at no expense to the Owner.

Face stability shall be maintained throughout the drive and the drive should be continuous until complete. Should appreciable loss of ground occur during the jacking or boring operations, backpack all voids promptly. Fill all remaining voids upon completion of the operations, such filling or backpacking shall be with grout unless otherwise approved.

Th design of all sewer pipe is based upon the superimposed loads and not upon the loads resulting from the jacking or boring operations. Contractor shall be responsible for any increase in pipe strength necessary to withstand jacking or boring loads.

The northern extents of the jack or bore shall be continuous to the proposed 48-inch diameter manhole within SR 410.

Page 190: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-95 July 2020 Special Provisions

Monitoring

The Contractor shall provide surficial deformation monitoring points along the centerline of the bore alignment, as well as a parallel alignment at an approximate distance 6’ from the centerline. The Contractor shall also provide utility settlement monitoring points for any sensitive utilities passing over the top of the bore. The surficial deformation monitoring points shall be approved by the Engineer prior to Jacking and Boring.

A third-party licensed surveyor shall perform the monitoring and prepare a daily settlement monitoring report. The equipment procedures must be capable of surveying the settlement point elevations with in 0.1-inches of the actual.

Monitoring shall be carried out at the following minimum frequencies:

1. During casing installation, the surveyor shall take readings every four hours during the work. If the work is to be carried out in one 8-hour shift, readings shall be taken at the start of the shift, mid-shift, and at the end of shift.

2. Following completion of the installation, readings should be taken weekly for one month. Requirements for further monitoring will be evaluated after one month and may need to continue for up to three months.

3. The frequency of monitoring at any stage can be adjusted based on the magnitude of movements observed during construction and after completion of installation.

Smooth Steel Casing

Join sections of smooth steel casing to be jacked or bored by welding the joints with a continuous weld for full circumference or by other approved means. Provide joints which are capable of resisting the jacking and boring forces without failure. Steel casing segment lengths and diameters shall be sized by the Contractor, as required to accommodate 12-inch PVC sanitary sewer pipe, including bells, and spacers.

Casing End Seals

End seals shall be Advanced Products and Systems Model AW with 1/8-inch neoprene rubber and ½-inch wide stainless-steel banding or approved equal. End seals shall be installed per manufacturer’s recommendations.

Spacers

Spacers shall be Advanced Products and Systems CI Polyethylene casing insulator or approved equal, installed per manufacturer’s recommendations. Spacers shall be provided 5-foot on center.

7-17.4 Measurement Supplement this Section with the following: (******)

“PVC Sanitary Sewer Pipe___In. Diam.”, shall be measured per linear foot from the center of structure to cent of structure.

Page 191: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-96 July 2020 Special Provisions

All 12-inch sanitary sewer pipe laid within the 24-inch steel casing shall be measured and paid as “PVC Sanitary Sewer Pipe___In. Diam.”, per linear foot

Gate Valve 12” In for Sanitary Sewer shall be measured per each valve and associated appurtenances installed, complete.

Spray on Coating for Sanitary Sewer Manhole shall be measured per each manhole.

No specific unit of measurement shall be applied to Jacking and Borings Crossing of SR 410, per lump sum.

7-17.5 Payment Supplement this Section with the following: (******)

“PVC Sanitary Sewer Pipe___In. Diam.”, per linear foot.

The unit price in the Proposal for “PVC Sanitary Sewer Pipe___In. Diam.” shall be full compensation for all labor, equipment, and materials necessary or incidental to constructing the sanitary sewer main including but not limited to, excavating, disposal of excavated materials, pipe zone bedding, CSBC trench backfill, fittings, compaction, toning wire; marking tape; television inspections; air testing; mandrelling; cleaning; connecting to the existing and proposed sanitary sewer manholes, and installation into casing pipe.

“Gate Valve 12 In. for Sanitary Sewer”, per each.

The unit price in the Proposal for “Gate Valve 12 In. for Sanitary Sewer” shall be full compensation for all labor, equipment, and materials including but not limited to gate valve, ductile iron pipe, couplings, valve box, connection to sewer manhole, excavation, compaction, bedding, CSBC trench backfill, testing; cleaning; protective coating; and connection to manhole

“Jacking and Boring Crossing of SR 410”, per lump sum.

The Lump Sum price in the Proposal for “Jacking and Boring Crossing of SR 410”, shall be full compensation for all labor, equipment, and materials required for the complete installation including but not limited to excavation of jacking and receiving pits, pit dewatering, steel casing, casing spacers, welding, casing end seals, monitoring plans, jacking head, CSBC trench backfill, compaction, hauling, disposal of excess excavated material, annular boring and casing backfill.

“Spray on Coating for Sanitary Sewer Manhole”, per each

The unit price in the Proposal for “Spray on Coating for Sanitary Sewer Manhole” shall be full compensation for all labor, equipment, and materials necessary to incidental to completing the coating of the entire manhole per manufactures recommendations.

END OF DIVISION 7

Page 192: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-97 July 2020 Special Provisions

DIVISION 8 MISCELLANEOUS CONSTRUCTION

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL

8-01.1 Description Supplement this section with the following: (******)

The City of Bonney Lake has adopted the 2015 Stormwater Management and Site Development Manual.

Implementation of appropriate TESC BMP’s at the appropriate construction phases is very important to prevent siltation of the subgrade, aggregate courses, or final cement concrete sections. The Contractor shall install and maintain all temporary and permanent erosion control measures and Best Management Practices (BMPs) in accordance with the Contract Documents, Standard Specifications, Permit Conditions, the Contractors “Stormwater Pollution Prevention Plan” (SWPPP) and as directed by the Engineer prior to clearing, grubbing, or grading or as necessary as clearing and grading progress. Such measures shall include, but are not necessarily limited to:

• Straw bale, Rock, Wattle, Compost sock check dams • Straw mulch, netting and tackifier • Concrete wash • Baker tanks and/or Settling ponds • Stabilized construction entrance / exit • Inlet protection on existing and proposed drainage structures • Reinforced silt fencing • Plastic Covering • Temporary pipe slope drains • Temporary HMA Curb • Disposal of sediments and materials • TESC seeding • Maintenance of BMPs including in the event of emergencies and as weather and field

conditions dictate; and also including installation of additional BMPs which may become required as field and weather conditions evolve.

• Street sweeping and Cleaning • ESC Lead per 8-01 of the Standard Specifications • All materials, tools and equipment necessary to meet these requirements

The Contractor shall provide erosion control as required for all stockpiled materials. The Engineer, in the event of an emergency, and as weather and field conditions dictate, may require additional erosion controls and BMPs in addition to those shown on the Plans and on the SWPPP.

Site Specific BMPs and SWPPP Plan

Temporary Erosion / Water Pollution Control notes and performance criteria are noted in the Contract Documents. The Contractor shall submit his or her own Surface Water Pollution Prevention Plan to the City for review and approval prior to the commencement of clearing, grubbing, or grading activities.

Page 193: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-98 July 2020 Special Provisions

Water quality testing and discharge volume reporting required by the project permits shall be performed by the Contractor and is a condition of approval of the SWPPP. The reporting data shall be provided to the Engineer as soon as practical, at regular intervals and prior to reporting deadlines established in the permits. The Contractor will provide a copy of the reporting information within 24 hours of a request to do so by the Engineer. All costs to perform these reporting requirements are to be included in the lump sum contract price for “Erosion/Water Pollution Control”.

8-01.3 Construction Requirements Supplement this section with the following: (******)

The Contractor shall bear sole responsibility for damage to completed portions of the project and to property located off the project caused by erosion, siltation, runoff, or other related items during the construction of the project. The Contractor shall also bear sole responsibility for any pollution of rivers, streams, groundwater, or other water that may occur as a result of construction operations.

Any area not covered with established, stable vegetation where no further work is anticipated for a period of 15 days, shall be immediately stabilized with the approved erosion and sedimentation control methods (e.g., seeding and mulching, straw). Where seeding for temporary erosion control is required, fast germinating grasses shall be applied at an appropriate rate (e.g., perennial rye applied at approximately 80 pounds per acre).

At no time shall more than 1 foot of sediment be allowed to accumulate within a catch basin. All catch basins and conveyance lines shall be cleaned at a time designated by the City Construction Inspector. The cleaning operation shall not flush sediment-laden water into the downstream system. The cleaning shall be conducted using an approved vacuum truck capable of jet rodding the lines. The collection and disposal of the sediment shall be the responsibility of the Contractor at no cost to the City of Bonney Lake.

8-01.3(1)B Erosion and Sediment Control (ESC) Lead Supplement this list under the second paragraph with the following: (******)

3. Inspecting all on-site erosion and sediment control BMPs at least once every five working days and within 24 hours of every runoff event. A SWPPP Inspection report or form shall be prepared for each inspection and shall be included in the SWPPP file. A copy of each SWPPP Inspection report or form shall be submitted to the Engineer no later than the end of the next working day following the inspection. The report or form shall include, but not be limited to the following: a. When, where, and how BMPs were installed, maintained, modified, and removed. b. Observations of BMP effectiveness and proper placement. c. Recommendations for improving future BMP performance with upgraded or replacement

BMPs when inspections reveal SWPPP inadequacies. d. Approximate amount of precipitation since last inspection and when last inspection was

performed. 4. Updating and maintaining a SWPPP file on site that includes, but is not limited to the following:

a. SWPPP Inspection Reports or Forms. b. SWPPP narrative. c. Other applicable permits.

Page 194: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-99 July 2020 Special Provisions

8-01.3(8) Street Cleaning Supplement this section with the following: (******)

The Contractor shall provide for cleaning all surfaced roadways that have become dirty as a result of the execution of this project. This shall be done at the completion of each day's activities or more often if so directed by the Engineer. Street sweepers with a vacuum function shall be the only acceptable method used to clean. Flushing will not be permitted.

Contractor shall have a vacuum sweeper available, full-time, for the duration of the project. Not having a full-time vacuum sweeper available and/or sufficient additional materials to react in a timely manner to changes may be grounds for the City to issue a Stop Work Order until the Contractor remedies the deficiency or the City may elect to have complete the street sweeping and deduct the cost from monies due to the Contractor. Time spent under a Stop Work Order in this situation shall not be grounds for a claim for additional payment or additional working days.

Roadway sweeping and cleaning shall be considered included in the lump sum Contract price for “Erosion/Water Pollution Control”.

8-01.3(9)A Silt Fence Supplement this Section with the following: (******)

Installed temporary reinforced silt fencing shall prevent soils, silts and sediment laden runoff from going beneath, through or over the top of silt fence. Damaged or otherwise improperly functioning silt fence shall be repaired or replaced by the Contractor at no expense to the Owner.

Silt fence shall be installed at the locations specified on the Plans or as directed by the Engineer, and shall meet the requirements of WSDOT Standard Plan I-30.15.

Sediment deposits shall be removed as directed by the Engineer or when deposits reach one-half the height of silt fence.

8-01.3(16) Removal Supplement this section with the following: (******)

Removing Temporary Erosion / Water Pollution Control BMPs

The Contractor shall removal all Temporary Erosion / Water Pollution Control BMPs within twenty (20) days after final stabilization, landscape restoration, or after the BMPs are no longer needed. Trapped sediment shall be removed or stabilized on site.

Add the following new section: (******)

8-01.3(17) Suspension of Work If at any time during the life of this Contract the Contractor requests to suspend work due to weather conditions or other constraints, it shall be the Contractor’s responsibility to meet the Temporary Erosion / Water Pollution Control requirements of the Bid Documents, including maintenance and repair of BMPs already installed, at all times during suspension.

Page 195: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-100 July 2020 Special Provisions

8-01.4 Measurement Supplement this section with the following: (******)

No specific unit of measurement shall apply to the lump sum bid item “Erosion/Water Pollution Control”.

“Seeding, Fertilizing, and Mulching” shall be measured per square yard.

8-01.5 Payment Supplement this section with the following: (******)

“Erosion/Water Pollution Control”, lump sum.

The lump sum Contract price for “Erosion/Water Pollution Control” shall be considered full compensation for all labor, equipment and materials required to perform all work required by Section 8-01 of these Special Provisions and the Standard Specification, except for that work which a separate bid items is provided within the Contract Proposal for this project.

“Seeding, Fertilizing, and Mulching”, per square yard.

Unit price in the proposal shall be full compensation for planting preparation per section 8-01.3(2) and hydroseeding both swales within the project extents.

8-02 ROADSIDE RESTORATION

8-02.1 Description Supplement this section with the following: (******)

This work consists of restoring areas disturbed during construction activities by placing and grading topsoil, installing seeded lawn to restore lawns, swales, and other seeded areas, and placing bark/wood chip mulch in landscaped areas.

8-02.2 Materials Supplement this section with the following: (******)

Topsoil Type A Section 9-14.1(1) Bark or Wood Chip Mulch Section 9-14.4(3)

8-02.3 Construction Requirements

8-02.3(1) Responsibilities During Construction Supplement this section with the following: (******)

Dumping or stockpiling of top soil or bark mulch shall not be allowed on roadway surfaces.

The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed

Page 196: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-101 July 2020 Special Provisions

work and any obstructions. The Contractor shall be responsible for making any and all repairs caused by his or her activities.

8-02.3(4)A Topsoil Type A Supplement this section with the following: (******)

Shall be placed to the depth shown on the plans and mixed with the existing soils as noted on the plans to a consistent and uniform material with all rocks over 2-inch removed from the surface prior to installation of erosion control blanket.

8-02.4 Measurement Supplement this section with the following: (******)

“Topsoil Type A” shall be measured per the cubic yard in the haul conveyance at the point of delivery.

8-02.5 Payment Supplement this section with the following: (******)

“Topsoil Type A”, per cubic yard.

The unit contract price for “Topsoil Type A” shall be full compensation to provide all equipment, labor and materials required for loading, hauling, and placing topsoil. This bid item shall include, but not be limited to, excavation, compaction, mixing, placement, and final grading.

8-04 CURBS, GUTTERS, AND SPILLWAYS

8-04.3 Construction Requirements Supplement this section with the following: (******)

New curb shall not be placed until forms have been checked and approved for line, grade, and compaction by the City Construction Inspector.

The curb shall be protected against damage or defacement of any kind until it has been accepted by the City Construction Inspector. Work that is not acceptable to the City Construction Inspector because of damage or defacement shall be removed and replaced by the Contractor at his or her own expense.

Pigmented curing compounds shall not be used on curb and gutter. Only clear curing compounds will be permitted.

Lip of gutter at all curb ramps shall be flush, no exceptions will be given.

8-04.5 Payment Supplement this section with the following: (******)

Pedestrian curb will not be measured for payment. All costs to construct pedestrian curbs shall be included in the unit price of the Work elements for which the pedestrian curb is installed.

Page 197: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-102 July 2020 Special Provisions

Add the following new section: (******)

8-05 RESOLUTION OF UTILITY CONFLICTS

8-05.1 Description This work involves the identification and resolution of utility conflicts not identified on the Plans between proposed improvements and existing utilities. The City will pay these costs by force account if the work proves to be acceptable and the Contractor has performed the work with the authority of and due notice to the Engineer.

8-05.2 Vacant

8-05.3 Construction Requirements Utility conflicts discovered during construction will typically be addressed by adjusting the location of the proposed utility that is in conflict with the existing utility. Should existing conditions and/or proposed improvements prohibit relocation of the new improvements, then the existing, conflicting utility will be relocated.

In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner:

1. Standby time resulting from existing utility conflicts

a. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item due to conflicts with existing facilities. However, payment for standby time shall be limited to:

i. For each agreed upon conflict, a maximum of 2 hours of standby time will be

paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time.

ii. If the conflict is resolved within one (1) hour of verbal notification to the Engineer, no standby time will be paid.

iii. No standby time will be paid if Contractor forces can be redirected to other portions of work. Availability of other work shall be at the sole discretion of the Engineer.

2. Additional work required to resolve utility conflicts will be paid for at the Bid unit prices for the associated work. Work that can be measured and paid for at the unit Contract prices shall not be identified as force account work.

Page 198: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-103 July 2020 Special Provisions

8-05.4 Measurement Measurement and payment for “Resolution of Utility Conflicts” shall be by force account per 1-09.6 of the Standard Specifications.

8-05.5 Payment

“Resolution of Utility Conflicts”, force account.

Costs incurred as a result of horizontal or vertical realignment of existing utilities as necessary to allow construction of the improvements proposed with this project, as approved by the Engineer, shall be paid by force account under the Bid item “Resolution of Utility Conflicts”. This Bid item applies only to costs that would not have been otherwise incurred as a result of per-Plan activities.

This option will only be approved by the Engineer if it is determined that utility conflict cannot be resolved by realignment of the new utilities alone. Should additional materials become necessary due to realignment of the new utilities, they will be measured and paid for separately according to the pay items to which they apply.

For the purposes of bidding equality, the Contracting Agency has furnished an estimated quantity for this item of work. Actual payment for this work, if necessary, will be made only for the actual amount of work performed as authorized and deemed necessary by the Engineer and may differ greatly from the estimated amount provided.

8-14 CEMENT CONCRETE SIDEWALKS

8-14.2 Materials Supplement this section with the following: (******)

Dense concrete shall be commercial concrete.

8-14.3 Construction Requirements Supplement this section with the following: (******)

The Contractor shall receive approval of the Engineer for the line and grade of the sidewalk being installed prior to pouring the concrete. The Contractor shall have the subgrade prepared and formwork in place at least 24 hours prior to pouring concrete. The Engineer shall review the line and grades of the sidewalk and the Contractor shall make minor adjustments as necessary. Minor adjustment shall be considered changes the Plan elevations or offsets of 3 inches or less. The work to revise the lines, formwork and subgrade for minor adjustments shall be considered incidental to the bid price for “Cement Concrete Sidewalk”. If the lines and formwork are not in conformance with the Plans, all adjustments, regardless of size, shall be at the sole expense of the Contractor. Adjustments to the lines and grades shall not constitute a basis for claims for additional contract time or expenses.

The sidewalk cross slope shall be 1.8% or less. Any sidewalk installed at a cross slope greater than 1.8% without prior written approval of Engineer shall be removed and replaced at the Contractor’s expense.

Page 199: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-104 July 2020 Special Provisions

In areas where existing cement concrete sidewalks are being restored, the sidewalk shall be removed to the nearest joint before commencing excavation and shall be removed so as not to tear or ravel the edges. All cuts shall be continuous and shall be made with a machine especially equipped for this purpose. No skip cutting will be allowed. The finish and joints shall be the same as the original work. The dimensions shall be as shown on the Plans or as directed in the field by the Engineer.

8-14.3(5) Detectable Warning Surface Supplement this section with the following: (******)

The configuration of the curb ramps and radii at some locations will require the contractor to use truncated domes that are manufactured on a radii to meet the required distance between the back of curb and face of truncated domes.

Whenever Detectable Warning Surfaces are to be installed with curb ramps that are located on a curve, the Contractor shall provide a radius detectable warning surface (manufactured specifically to be installed on the specified radius) that matches the radius of the curb, if a commercially available radius detectable warning surface is not available for a specified radius, the Contractor shall submit a plan to the Engineer for cutting the detectable warning surface to match the radius. In any case, detectable warning system placement and orientation shall comply with WSDOT standard plan F-45.10-02.

Add the following new section: (******)

8-14.3(6) Curb Ramps

Some of the curb ramps on this project have been modified from the standard details to fit the project conditions while meeting current ADA requirements. Contractor shall take special care to assure that the ramps are constructed in conformance with ADA requirements. The following requirements shall apply to all curb ramps:

1. Truncated Domes shall be placed on the bottom two feet of the ramp. 2. The landing length shall be a minimum of 48-inches 3. The cross slope of the landing or ramp shall not be steeper than 1.8%. 4. The longitudinal slope (up or down the ramp) of the ramp shall not exceed 8%. 5. The Flare Side Slopes shall not exceed 10%.

Compliance with ADA Standards is taken very serious and minor modifications to the dimensions shown on the Plans may be required to meet current standards. Therefore, prior to pouring concrete at the curb ramp locations, the Contractor shall have each ramp inspected and receive written approval from the on-site inspector that the forms are set in compliance with ADA Standards. Ramps poured without written approval that do not meet current ADA standards shall be removed and replaced at the Contractors expense, regardless of whether or not they conform to the dimensions shown on the Plans.

Concrete which is not placed such that the finished surface is a flat and uniform plane may result in non-compliance to the ADA standards and shall be removed and replaced at the Contractors expense.

Page 200: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-105 July 2020 Special Provisions

Per the Standard Specifications, detectable warning surfaces shall be furnished and installed on each curb ramp.

Pedestrian curbs shall be placed where shown on the Plans and where necessary to transition from lowered grade at depressed concrete ramps to the adjacent finished grade.

Contractor shall set all concrete forms, check for ADA Compliance, and then obtain written approval from the Engineer for each curb ramp prior to placement of concrete.

Add the following new section: (******)

8-14.3(8) Cold Weather Work

The following additional requirements for placing concrete shall be in effect from November 1 to April 1: • The Engineer shall be notified at least 24 hours prior to placement of concrete. • All concrete placement shall be completed no later than 2:00 p.m. each day. • Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be

placed until the ground is completely thawed. At the time, the forms shall be adjusted and subgrade repaired as determined by the Engineer.

8-14.4 Measurement Supplement this section with the following: (******)

Pedestrian Curbs and Detectable Warning Surface shall not be measured for separate payment but shall be included in the unit cost for the Curb Ramp type being constructed.

8-15 RIPRAP

8-15.1 Description Supplement this Section with the following: (******)

Work shall consist of furnishing and installation Quarry Spalls at inlets and outlets of storm pipe in swales. This effort consists of installation of splash pads and slope armorment as shown on the Plans.

8-15.4 Measurement Supplement this Section with the following: (******)

“Quarry spalls” shall be measured in-place by cubic yard after placement.

Page 201: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-106 July 2020 Special Provisions

8-15.5 Payment Supplement this Section with the following: (******)

“Quarry Spalls”, per cubic yard.

The unit Contract price for “Quarry Spalls” shall be full compensation for all labor, equipment and material required for the complete installation including but not limited to, quarry spalls, excavation, placement, grading and fitting around pipe ends.

Add the following new section: (******)

8-19 MISCELLANEOUS WORK

8-19 Description This work shall consist of providing miscellaneous construction work and documentation as described herein.

8-19.3 Construction Requirements

8-19.3(2) Pre-construction photographs Contractor shall take preconstruction photographs immediately prior to initiating construction in order to provide a substantiated record of the condition of existing improvement. These photographs shall be considered as indicative of the nature of the original improvements in determining the adequacy or inadequacy of restoration.

The Contractor shall provide digital photographs saved on DVD Media viewable on Windows based computers. The digital photographs shall be produced by a digital camera with a minimum sensor size of 6.0 megapixels and at an image resolution of not less than 1024 by 768 pixels. The Contractor shall submit digital images exactly as recorded in the digital camera without alteration, manipulation, editing or modifications using image-editing software.

The reference shall record the station and offset the picture was taken and the direction the picture was taken. A full set shall be provided to:

• The City of Bonney Lake • KPG, P.S.

All costs associated with the work specified above in this Section shall not be measured for separate payment, but shall be considered incidental to and included in “Mobilization”.

8-19.5 Payment

All costs associated with maintaining the Daily Construction Report, maintaining and submitting Record Drawings and taking and providing preconstruction photographs shall be considered incidental to and included in the Contract price for “Mobilization”.

Page 202: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-107 July 2020 Special Provisions

8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL

8-20.1 Description Section 8-20.1 is supplemented with the following: (******)

This Work shall consist of, but will not be limited to, modifications to existing systems:

• Pedestrian Signal Modification at 192nd Ave & SR410 Intersection • Vehicle Induction Loop Replacement at 195th Ave E & SR410 Intersection

All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, WSDOT Olympic Region Standards and as included in these Special Provisions.

The Work involves, but shall not be limited to, the following:

The removal of existing pedestrian push button assemblies, removal of existing vehicle inductions loops, replacement of existing pedestrian signal head modules, installation of new pedestrian push button poles, new pedestrian push button foundations, new APS style pedestrian push button assemblies, new vehicle induction loops and the supply, testing and installation of equipment stated herein, and all necessary associated hardware and software where applicable to complete the Work. Unless otherwise noted, the location of signals, controllers, standards, and appurtenances shown in the Plans are approximate; and the exact location will be established by the Engineer in the field.

8-20.1(1) Regulations and Code Section 8-20.1 is supplemented with the following: (******)

All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2018 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the latest edition of the National Electrical Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington.

Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following:

All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein.

Section 8-20.1(1) is supplemented with the following:

Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries.

Page 203: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-108 July 2020 Special Provisions

8-20.1(3) Permitting and Inspection The third paragraph of Section 8-20.1(3) is replaced with the following: (******)

The Contractor shall be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact Washington State Labor and Industries Inspector to coordinate a schedule of electrical inspection (call the request line at 360-902-5800). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC.

8-20.1(4) Restrictions on the Schedule of Work Section 8-20.1(4) is added as follows: (******)

Pedestrian Push Button Installation The new push buttons shall be covered immediately upon installation and shall remain covered until they are turned on. Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Special Provision Sections 1-07.23(1) and 1-10.

8-20.1(5) Errors and Omissions Section 8-20.1(5) is added as follows: (******)

The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk.

8-20.2 Materials Section 8-20.2 is supplemented with the following: (******)

Material requirements for signal systems are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation.

Page 204: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-109 July 2020 Special Provisions

8-20.2(2) Equipment List and Drawings Delete the first paragraph of Section 8-20.2(2) and replace with the following: (******)

Within 20 calendar days following execution of the Contract, the Contractor shall submit to the Engineer a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications

Delete the fifth paragraph of Section 8-20.2(2) and replace it with the following:

Shop drawing for signal standards shall be provided in an electronic format (AUTOCAD Release 2009 or later), as well as complying with Section 6-03.3(7) of the Standard Specifications.

Manufacturer's technical information shall be submitted for all poles, push buttons, wire, conduit, junction boxes, control equipment, and all other items to be used on the Project. The Engineer shall have fourteen (14) calendar days to review information for each submittal that is made. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials.

All shop drawings for signal poles that are not listed on the WSDOT Pre-Approved plans shall be stamped by a State of Washington registered Structural Engineer. For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 per material submitted by RAM. All costs for processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer, the costs for processing may be waived. Manufacturer's data for materials proposed for the signal systems, for use in the Contract and which require approval, shall be submitted in one complete package.

8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: (******)

Removals associated with the electrical systems shall not be stockpiled within the job site without the Engineer’s approval.

Coordination with WSDOT

The Contractor shall coordinate with WSDOT Olympic Region Signal Representative Jim Newman at (360) 357-2616 for all required signal equipment delivery, pick up, signal installation work and testing.

Page 205: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-110 July 2020 Special Provisions

8-20.3(1) General The following is added at the end of this section: (******)

Contracting Agency Owned Equipment: A portion of the temporary or existing electrical equipment to be removed shall remain the property of the Contracting Agency. The following equipment shall be disconnected, dismantled, and delivered to the Contracting Agency:

Pedestrian Push Buttons

Contractor Owned Removals: All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall:

Remove all wires for discontinued circuits from the conduit system. Where conduit is to remain, pull in tracer pull tape.

Remove elbow sections of abandoned conduit entering junction boxes.

Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer.

Backfill voids created by junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E.

Wire Removal: Remove all wires from salvaged signal standards.

Electrical Equipment Removals: Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer’s approval. All removed equipment shall become the property of the Contractor unless directed by the Engineer in the field.

Five days written advance written notice shall be delivered to both the Engineer and the WSDOT Olympic Region Representative. Delivery shall occur between the hours of 7:30 AM and 2:30 PM Monday through Friday. Material will not be accepted without the required advance notice.

Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer’s satisfaction at no cost to the Contracting Agency.

The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site.

8-20.3(1)A Signalization Requirements During Construction Section 8-20.3(1)A is added as follows: (******)

Contractor shall follow the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site conditions. Removal or modifications to the existing signals must be approved by the Engineer in the field prior to signal equipment modifications. Modifications shall be provided at the Contractor’s expense. The costs for any changes to the signal systems required for compliance with maintenance of traffic during construction shall be incidental to the lump sum price of Signal Systems. Prior to commencing work, the Contractor shall coordinate the signal modifications with the WSDOT Representative.

Page 206: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-111 July 2020 Special Provisions

8-20.3(2) Excavation and Backfilling Section 8-20.3(2) is supplemented with the following: (******)

Underground utilities of record will be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. 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. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict:

• Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench.

• If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer.

• If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed.

The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner.

Page 207: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-112 July 2020 Special Provisions

8-20.3(2)A Trench and Backfill Section 8-20.3(2)A is added as follows: (******)

The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal conduit. Trenching shall conform to the following:

Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance.

Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of an incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply.

Trench Depth Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Engineer. Trench depth shall provide a minimum cover of 36 inches for all conduits designated for fiber optic cabling.

Trench Width The trench width shall be 12 inches or the conduit diameter plus 2 inches, whichever is larger.

Trenching in Landscaped Areas Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer.

Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching.

8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: (******)

The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing the concrete, the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed,

Page 208: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-113 July 2020 Special Provisions

edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the Contractor may install the applicable device thereon. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation.

The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required.

Location of all concrete foundations shall be approved by the Engineer prior to excavation.

A. Signal Pole Foundations:

• Type PPB Pole: Foundation per WSDOT Standard Plan J-20.10

8-20.3(5) Conduit

8-20.3(5)A General This section is deleted in its entirety and replaced with the following: (******)

Installation of conduit shall conform to appropriate articles of the Code and these Specifications.

The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true.

When conduit or casing is to be placed under pavement it shall be placed prior to the placement of a subbase, base, surfacing, and pavement.

Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through.

The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in 1/2 -inch diameter conduit.

Conduit between PPB, and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations, it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet.

All new conduit, shall be blown clean with compressed air. Then in the presence of the Engineer, an 80 percent sizing mandrel, correctly sized for the raceway, shall be pulled through to ensure that the raceway has not been deformed. Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8-20.3(9)), any new or existing wire or cable as specified in the Plans and a 400-pound minimum tensile strength tracer pull tape. In nonmetallic conduit less than 2-inch nominal diameter, tracer pull tapes shall not be less than ¼-inch. In nonmetallic conduit of 2-inch nominal diameter or larger, tracer pull tapes for wire installation shall not be less than ½-inch diameter or width.

Page 209: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-114 July 2020 Special Provisions

The tracer pull tape shall be attached to duct plugs or caps at both ends of the conduit. All conduit scheduled for future use shall originate in a foundation or junction box as detailed in the Plans and terminate in a junction box. All equipment grounding conductors, and the bonding conductor for metallic conduits shall be bonded in all junction boxes in accordance with Section 8-20.3(9).

Conduit ends shall be capped (do not glue non-metallic caps). Metallic conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is started. When conduit caps are removed, the threaded ends shall be provided with approved conduit bushings or end bells (do not glue in place) for nonmetallic conduit.

8-20.3(5)A3 Damaged or Blocked Conduits Section 8-20.3(5)A3 is added as follows: (******)

Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans.

If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order or Minor Change as determined by the Engineer. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental.

8-20.3(5)D Conduit Placement This section is removed in its entirety and replaced with the following: (******)

Conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans, or with the approval of the Engineer in the event that obstructions or impenetrable soils are encountered.

Conduit terminating in foundations shall extend a maximum of 2 inches above the foundation vertically including grounded end bushing or end bell.

Suitable marker stakes shall be set at the ends of conduits, which are buried so that they can be easily located.

Fittings shall be installed in accordance with current electrical codes, allowing freedom to install the electrical control wires without construction of the raceway. When conduit fittings are required per the Plans or as directed by the Engineer, the Contractor shall furnish all necessary covers and gaskets.

Page 210: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-115 July 2020 Special Provisions

8-20.3(6) Junction Boxes, Cable Vaults, And Pull Boxes This section is deleted in its entirety and replaced with the following: (******)

Standard junction boxes shall be installed at approximate locations as shown in the Plans. All junction boxes shall be located outside the traveled way. The Contractor may install, at no expense to the Contracting Agency, such additional boxes as may be desired to facilitate the work. Junction box installation shall conform to details in the WSDOT Standard Plans.

All junction box lids and frames shall be grounded by means of a minimum No. 8 AWG braided tinned copper bonding jumper bolted to the lid with countersunk stainless steel bolts that will allow the removal of the junction box lid without breaking the ground.

Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the conduit and the junction box lid becomes less than 6 inches or more than 10 inches in accordance with WSDOT Standard Plans J-40.10, Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment.

All voids resulting from the adjustment shall be backfilled with materials matching adjacent surfacing material and compacted in accordance with Section 2-09.3(1)E.

Damage to the junction boxes and the associated conduit system, or wiring resulting from the Contractor's operations, shall be repaired to the Engineer's satisfaction at no additional cost to the Contracting Agency.

Both existing and new junction boxes shall be adjusted to be flush with the finished grade as well as with the grade during the various construction stages proposed in the contract.

Prior to installing new cables or reinstalling existing cables into new junction boxes, the junction box shall be cleaned of all dirt and debris.

Standard Duty, and concrete junction boxes installed in sidewalks, walkways, and shared-use paths shall have slip-resistant surfaces and be flush with the surface grade of the sidewalk, walkway, or shared-use path. The junction boxes shall not be placed in curb ramps, curb ramp landings, or the gutter areas associated with the curb ramps. Standard Duty nonconcrete junction boxes shall not be installed in sidewalks, walkways, or shared-use paths.

Lids for junction boxes, slated for reuse in the Plans shall be replaced if the skid-resistant coating shows any sign of flaking or peeling.

If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids.

Junction boxes shall have galvanized steel locking lids, frames, and all metal surfaces shall have non-skid coating.

Page 211: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-116 July 2020 Special Provisions

Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment.

The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating.

8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: (******)

All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation and be labeled. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts.

8-20.3(9) Bonding, Grounding The first paragraph of this section is deleted and replaced with the following: (******)

All metallic appurtenances containing electrical conductors shall be made mechanically and electrically secure to form a continuous system that shall be effectively grounded. Where non-metallic conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9-29.3 and sized per NEC 250-122. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit.

Section 8-20.3(9) is supplemented with the following: (******)

All signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. Polyester detectable pull tape shall not be connected to the equipment-grounding system. See Section 8-20.3(5) of these Special Provisions for detectable pull tape information. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the NEC for any new metallic junction box and any modified existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new current-carrying conductors are installed, including low-voltage conductors, or if the box is adjusted to grade, or if the box lid is modified.

Page 212: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-117 July 2020 Special Provisions

8-20.3(11) Testing Section 8-20.3(11) is supplemented with following: (******)

All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction.

8-20.3(14) Signal Systems

8-20.3(14)B Signal Heads Section 8-20.3(14)B is supplemented with following: (******)

Final position of the signal heads shall be adjusted in the field in the presence of an Engineer. The bottom housing of a signal face shall conform to the requirements as stated in the current approved edition of the MUTCD.

8-20.3(14)C Induction Loop Vehicle Detectors The following is added at the end of this section: (******)

Existing Traffic Loops

The Contractor shall notify the Engineer a minimum of five working days in advance of pavement removal or grinding in areas with existing loops.

If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor’s operations or is not operating adequately, the Engineer may order the Contractor to perform the field tests specified in Section 8-20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any tests shall be replaced.

Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current County design standards and Standard Plans, as determined by the Engineer.

If traffic signal loops that fail tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational at Contractors cost. The type of interim video detection furnished shall be approved by the Owners Representative prior to installation.

8-20.3(14)C1 Vehicle Detection During Construction Add the following new section: (******)

During construction at the intersection of SR410 and 195th Ave E the existing vehicle induction loops will be removed as part of the construction for the north bound approach. The Contractor shall have 5 days from the start of the vehicle induction loop removal to complete the installation, testing and operation of new vehicle induction loops as verified by the Engineer in the field.

Page 213: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-118 July 2020 Special Provisions

If vehicle detection loop installation and operation is not complete within 5 days of removal the Contractor shall be required to furnish and install a temporary video detection system or equivalent equal as coordinated with Owners representative, at their own expense for the approach only. The video detection system or equivalent equal shall be installed and operational by the end of day 5 if the Contractor is unable to complete the installation of the vehicle induction loops. The temporary video detection or equivalent equal shall remain operational until installation of vehicle induction loops is complete. The video detection system shall remain the property of the contractor after construction completion.

The Contractor shall coordinate with Owner representative at the pre-construction meeting to determine video detection system or any equivalent system, and coordinate for installation.

8-20.3(14)D Test For Induction Loops And Lead-In Cable This section is deleted in its entirety and replaced with the following: (******)

All tests shall be performed by the Contractor in the presence of the Traffic Signal Technician for each loop or the tests will be conducted by County personnel at the request of the Contractor. The tests shall be performed at the amplifier location after complete installation of the loop. All costs associated with testing shall be included in the unit contract prices of the respective bid items.

Test A — The DC resistance between the two lead-in cable wires will be measured by a volt ohm meter. The resistance shall not exceed 5 ohms measured at the loop ends in the junction box.

Test B — A megohm meter test at 500 volts DC shall be made between the lead-in cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms.

Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms.

Test D — An inductance test to determine the inductance level of each inductance loop.

The Contractor shall record the inductance level of each inductance loop installed on the project and shall furnish the findings to the Engineer. The inductance level shall equal or exceed 90 micro-henries.

If any of the installations fails to pass all tests, the loop installation or lead-in cable shall be repaired and replaced and then retested.

8-20.3(14)E Signal Standards Section 8-20.3(14)E is supplemented with following: (******)

After delivering the poles to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles shall be installed in compliance with Washington State Utility and Electrical Codes.

The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits.

Page 214: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-119 July 2020 Special Provisions

Where trenching, excavation or other work is to be done near an existing pole, the Contractor is responsible for securing the pole and foundation as may be necessary to prevent shifting or other damage.

8-20.3(14)H Pedestrian Push Button Assembly Section 8-20.3(14)H is added as follows: (******)

The Contractor shall furnish and field-install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. The position and orientation of the pedestrian push buttons shall be located as shown on Plans; however, final positioning for the optimum effectiveness shall be approved by the WSDOT Representative.

8-20.3(15) Grout Section 8-20.3(15) is supplemented with the following: (******)

After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail.

8-20.3(17) “As Built” Plans Section 8-20.3(17) is supplemented with the following: (******)

Upon completion of the construction the Contractor shall furnish an “as-built” plans of each intersection showing all signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface.

8-20.4 Measurement Section 8-20.4 is supplemented with the following: (******)

When shown as lump sum in the Proposal as ” _______ System, Complete” no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and install.

Sawcutting required shall be incidental to lump sum items and no separate measurement will be made.

Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made.

Removal, and salvage where required, of existing traffic signal equipment shall be incidental to the lump sum items and no separate measurement will be made. This includes, but is not limited to, removal of

Page 215: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-120 July 2020 Special Provisions

traffic signal poles, foundations, junction boxes, pedestrian signal heads, pedestrian push buttons, conduit, wiring, and grinding or removal of existing loop detectors,

Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final

The cost of conduit trenching, backfilling, compaction and landscape restoration outside of paved areas and trenching and backfill for the pipe zone within paved areas shall be included in the listed lump sums.

All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the applicable lump sum contract price(s).

8-20.5 Payment Section 8-20.5 is supplemented with the following: (******)

Payment will be made in accordance with the Special Provisions, Section 1-04.1, for each of the following bid items that are included in the proposal:

"Pedestrian Signal Modifications at 192nd Ave & SR410 Intersection System Complete", per lump sum.

"Vehicle Induction Loops at 195th Ave & SR410 Intersection System Complete", per lump sum.

The unit Contract prices for above listed lump sums shall be measured for the total of all labor and equipment necessary for installation of complete permanent traffic signal systems.

All items and labor necessary to supply, install, and test the signal poles, pedestrian signal head modules, APS pedestrian push buttons, modification to controller cabinet, conduit, wiring, junction boxes, foundations, excavation, backfill, trenching, pull tape, removal of existing conduit/wiring, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, salvaging existing materials, temporary restoration of pedestrian facilities, coordination with local agencies, obtaining electrical inspections, testing, providing uniformed police office control should signal be countermanded at any time, as-built plans and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement as defined in the Plans, Standard Specifications and these Special Provisions.

END OF DIVISION 8

Page 216: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-121 July 2020 Special Provisions

DIVISION 9 MATERIALS

9-14 EROSION CONTROL AND ROADSIDE PLANTING

9-14.1(1) Topsoil, Type A Supplement this section with the following: (******)

Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and comprised of fully composted and mature organic materials.

Refer to Section 9-14.4(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process.

Chemical and physical characteristic of Topsoil Type A shall comply with the following:

Screen Size 7/16” Maximum (Approximate Particle Size) Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum

The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval.

9-14.2 Seed Supplement this section with the following: (******)

The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer’s guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety.

The seed mixtures for lawn seeding shall conform to the composition specified in the following paragraphs. Seeding rates which are shown in pounds of pure live seed (PLS) per acre or 1,000 square feet. PLS is determined by multiplying the percent purity (expressed as a decimal) by the percent germination (expressed as a decimal) and then multiplying this factor by the pounds of seed in the mixture

(PLS = pounds of seed in mixture times percent purity times percent germination). The purity and germination percentages shall be as shown on the tag on each seed container.

Page 217: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-122 July 2020 Special Provisions

Grass seed shall be composed of the following varieties mixed in the proportions indicated:

Mixture Proportions Name % by Weight Festuca rubra var. Garnet or equal/ Creeping Red Fescue 40%

Lolium perenne / Perennial Rye Grass (2 Varieties Dasher 3 and Cutter II or approved equal) 40%

Trifolium repens / White Clover 10% Agrostis tenuis / Highland Colonial Bentgrass 10%

Apply per rate as recommended by the seed supplier.

All seed mixes shall be certified as 99% weed-free and 90% viable seeds by germination tests and by age specifications by species. Apply hydroseed mulch, tackifier and fertilizer per supplier’s recommendations.

9-14.3 Fertilizer Supplement this section with the following: (******)

Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified herein. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer’s certified statement of analysis clearly marked, in accordance with State and Federal law.

9-14.4(3) Bark or Wood Chips Supplement this section with the following: (******)

Bark mulch shall be medium grade composted ground fir or hemlock bark.

The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is ½-inch to 1-inch with maximum of 20% passing the ½-inch screen.

9-29 ILLUMINATION, SIGNAL, ELECTRICAL

9-29.1 Conduit, Innerduct, and Outerduct Supplemented this section with the following: (******)

Conduit Sealing

Cabinet conduit sealing shall be one of the following:

1. Duo-fill 400 – self expanding waterproof foam

Page 218: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-123 July 2020 Special Provisions

2. Jackmoon – Triplex Duct Plugs

3. O-Z Gedney – Conduit Sealing Bushings

Mechanical plugs shall be installed per manufacturer’s recommendations.

9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes

9-29.2(1)A Standard Duty Junction Boxes Supplement this section with the following: (******)

Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per WSDOT Standard Plan J-40.10. Junction boxes placed in the sidewalks shall have slip-resistant lids and frames. Non-Concrete Junction Boxes shall not be allowed on the project.

(August 1, 2016 WSDOT GSP)

Concrete Junction Boxes Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 5½ inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1∕8 inch line thickness formed with a mild steel weld bead.

9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable

9-29.3(2) Electrical Conductors and Cable Supplement this section with the following: (******)

Each signal wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans.

The Contractor shall provide and install all the necessary wiring, and fittings so as to complete the installation of the signal equipment as required. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code.

9-29.3(2)B Multi-Conductor Cable The following is added at the end of this section: (******)

Two-conductor through ten-conductor unshielded control cable shall be size 14 AWG.

Four-conductor stranded control cable shall be 22 AWG.

Page 219: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-124 July 2020 Special Provisions

9-29.6(1) Steel Light and Signal Standards Supplement this section with the following: (******)

Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans.

All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection.

Traffic signal standard types and applicable characteristics are as follows: Type PPB pedestrian push button posts shall conform to the Standard Plan J-20.10 or to one of the following pre-approved plans:

Fabricator Drawing No.

Valmont Ind. Inc. DB01165 Rev. B 21

Sheet’s 1, 2, 3 & 4 of 4

Ameron Pole WA15TR10-1 Rev. C

Prod. Div. WA15TR10-3 Rev. B

9-29.13(7)D NEMA Controller Cabinets Section 9-29.13(7)D is supplemented with the following: (******)

Pedestrian Detector Field Wiring: All pedestrian detectors shall be connected to their appropriate field terminals.

9-29.19 Pedestrian Push Buttons This section is deleted in its entirety and replaced with the following: (******)

All pedestrian pushbuttons shall be Campbell Guardian AGPS or equivalent meeting the following specifications:

1. Flat dark green colored housing. 2. High contrast pushbutton arrow (dark on a light background or light on a dark

background). White on silver or silver on white are not acceptable as high contrast. 3. Integral 9” x 15” R10-3e Sign. Braille shall not be included. Adaptor plates shall be

included if required to accommodate the sign. 4. Appropriate interface unit for installation in associated pedestrian display:

a. Campbell: Signal Power Interface (SPI) Unit 5. Percussive tone / rapid tick walk indication.

Page 220: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

City of Bonney Lake KPG #18197A SR 410 Sewer Bottleneck Phase II Bid Documents

SP-125 July 2020 Special Provisions

6. Voice messages, as specified below, pre-installed. Voice shall be male. 7. Interconnect cable for installation between pushbutton station and pedestrian display

interface unit. Unless otherwise specified in the Contract, cable shall be provided by the pushbutton manufacturer. Cable may be standard four conductor cable meeting the requirements of Standard Specification 9-29.3(2)B if it meets the pushbutton manufacturers requirements.

The following shall be provided at each intersection:

1. One USB flash drive with copies of all voice message audio files for that intersection, placed in the traffic signal cabinet drawer or drawing envelope. A separate flash drive is required for each intersection.

2. One USB cable of the appropriate type (A to A, A to B, male/female, etc.), placed in

the traffic signal cabinet drawer or drawing envelope. Any other equipment or software required by the manufacturer for setup, operation, and maintenance of the pushbutton stations shall be provided. Dual button adaptor brackets are required for all installations with two APS pushbuttons on the same Type PPB, Type PS, or Type I Signal Standard. Where dual button adaptor brackets or extension brackets are required, they shall be obtained from the same manufacturer as the pushbutton station. Brackets and extensions from other manufacturers shall not be used. APS Speech Messages Speech messages shall be provided in the following format:

• “Wait.” • “Wait to cross ___ _(A)_____ at _____(B)_____.” • “Walk sign is on to cross ___ _(A)_____.”

9-29.20 Pedestrian Signals Supplement this section with the following: (******)

All pedestrian signal displays shall be the countdown type signal displays as follows and from the following manufacture:

Model: 430-6479-001X

Manufacturer: Dialight Corp.

1501 Route 34 South

Farmingdale, NJ 07727

http://www.dialight.com/

END OF DIVISION 9

Page 221: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

APPENDIX A

Geotechnical Report

Page 222: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

 

REPORT OF GEOTECHNICAL ENGINEERING SERVICES SR 410 Sewer Bottleneck Phase II Bonney Lake, Washington For KPG, P.S. June 24, 2020 GeoDesign Project: KPG-116-01

Page 223: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

2502 Jefferson Avenue l Tacoma, WA 98402 l 253.203.0095 www.geodesigninc.com

June 24, 2020 KPG, P.S. 2502 Jefferson Avenue Tacoma, WA 98402 Attention: Sean Morris, P.E.

Report of Geotechnical Engineering Services SR 410 Sewer Bottleneck Phase II

Bonney Lake, Washington GeoDesign Project: KPG-116-01

GeoDesign, Inc. is pleased to submit this report of geotechnical engineering services for the SR 410 Sewer Bottleneck Phase II project in Bonney Lake, Washington. Our services for this project were conducted in accordance with our proposal dated September 12, 2019. We appreciate the opportunity to be of service to you. Please call if you have questions regarding this report. Sincerely, GeoDesign, Inc. Kevin J. Lamb, P.E. Principal Engineer cc: Terry Wright, KPG, P.S. (via email only) TSP:KJL:kt

Attachments

One copy submitted (via email only)

Document ID: KPG-116-01-062420-geor.docx

© 2020 GeoDesign, Inc. All rights reserved. 

Page 224: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

KPG-116-01:062420

TABLE OF CONTENTS PAGE NO. ACRONYMS AND ABBREVIATIONS 1.0 INTRODUCTION 1 1.1 Project Understanding 1 2.0 PURPOSE AND SCOPE 1 3.0 SITE CONDITIONS 1 3.1 Surface Conditions 1 3.2 Geologic Setting 2 3.3 Subsurface Explorations 2 4.0 DESIGN RECOMMENDATIONS 3 4.1 Soil Parameters 3 4.2 Ground Deformation Monitoring Program 4 5.0 CONSTRUCTION CONSIDERATIONS 6 5.1 Dewatering 6 5.2 Excavation, Shoring, and Lateral Earth Pressures 6 5.3 Traditional Cut-and-Cover – Pipe Support and Installation 6 5.4 jack and Bore Considerations 7 6.0 LIMITATIONS 7 REFERENCES 9 FIGURES Vicinity Map Figure 1 Site Plan Figure 2 APPENDIX Field Explorations A-1 Exploration Key Table A-1 Soil Classification System Table A-2 Boring Logs Figures A-1 – A-2

Page 225: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

KPG-116-01:062420

ACRONYMS AND ABBREVIATIONS AC asphalt concrete ASTM American Society for Testing and Materials BGS below ground surface GPS global positioning system LiDAR light detection and ranging OSHA Occupational Safety and Health Administration PCC portland cement concrete pcf pounds per cubic foot psf pounds per square foot SPT standard penetration test WSDOT Washington State Department of Transportation WSS Washington Standard Specifications for Road, Bridge, and Municipal

Construction (2020)

Page 226: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

1 KPG-116-01:062420

1.0 INTRODUCTION This report presents the results of GeoDesign’s geotechnical investigation to support design of the SR 410 Sewer Bottleneck Phase II project. The project is located near the intersection of SR 410 and 192nd Avenue E in Bonney Lake, Washington (Figure 1). Acronyms and abbreviations used herein are defined above, immediately following the Table of Contents. 1.1 PROJECT UNDERSTANDING The project includes the installation of approximately 1,020 feet of 12-inch-diameter sanitary sewer that will replace an existing pipeline along a new pipeline alignment (Figure 2). The sewer alignment will begin at existing manhole MH-10B located in the driveway to the Walmart Supercenter at 19205 SR 410 in Bonney Lake. From MH-10B it will extend northward to new manhole MH-1-A that is located in the vegetated area adjacent to SR 410 on the west side of the driveway. It will then extend across SR 410 to MH-1-B located on the north side or SR 410 in or adjacent to the westbound righthand turn lane. From MH-1-B it will extend westward along the northside of SR 410 to its termination point at existing manhole MH-5. The new pipe will be installed using traditional cut-and-cover methods except at the SR 410 crossing between MH-1-A and MH-1-B, where trenchless jack and bore methods will be used. The depth of sewer installation will vary along the alignment (up to approximately 10 feet BGS). Jack and bore pits will be located at MH-1-A and MH-1-B and will likely extend to depths of up to approximately 10 feet BGS (Figure 2). A conductor casing will be installed and the sewer pipe invert will be at a depth varying from approximately 7 to 8 feet BGS. 2.0 PURPOSE AND SCOPE The purpose of our geotechnical investigation is to provide baseline subsurface information to support trenchless excavation between MH-1-A and MH-1-B. Our scope of services for the project included the following: Completed a geotechnical field exploration program that included drilling two exploratory

borings (G-1 and G-2) located at each end of the proposed jack and bore beneath SR 410 (see Figure 2) to depths of approximately 20.5 feet BGS and a core through the AC on the west edge of the driveway between the Elephant Car Wash and Bank of America.

Laboratory analyses of the collected samples were planned but not performed due to the gravelly nature of the soil encountered.

Reviewed existing geologic data relevant to the project. Prepared this report summarizing the results of our investigation and recommendations for

the project. 3.0 SITE CONDITIONS 3.1 SURFACE CONDITIONS Within the project alignment, SR 410 is a six-lane, AC-paved road with a center turn lane. The driveway from SR 410 southward into the Walmart Supercenter is two lanes wide and paved with AC.

Page 227: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

2 KPG-116-01:062420

The proposed southern bore pit is located on the west side of the driveway in a vegetated grass strip between the driveway and a stormwater detention pond. Near the proposed southern jack and bore pit there is a small rockery to the south that separates the Elephant Car Wash parking lot from the retention pond that is located west of the proposed bore pit location. The proposed northern bore pit location extends from the westbound right turn lane and into the adjacent PCC curb, gutter, and sidewalk. The area north of the sidewalk adjacent to the bore pit location slopes down a few feet to a concrete masonry unit, large-block retaining wall that supports the grade change down to the adjacent property. The wall is approximately 6 to 7 feet in height. 3.2 GEOLOGIC SETTING Geologic maps of the area indicate that the surface geology within the project area generally consists of glacial drift material that typically consists of sandy silt with gravel, silty sand and gravel with cobbles, and sand with variable silt and gravel content. LiDAR imagery of the area indicates the alignment extends through areas that have been significantly impacted by site grading. 3.3 SUBSURFACE CONDITIONS GeoDesign completed two geotechnical borings (G-1 and G-2) along the project alignment on November 22, 2019 to depths of approximately 20.5 feet BGS to explore subsurface conditions. The exploration locations are shown on Figure 2. A description of the field explorations and the exploration logs are presented in the Appendix. 3.3.1 Southern Bore Pit Location Boring G-1 was completed in the grassy area near the southern bore pit location on the south side of SR 410 (Figure 2). Subsurface conditions encountered a thin layer of grass and sod underlain by glacial drift material composed of dense sand with gravel to a depth of approximately 4.5 feet BGS where it grades to silty sand with gravel and cobbles. The boring was completed in the glacial drift material at a depth of approximately 20.3 feet BGS. Groundwater was not encountered during drilling. Near the location of boring G-1 the drill rig was used to core through the adjacent driveway pavement to determine the pavement section. This core encountered approximately 4 inches of AC pavement underlain by crushed rock. 3.3.2 Northern Bore Pit Location Boring G-2 was completed in the westbound righthand turn lane of SR 410. The AC pavement is approximately 14 inches thick at the boring location and is underlain by fill consisting of very dense sand with gravel to a depth of 8 feet BGS. Below the fill is dense glacial drift material that consists of a thin layer of hard, sandy silt underlain by sand with silt, gravel, and cobbles, in which the boring was completed at a depth of approximately 20.4 feet BGS. Groundwater was not encountered during drilling.

Page 228: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

3 KPG-116-01:062420

Boring G-2 encountered refusal at a depth of 9 feet BGS. The drill rig was moved approximately 5 feet to the east and re-drilled. The single log for boring G-2 covers both locations, as the soil encountered in the upper 9 feet of the second location did not differ markedly from the first location. Although not visible at the scale of the borings, the geologic setting and the refusal encountered at boring G-2 indicate the potential presence of scattered cobbles and boulders within the soil. 3.3.3 Unmarked Utilities Prior to drilling, the public utility locate service and a private locator were used to survey the proposed boring locations for underground utility obstructions. Both concluded the locations were clear of utilities. During drilling of boring G-2, an insulated cable was encountered at a depth of approximately 3 feet BGS. The wire is approximately ½-inch thick and contains several other insulated conductor wires of approximate 18 to 24 gauge. It appeared to be a type of cable used for traffic signals. From a review of the utilities contacted as part of the one-call underground utility locate performed for the project, the wire appeared most likely to belong to WSDOT. WSDOT was notified of the incident by telephone. WSDOT offered no response. The traffic signals in the area were functioning after drilling was complete. Based on this and WSDOT’s unresponsiveness, it is likely an abandoned line. 4.0 DESIGN RECOMMENDATIONS The proposed sewer installation across SR 410 using trenchless construction methods, such as jack and bore, is feasible based on subsurface conditions encountered in our explorations. The shallow depth of installation and dense soil conditions will increase the potential for surficial ground deformation above the pipe. A suitable depth of cover and a detailed ground deformation monitoring program during jacking activities to identify deformation and to take corrective actions will decrease the potential for significant deformation to occur. Elsewhere, traditional cut-and-cover methods will be used to install the sewer and are also feasible. 4.1 SOIL PARAMETERS The anticipated soil conditions along the sewer alignment at the SR 410 crossing consist of dense fill and very dense glacial drift material predominantly composed of silty sand with gravel and cobbles. Groundwater was not encountered in either of the borings and is not anticipated to be encountered during construction. Resistance to pipe jacking in the launch pit will depend on the ground conditions, the equipment used, and the method of construction. Factors that may be considered to estimate pipe jacking resistance include construction methods such as degree of overcut, manner in which the tunneling machine face pressure is controlled, how the soil cuttings are removed, and the effectiveness of lubrication in the overcut area behind the cutting head. Resistance to pipe jacking should be estimated based on in situ soil properties, equipment, and the trenchless contractors experience in similar subsurface conditions.

Page 229: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

4 KPG-116-01:062420

Passive resistance of the soil in the walls of the launch pit will be used to develop the necessary jacking thrust reaction to overcome the frictional resistance developed along the carrier pipe. The amount of soil resistance will increase as the reaction block is displaced into the soil surface surrounding the jacking pit. The structural capacity of the jacking pit to accommodate lateral displacements will control the selection of allowable passive soil resistance. Soil parameters for design of the trenchless crossing, jacking pit shoring elements, and the jacking reaction structure are provided in Table 1.

Table 1. Recommended Soil Parameters for SR 410 Crossing

Parameter Recommended Value

Soil Unit Weight (moist) 140 pcf

Submerged Unit Weight 82.5 pcf

Angle of Internal Friction (phi) 38 degrees

Active Earth Pressure Coefficient 0.24

Passive Earth Pressure Coefficient 4.2 4.2 GROUND DEFORMATION MONITORING PROGRAM The proposed depth of installation of the carrier pipe appears to be less than 8 feet and will be installed through dense soil conditions. The shallow depth of installation will increase the potential for surficial ground deformation, such as heave during jacking operations and post-construction settlement. Ground deformation is commonly associated with trenchless construction methods above the carrier pipe and behind the jacking pit. If such ground movement is excessive, it may cause damage to the road and services located above the casing or behind the jacking pit. While ground movement cannot be eliminated, it can be controlled within certain limits by maintaining an adequate depth of cover and the use of proper construction techniques and good quality workmanship. Adequate depth of cover for the carrier pipe installation should be a minimum of 5 feet to the top of the pipe for a carrier pipe less than 2 feet in diameter, which is consistent with WSDOT guidelines for utility trench crossings. This will also reduce the potential for heave deformation at the ground surface. Methods to control excess ground loss and movement above the carrier pipe include the following: Monitor surficial ground deformation during jacking activities and avoid excessive pressures

that could result in heaving of the ground surface Maintain face stability with adequate setback of the auger inside the casing The use of grouting and filling the annular space between the casing and the surrounding

soil

Page 230: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

5 KPG-116-01:062420

Face stability should be maintained throughout the drive and the drive should be continuous until completed. The volume and type of mucked soil should be continuously monitored by the contractor and owner’s representative to provide an indication if ground loss is occurring around the pipe. A monitoring program using surficial settlement monitoring points is recommended if settlement-sensitive utilities are located within the zone of disturbance of the bore. The zone of disturbance will be directly over and immediately adjacent to the bore alignment for a perpendicular distance equivalent to the distance between the ground surface and the invert of the casing. Surficial deformation monitors can consist of steel nails driven into the road AC. The points should be located on settlement-sensitive utilities of structures along the centerline of the bore alignment and along lines parallel to the alignment at a distance equal to the depth of the bore from the centerline. Monitoring points should be spaced approximately 10 feet apart or in the middle of travel lanes and on painted lane lines. Utility settlement monitoring points should also be considered to monitor settlement of existing settlement-sensitive utilities that cross above the bore alignment, should any be identified. Utility settlement points should consist of a fiberglass bar that is epoxied to the top of the utility and extends to the ground surface. A flush-mount casing can be used to protect the top of the pole where it is installed in improved areas. Monitoring points may be installed at the crossing. Spacing of the monitoring points is based on our current understanding that the bore will be at approximately 5 to 8 feet BGS. The spacing and depths of the monitoring points should be reviewed once the project plans are near completion. The installations should be carried out by the contractor and reviewed by the geotechnical engineer. A baseline survey should be carried out at least twice prior to construction with the points referenced to two independent benchmarks. Anomalous readings should be rechecked and discarded, if necessary. A third-party licensed surveyor should perform the monitoring and prepare a daily settlement monitoring report. The equipment and procedures should be capable of surveying the settlement point elevations to within 0.1 inch of the actual. Monitoring should be carried out at the following minimum frequencies: During casing installation, the surveyor should take readings every four hours during the

work. For example, if the work will be performed during a single eight-hour shift per day, readings should be taken at the start of the shift, at mid-shift, and at the end of shift.

Following completion of the installation, readings should be taken weekly for one month. The requirements for further monitoring will be evaluated after one month and may need to continue for up to three months.

The frequency of monitoring at any stage can be adjusted based on the magnitude of movements observed during construction and after completion of installation.

Page 231: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

6 KPG-116-01:062420

The acceptable settlement or heave should be limited to less than ½ inch or as specified by the City of Bonney Lake and WSDOT. The following procedure should be followed if the settlement or heave ground deformation reaches 50 percent of the allowable deformation (Alert Limit) and 85 percent of the allowable deformation (Action Limit): If the Alert Limit is reached, the contractor should begin implementing procedures identified

in the trenchless submittal that will control or minimize further deformation. If the Action Limit is reached, installation will cease and the contractor should provide revised

work procedures and mitigation measures to be reviewed and approved by the owner and other parties, as appropriate, prior to continuing with the installation.

Even with careful workmanship, some post-construction settlement may occur and a provision for addressing settlement along the roadway should be considered. 5.0 CONSTRUCTION CONSIDERATIONS 5.1 DEWATERING Groundwater was not encountered in the borings. We do not anticipate that groundwater will be encountered in the excavations planned for this project. Therefore, dewatering should not be necessary, except to manage stormwater. It will be prudent to install a sump in the excavation to prevent surface water runoff from accumulating. 5.2 EXCAVATION, SHORING, AND LATERAL EARTH PRESSURES Utility trench excavations can be completed with conventional earthwork equipment. Excavations should stand near vertical to depth of approximately 4 feet. For trenches deeper than 4 feet, sloping or shoring will be required. All excavations should be made in accordance with applicable OSHA, state, and local regulations. If shoring is used, we recommend that the type and design of the shoring system be the responsibility of the contractor, who is in the best position to choose a system that fits the overall plan of operation and the subsurface conditions. Temporary trench shoring using internal bracing can be designed using active soil pressures. We recommend that temporary shoring be designed using an active lateral pressure equal to an equivalent fluid density of 35 pcf for drained conditions with horizontal slopes adjacent to the excavation. The lateral soil pressure does not include traffic or construction surcharges that should be added separately, if appropriate. We recommend that a traffic surcharge equal to a uniform lateral pressure of 100 psf acting over a depth of 10 feet from the ground surface be used. A more conservative value should be used if the shoring designer deems it appropriate. The soil pressure recommendations assume that groundwater is not present in the excavation. Therefore, hydrostatic water pressures are not included.

Page 232: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

7 KPG-116-01:062420

5.3 TRADITIONAL CUT AND COVER - PIPE SUPPORT AND INSTALLATION Pipe installation along SR 410 should be completed in general accordance with WSS 7-08 – General Pipe Installation Requirements. We recommend providing a bedding layer at least 6 inches thick below the invert to facilitate grading, provide uniform support, and provide a stable working surface. Bedding material should be consistent with the pipe manufacture’s recommendations and in accordance with WSS 7.08.3(1)C – Bedding the Pipe. Pipe zone backfill should also consist of bedding material and should be brought up evenly around the pipe and extend at least 6 inches above the crown of the pipe. During placement it should be manually worked under the haunches of the pipe by slicing with a shovel, vibration, or other approved procedures. 5.4 JACK AND BORE CONSIDERATIONS Soil conditions expected at the depth of the jack and bore pit include glacial drift material that consists of dense, silty sand with gravel. Although not indicated on the exploration logs, cobbles and occasional boulders can be encountered in this material. Cobbles (3 to 12 inches in size) should be anticipated in the glacial drift material and are evident on the ground surface in areas near the project locations. Cobbles typically do not impact boring activities or qualify as “obstructions.” Boulders may be encountered during coring and depending on drilling difficulty and how much the contractors progress is impacted may classify as an obstruction. The likelihood of encountering boulders is considered low. We recommend using WSS 6-12.3(3) Shaft Construction, and WSS 8-20.3(5)E3 Boring, to provide guidance in managing any boulder obstructions encountered during drilling. Boring should be completed in general accordance with WSS 8-20.3(5)E5 Boring with Casing. 6.0 LIMITATIONS We have prepared this report for use by KPG, P.S. and the City of Bonney Lake. Our report and interpretations should not be construed as a warranty of the subsurface conditions and are not applicable to other sites. Soil exploration observations indicate soil conditions only at specific locations and only to the depths penetrated. They do not necessarily reflect soil strata or water level variations that may exist between exploration locations. If subsurface conditions differing from those described are noted during the course of excavation and construction, re-evaluation will be necessary. The scope of our services does not include services related to construction safety precautions, and our recommendations are not intended to direct the contractor's methods, techniques, sequences, or procedures, except as specifically described in this report for consideration in design.

Page 233: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

8 KPG-116-01:062420

Within the limitations of scope, schedule, and budget, our services have been executed in accordance with generally accepted practices in this area at the time this report was prepared. No warranty, express or implied, should be understood.

We appreciate the opportunity to be of continued service to you. Please call if you have questions concerning this report or if we can provide additional services. Sincerely, GeoDesign, Inc. Kevin J. Lamb, P.E. Principal Engineer

Signed 06/24/2020

Page 234: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

9 KPG-116-01:062420

REFERENCES ASTM, 2018. Annual Book of ASTM Standards, Vol. 4.08 and 4.09, Soil and Rock (I and II): D420-D4914, Philadelphia: American Society for Testing and Materials. Washington State Department of Transportation, 2020. Standard Specifications for Road, Bridge and Municipal Construction. M 41-10.

Page 235: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

FIGURES

Page 236: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

SITE

Prin

ted B

y: m

mille

r |

Prin

t D

ate:

6/2

3/2

02

0 4

:30

:28

PM

File

Nam

e:

J:\E

-L\K

PG\K

PG-1

16

\KPG

-11

6-0

1\F

igure

s\C

AD

\KPG

-11

6-0

1-V

M0

1.d

wg | L

ayout:

FIG

UR

E 1

AN COMPANY

VICINITY MAP

SR 410 SEWER BOTTLENECK PHASE IIBONNEY LAKE, WA

KPG-116-01

JUNE 2020 FIGURE 1

0

(SCALE IN APPROXIMATE FEET)

N

2000 4000VICINITY MAP BASED ON AERIALPHOTOGRAPH OBTAINED FROMGOOGLE EARTH PRO®

Page 237: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

G-2

G-1

Prin

ted B

y: m

mille

r |

Prin

t D

ate:

6/2

3/2

02

0 4

:30

:32

PM

File

Nam

e:

J:\E

-L\K

PG\K

PG-1

16

\KPG

-11

6-0

1\F

igure

s\C

AD

\KPG

-11

6-0

1-S

P01

.dw

g | L

ayout:

FIG

UR

E 2

AN

CO

MPA

NY

SIT

E P

LA

N

SR 4

10

SEW

ER B

OT

TLE

NEC

K P

HA

SE II

BO

NN

EY L

AK

E, W

A

KPG

-11

6-0

1

JUN

E 2

02

0FIG

UR

E 2

0

(SCALE IN FEET)

N

100 200

SITE PLAN BASED ON IMAGE OF PRELIMINARYSEWER PLAN - OPTION 1 DATED AUGUST 2019PREPARED BY KPG

LEGEND:

BORINGG-1

Page 238: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

APPENDIX

Page 239: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

A-1 KPG-116-01:062420

APPENDIX FIELD EXPLORATIONS GENERAL GeoDesign completed two geotechnical borings (G-1 and G-2) along the project alignment on November 22, 2019 to depths of approximately 20.5 feet BGS to explore subsurface conditions. The exploration locations are shown on Figure 2. The borings were completed by BoreTec1, Inc. of Valleyford, Washington, using a mini track drill rig and excavator-mounted drill rig and hollow-stem auger drilling techniques. The exploration logs are presented in this appendix. The locations of the explorations were determined in the field by using hand-held GPS equipment. This information should be considered accurate to the degree implied by the methods used. SOIL SAMPLING We collected representative samples of the various soils encountered in the explorations. Samples were collected from the borings using a 1½-inch-inside diameter, split-spoon sampler (SPT sampler). The split-spoon sampling was conducted in general accordance with ASTM D1586. The 1½-inch-inside diameter, split-spoon samplers were driven into the soil with 140-pound hammer free falling 30 inches. The samplers were driven a total distance of 18 inches or until refusal (defined as 50 blows for penetration of 6 inches or less). The number of blows required to drive the sampler the final 12 inches is recorded on the boring logs, unless otherwise noted. Sampling methods and intervals are shown on the exploration logs. The SPTs completed by BoreTec1, Inc. were conducted using two wraps around a cathead. SOIL CLASSIFICATION The soil samples were classified in accordance with the “Exploration Key” (Table A-1) and “Soil Classification System” (Table A-2), which are presented in this appendix. The exploration logs indicate the depths at which the soils or their characteristics change, although the change could be gradual. A horizontal line between soil types indicates an observed change. If the change was gradual the change is indicated using a dashed line. Classifications are shown on the exploration logs.

Page 240: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

SYMBOL SAMPLING DESCRIPTION

Location of sample collected in general accordance with ASTM D1586 using Standard Penetration Test with recovery Location of sample collected using thin-wall Shelby tube or Geoprobe® sampler in general accordance with ASTM D1587 with recovery Location of sample collected using Dames & Moore sampler and 300-pound hammer or pushed with recovery Location of sample collected using Dames & Moore sampler and 140-pound hammer or pushed with recovery Location of sample collected using 3-inch-O.D. California split-spoon sampler and 140-pound hammer with recovery Location of grab sample Rock coring interval Water level during drilling Water level taken on date shown

GEOTECHNICAL TESTING EXPLANATIONS

ATT

CBR

CON

DD

DS

HYD

MC

MD

NP

OC

Atterberg Limits

California Bearing Ratio

Consolidation

Dry Density

Direct Shear

Hydrometer Gradation

Moisture Content

Moisture-Density Relationship

Non-Plastic

Organic Content

P

PP

P200

RES

SIEV

TOR

UC

VS

kPa

Pushed Sample

Pocket Penetrometer

Percent Passing U.S. Standard No. 200 Sieve

Resilient Modulus

Sieve Gradation

Torvane

Unconfined Compressive Strength

Vane Shear

Kilopascal

ENVIRONMENTAL TESTING EXPLANATIONS

CA

P

PID

ppm

Sample Submitted for Chemical Analysis

Pushed Sample

Photoionization Detector Headspace Analysis

Parts per Million

ND

NS

SS

MS

HS

Not Detected

No Visible Sheen

Slight Sheen

Moderate Sheen

Heavy Sheen

EXPLORATION KEY TABLE A-1

Graphic Log of Soil and Rock Types

Inferred contact between soil or rock units (at approximate depths indicated)

Observed contact between soil or rock units (at depth indicated)

Page 241: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

RELATIVE DENSITY - COARSE-GRAINED SOIL

Relative Density Standard Penetration

Resistance Dames & Moore Sampler

(140-pound hammer) Dames & Moore Sampler

(300-pound hammer)

Very Loose 0 – 4 0 – 11 0 – 4

Loose 4 – 10 11 – 26 4 – 10

Medium Dense 10 – 30 26 – 74 10 – 30

Dense 30 – 50 74 – 120 30 – 47

Very Dense More than 50 More than 120 More than 47

CONSISTENCY - FINE-GRAINED SOIL

Consistency Standard

Penetration Resistance

Dames & Moore Sampler

(140-pound hammer)

Dames & Moore Sampler

(300-pound hammer)

Unconfined Compressive Strength

(tsf) Very Soft Less than 2 Less than 3 Less than 2 Less than 0.25

Soft 2 – 4 3 – 6 2 – 5 0.25 – 0.50

Medium Stiff 4 – 8 6 – 12 5 – 9 0.50 – 1.0

Stiff 8 – 15 12 – 25 9 – 19 1.0 – 2.0

Very Stiff 15 – 30 25 – 65 19 – 31 2.0 – 4.0

Hard More than 30 More than 65 More than 31 More than 4.0

PRIMARY SOIL DIVISIONS GROUP SYMBOL GROUP NAME

COARSE-GRAINED SOIL

(more than 50%

retained on No. 200 sieve)

GRAVEL

(more than 50% of coarse fraction

retained on No. 4 sieve)

CLEAN GRAVEL (< 5% fines)

GW or GP GRAVEL

GRAVEL WITH FINES (≥ 5% and ≤ 12% fines)

GW-GM or GP-GM GRAVEL with silt

GW-GC or GP-GC GRAVEL with clay

GRAVEL WITH FINES (> 12% fines)

GM silty GRAVEL

GC clayey GRAVEL

GC-GM silty, clayey GRAVEL

SAND

(50% or more of coarse fraction

passing No. 4 sieve)

CLEAN SAND (<5% fines)

SW or SP SAND

SAND WITH FINES (≥ 5% and ≤ 12% fines)

SW-SM or SP-SM SAND with silt

SW-SC or SP-SC SAND with clay

SAND WITH FINES (> 12% fines)

SM silty SAND

SC clayey SAND

SC-SM silty, clayey SAND

FINE-GRAINED SOIL

(50% or more

passing No. 200 sieve)

SILT AND CLAY

Liquid limit less than 50

ML SILT

CL CLAY

CL-ML silty CLAY

OL ORGANIC SILT or ORGANIC CLAY

Liquid limit 50 or greater

MH SILT

CH CLAY

OH ORGANIC SILT or ORGANIC CLAY

HIGHLY ORGANIC SOIL PT PEAT

MOISTURE CLASSIFICATION

ADDITIONAL CONSTITUENTS

Term Field Test

Secondary granular components or other materials such as organics, man-made debris, etc.

Percent

Silt and Clay In:

Percent

Sand and Gravel In:

dry very low moisture, dry to touch

Fine-Grained Soil

Coarse-Grained Soil

Fine-Grained Soil

Coarse-Grained Soil

moist damp, without visible moisture

< 5 trace trace < 5 trace trace

5 – 12 minor with 5 – 15 minor minor

wet visible free water, usually saturated

> 12 some silty/clayey 15 – 30 with with

> 30 sandy/gravelly Indicate %

SOIL CLASSIFICATION SYSTEM TABLE A-2

Page 242: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Surface elevation was notmeasured at the time ofexploration.

4.5

20.3

Dense, brown SAND with gravel (SP);moist - GLACIAL DRIFT.

Dense, brown, silty SAND with gravel(SM); moist - GLACIAL DRIFT.

very dense at 7.5 feet

gray at 12.5 feet

Exploration completed at a 20.3 feet.

SPT completed using two wraps with acathead.

INSTALLATION ANDCOMMENTS

MOISTURE CONTENT %

CORE REC%RQD%

BLOW COUNT

BORING G-1

COMPLETED: 11/22/19

FIGURE A-1

BORING BIT DIAMETER: 8 inches

BONNEY LAKE, WA

KPG-116-01

SR 410 SEWER BOTTLENECK PHASE II

MATERIAL DESCRIPTION

TES

TIN

G

DEPTHFEET

LOGGED BY: T. Parkington

JUNE 2020

BORING METHOD: hollow-stem auger (see document text)

DRILLED BY: Boretec1

GR

APH

IC L

OG

SAM

PLE

ELEV

AT

ION

DEP

TH

BO

RIN

G L

OG

- G

DI-N

V5

- 1

PER

PA

GE

KPG

-11

6-0

1-G

1_2

.GPJ

G

DI_

NV

5.G

DT

PR

INT

DA

TE:

6/2

3/2

0:K

M:K

T

43-50/4"

50/3"

22-50/6"

50/3"

50/3"

0 50 100

0 50 100

0.0

2.5

5.0

7.5

10.0

12.5

15.0

17.5

20.0

22.5

25.0

27.5

30.0

34

43

Page 243: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Refusal at 9.0 feet; moved 5feet east and re-drilled.

Surface elevation was notmeasured at the time ofexploration.

1.2

8.0

9.0

20.4

ASPHALT CONCRETE (14.0 inches).

Very dense, brown SAND with gravel(SP); moist - FILL.

dense, light brown, trace silt at 5.0 feet

Hard, light brown, sandy SILT (ML); wet- GLACIAL DRIFT.Very dense, brown SAND with silt andgravel (SP-SM); wet - GLACIAL DRIFT.

moist at 12.5 feet

Exploration completed at a depth of20.4 feet.

SPT completed using two wraps with acathead.

INSTALLATION ANDCOMMENTS

MOISTURE CONTENT %

CORE REC%RQD%

BLOW COUNT

BORING G-2

COMPLETED: 11/22/19

FIGURE A-2

BORING BIT DIAMETER: 8 inches

BONNEY LAKE, WA

KPG-116-01

SR 410 SEWER BOTTLENECK PHASE II

MATERIAL DESCRIPTION

TES

TIN

G

DEPTHFEET

LOGGED BY: T. Parkington

JUNE 2020

BORING METHOD: hollow-stem auger (see document text)

DRILLED BY: Boretec1

GR

APH

IC L

OG

SAM

PLE

ELEV

AT

ION

DEP

TH

BO

RIN

G L

OG

- G

DI-N

V5

- 1

PER

PA

GE

KPG

-11

6-0

1-G

1_2

.GPJ

G

DI_

NV

5.G

DT

PR

INT

DA

TE:

6/2

3/2

0:K

M:K

T

50/5"

50/3"

31-50/4"

50/3"

50/5"

0 50 100

0 50 100

0.0

2.5

5.0

7.5

10.0

12.5

15.0

17.5

20.0

22.5

25.0

27.5

30.0

43

57

Page 244: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

www.geodesigninc.com

Page 245: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

APPENDIX B

Beam Guardrail Post Installation

Page 246: SR410 Sewer Bottleneck Phase II Bid Documentsbonneylake.hosted.civiclive.com/UserFiles/Servers... · Bid proposals will be received only by the City Clerk at the City of Bonney Lake,

Exhibit 1610-9 Beam Guardrail Post Installation

Notes: Use Cases 1 and 3 when there is a 2.5-foot or greater shoulder widening from face of guardrail to the slope breakpoint. Use Case 2 when there is a 4.0-foot or greater shoulder widening from the face of the guardrail to the slope breakpoint. Use Cases 4, 5, and 6 when there is less than a 2.5-foot shoulder widening from face of guardrail to the slope breakpoint. Cases shown do not apply to terminals, transition sections or anchors. Install terminals, transition sections and anchors per the Standard Plans.