CITY OF MOSES LAKE MUNICIPAL SERVICES DEPARTMENT ENGINEERING DIVISION

321 South Balsam Street P.O. Box 1579 Moses Lake, WA 98837 (509) 764-3783

SEWER MANHOLE LINING - 2017

C-275

Bid Opening:

JUNE 20, 2017; 2:00 P.M.

Richard A. Law Municipal Services Director (Interim) City Engineer CONTENTS

Document Listing

MAKING A PROPOSAL

Notice to Contractors Instructions to Bidders Bidder=s Checklist Non-Collusion Declaration Indemnification and Waiver Acknowledgment Proposal Bid Bond

CONTRACT

Contract Contract Bond Contractor=s Declaration of Intent Bond in Lieu of Retainage Request to Sublet Work

Special Provisions

DIVISION 1 GENERAL REQUIREMENTS ...... 20

DIVISION 2 EARTHWORK ...... 52

DIVISION 6 STRUCTURES ...... 56

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ...... 57

DIVISION 9 MATERIALS ...... 73

APPENDIX A STATE PREVAILING WAGES ……………………………..…... i

APPENDIX B BRICK MANHOLE MAP ………………………………………. ii

APPENDIX C BRICK MANHOLE ID NUMBER AND DEPTH ………………iii

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 2 NOTICE TO CONTRACTORS

SEWER MANHOLE LINING - 2017

Moses Lake, Washington

Sealed bids will be received at Civic Center Annex, 321 South Balsam, (P. O. Box 1579), Moses Lake, Washington 98837 until JUNE 20, 2017; 2:00 PM, for the above-named improvement. Said bids will be opened and publicly read at that time. All bids shall be received before said opening time in sealed envelopes with SEWER MANHOLE LINING - 2017 marked plainly thereon.

All bids shall be accompanied by a deposit in the form of a postal money order, cashier=s check, or bond in an amount equal to 5 percent of the maximum total amount of the bid. Should the successful bidder fail to enter into a contract or furnish a satisfactory contract bond within the time stated in the specifications, the deposit shall be forfeited to the City.

Plans and specifications may be obtained at no cost via electronic transmission from the City of Moses Lake. Only bids from bidders who are currently on the MRSC small works roster for the City of Moses Lake will be accepted. Paper copies of the plans and specifications may also be obtained at the Civic Center Annex at the above address for a non-refundable fee of $30.00. Plans and specifications can be requested by responding to this email, or by calling the Contact person listed below during normal business hours.

Contact person: Rob Harris, Engineer Tech II Phone: 509-750-1151 Email:[email protected]

PROJECT DESCRIPTION: This project consists of installing an approved manhole lining system on approximately 100 existing brick manholes totaling approximately 1,000 vertical feet of lining material. Manholes will be chosen by the City from a list of 156 potential manholes, based on unit prices to maintain the $200,000 project budget.

Estimated Project Cost: $200,000

The City Council reserves the right to reject any or all bids if such action is in the best interest of the City.

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 3

INSTRUCTIONS TO BIDDERS

1. INTERPRETATIONS AND ADDENDA

No oral interpretations will be made to any bidder as to the meaning of the specifications and drawings. Interpretations, if made, shall be written in the form of an addendum and sent to all bidders to whom the specifications have been issued.

2. EXAMINATION OF THE SITE

Each bidder shall visit the site of the proposed work to be fully acquainted with the conditions and difficulties attending the performance of the contract. No additional compensation or relief from any obligations of the contract will be granted because of a lack of knowledge of the site or the conditions under which the work will be accomplished.

3. BID

Any bid that contains items not specified, or that does not complete all the items scheduled for bidding, among other items is Section 1-02.13(1), shall be considered irregular and may be rejected on that basis.

4. SIGNATURE AND LEGIBILITY

The prices for work and the names and addresses of the bidders shall be clearly and legibly written. Signatures shall be signed in the spaces provided and in compliance with all legal requirements among other items in Section 1.02.6.

5. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE

Refer to Section 1-07.18 of the Special Provisions.

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 4 BIDDER’S CHECKLIST

The bidder=s attention is especially called to the following items that shall be fully executed and submitted with the bid:

1. Proposal - The unit prices bid shall be shown in the spaces provided. Furthermore, by signing the proposal, the bidder is declaring that they have read and agree to the provisions of the Non-Collusion Declaration and to the provisions of the Indemnification and Waiver Acknowledgment. 2. Bid Deposit - Bid Deposits shall be in an amount equal to 5 percent of the maximum total amount of the bid proposal. Bid deposits shall be in the form of a postal money order, cashier=s check, or Bid bond. The amount of the Bid deposit shall be shown in dollars or as a percentage basis. When a bid bond is submitted, the Bid Bond form shall be executed by the surety company on the Bid Bond form that is provided with the contract provisions. 3. Addendums - All addendums that have been issued for the project shall be signed by the bidder and included with the proposal. The bidder shall verify whether or not addendums have been issued for the project prior to bid opening.

The following forms shall be executed within 10 calendar days after the notification of award:

1. Contract - To be executed by the successful bidder 2. Contract Bond - To be executed by the successful bidder and the bidder=s surety company. 3. Proof of Insurance Coverage - Provide one copy certifying insurance coverage in the amount specified, and with the following endorsement: "The City of Moses Lake is an Additional Insured as pertains to this project." The Proof of Insurance Coverage shall include Form B, Additional Insured - Owners, Lessees, or Contractors. 4. Request to Sublet Work - Once copy for each subcontractor. This document must be signed by Contractor=s surety. 5. Power of Attorney - Required for the person signing on behalf of the bidder=s Bonding Company. 6. Contractor=s Declaration of Intent. 7. City of Moses Lake Business License - A current business license is required for the contractor and subcontractors.

In addition, prior to start of construction, the Contractor shall:

1. Submit a construction schedule that shows completion of the project within the time specified. 2. Arrange for a pre-construction conference between the Contractor, subcontractors, contractor=s superintendent on the project, utilities, and the Engineering Division of the City of Moses Lake. 3. Submit a material list that shows all materials the Contractor proposes to use on the project. Construction shall not start until a materials list has been approved by the Engineer.

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 5 NON-COLLUSION DECLARATION

SEWER MANHOLE LINING - 2017 C-275

By signing the proposal, I hereby declare, under penalty of perjury under the laws of the State of Washington, that the following statements are true and correct: 1. That the person(s), firm, association, or corporation signing the proposal has (have) 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 connection with the project for which this proposal is submitted.

2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration.

NOTICE TO ALL BIDDERS

To report bid rigging activities call:

1-800-424-9071

The U. S. Department of Transportation (USDOT) operates the above toll-free Ahotline@ Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the Ahotline@ to report such activities.

The Ahotline@ is part of USDOT=s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. from DOT form 272-036H, Revised 10/94

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 6

INDEMNIFICATION AND WAIVER ACKNOWLEDGMENT

SEWER MANHOLE LINING - 2017 C-275

INDEMNIFICATION

By signing this proposal, I hereby declare under penalty of perjury under the laws of the State of Washington, that I have read Standard Specification 1-07.14 as amended by the Special Provisions and hereby declare and agree to be bound by the indemnification contained therein including the industrial insurance immunity waiver.

I also agree that these provisions were mutually negotiated between the parties in the competitive bidding process in connection with the project for which this proposal is submitted.

By signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration.

WAIVER

By submitting a bid, I agree to waive all claims that I have or may have against the Owner, the Architect, the Engineer, and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of bids.

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 7 SEWER MANHOLE LINING - 2017

PROPOSAL Page 1 of 2

TO: MOSES LAKE CITY COUNCIL DATE: ______

CONTRACTOR’S NAME: ______

CONTRACTOR’S LICENSE NUMBER: ______

CONTRACTOR’S UBI NUMBER: ______

INDUSTRIAL INSURANCE ACCOUNT NUMBER: ______

EMPLOYMENT SECURITY DEPARTMENT NUMBER: ______

STATE EXCISE TAX REGISTRATION NUMBER: ______

PHONE NO: ______

CONTRACTOR=S MAILING ADDRESS ______

______

Contract No. C-275

By my undersigned signature below, I certify that I have personally examined the location and construction details of work as outlined in the plans and specifications for the SEWER MANHOLE LINING - 2017, and have read and thoroughly understand the plans and specifications and hereby propose to undertake and complete the work embraced in this improvement in accordance with those plans and specifications at the following schedule of rates and prices.

Work on the Base Bid Contract shall be completed within 45 WORKING DAYS. The Contractor may request (in writing) that the ANotice to Proceed@ be delayed by up to two weeks, but no work can be performed during this time. This request shall be made before the ANotice to Proceed@ has been issued. If said work is not completed within the time specified, the Contractor agrees to pay the City liquidated damages as described in Section 1-08.9 of the Specifications.

PROPOSAL OPENING: June 20, 2017; 2:00 PM

NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND TOTAL AMOUNT OF BID MUST BE SHOWN. ______

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 8 SEWER MANHOLE LINING - 2016

SEWER MANHOLE LINING - 2017 Proposal - page 2 of 2

ITEM ITEM DESCRIPTION REFERENCE APPROX. UNIT UNIT PRICE AMOUNT NO. QUANTITY

1 Mobilization 1-09 L.S. $

2 Manhole Lining System 7-22 1000 V.F. $ $

SUBTOTAL $

SALES TAX 7.9% $

TOTAL $

The undersigned, under penalty of perjury under the laws of the State of Washington, does hereby certify that;

1. The above is a true and honest bid;

2. The undersigned has read and agrees to the provisions of the Non-Collusion Declaration;

3. The undersigned has read and agrees to the provisions of the Indemnification and Waiver Acknowledgment.

Name of Firm ______

By ______Signature ______

Title ______Date ______, 2017.

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 9 BID BOND

______, as Principal, and ______, a Corporation duly organized under the laws of the State of ______and authorized to do business in the State of Washington as Surety, are jointly and severally held and firmly bound to the City of Moses Lake, Washington in the penal sum of ______being five (5) percent of the maximum total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns.

The condition of this obligation is such that if the City of Moses Lake shall make any award to the Principal for SEWER MANHOLE LINING - 2017, C-275, according to the terms of the proposal made by the Principal for such work, which proposal is attached hereto, and the Principal shall duly enter into a contract with the City of Moses Lake in accordance with the terms of that proposal or bid award and shall provide a contract bond for the faithful performance of that obligation approved by the City of Moses Lake; or if the Principal shall, in case of failure to do so, pay and forfeit to the City of Moses Lake 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 City of Moses Lake as penalty and liquidated damages, the amount of this bond.

The Principal and surety have executed these presents personally or by authorized representatives on this ____ day of ______, 20___.

______SURETY PRINCIPAL

BY ______BY______

TITLE ______TITLE______

SURETY’S PHONE NO.______DATE______

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 10 CITY OF MOSES LAKE CONTRACT (page 1 of 2)

SEWER MANHOLE LINING - 2017 C-275

1. Parties and Date: This contract is entered into at Moses Lake, Washington on______, 2017, by and between the City of Moses Lake, Washington, a municipal corporation, and ______, herein the Contractor.

2. Agreement: In consideration of the terms and conditions contained herein and those conditions, specifications, and terms attached and made a part of this agreement, the parties covenant and agree as follows:

2.1 The Contractor shall do all work and furnish all tools, materials, and equipment for the SEWER MANHOLE LINING - 2017 in accordance with the proposal filed by the Contractor on ______, and as described in the plans and specifications furnished by the City of Moses Lake. The Contractor shall perform all work, and alterations and additions, as provided for under the contract.

2.2 Work shall start within 10 calendar days after the Notice to Proceed has been issued.

2.3 The City of Moses Lake shall pay the Contractor for the performance of this contract subject to any additions or deductions provided for herein, the sum of ______DOLLARS, ($______) as shown on the Proposal submitted by the Contractor.

2.4 If this work is not completed within the time specified, the Contractor authorizes the Contracting Agency to deduct from the monthly payment the sum provided under Section 1-08.9 for each working day this work remains uncompleted and after expiration of the specified time, as liquidated damages.

2.5 The Contractor shall provide and bear the expense of all equipment, work, and labor that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Moses Lake

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 11 SEWER MANHOLE LINING - 2017 C-275

Contract (page 2 of 2)

2.6 The City of Moses Lake promises and agrees with the Contractor to employ and does employ the Contractor to provide the materials, and to do and cause work to be done, as described above, and to complete and finish the same according to the attached plans and specifications and the terms and conditions contained herein; and contracts to pay for the same according to the specifications and the proposal attached hereto, at the time, in the manner, and upon the conditions provided for in this contract.

2.7 The Contractor, for the Contractor, and for the Contractor=s heirs, executors, administrators, successors, and assigns, does agree to the full performance of all the covenants contained herein upon the part of the Contractor.

2.8 It is further agreed that no liability shall attach to the City of Moses Lake, Washington, by reason of entering into this contract, except as expressly provided herein.

3. Execution: Executed the day and year written above.

CITY OF MOSES LAKE, WASHINGTON ______Contractor

______John M. Williams, City Manager Signature and Title

______Date Typed Name and Title

APPROVED AS TO FORM:

______Katherine L. Kenison, City Attorney

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 12 CONTRACT BOND (page 1 of 2)

Bond to City of Moses Lake

______as Principal, and ______, a corporation organized and existing under the laws of the State of ______, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporation, as surety, are jointly and severally held and firmly bound to the City of Moses Lake, Washington, in the penal sum of ______dollars for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representative as the case may be.

This obligation is entered in pursuant to the statutes of the State of Washington, and the ordinances of the City of Moses Lake, Washington.

The conditions of the obligations evidenced by this Contract Bond are:

1. THAT The City of Moses Lake on ______, 2017, let to the Principal a certain contract. That contract being numbered C-275, and providing for SEWER MANHOLE LINING - 2017, which contract is referred to herein and is made a part hereof as though attached hereto, and;

2. THAT The Principal has accepted, or is about to accept, that contract, and undertake to perform the work provided for therein in the manner and within the time set forth.

3. THAT The Principal shall faithfully perform all of the provisions of that contract in the manner and within the time set forth, or within such extensions of time as may be granted under that contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal, or subcontractors, or both, with provisions and supplies for the carrying on of that work, and shall hold the City of Moses Lake, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of that work, and shall indemnify and hold the City of Moses Lake, Washington, harmless from any damage or expense by reason of failure of performance as specified in that contract.

Sewer Manhole Lining - 2017 Edited by RAL Interim City Engineer -May 2017 Page 13 CONTRACT BOND

Page 2 of 2

4. THAT The Surety, for value received, herein stipulates and 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 accompanying the same, shall in any way affect its obligations of this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

5. THAT After the acceptance of this contract and the expiration of the lien period, after the satisfaction of all liens pending, then the penal sum of this bond shall be one hundred percent for the full contract amount, to insure against defects appearing or developing in the material or workmanship provided or performed under this contract within a period of one year after acceptance; not withstanding the reduction of this bond, the Principal and surety shall hold the City of Moses Lake, Washington harmless from all defects appearing or developing in the material or workmanship provided or performed under this contract within a period of one year after acceptance by the City Council. If all obligations imposed pursuant to paragraphs 3 and 4 above are performed to the satisfaction of the City of Moses Lake, then the obligations evidenced by this Contract Bond shall be void. If the performance of the Principal and/or surety is otherwise, the obligation evidenced by this Contract Bond shall remain in full force and effect.

Executed on ______, 2017.

______Contractor Attorney in Fact

______Signature and Title

______

______Address Surety ______

______Address

______Katherine L. Kenison, City Attorney

Sewer Manhole lining - 2017 Edited by RAL Interim City Engineer – May 2017 Page 14 CONTRACTOR=S DECLARATION OF INTENT CITY OF MOSES LAKE

SEWER MANHOLE LINING - 2017 C-275

Contractor:______

Pursuant to RCW 60.28.011, all contractors are required to exercise their option in writing prior to the first payment, to have retainage monies:

(1) Retained in a fund by the public body.

_____ I hereby REQUEST that retainage on the above contract be placed in a non-interest-bearing account and have signed that agreement below.

(2) Deposited by the public body in an interest bearing account.

_____ I hereby REQUEST that retainage on the above contract be placed in an interest bearing account and have signed that agreement below.

(3) Placed in escrow with a bank or trust company by the public body.

_____ I hereby REQUEST that retainage on the above contract be placed in escrow and have signed that agreement.

(4) Paid to them and submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the City.

_____ I hereby REQUEST a bond in lieu of retainage on the above contract and have signed that agreement.

Signature and Title Date

Sewer Manhole lining - 2017 Edited by RAL Interim City Engineer – May 2017 Page 15 BOND IN LIEU OF RETAINAGE CITY OF MOSES LAKE

SEWER MANHOLE LINING - 2017 C-275

______, as Principal, and ______, a corporation organized and existing under the laws of the State of ______, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Moses Lake, Washington, and are similarly held and bound to the beneficiaries of the trust fund created by RCW 60.28 and to their heirs, executors, administrators, successors and assigns, in the penal sum of ______dollars, plus five percent (5%) of any increases in the contract amount that have occurred or may occur, due to change orders, increases in quantities or the addition of any new item of work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representative as the case may be.

This obligation is entered in pursuant to the statutes of the State of Washington, and the ordinances, rules and regulations of the City of Moses Lake, Washington.

The conditions of the obligation evidenced by this Bond are:

1. That the City of Moses Lake on ______, 2017, let to the Principal a certain contract. That contract being numbered C-275, and providing for SEWER MANHOLE LINING - 2017.

2. That the City of Moses Lake is required to withhold a percentage of the funds earned by the Principal as retainage.

3. That the Principal, pursuant to Washington law, has requested the release to the Principal of monies held as retainage and the Principal has submitted this Bond in lieu of retainage as permitted by law.

4. If the Principal shall well and timely satisfy the claims of any person having a claim under RCW 60.28, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and Surety have executed these presents personally or by authorized representatives on this ______day of ______, 2017. ______Principal

By______(Title)

______Surety

By______Attorney-in-fact

Approved as to form on the ______day of ______, 2017.

______City Attorney

Sewer Manhole lining - 2017 Edited by RAL Interim City Engineer – May 2017 Page 16 CITY OF MOSES LAKE REQUEST TO SUBLET WORK SEWER MANHOLE LINING - 2017 CONTRACT AMOUNT: ______Request No ______C-275 Prime Contractor: ______Address: ______State Contractor=s No.______Tax I.D. No.______Approval is requested to sublet the following described work to: Subcontractor Name:______Contact: ______(List complete address, city, state, zip) ______(List contact name and telephone number & Fax number) ______State Contractor=s No.______Tax I.D. No.______Estimated Start Date______Estimated Working Days______

Item No. Partial % Description of Item Amount

$

$

$

$

$

$

Total $

I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed.

CITY OF MOSES LAKE USE ONLY: Name of Contractor

By 1: % of total contract this request:______

Title Date 2: % of total contract Previous requests:______

Approved surety

3: % of total contract sublet to date:______By

Title Date

Recommended for approval: City Engineer Date

Approved:

Municipal Services Director Date

Project - 2016 Edited by RAL Interim City Engineer – May 2017 Page 17 GENERAL REQUIREMENTS

The 2016 Standard Specifications for Road, Bridge, and Municipal Construction as adopted by the Washington State Department of Transportation hereinafter referred to as the AStandard Specifications@, shall hereby become part of this contract.

A copy of the Standard Specifications is on file in the Office of the Department of Municipal Services, Moses Lake, Washington, where it may be examined and consulted by interested parties.

Copies of the Standard Specifications are available for purchase from The Washington State Department of Transportation, Olympia, Washington.

The Special Provisions include Sections 1 through 9 following, and the Appendices. Special Provisions amend the Standard Specifications and describe work that is not covered in the Standard Specifications. The work on this Contract shall be performed in accordance with these Special Provisions and the Standard Specifications insofar as applicable.

The City Council of the City of Moses Lake reserves the right to reject any or all Bids or waive any or all irregularities if such action is in the best interest of the City.

All payments to the Contractor for the work required by these Plans and Specifications shall be as specified by the unit prices as Bid in the Proposal. If an item of work is called for, but is not specifically identified in a Bid item, the cost for that work shall be included in other unit prices. These Contract documents require a complete, fully operational, finished product; all costs for a complete project shall be included in the Contractor=s Bid.

PROJECT DESCRIPTION

This project consists of installing an approved manhole lining system on approximately 100 existing brick manholes totaling approximately 1000 vertical feet of lining material. Manholes will be chosen by the City from a list of 156 potential manholes, based on unit prices to maintain the $200,000 project budget.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page18 CONTRACT DRAWINGS

The following plans and drawings are incorporated in and made a part of this Contract. The plans and drawings are intended to show the scope of the work and provide detail as to construction method and Contract limits. If details for particular work are not covered in the plans and listed drawings below, the current City of Moses Lake Community Standard details shall prevail.

Description Sheet No.

Cover Sheet 1 of 2 Manhole Map 2 of 2

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page19 SPECIAL PROVISIONS

DIVISION 1 GENERAL REQUIREMENTS

1-01 DEFINITIONS AND TERMS

1-01.3 DEFINITIONS

The section is supplemented with the following:

All references in the Standard Specifications to the terms AState@, ADepartment of Transportation@, AWashington State Transportation Commission@, ACommission@, ASecretary of Transportation@, ASecretary@, AHeadquarters@, and AState Treasurer@ shall be revised to read AContracting Agency@.

All references to AState Materials Laboratory@ shall be revised to read AContracting Agency designated location@.

The venue of all causes of action arising from the Contract shall be in the Superior Court of Grant County.

Additive

A supplemental unit of work or group of Bid items, identified separately in the Proposal, which may be awarded in addition to the base Bid.

Alternate

One of two or more units of work or groups of Bid items, identified separately in the Proposal, from which the Contracting Agency may choose between different methods or material of construction for performing the same work.

City Attorney

The attorney duly authorized to act for the City in matters pertaining to law.

City Council

The duly elected or appointed Council of the City of Moses Lake, Washington.

Contract Time

The period of time established by the terms and conditions of the Contract within which time the work shall be physically completed.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page20 Dates

Bid Opening Date

The date that 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.

Final Acceptance Date:

The date the City Council accepts the completed Contract and items of work shown in the final estimate.

May

A permissive condition. Shall be at the discretion of the Engineer.

Notice of Award

The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency=s acceptance of the Bid.

Notice to Proceed

The written notice from the Contracting Agency to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date that the Contract time begins.

Shall A mandatory condition. Where certain requirements in the design or application of the device are described with the Ashall@ stipulation, it is mandatory when an installation is made that these requirements be met.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page21 Should

An advisory condition. Where the word Ashould@ is used, it is considered to be advisable usage, recommended but not mandatory.

Traffic

Both vehicular and non-vehicular users.

Unworkable Days

An unworkable day is defined as a partial or whole day the Engineer declares to be unworkable because of weather, conditions caused by the weather, or such other conditions beyond the control of the Contractor that prevent satisfactory and timely performance of the work; and such performance, if not hindered, would have otherwise progressed toward physical completion of the work.

The section is revised by replacing the existing completion date definitions with the following:

Completion Dates

ASubstantial Completion Date@ is the day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities. This date will be determined when all Bid items are 100 percent complete, both from the operational and safety standpoint. Only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction, repair, or both shall remain for the physical completion of the total Contract.

APhysical Completion Date@ is the day all of the work is physically completed on the project, including all punch list items. All documentation, required by the Contract and required by law, does not necessarily need to be furnished by the Contractor by this date.

ACompletion Date@ is 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 by law shall be furnished by the Contractor before establishment of this date. Affidavits of Wages Paid and verification of payment of Workmen=s Compensation Insurance premiums are required prior to completion date.

1-02 BID PROCEDURES AND CONDITIONS

SECTION 1-02.1 IS REPLACED WITH THE FOLLOWING:

1-02.1 PRE-QUALIFICATIONS OF BIDDERS

The section is replaced with the following:

For this project Bidders will not be pre-qualified prior to Bid opening.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page22 1-02.2 PLANS AND SPECIFICATIONS

The section is replaced with the following:

Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work.

After award of the Contract, plans and specifications will be issued to the Contractor as detailed in the Special Provisions.

Bidders may obtain complete plan and specification sets at the Municipal Services Department, City of Moses Lake, 321 South Balsam (P.O. Box 1579), by paying a non-refundable fee as specified in the Notice to Contractors. Plans and specifications may be obtained at no cost via electronic transmission from the City of Moses Lake. Only bids from bidders who are currently on the MRSC small works roster for the City of Moses Lake will be accepted.

1-02.5 PROPOSAL FORMS

The section is replaced with the following:

At the request of a Bidder, the Contracting Agency will provide a Proposal form for any project that the Bidder is eligible to Bid.

The Proposal form identifies the project name and Contract number, and provides references to the project specifications and general Proposal requirements. The Proposal form lists item descriptions, approximate quantities, and units of measurement. The Bidder shall complete all spaces on the Proposal form that call for Contractor=s Names, Contractor=s License Number (State of Washington Contractor=s Registration Number), Washington State Unified Business Identifier (Current UBI number), Industrial Insurance Account Number, Employment Security Department Number, State Excise Tax Registration Number, Contractor=s telephone number, Contractor=s FAX number, Contractor=s mailing address, unit prices, amounts (each item), total Bid amount, name of firm, printed name of signer, Bidder=s signature, title of signer, date, acknowledgment of addenda (if applicable), the Bidders D/M/WBE commitment (if applicable), and Place of Execution of the Bid. All Bids shall be completed by typing, or shall be hand printed in ink.

The Non-Collusion Declaration, Indemnification and Waiver Acknowledgment, and Bid Bond Form are included with the Proposal, and shall be completed and returned by the Bidder, with the Proposal.

All corrections to a Bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the Bid. The Bidder shall make no stipulation on the Bid Form, nor qualify the Bid in any manner.

A Bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign).

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page23 A Bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement.

A Bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement.

1-02.6 PREPARATION OF PROPOSAL

The section is revised by replacing the third paragraph with the following:

The Bidder shall sign the cover sheet of each addendum and submit the signed cover sheet for each addendum with the Proposal.

1-02.7 BID DEPOSIT

The section is supplemented with the following:

On federally funded projects, the Contractors surety company name shall also appear on the United States Treasury Departments list of authorized sureties, Circular 570 as amended.

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 shall 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 shall use the bond form included in the Contract Provisions.

1-02.9 DELIVERY OF PROPOSAL

The section is replaced with the following:

The Proposal shall be submitted at the time and place specified in the Notice to Contractors. The Proposal, together with the Bid Deposit and other required documentation as listed on the Bidder=s Checklist shall be submitted and enclosed in a sealed envelope marked with the Owner=s and Bidder=s names and addresses. The name of the project for which the Bid is submitted shall also be clearly written, printed, or typed on the outside of the envelope. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page24 envelope. The Bidder shall assume full responsibility for the timely delivery at the location designated in the Notice to Contractors for receipt of Bids. A Bid submitted or delivered after the time fixed for receipt of Bids will not be accepted.

The official time for Bid openings shall be in accordance with the official clock in the Engineering Secretarial office of the Moses Lake Civic Center Annex Building. The Bidders shall be responsible for synchronizing their watches with this clock prior to Bid opening.

Bids that are received by fax will not be accepted.

1-02.13 IRREGULAR PROPOSALS

The section is revised by replacing item a in paragraph 1 with the following:

a. The Bidder has not purchased a complete set of plans and specifications from the City.

1-02.14 DISQUALIFICATION OF BIDDERS

The section is replaced with the following:

A Bidder may be deemed not responsible and the Proposal rejected if:

1. More than one Proposal is submitted for the same project from a Bidder under the same or different names; 2. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further Bids; 3. The Bidder is not qualified for the Work or to the full extent of the Bid; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women=s Business Enterprise utilization; 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work Bid upon; 6. The Bidder failed to settle bills for labor or materials on past or current Contracts; 7. The Bidder has failed to complete a written public Contract or has been convicted of a crime arising from a previous public Contract; 8. The Bidder is unable, financially or otherwise, to perform the work; 9. A Bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency.

1-02.15 PRE-AWARD INFORMATION

The section is supplemented with the following:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page25 7. Obtain and furnish a copy of a business license to do business in the city or county where the work is located. 8. A copy of State of Washington Contractor=s Registration.

1-03 AWARD AND EXECUTION OF CONTRACT

1-03.1 CONSIDERATION OF BIDS

The section is revised by replacing the last sentence of paragraph 1 with the following:

The total of extensions, corrected where necessary, including sales taxes where applicable and such additives or alternates, or both, 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.

1-03.2 AWARD OF CONTRACT

The section is replaced with the following:

Contract award will be based upon the lowest responsible Bid, as determined by the City Council. In addition to price, the City Council will consider past project experiences with the Contractor as well as experiences of other project owners, engineers, and architects. Contract award or Bid rejection shall occur within 60 calendar days after the Bid opening. If the lowest responsible Bidder and the City agree, this deadline may be extended. If they cannot agree on an extension by the 60 calendar day deadline, the City reserves the right to award the Contract to the next lowest responsible Bidder that agrees to extend this deadline. The City will notify the successful Bidder of the Contract award in writing.

1-03.3 EXECUTION OF CONTRACT

The section is revised by replacing the first sentence of paragraph 1 with the following:

Within 10 calendar days after the award date, or such other time frame identified in the Special Provisions, the successful Bidder shall return the signed Contracting Agency-prepared Contract, insurance certification (Section 1-07.18), and a Contract bond (Section 1-03.4).

The section is also revised by replacing the last paragraph with the following:

If the Bidder experiences circumstances beyond their control that prevent return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to 20 additional calendar days for return of the documents. However, Contract working days shall begin as specified in Section 1-08.4.

1-03.4 CONTRACT BOND

The section is supplemented by adding the following to the first paragraph:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page26 5. Be accompanied by a power of attorney for the Surety=s officer empowered to sign the bond. 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 shall be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e. corporate resolution, power of attorney, or a letter to such effect by the president or vice-president). 7. Insure against defects appearing or developing in the material or workmanship provided or performed under this Contract for one full year following the acceptance of this project by the City Council.

1-03.5 FAILURE TO EXECUTE CONTRACT

The section is replaced with the following:

If the successful Bidder fails to sign and return the Contract, or to furnish satisfactory bond and insurance within 10 calendar days from the date of award, or refuses, in writing, to enter into the Contract, the successful Bidder=s Bid Bond shall be forfeited. The City may then award the Contract to the second lowest responsible Bidder. If the second lowest responsible Bidder fails to enter into the Contract or furnish satisfactory bond and insurance within ten calendar days after award has been made to the second Bidder, the second Bidder=s Bid Bond shall also be forfeited. The Contract may be awarded successively in a like manner to the remaining lowest responsible Bidders until the Contract and bond are executed and insurance furnished by a responsible Bidder or the remaining Proposals are rejected.

1-04 SCOPE OF THE WORK

1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS, AND ADDENDA

This section is supplemented by adding the following:

If a Bidder or a Contractor notes a discrepancy or a short coming in the Bid documents, plans, or other Contract documents, the Bidder or Contractor shall immediately notify the Engineer.

THE FOLLOWING SECTION (1-04.12) IS ADDED:

1-04.12 WASTE SITES

Waste sites shall be provided by the Contractor. Waste sites shall be operated in such a manner as to meet all laws, ordinances, and safety and health requirements of the State, County, and local political division. Sites, operations, or results of such operations that create a definite nuisance problem, or that result in damage to public or private properties, are not authorized.

THE FOLLOWING SECTION (1-04.13) IS ADDED:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page27 1-04.13 USE OF PRIVATE PROPERTY

The Contractor shall obtain permission from the property owner before using any private property for any purpose related to the Contract. Upon vacating the property and prior to physical completion, the Contractor shall furnish the Engineer with a release from all damages, signed and dated by the property owner.

1-05 CONTROL OF WORK

1-05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES

THE FOLLOWING SECTION (1-05.4(1)) IS ADDED:

1-05.4(1) ROADWAY AND UTILITY SURVEYS

The Engineer will set the following construction stakes and marks establishing lines, slopes, and grade:

1. For street constructionCOffset stakes 3 feet behind sidewalk or bike path to top-of-curb elevation at 50-foot intervals. 2. For gravity sewer and main constructionCOffset stakes to pipe centerline and invert at changes in grade or alignment at 50-foot intervals. 3. For water main and sanitary sewer force main constructionCOffset stakes to centerline and top of pipe at 100-foot intervals and at changes in alignment. 4. For structuresCTwo offset stakes for location and elevation. 5. Finish grade for paving in curb streetsCOne row of blue tops at crown line at 50-foot intervals. 6. Finish grade for paving uncurbed streetsCThree rows of blue tops, one at crown and one at each edge of pavement. 7. Subgrade for curbed streetsCNo stakes will be set. Contractor will be responsible for setting subgrade from offset cut and fill stakes or curb offset stakes. 8. Subgrade for graveled streetsCOne row of red tops along centerline at 100-foot intervals.

The Contractor shall be responsible for setting all other control necessary to complete the work.

The Contractor will be charged $25.00 each for the costs of replacing stakes, markers and monumentation that were not to be disturbed, but were destroyed or damaged by the Contractor=s operations. This charge shall be deducted from monies due or to become due to the Contractor.

Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer=s line and grade will not be allowed unless the original control points set by the Engineer still exist, or unless other consecutive points set on line or grade still exist and can be used to determine the cause of any problems. All variations shall be reported to the Engineer upon discovery. In the absence of such report, the Contractor shall be liable for errors in alignment, grade, or both.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page28 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK

The section is supplemented 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 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.

1-05.10 GUARANTEES

The section is supplemented with the following:

If within one year after the date of Final Acceptance of the work by the City Council, defective material or workmanship is discovered, the Contractor shall promptly, upon written request by the Engineer, return and either correct or replace the defective work. If weather or other factors prohibit corrections from being made within one year after final acceptance, the Contractor=s bond shall stay in full force and effect until the corrections have been made and accepted by the City.

1-05.11 FINAL INSPECTION

The section is replaced with the following:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page29 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.

After the Engineer determines that all Bid items are 100 percent complete, the Engineer, by written notice to the Contractor, will set the substantial completion date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore.

Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work.

The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection.

1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE

When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.

If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.

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, 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.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page30 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, the Engineer may require the Contractor to operate and test the work for a period of time after final inspection, prior to the physical completion date. Whenever items of work are listed in the Specifications for operational testing, the items of work shall be fully tested under operating conditions for the time period specified. During and following the operational testing period, the Contractor shall correct items of workmanship, materials, and equipment that are not in first-class operating condition. All operational testing shall be under the observation of the Engineer. The Physical Completion Date will not be established until testing and corrections have been completed to the satisfaction of the Engineer.

The costs for power, gas, labor, material, supplies, and other costs for operational testing shall be included in the unit Contract prices related to the system being tested.

Operational testing shall not affect a manufacturer=s guaranties or warranties furnished under the terms of the Contract.

1-05.13 SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR

The section is revised by replacing sentence 1 of paragraph 2 with the following:

Either the Contractor or the duly appointed Superintendent shall remain on site whenever work is underway.

The section is supplemented by adding the following to paragraph 2:

The Superintendent shall be an employee of the Contractor and shall not be a subcontractor or representative of a subcontractor. The Superintendent shall be designated by the Contractor and shall be present at the Preconstruction Meeting. The Engineer shall be notified in writing, by the Contractor, if a different Superintendent is designated during the span of the project. Before any work resumes with a new Superintendent, a meeting shall take place between the Contractor, the new Superintendent, the Project Engineer, and the Project Inspector. However, working days will continue to be charged during this time.

The section is revised by replacing the last paragraph with the following:

Whenever the Contracting Agency evaluates the Contractor=s qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account.

THE FOLLOWING SECTION (1-05.16) IS ADDED:

1-05.16 WATER AND POWER

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page31 The Contractor shall make necessary arrangements for power and water, and shall bear the costs for power and water necessary for the performance of the work.

THE FOLLOWING SECTION (1-05.17) IS ADDED:

1-05.17 ORAL AGREEMENTS

No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency.

1-06 CONTROL OF MATERIAL

1-06.2 ACCEPTANCE OF MATERIALS

1-06.2(1) SAMPLES AND TESTS FOR ACCEPTANCE

The section is supplemented with the following:

The American Water Works Association (AWWA) Specifications and Revisions shall apply whenever referenced in these specifications. The effective date of the AWWA Specifications is on the first day of the second month after publication in the American Water Works Journal. Copies of the AWWA Specifications may be obtained from American Water Works Association, Inc., Customer Service, 6666 Quincy Avenue, Denver, Colorado, 80235.

Any testing done for this Contract by the City will be done for the City=s use. Despite what may be written in the Standard Specifications, no minimum or maximum number of tests will be required of the City, and no limitations are placed on the City for reporting the test results or the form for providing this information to the Contractor. Any test results received will be passed along to the Contractor as requested, and as available. However, the City is not required to provide any test for any work to the Contractor or any other entity by any given time. The City subcontracts much of this testing and does not guarantee when the results will be received, nor the accuracy of the results.

As an example, the previous paragraph applies to the asphalt sampling as covered in Division 5 of the Specifications. Any asphalt testing done by the City will be reported to the Contractor when the results are known, but the City may take 48 hours or longer to report the results. The Contractor is responsible for knowing the Contractor=s product and equipment, and to do the work in accordance with the Contract requirements. The City has every intention of determining compliance and informing the Contractor of test results as soon as possible, but failure to test, to report, or to use different methods of testing does not relieve the Contractor of the Contractor=s responsibility to perform the work in accordance with the specifications.

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page32 1-07.1 LAWS TO BE OBSERVED

The section is supplemented with the following:

In cases of conflict between different safety regulations, the more stringent regulation shall apply.

The Washington State Department of Labor and Industries shall be the sole and 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 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. Employees shall not be allowed to work on the project site before the Contractor has informed the employee about 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, which responsibility shall apply continuously, and is not limited to normal working hours. The Engineer=s review of construction activities and work in progress does not include review and adequacy of the Contractor=s safety measures.

Section 1-07.2 and all of its sub-sections are replaced with the following:

1-07.2 STATE TAXES

1-07.2(1) GENERAL

The Washington State Department of Revenue has issued special rules on the State sales tax. The Contractor should contact the Washington State Department of Revenue for answers to questions on State sales tax. The Contracting Agency will not adjust payments to the Contractor based on the Contractor=s misunderstanding of tax liability on the Contract.

The Contractor shall include all Contractor-paid taxes in the unit Bid prices. Section 1-07.2(3) describes exceptions when State retail sales tax will not be included.

The Contracting Agency will pay the retained percentage only if the Contractor has obtained a certificate from the Washington State Department of Revenue showing that all Contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor owes the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid to the Washington State Department of Revenue.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page33 The Contractor agrees to pay and report all sales taxes for this project under Code Number 1309, City of Moses Lake.

1-07.2(2) STATE SALES TAXCRULE 171

This project falls under Rule 171 for State sales tax.

WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, and roads that are owned by a municipal corporation, that are used primarily for foot or vehicular traffic, including storm or combined-sewer systems within and included as a part of the street or road drainage system, and including power lines that are part of the roadway lighting system. For work performed under this project, the Contractor shall include Washington State Retail Sales Taxes within the various unit prices provided in the Proposal, including those retail sales taxes that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work.

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 State Department of Revenue Rules 138 and 224).

1-07.5 ENVIRONMENTAL REGULATIONS

THE FOLLOWING SECTION (1-07.5) IS ADDED:

1-07.5(5) LIABILITY

The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the Federal, State, and local control regulations.

1-07.7 LOAD LIMITS

1-07.7(1) GENERAL

The section is supplemented with the following:

At the Engineer=s request, the Contractor shall furnish to the Engineer a listing of all haul vehicles to be used in the work. The list shall include vehicle owner, license number, tare weight, and maximum legal load for vehicle and trailer, if any. Payment shall not be made for any delivered material that is in excess of the legal weight for the delivery vehicle or combination.

1-07.13 CONTRACTOR=S RESPONSIBILITY FOR WORK

1-07.13(2) RELIEF OF RESPONSIBILITY FOR COMPLETED WORK

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page34 The section is replaced with the following:

The Contractor shall be responsible for maintaining and protecting all portions of the work until physical completion has been established for the project.

1-07.13(4) REPAIR OF DAMAGE

The section is replaced with the following:

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 to the work.

The Engineer may elect to accomplish repair by Contracting Agency forces or other means and deduct costs for such repairs from payments due the Contractor.

1-07.14 RESPONSIBILITY FOR DAMAGE

The section is supplemented with the following:

The Contractor recognizes that the Contractor is waiving immunity under Industrial Insurance Law, Title 51 RCW. This indemnification extends to the officials, officers, and employees of the City of Moses Lake and also includes attorneys= fees and the cost of establishing the right to indemnification hereunder in favor of the City of Moses Lake.

The Contractor shall provide the City a copy of the Contractor=s Washington State Department of Labor & Industries Industrial Insurance Certificate of Coverage. In addition, the Contractor warrants that the Contractor and all subcontractors shall pay all Industrial Insurance premiums due on this project. Proof that these payments have been made in full shall be provided to the City prior to the acceptance of the project by the City Council.

1-07.16 PROTECTION AND RESTORATION OF PROPERTY

1-07.16(1) PRIVATE/PUBLIC PROPERTY

The section is supplemented with the following:

When trenching is required within a planting strip, the Contractor shall protect the existing curb, gutter, and sidewalk from damage; utilizing, if necessary, timber pads of sufficient thickness, or other means as authorized by the Engineer, to protect existing improvements. If the Engineer so requests, the Contractor shall demonstrate the method or procedure the Contractor will follow in protecting existing improvements before proceeding with trenching in a planting strip. Damage to existing improvements shall be repaired promptly at the Contractor=s expense.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page35 Damaged sidewalk and driveway entrances in the Paver District shall be replaced with concrete pavers. Paver District boundaries are as shown in the Community Street and Utility Standards.

1-07.17 UTILITIES AND SIMILAR FACILITIES

The section is supplemented with the following:

No additional compensation shall be made to the Contractor for loss of time due to the removal or relocation of any utility or other facility; the Contractor shall consider such costs to be incidental to the other items of the Contract.

The Contractor shall call the Washington Utilities Coordinating Council (811), for field location, not less than two and not more than ten working days prior to any excavation, including removal of curb, sidewalks, and pavement, and cooperate with these agencies in the protection and relocation of the various underground installations. These agencies will give assistance in the location of the various utilities, but such assistance shall not relieve the Contractor from the responsibility for damage incurred, except as provided by State law.

1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE

The section is deleted and replaced with the following:

1-07.18(1) GENERAL REQUIREMENTS

The Contractor shall obtain and keep in force during the term of the Contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW.

The insurance provided shall be with an insurance company with a rating of A-: VII or higher in the A.M. Best=s Key Rating Guide. The insurance company shall be licensed to do business in the State of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or disapprove the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance.

If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with 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 three years following the expiration 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 (Atail@) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page36 The policies of insurance shall contain a Across liability@ endorsement substantially as follows:

The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company=s liability beyond the amount or amounts for which the company would have been liable had only one insured been named.

The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s).

In addition, Contractor=s insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor=s insurance.

The Contracting Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy.

Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency. The coverage shall protect against claims for personal injuries, including accidental death, as well as claims for property damages that may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them.

Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, Contractors, or invitees, in or about the property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance.

Upon request, the Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor=s policy currently in force.

The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency.

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 working days notice to the Contractor to correct the breach, immediately terminate the Contract; or at the Contracting Agency=s 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.

All costs for insurance shall be incidental to and included in the unit Contract prices of the Contract, and no additional payment will be made.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page37 1-07.18(2) COVERAGES AND LIMITS

The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles shall be disclosed and are subject to approval by the Contracting Agency. The cost of all claim payments falling within the deductible shall be the responsibility of the Contractor.

1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as:

Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations - for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liability/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)*

*These coverage are only required when the Contractor=s work under this agreement includes exposures to which these specified coverage respond.

If the Contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions:

a. Watercraft, owned and non-owned b. U.S. Harborworkers=/Longshoremen and Jones Act

If any structures are involved in the Contract, the Contractor shall provide property insurance under an AAll Risk Builder=s Risk@ form in an amount equal to the value of the structure. The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles.

Other additional coverages that may be required will be listed in the Contract Provisions.

Such policy(ies) shall provide the following limits, or greater:

Bodily Injury and Property Damage

$1,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page38 $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $50,000 Fire Damage

Stop Gap Employers Liability

$1,000,000 Each Accident $1,000,000 DiseaseCPolicy Limit $1,000,000 DiseaseCEach Employee

2. Commercial Automobile Liability: as specified by Insurance Services Office, form number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA 9948 endorsement attached if Apollutants@ as defined in exclusion 11 of the commercial auto policy are to be transported. Such policy(ies) shall provide the following limit, or greater:

Bodily Injury and Property Damage

$1,000,000 combined single limit

3. Excess or Umbrella Liability

$0 per occurrence and aggregate

4. Pollution Liability policy: required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of (1) Contractor=s operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos.

Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage, or greater:

$1,000,000 per occurrence

5. Professional Liability: required if design services are a part of the work, to cover damages resulting from professional errors and omissions. Such policy shall provide the following minimum coverage:

$1,000,000 per claim and annual aggregate.

6. A policy of Worker=s Compensation: as required by the Industrial Insurance Laws of the State of Washington. As respects Workers= Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51. If Contractor is qualified as a

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page39 self-insurer in accordance with RCW 51.14, Contractor shall so certify by letter signed by a corporate officer indicating that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees.

Deductible coverage shall be $5,000 or less for all policies, except that professional liability shall be $10,000.00, or less.

1-07.18(3) SUBCONTRACTORS

Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor. All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession.

1-07.18(4) EVIDENCE OF INSURANCE

When the Contractor delivers the executed Contract for the work to the Contracting Agency, the Contract shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate shall conform to the following requirements.

An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability, and the Schedule of Forms and Endorsements.

A copy of the endorsement naming the Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), showing the policy number. The form shall be signed by an authorized representative of the insurance company, on Form CG2010 (ISO) or equivalent.

The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: AFailure to mail such notice shall impose no obligation or liability of any kind upon the company.@

1-07.18(5) SELF-INSURANCE

If the Contractor is self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable; stipulating if actuarially funded and fund limits; and showing any excess declaration pages that are required to meet the Contract requirements. Further, the letter shall advise how Contractor would protect and defend the Contracting Agency as an Additional Insured in their Self-Insured layer, and shall include claims-handling directions in the event of a claim.

1-07.23 PUBLIC CONVENIENCE AND SAFETY

1-07.23(1) CONSTRUCTION UNDER TRAFFIC

The section is revised by replacing Item 3 of the second paragraph with the following:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page40 3. The Contractor shall maintain roadway striping as directed by the Engineer. The Contractor shall provide a schedule for striping, subject to approval by the Engineer.

The section is supplemented by adding the following to Paragraph 2:

5. The Contractor shall install filters or provide other approved procedures to eliminate contaminated water that originates from construction activities from entering the City=s stormwater system.

Deficiencies not caused by the Contractor=s operations shall be repaired by the Contractor when directed by the Engineer, at the City=s expense.

The section is supplemented with the following:

The Contractor shall provide access to emergency traffic such as police, fire, and emergency units at all times. The Contractor shall notify the Multi-Agency Communications Center (MACC, 509-762-1160) prior to closing any street and immediately upon reopening a closed street. The Contractor shall also coordinate all construction activities with the school district, post office, disposal firms, and other services that may be operating in the project area. The Contractor shall be liable for all damages that result from failure to provide reasonable notice, access, or coordination.

When construction operations are such that debris from the work is deposited on the streets, the Contractor shall remove all deposits and debris that have accumulated on the roadway surface at least once per day, and the roadway shall be cleaned at the end of each work day. If daily removal is insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall provide facilities for and remove all clay and other deposits from the tires and between wheels before trucks and other equipment travel over paved streets. If the Contractor fails or refuses to clean the streets, trucks, and equipment in question, the Engineer may order the work suspended at the Contractor=s risk until compliance with the Contractor=s obligation is assured; or the Engineer may order the streets in question cleaned by others. Such costs incurred by the City in achieving compliance with these requirements, including cleaning of the streets, shall be payable by the Contractor prior to final acceptance of the project. The Contractor shall have no claim for delay, extension of Contract time, or additional cost should the Engineer choose to suspend the Contractor=s work until compliance is achieved.

THE FOLLOWING SECTION (1-07.23(1)A) IS ADDED:

1-07.23(1)A EXISTING TRAFFIC CONTROL AND STREET NAME SIGNS

Existing traffic control and street name signs that interfere with construction shall be relocated or removed by the Contractor and temporarily stored in a safe place. AStop@, AYield@, ASpeed Limit@, and AOne-Way@ signs shall be removed or relocated only upon approval by the Engineer. Existing signs shall not be removed until the Contractor has provided temporary measures

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page41 sufficient to safeguard and direct traffic after the existing signs have been removed. Except as otherwise provided in the Contract documents, preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor. All temporary signs shall be in compliance with Section 1-10.3(3) of these specifications.

The Contractor shall reset temporarily relocated or removed traffic and street name signs in their permanent location as work progresses and permits. The Contractor shall replace signs and other traffic control devices that are damaged or lost by the Contractor. However, the Engineer may allow the Contractor to repair a damaged sign in lieu of its replacement.

The Contractor shall install temporary pressure-sensitive pavement marking tape or delineators when the Engineer determines that existing paint lines have been obliterated by construction activities. The Contractor shall remove said temporary markers after the Engineer approves of permanent traffic channelization that has been installed by the Contractor.

THE FOLLOWING SECTION (1-07.23(1)B) IS ADDED:

1-07.23(1)B MAINTAINING ACCESS

The Contractor shall maintain access to residential and commercial property adjacent to the project. Access to residential property shall not be blocked for more than 8 consecutive hours. Access to commercial property shall not be blocked for more than 4 consecutive hours. The Contractor shall provide alternate access routes if the work requires blocking streets or driveways longer than the hours specified herein. The proposed alternate routes shall be approved by the Engineer prior to their use, and the alternate routes shall be the responsibility of the Contractor at no expense to the City.

The Contractor shall provide a notice, 24 hours in advance, to all property owners whose parking may be restricted. The notice shall indicate where they may park and the name and phone number of the Engineer and Contractor.

1-07.23(2) CONSTRUCTION AND MAINTENANCE OF DETOURS

The section is revised by replacing paragraph 2 with the following:

The Contractor shall be responsible for maintenance, control, and safeguarding of traffic on all detours for construction, including on-site and off-site detours, unless otherwise relieved of this responsibility by the Engineer.

The section is supplemented with the following:

All detours within the limits of the project, required or necessitated by the work, shall be the responsibility of the Contractor. This work includes side street crossings, freshly placed concrete, utilization of one or more lanes of the construction area for maintenance of through traffic, and all other related traffic control. Plans for such detours shall be in accordance with the requirements of Section 1-10.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page42 1-07.24 RIGHTS OF WAY

The section is replaced with the following:

Street right-of-way lines, limits of easements, limits of proposed right-of-way for a preliminary plat, 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.

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 that is provided to the City from the Owner of the private property. Copies of the easement agreements will be available to the Contractor as soon as practical after they have been provided to the Engineer.

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 provided to the City. The Contractor shall provide each property Owner 48 hours notice prior to entry. This includes entry onto easements and private property where private improvements may require adjustments.

The Contractor shall provide all additional land and access to the land that the Contractor requires for temporary construction facilities, storage of materials, and other Contractor needs. However, before using any private property, the Contractor shall provide the Engineer with written permission from the private property Owner, that allows the Contractor to use the private site. Prior to acceptance of the project by the City, the Contractor shall provide the Engineer with written release from the property Owner that indicates that the private property Owner is satisfied with the condition of the property after the Contractor has completed the project. All statements from private property Owners shall include the signature of the property Owner, parcel number, address, and date of signature.

THE FOLLOWING SECTION (1-07.28) IS ADDED:

1-07.28 CONTRACTOR=S RESPONSIBILITY FOR SAFETY

The Contractor is solely responsible for the safety of all workers at the work site, no matter by whom they may be employed. Such responsibility shall include compliance with all local, State, and Federal safety laws, rules, and regulations that apply to work performed by the Contractor or subcontractors for the project. The Contractor is not relieved of this responsibility by actions of the Engineer in the inspection of work in progress to ensure project compliance with Plans and Specifications. The inspectors that are assigned to perform inspections are not safety inspectors. The Contractor shall obtain an opinion or inspection from the appropriate regulatory agency if the Contractor is uncertain as to the application of any safety rule or regulation.

The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and shall not be limited to normal working hours.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page43 The Contractor shall be aware of the work site=s present condition. The Contractor shall indemnify and hold the City harmless from any and all claims arising from the condition of the work site or on account of any claim of unsafe conditions maintained at the work site during the term of this project.

1-08 PROSECUTION AND PROGRESS

Section 1-08 is supplemented by adding the following:

1-08.0 PRELIMINARY MATTERS

1-08.0(1) PRECONSTRUCTION CONFERENCE

Prior to the Contractor beginning the work, a preconstruction conference shall be held between the Contractor, the Engineer, and interested third parties.

A. The following items will be discussed at the preconstruction meeting:

1. Initial progress schedule; 2. Working relationship among the parties associated or affected by the work; 3. Procedures for progress payment, notifications, approvals, and submittals; 4. Working hours for the project; 5. Safety standards and traffic control; and 6. Other project-related items.

B. The Contractor shall prepare the following items and submit them at the preconstruction meeting:

1. Initial progress schedule, including days and hours of operation; 2. Submittals; 3. A list of material sources for approval.

1-08.0(2) HOURS OF WORK

Except in the case of emergency or unless otherwise stated in the Special Provisions or approved by the Contracting Agency, the normal, straight-time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day, with a maximum 1-hour lunch break per each working day, and a 5-day work week. The normal, straight-time, 8-hour working period for the Contract should be established at the preconstruction conference, and shall be determined prior to the Contractor commencing the work.

The Contractor shall not work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day unless written authorization is provided by the Engineer. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required.

Permission to work between the hours of 10:00 p.m. and 7:00 a.m. requires City Council authorization and is subject to noise control requirements. Approval to continue work during

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page44 these hours may be revoked at any time the Contractor exceeds the City=s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor=s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons.

Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight-time working hours Monday through Friday may be authorized subject to certain conditions set forth by the Contracting Agency or Engineer. These conditions may include the following items:

1. Requiring the Engineer and assistants of the Engineer to be present during the work. Assistants may include survey crews, personnel from the Contracting Agency=s material testing lab, inspectors, and other Contracting Agency employees where the work necessitates their presence; 2. Requiring the Contractor to reimburse the Contracting Agency for the overtime rates established by 1-08.0(3); 3. Considering the work performed on Saturdays and holidays as working days with regards to the Contract time; and 4. 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.

1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (NON FEDERAL AID PROJECTS ONLY)

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, such work shall be considered as overtime work. On all such overtime work, an Inspector will be present, and a survey crew may be required. The Contractor=s payments from the Contracting Agency shall be reduced by a flat rate of $50.00 per hour for each hour for each employee of the Contracting Agency that works overtime on the project.

Costs for overtime shall be deducted from the amount due or to become due to the Contractor.

1-08.1 SUBCONTRACTING

The section is revised by replacing sentence 1 of paragraph 1 with the following:

Work performed by the Contractor=s organization shall amount to not less than the percentage specified in the Bid Proposal.

The section is supplemented by adding the following to paragraph 1:

For the purpose of determining the percentage of work to be subcontracted, the following items on this Contract are designated as specialty items and may be subtracted from the awarded Contract price before computing percentage by the Prime Contractor:

None

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page45 The section is revised by replacing sentence 2 and 3 of paragraph 8 with the following:

This certification shall be submitted to the Engineer, on the form provided by the Engineer, on the date cited in the Special Provisions, or 20 calendar days after physical completion of the Contract, whichever comes first.

1-08.4 PROSECUTION OF WORK

The section is replaced with the following:

Written notice to proceed will be given after the Contract has been executed by the Contracting Agency, and after the Contract bond and all required insurance paperwork has been filed with and approved by the Contracting Agency. The Contractor shall not commence work under the Contract until written authorization to proceed has been given by the Engineer.

The City Attorney will review the Contract for approval on the Tuesday after the complete set of Contract paperwork has been submitted by the Bidder and reviewed by the Engineer. Preliminary review by the Engineer may require two business days. The Bidder shall account for the time needed for insurance and bonding companies to provide the required documents within the allotted time.

The last working day of the Contract shall be calculated as the Bid award date, plus twenty calendar days, plus the working days in the Contract. Whether paperwork has been completed by the Contractor or not, the working days shall begin twenty calendar days after the Bid award date.

Contract working days shall start twenty calendar days after the Bid award date. After receiving the Notice to Proceed letter, the Contractor may physically start the work. If Contractor is issued a Notice to Proceed by the Engineer prior to the twentieth calendar day, the Contractor may start early, provided the work is in accordance with 1-08.0(2), and those days prior to the start date shall not be charged as working days. The Contractor shall prosecute the work vigorously and continually to completion, except when it is physically impossible to do so because of weather conditions or other unavoidable handicaps. The necessity of discontinuing and resuming work on any portion of the Contract shall be determined by the Engineer.

No voluntary shutdowns or slowing of operations by the Contractor are allowed without prior approval by the Engineer; and such approval shall not relieve the Contractor from the Contractual obligation to complete the Contract work within the prescribed Contract time.

The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract.

1-08.5 TIME FOR COMPLETION

The section is revised by replacing sentence 3 of paragraph 1 with the following:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page46 A non-working day is defined as a Saturday, a Sunday, a day that the Contract specifically suspends work, and these holidays: January 1, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day.

The section is revised by replacing paragraph 3 with the following:

Each successive working day, beginning twenty days after the Bid has been awarded (Contract Start Date) and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs.

The section is supplemented by adding the following to item 2 in the last paragraph:

f. Property Owner releases in accordance with Section 1-07.24

The section is supplemented with the following:

If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day.

1-08.10 TERMINATION OF CONTRACT

1-08.10(1) TERMINATION FOR DEFAULT

The section is supplemented by adding the following to paragraph 1:

8. If the Contractor fails to provide or maintain adequate insurance as required by the Contract. Insurance canceled or terminated during the Contract shall cause a stop work order by the Owner until adequate insurance is obtained by the Contractor or until the Contract is terminated. Working days shall continue to be charged during such an order.

1-09 MEASUREMENT AND PAYMENT

1-09.2 WEIGHING EQUIPMENT

1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT

The section is revised by replacing the fourth sentence under ATrucks and Tickets@ with the following:

The Contractor shall provide AItem Quantity Tickets@ that are authorized by the Engineer for scales that are not self-printing.

The section is revised by replacing the last paragraph with the following: The vehicle operator shall deliver the original ticket, in legible condition, to the City=s Inspector at the material delivery point. If an Inspector for the City is not at the delivery site, the

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page47 Contractor shall notify the Engineer immediately so that an Inspector can be sent out. No payment shall be made for materials that are delivered without an accompanying ticket meeting the requirements of the specifications. All tickets shall be provided by the Contractor to the Inspector at the time and place that the material is delivered. Materials shall not be paid for if the tickets are not provided at the time of delivery. The material delivery point is defined as the location where the material is incorporated into the permanent work.

Each weight or load ticket shall be numbered serially.

1-09.2(5) MEASUREMENT

The section is revised by replacing the first sentence with the following:

The Contractor shall perform scale verification checks to determine the accuracy of each batch, hopper, or platform scale, and provide those findings to the Engineer. The Contractor shall notify the Engineer when the tests will be conducted, and allow the Engineer to monitor the tests being performed.

The second paragraph is replaced with the following:

Verification checks may not be required for weighed materials whose proposal quantity, multiplied by the unit Bid Price, has a value of less than $20,000.00.

1-09.2(6) PAYMENT

The section is revised by replacing Item No. 6 with the following:

6. Perform scale verification checks;

1-09.8 PAYMENT FOR MATERIAL ON HAND

The section is replaced with the following:

No separate payment shall be made for materials on hand.

1-09.9 PAYMENTS The section is revised by replacing paragraph 4 with the following:

Progress estimates for progress payments will be based upon the quantities shown in the City Inspector=s quantity book as of the first day of each month. The Contractor shall have 5 working days after receiving the pay estimate to dispute these quantities. If the Contractor does not dispute the quantities within 5 working days, the Engineer will assume the Contractor is in agreement, and the progress payment shall be paid accordingly. The Contractor shall provide an invoice, based on the Engineer=s progress estimate, prior to payment being processed.

The value of the progress estimate will be the sum of the following:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page48 1. Unit Price Items in the ProposalBthe approximate quantity of acceptable units of work completed, multiplied by the Contract unit price. 2. Lump Sum Items in the Bid ProposalBper the schedule of values for that item; or if a schedule of values is not included in the specifications, the estimated percentage of work completed, multiplied by the Contract unit price for the Lump Sum item. 3. Change OrdersBentitlement 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:

4. Retainage in accordance with Section 1-09.9(1); 5. The amount of Progress Payments previously made; and 6. 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 work, or portion or work, has been satisfactorily completed.

Payments will be made by warrants, issued by the Contracting Agency=s fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250.

1-09.11 DISPUTES AND CLAIMS

1-09.11(3) TIME LIMITATION AND JURISDICTION

The section is supplemented with the following:

If the Contractor is an out-of-state resident, the Contractor shall designate an agent in Washington State upon whom process may be served before commencing work either under permit or bond.

1-10 TEMPORARY TRAFFIC CONTROL

1-10.2 TRAFFIC CONTROL MANAGEMENT

1-10.2(3) CONFORMANCE TO ESTABLISHED STANDARDS

The section is supplemented with the following:

The Contractor shall submit Proposals for traffic control and detours if none are provided, or if the Contractor requests to use Alternate Traffic Control Plans other than those that are provided by the Specifications. Alternate Proposals to Traffic Control Plans shall comply with the 2009 AManual on Uniform Traffic Control Devices@ (MUTCD). Alternate Proposals shall safely and adequately maintain vehicular and pedestrian traffic. Alternate Proposals shall be submitted in writing to the Engineer at least 5 working days in advance of their intended use. The

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page49 authorization to use an alternate Proposal shall be entirely at the discretion of the Engineer. The Contractor shall have no claim by reason of an alternate Proposal being rejected or modified, and no additional payment shall be due to the Contractor by reason of using such an alternate Proposal.

1-10.3 TRAFFIC CONTROL LABOR, PROCEDURES AND DEVICES

1-10.3(3) TRAFFIC CONTROL DEVICES

1-10.3(3)A CONSTRUCTION SIGNS

The section is supplemented with the following:

The Contractor shall provide traffic signing and traffic control devices as shown on the Traffic Control Plan. The Contractor shall provide additional signs, barricades, cones, flaggers, and traffic control to ensure safety of the public in accordance with the Contractor=s plan of operation.

The Contractor shall erect all signs specified by the Traffic Control Plan for an area where work is scheduled to be performed, prior to commencing work on the said area of the project. Work on any area of the project shall not commence until all signs, flaggers, and other traffic control devices for said area are in place and approved by the Engineer.

The Contractor shall patrol the traffic control area daily, prior to each shift, and every 4 hours during working times. The Contractor shall reset all disturbed signs and traffic control devices upon discovery or notification. All signs necessary for nighttime traffic control shall be fully reflectorized. The Contractor shall make the necessary changes to signs and traffic control devices that need to be repeatedly reset to ensure the problem does not continue.

The Contractor shall have on the job a sufficient number of type II barricades and 28-inch orange plastic cones to provide for safe working conditions and to protect the traveling public.

Barricades shall be equipped with flashing lights in conformance with the MUTCD. Barricades and cones shall be newly painted, bright in color, and in good working order. Cones shall have a 6-inch-wide, reflectorized, white band 3 to 4 inches from the top. A second reflectorized white band shall be placed 2 inches below the upper band and shall be 4 inches wide. Broken, faulty, or nonstandard equipment shall be replaced upon discovery or notification.

The Contractor shall assume full responsibility for maintaining safe conditions on the job site at all times. The Contractor shall provide additional signs, barricades, cones, and other safety equipment as necessary to provide safe conditions and to conform with the MUTCD. If the Contractor refuses to provide traffic control as required, or to replace defective traffic control signing, barricades, or cones, the Engineer may provide the traffic control, flaggers, and equipment. The Engineer shall reserve the right to stop work on the project until adequate traffic control is provided by the Contractor. All costs incurred by the City for traffic control shall be deducted from amounts due the Contractor, and the Contractor shall not be entitled to losses for delay of time or other expenses incurred from work that has been stopped by the Engineer for lack of adequate traffic control.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page50

Where parking is a hazard to traffic or to construction work, the Engineer may authorize parking to be restricted either entirely or during the time when it creates a hazard. Signs for restricting parking shall be authorized by the Engineer prior to being placed by the Contractor. The Contractor shall be responsible for providing and maintaining the signs if they are used on any street within the project limits. If parking signs are used beyond the confines of the work area, such as in another street being used as a detour, the signs shall be the responsibility of the Contractor. The placement of signs restricting parking shall be as authorized by the Engineer.

The Contractor shall furnish all flagging and furnish and maintain all temporary traffic control signs and devices necessary to control traffic during construction operations. Traffic control signs and devices shall conform to the requirements set forth in the MUTCD.

1-10.4 MEASUREMENT

The section is replaced with the following:

Other material, equipment, and labor required for traffic control that is not included in the Bid Proposal shall be incidental to other Bid items.

1-10.5 PAYMENT

The section is replaced with the following:

Payment shall be made for each of the following Bid items that are included in the Proposal:

ATraffic Control@, per lump sum.

The unit Contract price per lump sum for ATraffic Control@ shall be full pay for all costs of providing, installing, and maintaining standard barricades with flashing lights and 28-inch, reflectorized cones, and to provide all items of labor, equipment, and materials required for traffic control in the work areas called out in the Plans and Specifications, unless the work is included elsewhere in the Bid Proposal.

When traffic control items are included in the Bid Proposal, payment is limited to the following work areas.

1. The entire construction area under Contract and for a distance of 500 feet beyond the beginning and end of construction. Warning signs for side roads are also included. If the project consists of 2 or more work zones, the limits will apply to each work zone individually.

2. All detours provided in the plans or authorized by the Engineer for bypassing all or any portion of the construction, irrespective of whether the termini of the detour are within the limits of the Contract.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page51 The method of calculating reimbursement for traffic control in work areas 1 and 2 as detailed on the Traffic Control Plan and as directed by the Engineer shall be determined as follows:

30 percent after completion of all signing to conform to the Traffic Control Plan;

60 percent distributed over the length of the Contract, based on working days expired.

10 percent upon substantial completion of the Contract and removal of all traffic control signs and devices.

AFlagger@, per hour.

The unit Contract price per hour for AFlagger@ shall be full pay for all costs for labor actually used for flagging and for setting, moving, and removing traffic control devices required for the flagging operation. Note: setting, moving, and removing traffic control devices when no flagging operation is required is incidental to the lump sum Bid item for Traffic Control.

When the Bid Proposal does not include an item for any necessary traffic control, all costs for traffic control shall be included, by the Contractor, in the unit Contract price for the various other items of work in the Proposal. The Contractor shall estimate these costs based on the Contractor=s contemplated work procedures.

DIVISION 2 EARTHWORK

2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP

2-01.2 DISPOSAL OF USABLE MATERIAL AND DEBRIS

The section is revised by replacing paragraph 3 with the following:

The Contractor shall dispose of all debris in accordance with Section 2-01.2(2), Disposal Method No. 2BWaste Site.

2-01.4 MEASUREMENT

The section is replaced with the following:

No separate measurement will be made for clearing, grubbing, and roadside cleanup.

2-01.5 PAYMENT

The section is replaced with the following:

No separate payment will be made for clearing, grubbing and roadside cleanup. Clearing, grubbing, and roadside cleanup shall be considered incidental to Manhole Lining System.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page52 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

2-02.3 CONSTRUCTION REQUIREMENTS

The section is supplemented with the following:

The removal of street improvements shall be conducted in such a manner as not to injure municipal improvements or public utilities that are to remain in place. The Contractor shall be responsible for damage to municipal improvements and public utilities that is caused by construction activities.

The Contractor shall remove manholes, catch basins, and structures as shown on the plans, or where structures or installations of concrete, brick, block, or other items interfere with the construction. All abandoned pipe openings shall be plugged watertight with grout or Class 3000 concrete.

Where the structures are removed, the voids shall be backfilled with suitable material and compacted to 95 percent of maximum density.

Unless otherwise directed, all , pipe, and other material of recoverable value taken from the discarded facilities shall be carefully salvaged and delivered to the City in good condition and in such order of salvage as the Engineer may direct. Items deemed of no value by the Engineer shall become the property of the Contractor and shall be removed from the site.

2-03.3(7) DISPOSAL OF SURPLUS MATERIAL

2-03.3(7)A GENERAL

The section is supplemented with the following:

The Contractor shall obtain a waste site for the disposal of surplus material. No separate payment will be made for Disposal of Surplus Material or Haul. These items shall be considered as incidental to other Bid items.

THE FOLLOWING SECTIONS (2-03.3(19)) ARE ADDED:

2-03.3(19) PROTECTION OF EXISTING IMPROVEMENTS

2-03.3(19)A GENERAL

Utilities of record will be shown on the construction plans insofar as it is possible to do so. Failure of the Owner to show the existence of subsurface objects or installations on the plans shall not relieve the Contractor from the Contractor=s responsibility to call for utility locates, to make independent checks on the ground, nor relieve the Contractor from all liability for damages resulting from the work.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page53 The Contractor shall provide notification to the agencies that have utilities in place and to cooperate with these agencies in the protection and relocation of the various underground installations. These agencies will give assistance in the location of the various utilities, but this shall not relieve the Contractor from responsibility for any damage incurred, except as provided by State law.

The Contractor shall protect and preserve existing manholes, water meters, catch basins, and other items lying within the right-of-way.

Trenching or other excavation that undermines curbs, sidewalks, driveways, footings or any other structures shall be backfilled with controlled density fill. Trenching or other excavation within the roadway of any City street less than 24 inches in width shall require controlled density fill. Excess material from this excavation shall be removed to an approved site in accordance with Section 2-01.2.

Controlled density fill shall meet the requirements as stated in Section 2-09.3(1)E.

2-03.3(19)B SEWERS AND APPURTENANCES

The Contractor shall place a :-inch-thick plywood shield over all existing manhole channels within the construction area. The Contractor shall cover the shield with a 6-foot by 6-foot by 20-mil plastic tarp. The Contractor shall remove the shield after all debris has been removed from the manhole, after the ring and cover has been adjusted to final grade, and within 24 hours after final adjustment. The Contractor shall remove all debris that falls into the channel and shall rod or flush all channels that contain construction debris. The Contractor shall provide a trap at the downstream manhole for any flushing or rodding procedures that may be required.

2-03.3(19)C DAMAGED WATER MAINS AND APPURTENANCES

The Contractor shall repair or replace any water valves, hydrants, valve boxes, and other appurtenances that have been damaged during construction.

2-03.3(19)D PRIVATE UTILITIES

Utilities within the City right-of-way, other than those owned and operated by the City, are in the right-of-way pursuant to franchises or to rights claimed under the laws of the U.S.A. or the State of Washington. The respective utility agencies are responsible for all modifications and relocations of their facilities, as directed by the City. The Contractor shall coordinate all work with the work of agencies that are affected by the construction work. The Contractor shall protect all public and private utilities from damage.

The Contractor shall be liable for all damages to public or private utilities resulting from the Contractor=s operations, and the Contractor shall hold the City harmless from all damages resulting from the Contractor=s operations.

2-03.3(19)E EXISTING IMPROVEMENTS

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page54 The Contractor shall remove and salvage all landscaping improvements, plants, and irrigation lines lying within the limits of excavation or embankment to the property Owner, as directed by the Engineer.

The Contractor shall carefully cut and cap remaining irrigation lines within the right-of-way and within 2 feet behind back of sidewalk.

The Contractor shall relocate existing mailboxes as required to provide continual mail service to all residents.

2-07 WATERING

2-07.3 CONSTRUCTION REQUIREMENTS

The section is supplemented with the following:

The Contractor shall apply water for dust control as directed by the Engineer.

THE FOLLOWING SECTION (2-07.3(1)) IS ADDED:

2-07.3(1) CITY WATER SOURCE

The Contractor shall secure permission from and comply with all requirements of the City before obtaining water from a City water source. The Contractor shall measure all water obtained from a City water source with a hydrant meter that has been obtained or approved by the City Water Division at 11789 Road 4 NE. The Contractor shall be responsible for the hydrant meter rental rate and water charges. Current water meter rental rates and water charges may be obtained by contacting the City Water Division. The Contractor shall be responsible for protecting the City hydrant meter and associated apparatus from damage, loss, or theft until all items are returned to the possession of the Water Division.

The Contractor shall furnish all connectors, wrenches, valves and small tools that may be necessary to meet the requirements of the City. The Contractor shall use hydrant wrenches to open and close hydrants.

When using the hydrant, the Contractor shall make certain that the hydrant valve is completely open or shut. An approved auxiliary valve shall be provided by the Contractor on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to prevent surging of the system. When use of the hydrant is complete, the Contractor shall notify the Engineer so that the hydrant may be inspected for possible damage and so that the meter reading may be taken. Any damage resulting from the use of the hydrant by the Contractor, including theft of City equipment, shall be repaired or replaced by the City, and the cost thereof shall be withheld from the final payment to the Contractor.

THE FOLLOWING SECTION (2-07.3(2)) IS ADDED:

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page55 2-07.3(2) NON-CITY WATER SOURCE

Water from a source other than from a City fire hydrant shall be measured by a meter supplied by the Contractor and approved by the Engineer.

2-11 TRIMMING AND CLEANUP

2-11.1 DESCRIPTION

The section is replaced with the following:

This work consists of neatly finishing construction areas to the lines, grades, and cross-sections shown on the Plans and as directed by the Engineer. The work shall include trimming and cleaning the entire roadway including the roadbed, planting areas, sidewalks, shoulders, driveways, alleys, side street approaches, slopes, ditches, and utility trenches.

2-11.3 CONSTRUCTION REQUIREMENTS

The section is replaced with the following:

The surface area of the project area shall be uniformly sloped after the Contractor has completed cleaning and dressing the project. Where the existing grade is below the top-of-sidewalk, top-of-curb, or both, the Contractor shall fill and dress the area to the top-of-sidewalk and top-of-curb regardless of limits shown on the Construction Plans. The Contractor shall place fill material high enough to allow for final settlement. The Contractor shall remove all rocks in excess of 2 inches in diameter from the surface for the entire construction area. All windrows of earth shall be removed entirely.

All surfaces and drainage facilities shall be clean. The Contractor shall dispose of all trash, construction stakes, debris, and other waste material. The Contractor shall remove and dispose of broken brush and trees, and construction debris beyond the limits of the project that are caused by construction.

The Contractor shall flush the street at the conclusion of the work. Flusher shall be of a pressure type. The Contractor shall furnish the water required. Sidewalks shall be hand broomed. Stormwater inlet protection shall remain in place until the project is trimmed and cleaned, flushed, and ready for final inspection.

DIVISION 6 STRUCTURES

6-02 CONCRETE STRUCTURES

6-02.3 CONSTRUCTION REQUIREMENTS

6-02.3(2) PROPORTIONING MATERIALS

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page56 6-02.3(2)B COMMERCIAL CONCRETE

The section is replaced with the following:

Commercial class concrete shall not be used on City projects except as allowed by the Engineer for unexposed utility frame adjustments.

6-02.3(4) READY-MIX CONCRETE

6-02.3(4)C CONSISTENCY

The section is replaced with the following:

The slump for all concrete shall be 4 inches or less.

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS

7-05.2 MATERIALS

The section is supplemented with the following:

Construction Geosynthetic 9-33

Utility shall be as shown on the appropriate construction detail.

7-05.3 CONSTRUCTION REQUIREMENTS

The section is supplemented with the following:

Entry couplings shall be used for all PVC pipe penetrations, with the exceptions for drywells.

The manhole lid and ladder rungs shall be located directly above the inflow pipe where the inflow pipe is opposite from the effluent pipe. However, on manholes with dual entries or drop connections, the ladders shall be placed as directed by the Engineer.

The Contractor shall bring channels together smoothly with well rounded junctions. Channel sides shall be carried up vertically to the crown elevation of the various pipes, and the concrete shelf between channels shall be smoothly finished and warped evenly with slopes to drain.

The Contractor shall seal catch basins on the outside by placing concrete from 1-inch below the top of the base section to 1.5-inch below the top of the frame. The Contractor shall seal the frame and adjustment rings inside the catch basin with a non-shrink-type concrete or grout.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page57 The Contractor shall install new frames, grates, and covers as directed by the Engineer whenever existing frames are adjusted. Replacement frames, grates, and covers shall be provided by the City. The Contractor shall deliver salvageable frames, grates, and covers to the City Shop at 11789 Road 4 NE if the Engineer determines that they are salvageable; otherwise they shall become the property of the Contractor.

The Contractor shall store construction fabric for drywells in a dry place off the ground. Rolls shall be placed straight in piles. The construction material shall not be exposed to sunlight for more than a total of 40 hours, either during storage or placement.

The surface to be covered by the fabric shall be graded uniformly so that it is free from protruding rocks or other objects. The fabric shall be placed loosely as a liner for the ditch to avoid placing the fabric in tension upon backfilling. The fabric shall be placed with overlaps of 1 foot. The Contractor shall not operate equipment directly on the fabric.

The Contractor shall repair or replace any fabric that is punctured or disturbed during construction in accordance with Section 2-12.

The Contractor shall provide mechanical compaction for drain rock that is placed below the base prior to placing the base.

7-17 SANITARY SEWERS

7-17.3 CONSTRUCTION REQUIREMENTS

7-17.3(2) CLEANING AND TESTING

7-17.3(2)A GENERAL

The section is revised by replacing paragraph 1 with the following:

7-17.5 PAYMENT

The section is replaced with the following:

No payment shall be made for plugging existing sewer pipe.

The following section is added:

7-22 MANHOLE REHABILITATION

7-22.1 DESCRIPTION

These Specifications include the minimum requirements for the rehabilitation of manholes as shown on the plans included as part of these specifications.

Sewer Manhole Lining Project - 2017 Edited by RAL Interim City Engineer, May 2017 Page58 The rehabilitation of manholes shall be accomplished by the application or installation of rehabilitation components either individually or together. These may include grouts, protective coatings, a variety of linings, inserts, seals and mechanical devices that, when installed, shall protect the manhole structure, seal it from I & I, rebuild it structurally (if needed) and provide chemical resistance for the length of time specified. Several manhole components such as frames, covers and steps will typically be replaced rather than rehabilitated. The Contractor is responsible for the accurate and complete installation, and warranty of each manhole Rehabilitation Component System (SYSTEM) specified by the Owner.

The manhole SYSTEM=s installed shall cause no adverse effects to any of the Owner=s processes or facilities either during or after application. The use of the product, by the Contractor, shall not result in the formation or production of any detrimental compounds or by-products at the wastewater treatment plant. The Contractor shall notify the Owner and identify any by-products produced as a result of the installation operations, test and monitor the levels, and comply with any and all local waste discharge requirements. The Contractor shall cleanup, restore existing surface conditions and structures, and repair any of the manhole SYSTEM=s installed and determined to be defective. The Contractor shall conduct installation operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians, businesses, and property owners or tenants.

The prices submitted by the Contractor, shall include all costs of permits, labor, equipment and materials for the various bid items necessary for furnishing and applying, complete in place, manhole SYSTEM=s, in accordance with these specifications. All items of work not specifically mentioned herein which are required to make the product perform as intended and deliver the final product as specified herein shall be included in the respective lump sum and unit prices bid in the Proposal. These Specifications include the minimum requirements for the rehabilitation of manholes defined herein and as shown on the plans included as part of these contract documents.

7-22.3 CONSTRUCTION REQUIREMENTS

These Specifications cover all work necessary to furnish and install a variety of protective manhole SYSTEM’s. The Contractor shall deliver a finished product(s) including all materials, labor, equipment, and services necessary for traffic control, bypass pumping and/or diversion of sewage flows, cleaning equipment, product installation, all quality controls and samples for performance of required material tests, final inspection and warranty work, all as specified in these contract documents and at the quantities of each component contained in the Bid Proposal.

The SYSTEM=s furnished shall be complete integrated and compatible systems including all materials, manufacturer=s recommended equipment and manufacturer=s installation procedures. All component products will be required to meet the submittal requirements as contained herein.

The SYSTEM=s installed shall be free of all defects that will affect the design and service life and operation of the manhole.

The SYSTEM installed shall eliminate water leakage into the manhole and prevent water or vapors to leak out of the manhole through pin-holes or other defects. If leakage occurs either in or

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE59 out of the manhole the Contractor shall seal these areas to stop all leakage using a material compatible with the SYSTEM applied and as specified by the manufacturer. If leakage occurs through any SYSTEM applied to the manhole, the SYSTEM shall be repaired or removed as recommended by the manufacturer. All repair materials shall have the same estimated life expectancy than the SYSTEM installed. Final approval of the SYSTEM installation will be based on meeting the acceptance test requirements for each SYSTEM applied/installed.

The SYSTEM (applied to the intended structure) shall be designed against corrosion and typical chemicals found in domestic sewage, unless otherwise specified in the detailed section of the contract documents. The manufacturer of the SYSTEM shall provide testing data that supports their SYSTEM=s design and service life.

All manhole steps shall be removed prior to a coating or lining application.

Flow from existing active service connections entering the manhole shall be maintained or bypassed if the flow will affect proper SYSTEM application/installation.

All component materials furnished, as part of this contract shall be marked with detailed product information, stored in a manner specified by the manufacturer and tested to the requirements of this contract.

Testing shall be executed by the contractor in the presence of the owner. Warranty inspections shall be executed by the Owner or its representative. Any defects found shall be repaired or replaced by the Contractor.

The Contractor shall furnish all samples for product testing as required in the contract documents. The Owner shall take possession of the samples for testing and shall maintain a chain of custody, deliver the samples and pay an approved laboratory for all material and product testing performed under this contract.

Compensation for all work required for providing test samples shall be included in the various SYSTEM items contained in the Bid Proposal.

Bypass Pump sewage, in the manhole, as required. Clean interior surfaces of manhole of debris, dirt, oil, grease, remains of old coating materials, and any other extraneous materials. Pressure wash manhole walls to remove loose mortar, concrete and debris. Pressure washing levels, used for cleaning, shall be as recommended by the manufacturer. Repair irregularities in manhole using materials, compatible with proposed resurfacing material, as recommended by the manufacturer. Repair leakage in manhole using materials, compatible with proposed resurfacing material, specified in these contract specifications. Trim and grout incoming laterals and pipes as required and/or specified. Remove debris from manhole and incoming sewer connections. Handle cleaning water to prevent water and residue from causing damage. Do not discharge debris downstream through the sanitary sewer system. Filter solids-laden water through a de-silting device. Properly dispose of debris and residue from cleaning and other construction operations in a manner satisfactory to Owner and authority having jurisdiction over area where work site is located.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE60 7-22.3(1) PERFORMANCE WORK STATEMENT (PWS) SUBMITTAL

The Contractor shall submit, to the Owner, a Performance Work Statement (PWS) at the pre-construction meeting, which clearly defines the proposed manhole SYSTEM delivery in conformance with the requirements of these contract documents. Unless directed otherwise by the Owner, the PWS shall at a minimum contain the following:

Clearly indicate that the SYSTEM will conform to the project requirements as outlined in the Description of Work, Scope of Work Included and as further delineated in these contract documents.

Certify at the time of the bid, that the designated manholes, included in the contract documents, were visited, inspected and evaluated by the Contractor or Contractor=s Representative, prior to submitting a bid.

Where the scope of work is specifically delineated in the contract documents, a detailed installation plan describing all preparation work, cleaning operations, pre-inspections, sewage flow maintenance, traffic control, installation procedure, method of curing, quality control, testing to be performed, final inspection, warrantees furnished and all else necessary and appropriate for a complete SYSTEM application/installation, shall be submitted.

A detailed installation schedule shall be prepared, submitted and conform to the requirements of these contract documents.

The manufacturer=s description of the SYSTEM materials are to be furnished for the project. Material descriptions shall be sufficiently detailed in the submittals to verify conformance to these specifications.

The Contractor=s experience for each type of rehabilitation component shall be more specifically delineated in the detailed specifications. The name and experience of each lead individual performing work on this contract, for each component, shall be submitted with the PWS. If personnel are substituted after submittal of the PWS, the name and experience of the individual shall be submitted to the Owner for approval before starting any work.

Engineering design calculations may be requested for verification of structural design submittals. These calculations shall be in accordance with the applicable ASTM or industry standard for each structural design component/system to be installed. These calculations shall be performed and certified by a registered Engineer.

Information on the SYSTEM and all tools and equipment required for a complete application/installation, shall be submitted. The PWS shall identify which tools and equipment will be redundant on the job site in the event of equipment breakdown. The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the installation process.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE61 A detailed description of the Contractor=s proposed procedures for cleaning and preparing the manhole structure, prior to applying/installing the SYSTEM shall be submitted as part of the PWS. The Contractor will describe in detail what substrate testing will be performed by the contractor to verify acceptability of the SYSTEM material to be applied.

Compensation for all work required for the SYSTEM submittal of the PWS shall be included in the Mobilization Item contained in the Bid Proposal.

7-22.3(2) PRODUCT DATA SUBMITTALS

Product data submittals required for all rehabilitation SYSTEM=s proposed for installation under this contract shall include:

SYSTEM material type and manufacturer to be used including: catalog data sheets, ASTM references, material composition, manufacturers recommended specifications, component physical properties and chemical resistance. (PWS)

Manufacturer=s detailed description of the recommended procedures for handling and storing materials including a proposed method for monitoring temperatures of the storage location, if applicable to the specific SYSTEM material. (PWS)

Manufacturers detailed description of the recommended material installation/application process including mixing, additives, set time, cure time (return to service) and all equipment required for quality product delivery. (PWS)

Technical data sheet describing each rehabilitation component to be applied/installed, stating the expected longevity of the component in a wastewater environment. Data shall be based on independent third party tests. (PWS)

Manufacturer=s detailed description of all required field testing processes and procedures. (PWS)

Copies of independent testing performed on the rehabilitation component, indicating that the product meets the requirements as specified in these contract documents and the manufacturers design. (PWS)

Technical data sheet and project specific data for manhole repair materials to be used in conjunction with each rehabilitation component(s) including application cure time and surface preparation procedures. (PWS)

Shipping information including: (Jobsite)

Shipped item, including manufacturer, stock and lot number

Date shipped including origination and delivery locations

Shipping method and carrier

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE62

All shipping, storage and safety requirements including MSDS documents.

Date delivered to project site including name and signature of receiver

By-Pass Pumping Plan if applicable to the SYSTEM=s being installed. (PWS)

Traffic Control plan, if applicable for the SYSTEM=s being installed.

Certified statement, from the manufacturer, that the contractor/installer is an approved installer of the SYSTEM with certificates of completed training for each crew member involved in each rehabilitation component. This requirement shall comply with the specific SYSTEM requirements specified in the contract documents. (PWS)

For each manhole rehabilitation, a complete and accurate record of all SYSTEM=s installed/applied shall be prepared by the Contractor. The record shall include identifying manhole number, location, quantities of rehabilitation components installed.

Submittal of all quality assurance documentation and test reports for SYSTEM=s installed. (After Rehabilitation Completion)

Compensation for all work required for product submittals and the submittal of a By-Pass Pumping Plan and a Traffic Control Plan shall be included in the Mobilization Item contained in the Bid Proposal.

7-22.3(3) QUALITY CONTROL PLAN (QCP) SUBMITTAL

A detailed quality control plan (QCP) shall be submitted to the Owner that fully represents and conforms to the quality control requirements of these specifications. At a minimum the QCP shall include the following: A detailed description of the proposed quality controls to be performed by the Contractor.

Defined responsibilities, of each of the Contractor=s personnel, for assuring that all quality control requirements, for this contract, are met. These shall be assigned, by the Contractor, to his specific personnel.

Proposed procedures for quality control, product sampling and testing shall be defined.

Proposed methods for product performance controls, including method of and frequency of product sampling and testing both in raw material form and cured product form as applicable.

A scheduled performance and product test result reviews between the Contractor and the Owner at a scheduled job meeting.

Inspection forms and guidelines for quality control inspections shall be prepared in accordance with the standards specified in this contract and submitted with the QCP.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE63 Proposed methods and procedures for SYSTEM repair or replacement, in the event of product defects or total failure.

Due to mechanical damage or defects in application, SYSTEM’s will occasionally need to be repaired or replace a portion of the installed product. The Manufacturer shall outline specific repair or replacement procedures for potential issues that may occur during the application of the SYSTEM. Repair/replacement procedures shall be a recommended by the SYSTEM Manufacturer and shall be submitted as part of the PWS.

Repairable issues that may occur in the SYSTEM shall be specifically based on Manufacturer’s recommendations, including a detailed step-by-step repair procedure, resulting in a finished product meeting the estimated life cycle of the component and requirements of these specifications.

Un-repairable issues that may occur in the SYSTEM shall be clearly defined based on the Manufacturer’s recommendations. The Contractor together with the manufacturer shall define the best recommended procedure for the total removal and replacement of the SYSTEM.

The Contractor shall receive no additional compensation for the repair or replacement of SYSTEM’s deemed non-conforming to the requirements of these contract documents and unacceptable by the Owner.

7-22.3(4) REHABILITATION COMPONENT SYSTEM PRODUCTS

7-22.3(4)A CEMENTITIOUS MANHOLE RESTORATION

The Contractor shall provide a cementitious restoration material designed for structural build-back, I&I abatement, corrosion resistance, and repairing inverts to design requirements. All materials applied to a structure shall be compatible, as specified by the manufacturer.

Cementitious lining systems shall be corrosion resistant and manufactured to withstand an environment with a pH level of 2.0 or greater.

Cementitious Coating Restoration Materials for manhole walls, channels, corbels, chimneys and benches. The Contractor shall install cementitious restoration materials that shall be specifically designed for the rehabilitation of manholes and other related wastewater structures. Liner materials shall be cement based, polyfiber reinforced, shrinkage compensated, and enhanced with chemical admixtures and siliceous aggregates. Liner materials shall be mixed with water per manufacturer=s written specifications and applied using equipment specifically designed for, troweling, low-pressure spray or centrifugal spin casting application. All cementitious liners shall be troweled to densify and smooth out the surfaces.

Before starting any patch work or liner application install a perforated device, catch bucket, or other straining device to prevent construction debris from entering down-stream pipes.

Provide all materials, labor, equipment, etc. required to perform the work as recommended by the manufacturer and as required by the contract documents.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE64

Inspect each manhole to determine methods of stopping leaks and applying patch repairs.

Promptly inform Owner of errors or discrepancies between the contract documents and the field conditions found, in order that changed conditions can be evaluated and revised directives issued in a timely manner.

Install all products in accordance with manufacturer=s instructions regarding surface preparation, product application and curing.

Confirm that all material to be used, for the rehabilitation of the manhole are compatible with each other. Do not use any materials that have not been verified for compatibility.

SEALING ACTIVE LEAKS

The work consists of hand applying a dry quick-setting cementitious mix designed to instantly stop running water or seepage in all types of concrete and masonry structures. The applicator shall apply material in accordance with manufacturer=s recommendations in accordance with the following minimum specifications.

The area to be repaired must be clean and free of all debris per the guidelines set forth elsewhere in these specifications.

Once cleaned, prepare crack or hole by chipping out loose material to a minimum depth recommended.

As recommended by the manufacturer, place a generous amount of the dry quick-setting cementitious material to the active leak, with a smooth fast motion, maintaining external pressure for 30 seconds, repeat until leak is stopped.

Proper application should not require any special mixing of product or special curing requirements after application.

Use of Oil-free Oakum Water Plugs.

1) Saturate oakum with resin following approved submittals. 2) Use additives as required. 3) Place and cure following manufacturer=s recommendations.

INVERT REPAIR

The work consists of hand mixing and applying a rapid setting, high early strength, non-shrink patching material to fill all large voids and repair manhole channels prior to spray lining of the manhole. For invert repairs, flow must be temporarily restricted by inflatable or mechanical plugs prior to cleaning.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE65 The area to be repaired must be cleaned and free of all debris per the guidelines set forth in Section A, 1 Manhole Cleaning and Preparation.

Mix water shall be clean potable water and require no additives or admixtures for use with cementitious patching materials.

Cementitious material shall be mixed in a mortar tub or 5 gallon pail with water per manufacturer=s specifications. Material should be mixed in small quantities, to avoid setting prior to placement in voids or channels.

Once mixed to proper consistency, the materials shall be applied to the invert or void areas by hand or trowel. In invert applications, care should be taken to not apply excessive material in the channel, which could restrict flow. Once applied, materials should be smoothed either by hand or trowel in order to facilitate flow.

Flows in channels shall be re-established when material has cured enough to withstand the flow as determined by the manufacturer.

APPLICATION OF CEMENTITIOUS MANHOLE LINER

The work consists of troweling, spray applying and/or centrifugally spin-casting a cementitious based liner to the inside of the existing manhole. The necessary equipment and application methods to apply the cementitious based liner materials shall be only as recommended and approved by the material manufacturer.

Material shall be mixed with water in accordance with manufacturer=s specifications. Once mixed to proper consistency, the materials shall be pumped via a rotor-stator style progressive cavity pump through a material plaster hose for delivery to the appropriate and / or selected application device. The equipment shall be as recommended by the manufacturer, matched for the material being applied.

If a chimney seal is required in conjunction with the lining technology, the Contractor should contact the chimney seal manufacturer to determine the proper preparation required for effectively installing the chimney seal after the coating has been applied and cured.

SPRAY APPLICATION OF THE CEMENTITIOUS MATERIAL.

All material shall be applied and finished, by the Contractor, using equipment specified by the manufacturer.

Material hose shall be coupled to a low-velocity spray application nozzle. Pumping of the material shall commence and the mortar shall be atomized by the introduction of air at the nozzle, creating a low-velocity spray for material application.

Spraying shall be performed by starting at the manhole invert and progressing up the wall to the corbel and chimney areas.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE66 Material shall be applied to a specified uniform minimum thickness as required by the manufacturer and as necessary for proper curing and application. Material shall be applied to the bench area in such a manner as to provide for proper drainage.

Material shall be troweled smooth to compact material into voids. A brush or broom finish may be applied when a top coating is desired.

SPIN CASTING APPLICATION OF THE CEMENTITIOUS MATERIAL

All material shall be applied and finished by the Contractor using equipment specified by the manufacturer.

Material hose shall be coupled to a high speed rotating applicator device. The rotating casting applicator shall then be positioned within the center of the manhole at either the top of the manhole chimney or the lowest point elevation corresponding to the junction of the manhole bench and walls.

The high speed rotating applicator shall then be initialized and pumping of the material shall commence. As the mortar begins to be centrifugally cast evenly around the interior of the manhole, the rotating applicator head shall be raised and / or lowered at a controlled retrieval speed conducive to providing a uniform material thickness on the manhole walls.

Controlled multiple passes are then made until the specified minimum finished thickness is attained. If the procedure is interrupted for any reason, simply stop the retrieval of the applicator head until flows are recommenced.

Material thickness may be verified at any point with a depth gauge and shall be no less than a uniform 2-inch. If additional material is required at any level, the rotating applicator head shall be placed at that level and application shall recommence until that area is thickened.

Material shall be applied only when manhole is in a saturated surface dry (SSD) state, with no visible water dripping or running over the manhole walls.

The low-velocity spray nozzle and the centrifugal spin casting head may be used in conjunction to facilitate uniform application of the mortar material to irregularities in the contour of the manhole walls and bench areas.

Troweling of materials shall begin immediately following the spray application. Initial troweling shall be in an upward motion, to compress the material into voids and solidify manhole wall. A brush or broom finish may be applied if top coating is desired.

Curing will take place once the manhole cover has been replaced. It is important that the manhole cover is replaced no more than 10-20 minutes after troweling is complete to avoid moisture loss in the material due to sunlight and winds.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE67 Material shall not be applied during freezing weather conditions. Material shall not be placed when the ambient temperature is 37 degrees Fahrenheit and falling or when the temperature is anticipated to fall below 32 degrees Fahrenheit during 24 hours.

TESTING AND ACCEPTANCE

Visual inspection B verify no infiltration, cracks, or loose material.

Cementitious Material Physical Property Testing

7-22.3(4)B POLYMER SYSTEMS

Standard Portland cement or new concrete (not quick setting high strength cement) must cure a minimum of 28 days prior to application of the coating product(s). Remove existing coatings prior to application of the SYSTEM which may affect the performance and adhesion of the SYSTEM. Thoroughly clean, removing all laitance and prepare existing products to effect a mechanical bond with the SYSTEM. Manufacturer shall recommend specific methods for surface preparation.

Repair products shall be used to fill voids, bug holes, and/or smooth transitions between components prior to the installation of the SYSTEM. Repair materials must be properly cured and must be compatible with the SYSTEM and shall be used and applied in accordance with the manufacturer=s recommended requirements. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures, smooth deteriorated surfaces and to rebuild severely deteriorated structures.

The following products may be accepted and approved as compatible repair and resurfacing products for use within the specifications: 100% solids, solvent-free polymer grout specifically formulated for epoxy polymer top coating compatibility.

Factory blended, rapid setting, high early strength, fiber reinforced, nonshrink repair mortar that can be trowelLed or pneumatically spray applied maybe approved if specifically formulated to be suitable for polymer top coating with the specified polymer product. The length of resurfacing material cure required before polymer top-coating, shall be as recommended by the manufacturer.

All repair and resurfacing materials should be properly cured and prepared for surface top-coat application.

Polymer System manufacturer shall provide System application procedures and requirements. Manufacturer recommended and approved application equipment. Hard to reach areas, primer application and touch-up may be performed using hand tools.

Contractor shall comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE68 New Portland cement concrete structures shall have cured a minimum of 28 days since manufacture prior to commencing coating installation or as recommended by the manufacturer.

Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated.

Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F or as recommended manufacturer.

Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. Where varying surface temperatures do exist, coating application shall be scheduled when the temperature is falling and not rising or as recommended by the manufacturer.

Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein.

SURFACE PREPARATION

Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate shall be entirely removed.

Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that only sound substrate remains.

Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the specified polymer coating product, as recommended by the manufacturer.

Surface preparation methods or combination of methods that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shot blasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface with sufficient profile to promote an acceptable bond with the specified polymer coating.

Infiltration shall be stopped by using a material which is compatible with the repair products and is suitable for top-coating with the epoxy coating product. The manufacturer shall verify the product compatibility, in writing, to the Owner.

Manhole Chimney Joint and Casting: The area between the manhole and the manhole ring and the manhole casting shall be a termination point of the specified epoxy coating product.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE69 APPLICATION OF REPAIR AND RESURFACING PRODUCTS

Areas where reinforcing bars have been exposed shall be repaired in accordance with the manufacturer=s recommendations.

Areas where rebar has been exposed and is corroded shall be first prepared as required elsewhere in these specifications. The exposed rebar shall then be abrasive blasted and coated with the polymer coating product specified as recommended by the manufacturer.

Repair products shall be used to fill voids, bugholes, and other surface defects which may affect the performance or adhesion of the epoxy coating product.

Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles to provide a concrete or masonry substrate suitable for the polymer coating product to be applied. These products shall be installed to minimum thickness as recommended within the manufacturer=s published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified in the contract documents. Structural rebuild should be specified in advance of bid whenever feasible, and paid for at a separate unit price in the Bid Proposal.

Repair and resurfacing products shall be handled, mixed, installed and cured in accordance with manufacturer recommendations.

All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability to receive the coating product(s). Additional surface preparation may be required prior to coating application.

If a chimney seal is required in conjunction with the lining technology, the Contractor should contact the chimney seal manufacturer to determine the proper preparation required for effectively installing the chimney seal after the coating has been applied and cured.

APPLICATION OF POLYMER COATING PRODUCT

Application procedures shall conform to the recommendations of the epoxy coating product manufacturer, including environmental controls, product handling, mixing, application equipment and methods.

Spray equipment shall be specifically designed to accurately ratio, apply the polymer coating product, shall be in proper working order and shall be as recommended by the product manufacturer.

Contractors qualified in accordance with these specifications shall perform all aspects of polymer coating product installation.

Prepared surfaces shall be coated by spray application of the coating product(s) described herein to a minimum as recommended by the manufacturer to meet the requirements of these contract documents.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE70

NOTE: Coating thickness recommendations are available through the polymer coating product manufacturer based upon project assessment. Contact the manufacturer of the polymer coating for project specific recommendations.

Subsequent top coating or additional coats of the polymer coating product shall occur within the product=s recoat time. Additional surface preparation procedures will be required if this recoat time is exceeded. The polymer manufacturer=s recoat time for the specific application, based on temperature and project conditions, shall be strictly followed by the applicator.

The polymer coating product shall mechanically bond with adjoining construction materials throughout the manhole structure to effectively seal and protect concrete or masonry substrates from infiltration and attack by corrosive elements. Procedures and materials necessary to effect this bond shall be as recommended by the polymer coating product manufacturer. No hollow spots will be accepted.

Contractor must submit manufacturers recommended method for terminating a coating or lining in a manhole

If required sewage flow shall be stopped, bypassed or diverted for application of the polymer coating product to the invert and interface with pipe materials.

TESTING AND ACCEPTANCE

Visual Inspection - Installed liner system shall be completely free of pinholes and hollow spots/voids and other defects that will reduce the life expectancy of the applied system.

Film thickness Measurements B (either wet or dry) Liner thickness shall be the minimum value as specified in the contract documents.

Holiday Detection Test (), to identify pinholes, thin material and any defects that will affect the life of the installed system.

Adhesion Testing B To verify that the system has consistently mechanically bonded to the host structure.

Dye Testing B For non-bonded systems to verify no leakage from an annular space

7-22.3(5) MATERIAL DELIVERY, STORAGE AND HANDLING

Rehabilitation component materials are to be kept dry, protected from weather and stored under cover and in accordance with manufacturer's recommendations.

Polymer and Cementitious protective coating materials are to be stored at temperatures as recommended by the manufacturer and handled according to their material safety data sheets. Do not store near flame, heat or strong oxidants.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE71 7-22.3(7) WARRANTY

The materials used for the project shall be certified by the manufacturer for the specified purpose. The manufacturer shall warrant the SYSTEM to be free from defects in raw materials for one (1) year after installation or from the date of acceptance by the Owner, whichever is later. The Contractor shall warrant the installation of the rehabilitation component for a period of one (1) year. During the one (1) year warranty period if the rehabilitation component, fails, delaminates, peels or shows any defect, which may materially affect the integrity, strength, function and/or operation of the manhole structure, it shall be immediately repaired at the Contractor=s expense in accordance with procedures included in Section 1.6 Rehabilitation Component Repair/Replacement.

After a manhole has been renewed and for a period of time up to one (1) year following completion and final acceptance of the project, the Owner may inspect all or portions of the renewed manholes. The specific locations will be selected at random by the Owner and will include all types of structures from this project.

If any of the rehabilitation components have developed defects since the time of “Quality Assurance and Testing," the defects shall be repaired and/or the component shall be replaced as defined in Section 1.6 Rehabilitation Component System (SYSTEM) Repair/Replacement. Owner may inspect all manholes where SYSTEM=s have been applied/installed under this contract.

All verified defects shall be repaired and/or replaced by the Contractor and shall be performed in accordance with Section 1.6 Rehabilitation Component System Repair/Replacement and per the original specifications, all at no additional cost to the Owner.

WARRANTY INSPECTIONS

Visual inspection to determine integrity of SYSTEM materials and water-tightness will be conducted within 3 months before the expiration of the guarantee period.

If possible, inspection should be performed in the spring during high groundwater and frequent rainfall events.

The Owner shall perform, at its own cost, warranty inspections with its own personnel or personnel independent of the installation contractor.

Ten (10) percent of manholes rehabilitated shall be inspected, at locations randomly selected, by the Owner.

No infiltration or inflow shall be visible in the renewed manhole.

If any SYSTEM fails the warranty inspection, the Owner shall inspect all SYSTEM=s installed in the contract, together with Contractor.

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE72 7-22.4 MEASUREMENT

All PWS information, submittals, safety play, as built drawings, test samples and mobilization/demobilization of labor, equipment and materials to the project site shall be included in Section 1-09.7, Mobilization, per Lump Sum.

Manhole Lining System, per each vertical foot.

System Inspector Training, per day of training.

7-22.5 PAYMENT

Payment will be made for each of the following Bid items that are included in the Proposal:

“Manhole Lining System”, per vertical foot. The unit Contract price per vertical foot “Manhole Lining System”, shall be full pay for all labor, equipment and materials to provide a leak proof manhole to the City in accordance with these specifications and as directed by the Engineer.

DIVISION 9 MATERIALS

The Division is supplemented by including the following prior to Section 9-00:

Submittals for all materials used on the project shall be approved by the Municipal Services Department prior to installation of the item.

9-03 AGGREGATES

9-03.12 GRAVEL BACKFILL

9-03.12(3) GRAVEL BACKFILL FOR PIPE ZONE BEDDING

THE FOLLOWING SECTION (9-03.22) IS ADDED: 9-03.22 SAND PIPE BEDDING

Blow sand, free of rocks larger than 3-inch in diameter and free of organic material, may be used as pipe bedding material above the groundwater.

9-05 DRAINAGE STRUCTURES AND CULVERTS

9-05.15 METAL CASTINGS

9-05.15(1) MANHOLE RING AND COVER

The section is supplemented with the following:

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE73 Approved ring and covers include the following:

D & L Foundry A-2000 East Jordan Iron Works, Inc. Frame: 3700Z, Cover: 3700C DI Olympic Foundry MH30K-ML

SEWER MANHOLE LINING 2017 Edited by SMO, City Engineer, 2016 PAGE74