Loading...
HomeMy WebLinkAboutSWP273225(1) Award Date: "1 `a" R os r (,T CAG — 0 ' 033 Awarded to: xv N l k �Y Q Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications � o N 1 City of Renton Construction of: Hoquiam PL NE / SR 900 Storm J System Pro•ect Y PROJECT NO. SWP-27-3225 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: 425-430-7200 Project Manager: 425-430-7293 Daniel Carey ® Printed on Recycled Piper j CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Hoquiam PL NE / SR-900 Storm System Project PROJECT NO. SWP-27-3225 March 2005 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ��" OF wAski " 727 �Q TEP`�O +' AA 3- EXPIRES 10/161 cis CITY OF RENTON 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper 1 Young Life Construction 1 1 RE: Hoquiam Pl. NE/SR 900 Storm System Project SWP-27-3225 1 Owner/Responsible Officer: 1 Nicole J. DeMoss 10121 2215t Ave E Bonney Lake, WA 98390 ' Ph:253-862-5607 Emergency Ph: 206-484-1107 Job Foreman: 1 Ron Bobbitt 10121 221s' Ave E Bonney Lake, WA 98390 1 Ph:253-862-5607 Emergency Ph:253-686-6778 Bonding Agent: Alan Burton 2701 East Main 1 Puyallup, WA 98372 Ph:253-848-9900 Emergency Ph: 253-848-9900 1 1 1 1 1 1 1 PO Box 7724, Bonney take, WA 98390 Ph.253-862-5607 Fax 253-862-8440 1 DEPARTMENT OF LABOR AND INDUSTRIES i REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL, 4_ REGI ST. # `EXP. DATE _ CCOILC955BI; `0113 f 2_fl07 ; EF aE "01/13/2005 t YOUNG LIFE CONSTRUCTION PO BOX 7724 BONNEY LAKE WA 98390 ;i 25-052-"(8/97) t 1 1 Young Life Construction 1 1 May 5,2005 1 City of Renton Attn: Daniel Carey, Project Manager 1055 South Grady Way 1 Renton, WA 98055 Subject: Hoquiam PI. NE/SR 900 Storm System Project SWP-27-3225 1 Dear Mr. Carey, 1 I applied for our City of Renton business license on April 25, 2005. My business 1 license number is 27687. 1 have not received the license in the mail yet as I mentioned in my conversation with you on May 5, 2005. If you have any questions, please give me a call at (206)484-1107. 1 Thank you, 1 WWW v�2c 1 Nicole DeMoss, owner 1 1 1 1 1 1 PO Sox 7724, Bonney Lake, WTI 98390 Ph.253-862-5607 Fax 253-862-8440 1 1 CITY OF RENTON Hoquiam PL NE / SR-900 Storm System Project SWP-27-3225 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location, Vicinity Map Instructions to Bidders, Example Schedule of Prices Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Acknowledgement of Addenda **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Insurance Information and Requirements Certificate of Payment of Prevailing Wages Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Prevailing Minimum Hourly Wage Rates (New job classifications) Environmental Regulation Listing City of Renton Supplemental Specifications Special Provisions Survey Control Network, Surveying Standards, and Monuments Traffic Control Information Site Photos Standard Details Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award 02_Contents.DOC\ CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens ' and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington, this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: rCity Cler 03_SUMRY.D0C\ CITY OF RENTON SUAevfARY OFAMERICANS W=DISABILITIESACT POLICY ADOPTED BYRESOLU770NNO. 3007 The policy of the City of Renton is to promote and afford equal t wiment and service to all citizens and to assure 1 employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERA71ON WnU HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organisations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth m this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. Cn RENTON RENTON CITY COUNCIL: Mayor COuncil President Attest: City Clerk CITY OF RENTON Hoquiam PL NE / SR-900 Storm System Project SWP-27-3225 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Installing approx. 45 LF of new 12-inch storm line and two catch basins, • remove and rebuild a wooden fence and rockery wall, • grading and asphalt paving of 150 linear feet of driveway, • construct 40 feet of gravel driveway, • remove and rebuild about 10 linear feet of curb, gutter, and sidewalk, • restoration,topsoil, and seeding. The estimated project cost is $28,000 to $33,000. A total of 15 working days is allowed for completion of the project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 04a SCOPE.DOC\ 0 IPR I O f dun set Siv � I Eq SR-9q0 E S _ I RE L FIGURE 1 - Project Location HOQUTAM PL NE / SR-900 0' 2000' STORM SYSTEM AND PAVING PROJECT r I I N Scale: 1' = 2000' City of Renton Surface Water Utility D. Carey 2/05 i 0t PI E C th t th LLJ CL 8t.h z NE 1 Bth P w W z � a N t > > c z 1 th E l SR 9001 Set Bwd N I I � � Sun PROJECTL�ICATION W Z d z E PrivcFe R C = > IC FIGURE 2 - Project Vicinity HOQUTAM PL NE / SR-900 0' 300' STORM SYSTEM AND PAVING PROJECT I I NScale: 1" = 300' City of Renton Surface Water Utility D. Carey 2/05 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16, Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? i ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? « cc E X A M P L E - SCHEDULE OF PRICES This Example shows how the Schedule of Prices should be filled out. The prices are for illustration only, and do not represent actual unit prices for those items. The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in. Handwritten words and figures are acceptable (must be legible). FOR EACH BID ITEM 1 Write the Unit Price in words and figures (number). The words and figures must be equal. Example: Nine hundred dollars, $900.00. 2 Multiply the Quantity by the Unit Price, write the result in the"Amount' column as a figure. Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00 3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,468.35). 4 Multiply the Subtotal by the Sales Tax, write the result in the "Sales Tax" column (when present). Example: $5,468.35 x 8.8% = $481.21 5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column (example: $5,949.56). RECHECK THE WORDS, FIGURES, AND MATH The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures). EXAMPLE ITEM APPROX, ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. 1 Erosion Control Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00 2. 200 Clear Fence Line Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00 3. 150 Topsoil Cubic Yard $ Three dollars and 22 cents $ 3.22 $ 483.00 4. 2 Chain Link Gate Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00 5. 0.40 Hydro-seed Acre $ Two thousand three hundred dollars _ $ 2,300.00 $ 920.00 i 6. 1 Restoration Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35 thirtyfive cents Subtotal $ 5,468.35 8.8% Sales Tax $ 481.21 TOTAL $ 5,949.56 06-Example Sched Prices.doc CAG-05-033 CITY OF RENTON CALL FOR BIDS Hoquiam PL NE/ SR-900 Storm System Project SWP-27-3225 Sealed bids will be received until 2:30 p.m., Tuesday, April 12, 2005, at the City Clerk's office, 71h floor, and will be opened and publicly read in conference room 511 on the 5th floor,Renton City Hall, 1055 South Grady Way, Renton WA 98055. The work to be performed within 15 working days from the date of commencement under this contract shall include, but not be limited to: Installing approx. 45 LF of new 12-inch storm line and two catch basins, remove and rebuild a , wooden fence and rockery wall, grading and asphalt paving of 150 linear feet of driveway, construct 40 feet of gravel driveway, remove and rebuild approximately 10 linear feet of curb, gutter, and sidewalk,restoration,topsoil, and seeding. The estimated project cost is $28,000 to$33,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of$32.00 ($29.41 plus $2.59 sales tax) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Daniel Carey, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7293. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I.Walton, City Clerk Published: Daily Journal of Commerce March 22, 2005 Daily Journal of Commerce March 29, 2005 Daily Journal of Commerce April 5, 2005 07_CALL_1300 ' CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wa.ge ' (Non-Federal Aid) NON-COLLUSION AFFIDAVIT ' Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND ' CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER ' Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting tfrom anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. ' AND MINIMUM WAGE AFFIDAVIT FORM ' I,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 1 , PRE Name of Project Name of Bidder's F"=1 ' Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this L day of 200'57 ,•,���ss►,� ��� Notary Public in and for the State of Washington No . .y, r' 4 � T, = Notary (Print) AUSI/C H• My appointment expires: - �' o O ��F • 0.2 HING`����` APR-12-2005 TUE 09:34-A.M CNA SURETY FAX NO, 605 335 0357 P, 02 werALeTri Surety Cornanpy 131D BOND (Percentage) B.�-N umb_pr: _ 69889760 KNOW ALL PERSONS BY THESE PREPENTS, That we mofir. c Construction - of P. 0, Box 712 , Eo;l hereinafter 4 p�e Lakes A referred to as the Principal, and WeStt�K.1 as Surety, are held and firmly bound unto -City of-.Renton V-1..na nc-4-a 1--D-ept-- o105 S. ra4YWY � ntOnIW98055 . S -- percent of the greatest hereinafter referred to as the Obligee, in i�e sum of amount bid, for the payment of which we bind ourselves,our legal representatives, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for--- 77— NOW, THEREFORE, if the said contrac be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this day of ---20.0 5--. 1N,Lcole De moss dba Yqji�n I�ikft construCtioTi Principal) A-9& By/ W t company e-*10RATE rn ure Y-- (Surety) SEAL (Surety) By RICHARD L TALBOT Attorney-in-Fact Form F5876 APR-12-2005 TUE 09:35 AM CNA SURETY FAX N0, 605 335 0357 P. 03 1 1 1 1 i i ' --- A";KNOWLEDGMENT OF SURETY STATEIOF. Wa,shicat non (Attorney-in-Fact) N8 COUNTY OF_. _—Pierce -- - A riL...-- —_.-_. V 2005 before me, a notary public in 1 On this __.___ 2th _. __day of. —_ --. _—.. --- --- ---- --and for said County,personally appeared_ -..�ZCF38F�D I�SALHQZ a for ,personally known and being by me July sworn, did say, that.he is the Attorney-in-Fact of WESTERN SURETY COMP NY, a corporation of Sioux Falls, South Dakota, created, organind and existing under and by virtue of the laws of the 1 State Of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Direc sand that the said__, . _ _ _ _B CHASA IL- AI+82T- ----- .. --- acicnorledges said instrument to be the free as and deed of said corporation and that he has authority to sign said instrument without affixing the corporate seal of said corporation. e and 1 seal at IN WITNESS WITNESS WHEREOF,I have hereunto subscribed my namWa-2hi affixed lgton y officialthe day and year last above written. My r�tmission expires -- i t�GLS t _�_O =•;s t -- -- -- ----- —Notary Public 1 �- Form 1*4.2000 Ot "''d �i �fi• 4 o c I ''Y 1 i i 1 1 1 APR-12-2005 TUE 09:35 AM CNA SURETY FAX NO. 605 335 0357 P. 04 1 1 Western Sure ComPanY 1 POWER OF ATTORNEY-CERTIFIED COPY Bond No. _. _.___6988976.0 Know All Men By These Presents, that W)'STE12N SURETY COMPANY, a corporation duly organized and existing under the 1 laws of the State of South Dakota,and having it;.principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make,constitute and appoint RJXSA&I]-I� 7A_LB0T.-- _-- --- - --- -- - -- _` --- --- its true and lawful attorneys}in-fact,with full bower and authority hereby conferred,to execute,acknowledge and deliver for and on 1 its behalf as Surety,bonds for: Principal: Nicole De Move dha YDung Life Construction 1 Obligee: City of Renton Amount: $500,000.00 and to bind the Company thereby as fully and �the same extent as if such bonds were signed by the Senior Vice President, sealed 1 with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said with thescorpr-fact may do within the above d ted limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remai.is in full force and effect. "Section 7. All bonds,policies, undertakings,Powers of Attorney or other obligations of the corporation ViceaPrbe executed x c ore i the 1 corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any other officers as the Board of Directors may au;horize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agants who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seat is not neces iary for the validity of any bonds, policies, undertakings, Powers of Attorney or other 1 obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and tormiaatc,without notice,unless used before midnight of--.- ,Zly 2- 2 005_-_-,but until such time shall be irre iocable and in full force and effect. 1 In Witness Whereof, Western Surety CoiaPany has caused these presents to be signed by 20Senior Vice President, Paul T. Brufiat,a e seal to be affixed this- - day of Abrat �`tis%,��3E°S� r�d°y°< WFS SURE Y COMPANY r SSR;C.2M Paul T.Brufla nior Vice President ' STI QU� dTA ti 9s COUN EA�VAHA f -_ 12th .. u _ 2�05 -.More me,a notary public,personally appeared On this day of -_in the year Paul T. Bruflat, who being to me duly sworn acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowl dged said instrument to be the voluntary act and de///e���d of s id corporation. +4h yrti�r�4Mh1�►�4hhwaltiv�L .. 1 ' D.KRELL -— --- ,�1[V - -- NOTARY PUBI IC otary Public-South Dakota l AL SOUTH DAKOTA�+r ♦Vw1�ti V4Nti�a444wtiti�4Ng4♦+ 1 My Commission Expires November 30,2006 I the undersigned officer of Western Sure ty Company,a stock corporatipn of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full force ano effect and is irrevocable,and;furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. 3-2 th ___.. _—day of In testimony whereof,I have hereunto se:�my hand and seal of Western Surety Company this — -- 1 Wl; s SURE Y COMPANY Paul T.LBr�'fl- nior Vice President 1 Form F5306.4.2002 1 BID BOND FORM ' Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of S which amount is not less than five percent of the total bid. ' Signature ' Know All Men by These Presents: That we, as Principal, and ' as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Hoguiam PL NE / SR-900 Storm System Project according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the ' faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 1200_ Principal Surety ' Received return of deposit in the sum of S ' 09_BIDBD.D0C\ April 5, 2005 I, Nicole J. DeMoss, residing at 10121 2215'Ave E, Bonney Lake, Washington, ' hereby appoint Ron Bobbitt as my Attorney-in-Fact ("Agent"). There have been no previous powers of attorney to revoke. ' My Agent shall have the full power and authority to act on my behalf. I give the authorization for my Agent to manage and conduct my business, Young Life Construction (aka YLC), and to exercise my legal rights and powers. My Agent is to operate and maintain YLC, and has full management capabilities. My Agent has the full power to enter into binding contracts. This power of attorney is effective immediately. This Power of Attorney shall ' continue effective until my death. This Power of Attorney may be revoked by me at any time by providing written notice to my Agent. ' Dated ( , 20 O�5 at�a mw, W6 ' Signature A& 4 Printed Legal Name i�r�',y'A� !'1�l � Acknowledgment ' State of W h County of P ;e r c e The foregoing instrument was acknowledged before me _5" day of 2005 by a.;� �,-�'-ddY k- Signature of person taking acknowledgment Name typed, printed, or stamped A) Title or rank (if applicable) ' Serial number(if applicable) ' CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage ' (Non-Federal Aid) NON-COLLUSION AFFIDAVIT ' Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to ' put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND ' CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting ' from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. ' AND MINIMUM WAGE AFFIDAVIT FORM ' I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal ' contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT uC sa ges :5 c -emst­oP � 3 Name of Project Name of Bidders Firm ' Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this 12 day of lr i 200 .e-Ssst1.7 9�00�� Notary Public in and for the State of Washington kor 011. y • Z Notary (Print) ' iN AUC My appointment expires: ' f fl' o ���i�WASHING`���� ' CITY OF RENTON ' HOQUTAM PL NE f SR-900 STORM SYSTEM PROJECT SWP-27-3225 ' PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: ' The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work,and hereby propose ' to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: ' (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices both in ' writing and in figures.)Printed Name: Ron R©bb ' Signature: .;;f -' Address: 14/,0/ ' Names of Members of Partnership: OR ' Name of President of Corporation ' Name of Secretary of Corporation Corporation Organized under the laws of ' With Main Office in State of Washington at ' 10_PROP.DOC\ ' CITY OF RENTON HOQUTAM PL NE / SR-900 STORM SYSTEM PROJECT—SWP-27-3225 ' SCHEDULE OF PRICES Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ' ITEM APPROX_ ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1 - 1 Mobilization � $ � �� e�' f/Z ' Lump Sum $ &7 %�x�sr+:vU awe- (4u, � 4 w lam-% A �>,c'rs 2 - 1 Construction Surveying, Staking, As-Built ' Lump Sum $C%rL:Z' T(1c._5 ��� t'r� 91,-v< `ti-1 19 ,A(AS$ 00 3 - 1 Traffic Control d� �e Lump Sum $cj,,_ 't 1-y, i u 1 v,,: I4-xa ,,14'-4 car/lr.� $ / $ ' 4 - 1 Erosion Control c o cp Lump Sum $(-.ur." f/ir.=1r« ( cglrllCj-S $ 5co $ `J cc) ' 5 - 1 Trench Excavation Safety Systems a �� Lump Sum $ i..). , An I/-,,C- ' 6 - 2000 Driveway Excavation and Grading Gc; C)oo Square Feet $ C)Ae ak1 Ilk i $ $ i ' 7 - 50 Crushed Surfacing �x Tons $% i:--K cicltG�r $ $ /j /L ' 8 - 26 Asphalt Conc. Pavement Class B n� Tons $`ter � �� �C�11 �S $ $ �j �1® 9 - 11 8-inch Ductile n Iro Storm Pipe �1y Linear Feet $j r+i-,_ 4 Vc's-S $ 3 c) _ $ 336 10 1 8"x 6" DI Cross and PVC Pipe Installation C� ran Lump Sum $ ice,;; t"y r_i C?A \kt�r $ '� $ �� ' 11 45 12-Inch Dia CPEP ,Storm Pipe cc c_0 Linear Feet $_;�tv�� de, $ /� � $ ' 12 30 Import Trench Backfill C' Tons $ f �T�c=a. d, clAlri_5 $ $ C� ' 13 16 Foundation Material �° �-C` Tons $ ��=T�-�L' r�vl/c�c'S $ ' 14 1 Catch Basin Type I + r ' Each A$ i k !�._.rit=ii � (K=G5 $ 6' oG $ �'cc' ' 15 1 Catch Basin Type 11, 48-inch Each $j .�atL�.s;,.;7 t=;k 1 �.�.1o� $ $ '� ' I lb-Sched Prices.doc ' 16 1 Remove Rock Wall Lump Sum CS $ $ ' 17 24 Construct Rock Wall $ �G $ , c>� Tons $ =�sT c�ce<<�s- s 18 6 Gravel Backfill For DrainsG Tons $i i„ C ou rJ-l k s $ 2-0 _ $ j 94C 19 46 Sawcutting c a Linear Feet $f���� 01-1[ecf5 $ t — $ ' 20 6 Remove, Replace Concrete Sidewalk Square Yards $ 4'Vr�/ F'a ,- dc'11C't-< 21 10 Remove, Replace Concrete Curb & Gutter Linear Feet $Mz—' j�Ao I(C' $ $ 3 ' 22 20 Remove and Re�stor Wooden Fence 7 1y Linear Feet $ SL y-Pi� r Z ( $ $ o ' 23 1 Restoration, Topsoil, Seeding �= Lump Sum $C,�iwT ' 24 1 Minor Changes Lump Sum $ Five Hundred Dollars $ 500.00 $ 500.00 Subtotal $ , /2 q , &0 8.8% Sales Tax $ C)2-" - 35 ' TOTAL $ �� 6 L-1 r 3 j� ✓ ' 1lb-Sched Prices.doc ' CITY OF RENTON ' HOQUTAM PL NE/SR-900 STORM SYSTEM PROJECT SWP-27-3225 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ' NO. DATE: ' NO. DATE: NO. DATE: ' NO. DATE: ' NO. DATE: SIGNED: ' TITLE: J PRO,76-C% N�Ci2� NAME OF COMPANY: 1/014A) C� tL��-�e ��-S 7- ADDRESS: ' CITY/ STATE/ZIP: O/�; 9 6 TELEPHONE: ,,IS3 �6 2 -�60'7 1 ' SUBCONTRACTOR LIST HOQUTAM PL NE / SR-900 STORM SYSTEM PROJECT ' SWP-27-3225 RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. ' Complete one of the following for contracts that exceed $1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the ' contract price. Name: PoA Title: eVF/,0zW-D fz pl uj r— �'l grvLx� ' Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list ' subcontractor and bid item) Bid Item (s) ' Subcontractor Name Address ' Phone No. State Contractor's License No. ' Bid Item (s) Subcontractor Name ' Address Phone No. State Contractor's License No. ' Bid Item (s) Subcontractor Name ' Address Phone No. State Contractor's License No. ' Bid Item (s) ' Subcontractor Name Address ' Phone No. State Contractor's License No. ' hAfile sys\swp-surface water projects\swp-27-surface water projects(cip)\27-3225 hoquaim pl ne\1110 final specs_3-04\12_sub.doc Revised 7/2002 1 1 Young Life Construction 1 1 May 5,2005 1 City of Renton Attn: Daniel Carey, Project Manager 1055 South Grady Way 1 Renton, WA 98055 Subject: Hoquiam PI. NE/SR 900 Storm System Project SWP-27-3225 1 Dear Mr. Carey, 1 As the owner of Young Life Construction, I am authorized to sign any contracts 1 that I come across during the course of business. A sample of my signature can be found at the bottom of this letter. If there are any questions concerning this, please give me a call at 1 (206) 484-1107. 1 Sincerely, 1 Nicole DeMoss, owner 1 1 1 ' PO Sox 7724, Bonney Lake, WA 98390 Ph.253-862-5607 Fax 253-862-8440 1 �y CITY OF RENTON �u FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE "1 hereby confirms and declares that ' (Name f contractor/subcontractor/consultant) (; /� 1. It is the policy of tt/u I j/1 .����,di,�1 to offer equal ' (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin,age, disability or veteran status. 11. -q(oU(VA(, Ltk �;,U -Wu ('- 1 complies with all applicable (Name o contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. III. When applicable, �(�qo, � L , will seek out and ( ame of contractor/subcontractor/consultant) ' negotiate with minority and women contractors for the award of subcontracts. ' Print Agent/Representative's Name ' Print Agent/Representative's ent/Re resentative's Title /4,/1 L\1 M/� Agent/Representative's Signature � .O ' Date Signed ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PLNE\l 110 Final Specs\14_FAIR.D00 BOND TO THE CITY OF RENTON - KNOW ALL MEN BY THESE PRESENTS: ' That we,the undersigned Ni r•nl a M-Mnss dba YounTLife Construct ion P.O. Box 7724, Bonney Lake, WA 98390 ' as principal, and Western Surety Co_ corporation organized and existing under the laws of the State of Washington as a surety corporation, and qualified ' under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ 25,164.35 for the payment of which sum on demand we bind ourselves and our ' successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. ' Dated at Puyallup__, Washington,this 4th day ofMay ,2005. ' Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 05-033 providing ' for construction of HOQUTAM PL NE / SR-900 STORM SYSTEM PROJECT the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in ' the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage ' occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in ' the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full ' force and effect. Wes n Suiyety Company Principal Sur Signature ignature ' ( 1 v'�%� l?a,,-e-r - Title Title CORPORATE SEAL ' NAY-04-2005 WED 12: 11 PM (:NA SURETY FAX N0, 605 335 0357 P, 01 1 ACKNOWLEDGMENT OF SURETY ' STATE OF__.. _ washinaton (Attorney-in-Fact) COUNTY OF--.--- 1 On this .-. 4th. ----day of ----- ---- MaY-- -- --, --2045_,before me,a notary public in and for said County,personally appeared to me personally known and bei ig by me duly sworn, did say, that he is the Attorneyin-Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, Soul h Dakota, created, organized and existing under and by virtue of the laws of the ' State of Soutb Dakota, that the s lid inatruir.ent was executed on behalf of the said corporation by authority of its Board of Directors and that the said_ —_-- _ __ —Aihard__.Tk.. acknowledges said instrument to b a the free act and deed of said corporation and that he has authority to sign said instrument without affixi,ig the corporate seal f said corporation, ' IN WITNESS WHEREOF,I have hereuntA i subscribed my name and affixed my official seal at-__.. -_---.- ---------- - _ _ _ puyallu _. Washin�kon__ the day and year last above written. My commis on expires u_q.rc s t1O g — —_- J --- -- - -- Notary Public Form 105-4-2000 ' `.%%J111111111. N eVq � :Ole ' a i c NOTgq• 10214 MAY-04-2005 WED 12: 11 PM MA SURETY FAX NO. 605 335 0357 P. 02 Western Sur Company POWER OF ATTORNEY-C"TIFIED COPY ' Bond No. _ 69903283 Know All Men By These PreE ents, that WESTERN SURETY COMP NY, a corporation duly organized and existing under the laws of the State of South Dakota, tad having i s principal office in Sioux F as,South Dakota(the"Company"),does by these presents make,constitute and appoint -Rit=hard-L-.. Tit_ -its true and lawful attorney(s)•in-f xt,with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: Nicole De mc,ss dba "oung Life Construpkion Obligee: City of Renton Amount: $500,OOQ.00 and to bind the Company thereby as fuAy and to the same extent as if su h bonds were signed by the Senior Vice President,sealed with the corporate seal of the Company and duly attested by its Se_r tart', hereby ratifying and confirming all that the said attorney(s)•in•fact may do within the above stated limitations. Said app intment is made under and by authority of the following bylaw of Western Surety Company which rema:.ns in full force and effect. "Section 7. Ali bonds,policie.i,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the ' an Assists t Secretary, Treasurer, or any Vice President or by such corporate name of the Company 1 y the Presii ent, Secretary, y p other officers as the Board of Dire:tors may at thorize- The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the obligations oft a corporation. The signature of anyrate seal is not such offic for the er and the cor rate seealcmay be printed by facsimiles, Powers ." Attorney or other "ty' All authority hereby cunfer 'reE shall expire and terminate,without not e,unless used before midnight of —2005-.-,but until such time shall be irrevocable and in full force andleffect. In Witness Whereof, Wester a Surety Co:npany has caused these prf:sentx to be signed by its Senior Vice President, Paul T. ' __ h- day of Bruflat,an��§tt�prate seal to b�affixed this - titio`' ?►+ ..... ,� WES SURE Y COMPANY Zan)T-Bruflat nior Vice President ' ST' i,-i t�'Qu fis"`'e�'l�)I A l sa COUNfI'�W� a t ; AHA On this_4th day of — --II in the year _2Q�`. ..,before me,a notary public,personally appeared Paul T. Brutlat, who being to me duly sworn, acknowledged that he sig ad the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY ind aeknowl,dged said instrument to be the voluntary act and deed of a id corporation, +�ti\titi4MNNN�Y4Y 1���V�} 0. KRELI -- — -South Dak— NOTA PU81 JC r otary Public- ota RY SOWSOUTH VAKCTA r tihMh11++ My Commission Expires November 30,2006 I the undersigned officer of V 7ester11 Surety Company,a stock corpor on of the State of South Dakota,do hereby certify that the attached Power of Attorney is in:ull force and effect and is irrevocable,an 11 furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorr ey is now in Force. In to Aimony whereof,1 have hereunto set.my hand and seal of Weste n Surety Company this-.---,. -th _.--day of 2fl0S WES SURE Y COMPANY / ' Paul T,Brutlat nior Vice President porm F530i3- 2002 CONTRACTS OTHER THAN FEDERAL-AID FHWA ' THIS AGREEMENT, made and entered into this 2 0 �h day of IV k , 2005 by and between THE CITY OF RENTON, Washington, a municipal corporati/czn of th State of Washington, hereinafter referred to as "CITY' and t.�i,� hereinafter referred to as "CONTRACTOR." WITNESSETH: I) The Contractor shall within the time stipulated, (to-wit: within 15 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a ' workmanlike manner, in connection with the City's Project (identified as No. SWP-27-3225 for improvement by construction and installation of: ' HOQUTAM PL NE/SR-900 STORM SYSTEM PROJECT Work as described in "Scope of Work"dated March 22,2005 ,attached hereto. ' All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the ' City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Consultant agrees to use recycled materials whenever ' practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as ' will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a ' receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless ' within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made,this Contract, shall, upon the expiration of said ten (10)day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15)days after the serving upon it of such notice of termination does not perform the Contract or does not ' commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the ' Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, ' appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed ' hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise ' apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. ' The Contractor agrees to name the City as an additional insured. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and ' agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and ' employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or ' employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be ' dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 15 working days from the date of commencement. For each and every working day of ' delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard ' Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use ' of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting ' therefrom which shall appear within the period of one (1)year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be ' obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. ' The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of ' quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; ' said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, ' possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $25,164.35 numbers Twenty five thousand one hundred and sixty four Dollars, and 35 cents written words ' which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. ' IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. CONTRACTOR CITY OF RENTON w President/Partner/Owner Mayor— Kathy Keolker—Wheeler ATTEST Secretary Michele Neumann — Deputy City Clerk dba ( ,7 Firm Name check e Individual ❑ Partnership ❑ Corporation Incorporated in ' Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing ' business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. CITY OF RENTON Hoquiam PL NE / SR-900 Storm System Project SWP-27-3225 II SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Installing approx.45 LF of new 12-inch storm line and two catch basins, remove and rebuild a wooden fence and rockery wall, grading and asphalt paving of 150 linear feet of driveway, • construct 40 feet of gravel driveway, • remove and rebuild about 10 linear feet of curb, gutter, and sidewalk, • restoration,topsoil,and seeding. The estimated project cost is$28,000 to$33,000. A total of 15 working days is allowed for completion of the project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 04a SCOPE.DOC\ �Y City of Renton o� o� ' Human Resources & Risk Management Department � NTo� Insurance Information Form FOR: Hoguiam PL NE/SR-900 Storm System Project PROJECT NUMBER: SWP-27-3225 STAFF CONTACT: Daniel Carey ' Certificate of Insurance indicates the coverages/limits specified in Ed'Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes [?(No 00 1L.6 ' The Commercial General Liability policy form is an ISO 1993 [`Yes ❑ No p.7 mil, Occurrence Form or Equivalent? ' (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑`No ' 'General Aggregate provided on a"per project basis(CG2503)?* [._Yes ❑ No / Additional Insured wording provided?* ❑ Yes [1 N0 iJ, tCoverage on a primary basis and non-contributing basis?* Q-1Yes ❑ No Waiver of Subrogation Clause applies?* []1Yes ❑ No ' Severability of Interest Clause(Cross Liability)applies? t es ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes [a-No 0 Nl L 4 G JVJti *To be shown on certificate of insurance* JG 0A-45 ' AM BEST'S RATING FOR CARRIER GL A Auto ly, Umb ;J"; Professional ' This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific ' declaration pages FROM awarded bidder prior to execution of contract. ,J Agency/Broker Completed By(Type or Print Name) ' Address Completed By(Signature) ' Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ' ATTACHED TO CERTIFICATE OF INSURANCE 1 ' ENDORSEMENT I In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). ' 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and ' completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. X 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER; or(c)premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, ' employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or ' volunteers shall be in excess of this insurance and shall not contribute with it. 'x 3. SEVERABILITY OF INTEREST. 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 through 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. f-- 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, ' canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. ' 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. ' 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. -7 i0 S_ Date Authorized esentative ' Signature es �Gtiue� V InsurancepkAo6 May 11 05 04 : 49a Young Life Const 253 862 8440 p- 2 MAY-10-200n U4 : 14 eM P. 01 CERTIFICATE OF LIABILITY INSURANCE May 10.200 t+L, T0.20o5 A Great Northern Ins. Services, Inc CONgFdNORtGHTS UPON T14E CERTIFICATE HOLDER.THIS CERTF=TE 2701 E. Main DOES NOT AMEND,EXTEND 01ALTER THE COVERAGE AFFORDED BY THE Puyallup,WA 96372 POLICIES BELOW. COMPANIES AFF?K!yG COVERAa Nicole DaMOss DBA.Young Life Construction COMPANY k lee LonClon Ltd PO Box 7724 COMPANY : COMPANY C: Bonney Lake, WA 96390 COMPANY D-, UriERAGE I h THE POLICES OF IV9URANCE LISTED BELOW PAVE BEEN ISSUED TO T,iE NSURED NAMED AONE FORTNE MICT PER(OO hOCAITED.NI MTWi ST00%AW REOUREWNT,TER\{ OF CO.\DITION OF ANY CONTRACT OR OTHER DOCUNC%rr WITH REe*CT TO W4CH TWS Ct rK fia< MAY eE rSSUEO OR MAY PpTAMN r}E IN&PoNCE AFFORDED BY THE POLICES OF CRH REIN I$ EJECT TO KS EXCLUSIONS i0r<S DF Sl1LYi N+41'6 hOW Y INVc RFOUCEfl BY PAD N$. VOL. OUCY rA TYPE OFINWJR*K POLICYNu DATb O, DATE WAGO LMRS A0' 2 0 00X COW*RCIA OIE K LQVrY 2 0 Ctabd6 MADE®OCtl1R pFK028030 1111l06 1/1 1I06 OnAL 00 $1 0 00 00*46SCONTPROT- <NCE $1,000,00 AO tune I 35 00 _iIono pa son O0 ANY AUTO CONMBINEO SINGLE LIM'T ALL OWNED AUTOS SCHEDU,EOAUTDS 6OOlYWJURI IN,p­ 4 4*0 ALTOS 110%OWNED ALTOS BODLY NAP'IPe+eocdej PROPErM OAMAX AUTO CI DE NT ANY AUTO 0 _AUTO 0 �T 8 EA ncc f.AC=RENCE ELLA}ORM OTHER THAN UVORELLA FORM 1 �. A AHDEYPLOrERB'I.PSILFTY PFK026030 1/11/06 1/11/06 PROPRIETOR!PARTNPrIq xac' 100 00 p19 L G'r Ll. at UTN[CrncERs ARE EXa D �'EM-SEE' 100 00 =MON OF 1 O TIDN 1 .HICLFRJ City of Renton, its elected or appointed officers, oftells, and employees are named Additional Insured®c respects to the named inaured's opamtlona. Insurance shall be primary and non-contributory"only as vspects to Insureds sola. negligence: per form CG2010�7-04). Waiver of Transfer of Rlghts per form CG2404 appl4-s Per Project Aggregate per form CG2503 applies. Saveretllllty of Interest verbagg Is tnduded in the policy form, COOt101(07-98). 10-day notice of cancellation for non-payment of premium, CERYMCATT Ou% IMF, ANCELLAVO SHOL4D An'Dr•THE ABOVE DESCr$8ED POLICIES 6E CANCELLf BEF THE EVIPATION DATE TTIE*CF,THE ISSUN�G COMPANt WILLAIIA"NC"AMA& $q DAYS WRITTEN NOTICE TO THE I C3TTMFlC•tEMA•1COF,CNAMwED10TNFLEFT.Witr�Mlµfrtl City of Renton 1055 oouth Grady Way Renton,WA 96055 IACAUTHORIZED REPRESENTATIVE GRIFFIN UNDERWRITING SERVICES OR - 3 CORPORATION 199 1 1 05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 02/07 ' 05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES 4 12536480103 N0.937 1;02 ' TH1S,6ND0R,iEMENT CIIANGES THE POLICY. PLEASE READ 17'C.4RFFULL P. POLICY CHANGE ENDORSEMENT - # 4 ' Policy/Ceniricate Nu Company Policy Change Effective Alea London Ltd PFK026030 515/2005 mt 12:01 a.m. ' Named In9ured Nicole DoMocs DBA:Young Llfe Gonstruction PO Box 7774 Bonney Lake,WA 98390 CHANGES ' In consideration of the additional prerr ium of S900.00,it is understood and agreed that the following change(s)is made to this policy: ' City of Renton is added as primary additional insured per form CG2010(07/04)attached. Furthermore,forms CG2404 Walser of Transfer of Rights and CG2503 per Project Aggregat8 also attach to and form part of this policy,as applicable to the City of Renton. Employers LiabilltylStop Gap coverage is hereby added via form CGC4508(12-04)for an Additional Premium of ' $ZSO.00. T7rore are no further changes to this policy. ADDITIONAL PREMIUM: $900.00 TAXES: $21.60 ' TOTAL: $921.60 ' ALL OTHER TERMS AND CONDITIONS REMAIN UVCHANGED. ' SubroiQslon il:9430339 Date oflseue:May 10.2005 Itsucd By;Ihenry EITtcvvc Dnte o{Polky: 1/11/2005 ' Contncl; 05ALGA623 Authorized Representative Signamrc Griffin Underwriting Services cc: Groat Noribern lns. Services,Inc. ' 2701 E.Main Puyallup,WA 98372 05/11/2005 14: 35 253948@103 GREAT NORTHERN INS PAGE 03/07 ' 05i10i2005 04:10 GRIFFIN UNDERI,IRIGHTING SERUICIES 4 1253e480103 N0.937 D03 ' PolicylCettificate Numb,gr PFK026030-COMMERCIAL GENERAL LIABILITY - CG 20 10 07 04 ' THIS ENDORSEIAENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CdNTRA GOTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following:, ' COMMERCIAL GENERAL LIAR LITY COVERAGE PART SCHEDULE ' Location(s)Of Covered Operations Name of AddRlonal liisurae P®rson(s) City Or Organlxetlon(s): of Renton Hoquiam PL NEISR-900 Storm System Project 1055 South Grady Way Renton,WA 98056 ' Insurance shall be primary and non-contributory but only a respects to the named insured'!.sole negligence. 1 � i ® pire late this the u�® If no wn above will TaA showy in the Declgra ions. ' A. Section 11—Who Is An Insured is amended to include B. a d(tional nsuredeinsurmnce, the following additional exclusions afforded to theise as an additional Insured the per3on(S) or organizatlon(s) shown in the Schedule,but only with respect to liability apply: urance does not apply to"bodily injury"or for"bodily injury","pn�Perty damage"or"personal and .,property damage"occurring Otter: advertising Injury"caused, in whole or in part, by: 1. All work,including matedsls, parts or equipment 1. Your acts or omissions;or furnished in connection with such worts, on the project ' 2. The acts or omissions of V ose acting on your (other than service, maintenance or repair%)to be be-half; performed by or on beholf of the edditionol insured(n) In the performance of your locating operations for the at the location of the covered operations has been additional insured(s)at the location(s)designated above. completed; or ' 2.. That portion of" out of which the injury your work" or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing t operations for a principal as a part of the same project. CG 20 10 07 04 ®ISO properties, Inc., 2004 page of 1 05/11/2005 14: 35 253B480103 GREAT NORTHERN INS PAGE 04/07 ' 05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES 4 1253e480103 N0.937 IP04 Cenificete Number PFK026030- COMMERCIAL GENERAL LIABILITY - CG 25 04 11 85 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY- AMENDM EENT - AGGREGATE LIMITS OF INSURANCE ' (PER LOCATION) ' T'his endorsement Q COMMERCIAL GENERAL SL.IASILp ng TY COVERAGE PART The General Aggregate Limit under LIMITS OF INSURANCE (Section Ill) applies separately to each of your "location"owned by or rented to you. "Location" means premises involving the same or conn®ding lots, or premises whose connection is interrupted ' only by a street, roadway, waterway or right-of-way of a railroad. ' Page 1 of 1 CG 25 0410 63 Copy6gM, Insurance Services Office,Inc.,1084 i 05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 05/07 1--n-120Z.2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES 4 12538460103 NO-937 P05 s ' CertifiCatt Number PFK02603D-COMMERCIAL GENERAL LIABILITY - CG 24 04 10 93 TM5 ENDORSEPRENT CHANGE-S THE POLICY. PLEASE READ IT CAREFULLY. � TO US ' WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS T This erdomernent modifies insuranc®provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART This®ndorsement Ch>snges the policy effective on trio inception date of MA policy unless another date is Indicated below. Policy No. ' En orsement effective PFK026030 1 N 112005 Countersigned by ' Named Insured , Nicola DeMoss DSA:Young Life Construction Aut r: d Re sentativ SCHEDULE' NamA of Person or organization: City of Renton loss South Grady Way ' Renton,WA 98065 (I(no entry appears above,Inform'Sion required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAIN tS additionOT Raf the folTO Sfawing Condition (Section IV-COMMERCIAL GENERAL LIABILITY CONDITIOI`S�iS amended by Of we waive any right of recovery we may have against 1110 person o g organization or ownour if or done undeba contra ove because that ' to the person payments we make for injury or damage arising out your person or organization and Included in the"products-completed operations hazard.' This waiver applies only or organization shown in the Schedule sad 1 ' e. Page 1 of 1 CG 24 0410 93 Capyrlght,insurance gervicas Office,Inc.,1992 05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 06/07 ' 05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES a 12538480103 N0.937 906 ' EAAPLOYER9 LIABILITY COVERAGE FORM Throughout this policy the words,you'and`your"refer to the Named Insured shown in the Declarations.The words'will', ' "us'and'bur"refer to the Company providing this insurance, A. How This insurance AppfiQ'; 1, liability a%aumed under a contract: ' 2, punitive or exemplary damages: This employers liability insurr nos applies to bodily injury by accidant or bodily injury bl,disease. Bodily injury' 3 bodily injury loan employes while employed in includes resulting death. the violation of law with your actual knowledge or 1. The bodily injury must arise out of and in the course of the actual knowledge of any of your executive the injurad employee's employment by you. officers', ' 2. The employment must b 3 necessary or incidental to 4. any obligation imposed by a workers compensation,occupational disease, your work in Nevada,With Dakota,Ohio, unemployment compensation,or disability Washington,Weal Vlrglr ia,or Wyoming. benefits law,or any similar laws: 3. BodNy injury by accident must occur during this policy aggravated by period 5. bodily injury Intentionally oauxd or egg you; ' 4, Bodily injury by disease must be caused or occurring bodily inury outside the United States of aggravated by the conditions,of your employment. g' America,its territories or possessions.This The employee'&last dal of lent exposure to the exclusion does not apply to bodily injury to a condidons causing or aE gravat9ng such bodily injury ci6,zen or legal resident of the United States of by disease must occur touring the policy period. Amerlcs who Is temporarily outside the country; 5. If you are sued,the prig nal suit and any related legal lama es arising out of coercion,criticism, actions for damages for bodily injury by accident or by 7. 9 demotion,evaluation,reassignment,discipline, ' dsease must be brougt't in die United States of defamation,harassment(including sexual America,its territof es or possessions. harassment),humiliation,discrimination against or termination of any employee, or any personnel ' B. We 16MI1 Pay praotices,policies,actgi or omisgions; We will pay all sums you legally must pass pr demagog S. bodily injury to any person in work subject to the because of bodily Injury y Longghore and Harbor Workers Compensation ' bodily Injury is not comperes tble under workers Act(33 USC Sections 901-950),the eompenantion coverage. Nonappropriated Fund instrumentalidca Act(3 v here recovery is permitted by USC Sections S17l-8173),the outer Continental The damages we will pay, Shelf Landes Act(43 USC.Sectons 1331.1356), ' law,include damages: the Defense Base Act(42 USC Sections 1651- 1654),the Federal Coal Mine Health and Safety 1. far whioh you are liable to third party by lesson of a Act of 19®9(30 USG Sections 901-942),and any claim or suit against Vol r by that third party to recover other federal workers or workmen's compen�on ' the darnd9e6 claimed again ouch third parry as a law or other federal occupational disease law,or reBu�of injury to your empioy9e; any amendments to these laws; 2, for care and loss of ser rice:and g. bodily injury to any person in work subject to Federal Employee&� Liability Act(A5 USC Sections 3. for consequential bodily Injury to a spouse, child, g1460),and any other federal laws obligating an parent,brother or eistei of the injured employee; employer to pay damages to an employee due to ' bodily injury arising out of or in the course of 4. because of bodily injury to your employee that arises employment,or any amendments to those laws: out of and in Me courst,of employment,Claimed against you in a capacity other than as employer. 10, bodily injury to a master or member of the crew of ' any vesael; C_ Exclusions it. fines or penalties imposed for violation of federal This insurance does not coW'. or state law;and rage t of CGC 4508(12-c4) 05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 07/07 ' 05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES 4 12538460103 NO.937 5107 ' 12. damages payable under,he Migrant and Seasonal G.Limits of Liability Agricultural Worker Protection Act(29 USC Sections 1801-1872)and under ary other federal law awarding Our liability to pay for damages is IimiMd. Our limits of ' damages for violation of,hoee laws or regulations liability Ara: issued thereunder, and any amendments to those $100,000"Bodily injury by accident—each laws. accident" ' 0, Wv Will Defend $500,004"Bodily injury by disease—policy lima" We have the right and duty tc defend,at our expense, any disease--each claim,pmoseding or suit age nst you for damages payable $100,000'Bodily injury by ' by this lnsurence. We have the right to investigate and employee" settle these claims,procaedii iga and suits. They apply as explained below: ' We,have no duty to defend a claim,proceeding or suit thwt t Bodilyinjury b Accident. The limit shown for is not covered by this insurance.We have no duty to "bodily m u b accident—each accident"is the defend or continue defendinjI after we have paid our most we win pay for all damages covered by this applicable limit of liability unc er this insurance, insurance because of bodily injury to one or more ' 1!. We Will Also PAY employees In any onp accident. inju We win also pay these costs in addhlon to other arnourrier A disease Is not' asides directly from bodily illy iy ury c l ent nl unless it payable under this lnsurenee,as part of any claim, proceading,or suit we defend: 2. Bodily Injury by Disease—Poncy Limit. The limit 1. reAsortabte expenses in,wrred at our request,but not shown for"bodily inJury by disease—policy is the most we will pay for all damages covered by ' loss of earnings; this insurance and arising out of bodily injury by disease, regardless of the number of employees 2. premiums for bonds to r 91eaBe attachments and for o sustain bodily injury by disease. The Ilmit appeal bonds in bond ainourtlly up to the limit of our hewn for."bodily Injury by disease—each ' liability under this insure nee; employee"Is the most we will Day for all damages because of bodily injury by disease to any one 3, litigation costa taxed ag:alns4 you; employee. ' 4. interest on a judgment<,s required by law until we Bodily injury by disease does not include disease offer the amount due ur der this insurance,and that results directly from a bodily injury by ' accident. 5. expenses Incur. 3 We will not pay any alalma for damages after we F. tither lnsuranco applicable Omit of our liability under � have paid the ' We will not pay more then cur share of damages and this insurance. ousts covered by this insurance and other insurance or seflnsumnoe. Subject to'-ny limits of liabillty that apply, all shares will be equal until the lose Is paid. If any of e shares remaining insuInsura�ca or rance and sc li nsu Is rance w�be equal until the lass is paid. Page 2 012 ' COC 4508(12-t)4) 1 GEICO ' GEICO GENERAL INSURANCE COMPANY Washington DC ' VERIFICATION OF COVERAGE AS OF DATE OF THIS FACSIMILE (SEE BELOW UNDER"CAUTIONARY NOTE') ' INSURED Policy Number: 2019452107 Effective Date: 0 3-2 6-0 5 ' NICOLE JEANNE DEMOSS Expiration Date: 09-26-05 10121 221ST AVE E Registered State: WASHINGTON BONNEY LAKE, WA 98390-4196 ' To whom it may concern: This letter is to verify that we have issued the policyholder coverage under the above policy number for the dates indicated in the effec- tive and expiration date fields for the vehicle listed. This should serve as proof that the below mentioned vehicle meets or exceeds the ' financial responsibility requirement for your state. Vehicle Year: 2000 ' Make: FORD Model: F350 SPDTY VIN: 1FTSX31S9YEE10610 ' COVERAGES LIMITS DEDUCTIBLES BODILY INJURY LIABILITY $50,000/$100,000 PROPERTY DAMAGE LIABILITY $25,000 ' PERSONAL INJURY PROTECTION OPTION B NON-DED UNDERINSURED MOTORIST $50,000/$100,000 UNDERINSURED MOTORIST PROPERTY DAMAGE $25,000 COMPREHENSIVE $500 DED COLLISION $500 DED EMERGENCY ROAD SERVICE FULL NON-DED X Lienholder _Additional Insured _Leasing Company ' FORD MOTOR CREDIT CO P.O. BOX 390910 MINNEAPOLIS, MN SS119-0910 1 ' Additional Information: ' Issued 05/13/2005 ' If you have any additional questions, please call 1-800-841-3000. CAUTIONARY NOTE: THE CURRENT COVERAGES,LIMITS,AND DEDUCTIBLES MAY DIFFER FROM THE COVERAGES,LIMITS,AND DEDUCTIBLES IN EFFECT AT OTHER TIMES DURING THE POLICY PERIOD. THIS VERIFICATION OF COVERAGE REFLECTS THE COVERAGES, LIMITS,AND DEDUCTIBLES AS OF THE DATE OF THIS FACSIMILE,WHICH IS INDICATED AT THE VERY TOP OF THIS DOCUMENT_ U-33(11-01) � INSURANCE INFORMATION � and REQ UIREMENTS 1 1 1 1 1 1 1 1 1 CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess ' its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations ' • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense ' coverage assumed under contract) • Broad Form Property Damage • Independent Contractors ' Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all ' • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number ' (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as ' broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, ' including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. ' (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. ' Insurancepk.doc\ LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: ' Commercial General Liability General Aggregate* $ 2,000,000 ' Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 , Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 ' *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability ' Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 ' Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 , Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect ' for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis t Per Loss $ 1,000,000 Aggregate $ 1,000,000 Insurancepk.doc\ ' 1 I 1 1 1 1 1 � PREVAILING MINIMUM � HOURLY WAGE RATES C 1 1 1 i 1 1 1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $32.61 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $39.11 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $38.95 1M 5D CARPENTER $38.95 1M 5D CREOSOTED MATERIAL $39.05 1 M 5D DRYWALL APPLICATOR $39.63 1 M 5D FLOOR FINISHER $39.08 1M 5D FLOOR LAYER $39.08 1M 5D FLOOR SANDER $39.08 1M 5D MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D SAWFILER $39.08 1M 5D SHINGLER $39.08 1M 5D STATIONARY POWER SAW OPERATOR $39.08 1M 5D STATIONARY WOODWORKING TOOLS $39.08 1M 5D CEMENT MASONS JOURNEY LEVEL $40.01 1M 5D DIVERS&TENDERS DIVER $80.62 1M 5D 8A DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 1B 5D 8L ASSISTANT MATE(DECKHAND) $38.76 1B 5D 8L BOATMEN $39.52 1B 5D 8L ENGINEER WELDER $39.57 1B 5D 8L LEVERMAN,HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 1B 5D 8L MATES $39.52 1B 5D 8L OILER $39.16 1B 5D 81- DRYWALL TAPERS JOURNEY LEVEL $39.44 11 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 KING COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $49.51 1 D 6H CABLE SPLICER(TUNNEL) $53.31 1D 6H CERTIFIED WELDER $47.79 1D 6H CERTIFIED WELDER(TUNNEL) $51.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $46.06 1D 6H JOURNEY LEVEL(TUNNEL) $49.51 1D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.90 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.93 1N 5D GLAZIERS JOURNEY LEVEL $39.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $41.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33.09 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $35.14 1K 5B COOK $30.11 1K 5B DECKHAND $29.09 1K 5B ENGINEER/DECKHAND $31.66 1K 5B MATE, LAUNCH OPERATOR $33.24 1K 5B Page 2 1 1 1 1 1 1 1 � ENVIRONMENTAL � REGULATION LISTING 1 1 1 1 1 1 1 1 1 City of Renton i SUPPLEMENTAL i SPECIFICATIONS for the 1 1997 1 Standard Specifications for Road, Bridge, and Municipal Construction 111'.k,Y 1 i N'T 1 Adopted May 19, 1997 1 AVW ' Washington State Department of Transportation American Public Works Association Washington State Chapter 1 CITY OF RENTON STANDARD SPECIFICATIONS ' The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work ' performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: ' Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments ' WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original ' WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (Thi& is 4@16t@44 All replacement text or text being added is shown as underlined l tyke. Sections being deleted in their entirety are so stated and not shown. When a section is described as being ' revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. ' Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard ' Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, ' otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has ' been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. Page-RS-i Revision Date:May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS .....................................................................................i ' Division 1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1 ' 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract. •2 1-04 Scope of the Work • 3 1-05 Control of Work............................................................................................................3 ' 1-06 Control of Material......................................................................................................... 7 1-07 Legal Relations and Responsibilities to the Public.................................................................. 7 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 ' 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 Division2 Earthwork.........................................................................................................................22 ' 2-02 Removal of Structures and Obstructions............................................................................. 22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 ' 2-06 Subgrade Preparation .............................................. .23 2-09 Structure Excavation.....................................................................................................•23 Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 ' 3 No supplemental specifications were necessary ........................................................................25 Division4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Division5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 ' Division 6 Structures................................................ ........................................................................29 6-12 Rockeries............................................ .29 Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains........................................................................................................................30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes, Inlets, and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc., Bedding, and Backfill for Water Mains........................................................... 34 7-11 Pipe Installation for Water Mains ....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 ' 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction.....................................................................................................40 40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts.................................................................................................................. 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical..............................................................41 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 Page-RS-ii Revision Date:May 19, 1997 Division9 Materials................................................................................................................... .......49 ' 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 ' 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts, and Conduits......................................... ....50 .......................... 9-06 Structural Steel and Related Materials ..............................................................................51 9-08 Paints.........................................................................................................................51 ' 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination, Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 , INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOT AMENDMENTS......................................................................................................60 Page-RS-iii Revision Date:May 19, 1997 , 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of ' D1V1SlOn 1 Planning/Building/Public Works Administrator.Special Provisions (RC) General Requirements supplemeptal aad n,Modifications to the standard specifications spasiftsa;ieas and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01,1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid rim 1-01.1 General (RC) State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized ' Owner Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents (APWA) employees and duly authorized representatives for all contracts The component parts of the contract which may include, but ' administered by the City of Renton. are not limited to the Proposal Form the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications the Standard Plans Addendum, and ' Change Orders. 1-01.3 Definitions(RC, APWA) Dates(APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake flood cyclone or other The date on which the Contracting Agency publicly opens and ' cataclysmic phenomenon of nature. A rain windstorm, high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer (RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) ' Agency. The date stated in the Notice to Proceed on which the Contract Da RC time begins. Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC) Documents shall be understood to mean working days. The date by which the work is contractually required to be Or Equal (RC) completed The Contract Completion Date will be stated in the Where the term "or equal" is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations or other information required to obtain the as complete per contract requirements. ' approval of alternative materials or processes by the Owner shall Material (APWA) be entirely bome by the Contractor. Any substance specified for use in the construction of the Owner RC project and its appurtenances which enters into and forms a part of The City of Renton or its authorized representative. Also the finished structure or improvement and is capable of being so ' referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply, commodity equipment or manufactured or fabricated profiles,cross-sections,and other details. product and does not perform labor at the Project Site; a supplier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer ' with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with the Work and establishing the date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other ' authorized representatives. The chief executive officer to the Page-SP-1 ' Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of SECTION I-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a , waiver by the submitting vendor of any claim that such materials FOLLOWING: are, in fact, so exempt. 1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE ' Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to 1-02.12 Public Opening of Proposals (APWA) take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the , the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey o the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RC) FOLLOWING: a. The bidder is not prequalified when so required; ' 1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) ' the Contracting Agency's official newspaper. 3. A bidder is not prequalified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE I, PARAGRAPH I TO READ: , 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of BidsSRC, APWA) bidders. The total of extensions, corrected where necessary, and SECTION I-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the ' FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. ' No partial bids will be accepted unless so Stated in the call for bids The Engineer reserves the right to arrange the Bid Forms with or special provisions. The City reserves the right however to Alternates, Additives, or Deductives, if such be to the advantage_of award all or any schedule of a bid to the lowest bidder at its the Contracting Agency. The Bidder shall bid on all Additives, discretion. Deductives, or Alternates set forth in the Proposal Forms unless , otherwise specified in the Special Provisions. SECTION I-03.2 IS SUPPLEMENTED BY ADDING THE SECTION I-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract (RC) , 1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and 4e�-words)written in execution, together with a list of all other forms or documents ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be 1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award._ places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS ' SECTION 1-02.6(I) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract (APWA, RC) ' 1-02.60) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contractor, the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the , vendor of any request for disclosure of such information received contract documents within 29 10 calendar days after the award Page-SP-2 Revision Date:May 19, 1997 ' Z 0 J a W � � � � � � � � � � � � � i � � � � � DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations ' 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: ' ACP Asphalt Concrete Pavement CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter PC Point of Curve PT Point of Tangency ' PI Point of Intersection PCC Portland Cement Concrete R/W Right-of-Way ' S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West ' 1-02 BID PROCEDURES AND CONDITIONS ' 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec Prov.doc Page I 1-02.4 Examination of Plans, Specifications, and Site Work 1-02.4(1) General ' Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawings are approximate and some existing ' utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. ' The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms , Delete the first sentence of this section and replace with the following: ' The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and , "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT ' 1-03.1 Consideration of Bids (Addition) ' The contract will be awarded to the lowest responsive, responsible bidder. , 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK , 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. 1-06 CONTROL OF MATERIAL ' 1-06.1 Source of Supply and Quality of Materials (Supplemental Section) ' No source has been provided for any materials necessary for the construction of this improvement. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec , Prov.doc Page 2 1-09.14 Payment Schedule (New Section) ' GENERAL - Scope A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. �I 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items which will determine the low bidder for this project. Bid Item 1: Mobilization (Lump Sum) Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere ' with use of the City ROW and commercial and residential access. Equipment and material shall not be stored on private property, outside the existing easements. For any proposed storage on private property outside the easement area the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan which shall include the following: A. Proposed construction sequence and schedule for all major items of work. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1 110 Final Specs\19-Special Prov.doc Page 17 w B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Erosion Control Plan for all stages of the project. D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. F. Trench Excavation Safety Systems plan/provisions. The Work Plan shall be submitted to the City for review, revision, and approval within 14 days of the contract award. Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site shall be included in this bid item, or in the Restoration bid item if one is included for the project. Payment for Mobilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance with the Contract Documents. Seventy (70) percent of this item will be paid after the Contractor is fully in operation and construction has begun. The remaining 30% will paid in the Final Pay Estimate when the project is completed, cleanup and restoration is complete, and all items are to the satisfaction of the Owner. Bid Item 2: Construction Surveying, Staking, and As-built_ (Lump Sum) Surveying shall be per Supplemental Specifications Section 1-05. The as-built survey shall be per Suppl. Spec. Section 1-05.5(5). The surveyor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. All work shall be located per the City of Renton Survey Control Network. Coordinates shall be given for the new and existing storm system structures. Measurement for construction surveying, staking and as-built information will be based on the percentage of work complete at the time of measurement. Payment for construction surveying, staking and as-built information will be made at the measured percentage amount for the pay period times the unit bid price. Payment will be complete compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of work in conformance with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-built information by the Engineer. Bid Item 3: Traffic Control (Lump Sum) The Contractor shall prepare a Traffic Control Plan for review and approval by the City. The plan shall address the proposed working area, signage, flaggers, contractor access to the working area, truck and equipment haul routes, and public access during construction. ' HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\l 110 Final Specs\19-Special Prov.doc Page 18 The Plan shall address any proposed lane and sidewalk closures needed for construction activities. Lane closures in Sunset Blvd shall not occur before 8:30 am and after 4:00 pm. Allowable work hours are given in Special Provisions Section 1-08, and as may be noted on the plans. Actual work hours will be approved in the Traffic Control Plan. The City may revise the work hours and Traffic Control Plan to address traffic problems or complaints. All adjustments to the work hours, the Traffic Control Plan, and signage are considered incidental and no additional payment will be made for adjustments. The Contractor is responsible for controlling mud and dust on any route used by trucks or equipment, as noted in Supplemental Specifications Section 1-07.23. The Contractor shall be prepared to use sweeping, power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. Cleaning the road is considered incidental and no additional payment will be made for this work. Payment will be prorated over the construction period. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the unit bid price, said payment will be complete compensation for all labor, materials, equipment, preparing and conforming to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD). Bid Item 4: Erosion Control (Lump Sum) Erosion Control includes planning, installing, maintaining, and removing temporary erosion control measures needed for project construction. Erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment laden water, and migration of sediment laden water into the City drainage system, other water courses, or private property. For this type of project typical Erosion Control measures include catch basin protection, cleaning catch basins, and filter fabric fencing, at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall develop a "red lined" erosion control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. ' Payment will be prorated over the construction period. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Special Prov.doc Page 19 i Payment for Erosion Control will be made at the unit bid price, which payment will be considered complete compensation for all design, labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 5: Trench Excavation Safety Systems (Lump Sum) Measurement for trench excavation safety systems will be based on the percentage of new storm sewer pipelines installed divided by the total length of new storm sewer pipe shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the unit bid price, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 6: Driveway Excavation and Grading (Square Foot) r This item includes all work needed to excavate and grade the new asphalt pavement and gravel driveway areas shown on the plans. The work includes excavation to the depth specified, removing, hauling, and disposal of excess removed material, any filling needed, and grading and tapering edges to match existing grade. The Contractor shall provide the disposal site per Std. Specs. 2-03.3(7)C. All cost for hauling and disposal shall be included in the unit bid price. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Measurement for Driveway Excavation and Grading shall be per square foot of completed new asphalt pavement and gravel driveway surface. Payment for Driveway Excavation and Grading shall be per the unit bid price which shall be complete compensation for all materials, labor, tools, and equipment needed for excavation, grading, loading, hauling and disposal of the excavated material, filling and tapering, etc as shown on the Plans and as required by the Engineer. Bid Item 7: Crushed Surfacing (Ton) This item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans. Measurement for furnishing and installing Crushed Surfacing will be based on actual tonnage weight as determined by measurement from a certified scale. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Special I Prov.doc Page 20 Payment for Crushed Surfacing shall be per the unit bid price which shall be complete compensation for all materials, labor, tools, and equipment necessary for the fulfillment of all requirements of Standard Specification Section 9-03.9(3) in the execution of the work shown in the Plans or as required by the Engineer. Any water added to the aggregate at the plant or in the field for placement and compaction shall be considered incidental to this item. Bid Item 8: Asphalt Concrete Pavement Class B (Ton) This item includes all Asphalt Concrete Pavement Class B used for driveway pavement, other pavement, and asphalt patching. All applications of ACP shall be per Supplemental Specifications Section 5-04. All patches and repairs shall be joined to existing pavement with a clean, sawcut joint. Feathering of edges is not acceptable. Any damaged pavement will be restored by ' sawcutting and removing damaged asphalt, supplementing and compacting the base, and placing new asphalt. The cost for sawcutting due to damaged pavement shall be considered incidental to this item. Old asphalt, concrete, soil, and other excavated material will be disposed of offsite. Payment to haul and dispose of old asphalt and other excavated material shall be included in the unit bid price. Measurement for furnishing and installing Asphalt Concrete Pavement will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. jPayment for Asphalt Concrete Pavement will be made at the unit bid price which shall include the cost of all labor, materials, equipment, tools, and incidental costs necessary for placing, compacting and constructing asphalt pavement, including asphalt concrete driveways, trench patching, sealing all cold joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, asphalt berms, hauling, notifications, aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade, removal of existing asphalt, cleanup, and all other incidentals necessary for a complete paving system to the lines, cross-section and grades as shown on the Plans. No additional payment will be made for work necessary to correct an asphalt concrete patch not installed in accordance with specifications. Bid Item 9: 8-inch Dia. Ductile Iron Storm Pipe (Linear Foot) Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be Class 52. Watertight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches_ Payment to furnish and install bedding material shall be included Nin the unit bid price bid for pipe in place. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 21 Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This , includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 8-inch Dia. Ductile Iron Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 8-inch Dia. Ductile Iron Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 10: 8"x 6" DI Cross and PVC Pipe Installation (Lump Sum) , This item includes furnishing and installing a 8"x 6" DI Cross to connect the new 8-inch DI pipe to the existing 6-inch PVC drain. This item includes new 6" DI pipe, elastrometric flexible couplings, PVC pipe, and any other material and fittings necessary to connect the pipes. This item also includes all PVC pipe, fittings, filter fabric, and other materials needed for the drainage system behind the rock wall. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\I 110 Final Specs\19-Special Prov.doc Page 22 material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 8"x 6" DI Cross and PVC Pipe Installation shall be per Lump Sum. rPayment for furnishing and installing 8"x 6" DI Cross and PVC Pipe Installation shall be at the unit bid price which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 11: 12-inch Dia. CPEP Storm Pipe (Linear Foot) CPEP storm water pipe shall be smooth interior wall meeting the requirements of Standard Specs. Section 9-05.19 and 9-05.20. Water-tight joints shall be furnished and installed. Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install bedding material shall be included in the unit price bid for pipe in place. Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent compaction when placed. Payment for excavated trench backfill shall be included in the unit price bid for pipe in place. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose of excavated material shall be included in the unit price bid for pipe in place. Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid under that bid item. Measurement of 12-inch Dia. CPEP Storm Pipe shall be per linear foot will be based on lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing 12-inch Dia. CPEP Storm Pipe shall be at the unit bid price per linear foot which shall be complete compensation shall be for all labor, materials, tools and equipment necessary to complete the installation, including all pavement removal HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 23 and disposal; storm sewer trench excavation; dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with native material; compaction; connection to new or existing storm sewers and structures, all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting inverts; haul and disposal of excess trench material including unsuitable material; cleaning and testing; and temporary patching asphalt to allow for the passage of traffic. Bid Item 1.2 Import Trench Backfill (Ton) Import Trench Backfill shall be Bank Run Gravel per Standard Spec. Section 9-03.19, or as r shown on the plans. Measurement for Import Trench Backfill, shall be in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans will be deducted from the certified tickets unless approved by the Engineer. Additionally, no payment shall be made for necessary compaction to correct backfilled areas, which are not compacted in accordance with these specifications The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for select imported backfill will be made at the unit bid price, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials including existing pipes and structures in the excavation, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 13: Quarry Spalls (Ton) r Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken concrete shall not be used. Quarry Spalls shall be 2" to 4" Quarry Spalls per Standard Spec. Section 9-13.6, or as shown on the plans. This item will be used for Quarry Spalls called out for use in the plans. This item will also be used when the bottom of excavations and trenches does not present a stable surface for placement and compaction of backfill or pipe bedding, and over excavation is approved by the Engineer. Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid price. Measurement for furnishing and placing quarry spalls will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 24 ■ Payment for Quarry Spalls will be made at the unit bid price, which payment will be complete compensation for all, labor, materials, equipment, excavation, foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 14: Catch Basin Type 1 (Each) Measurement for furnishing and installing Catch Basin Type 1 will be per each for each catch basin installed in conformance with the Contract Documents. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. for furnishing and installing Catch Basin Type 1 will be made at the unit bid rice Payment o u g g yp p ' per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Imported Backfill materials are included in other bid items. Bid Item 15: Catch Basin Type II, 48-inch (Each) Measurement for furnishing and installing Catch Basin Type II will be per each for each type catch basin installed in conformance with the Contract Documents. Catch Basin Type II shall be per WSDOT Standard Plan B-1 e. This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. Payment for furnishing and installing Catch Basin Type II will be made at the unit bid price per each, which payment will be complete compensation for all labor, equipment, materials hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering, potholing for utility location, excavation, removal and disposal of waste material including existing pipes and structures in the excavation, foundation material, concrete base, precast concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes, placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement patching, and testing, etc. required to complete all catch basins in conformance with the Contract Documents. Imported Backfill materials are included in other bid items. BidRemove Rock Wall (Lump Sum Item 16. ( p 1 ' This item includes all work needed to remove a section of the existing rockery wall between the existing CB in Sunset Blvd and the new CB#2 to construct the new stormwater system. This item includes removing the existing rockery, backfill, underdrain system, piping, etc., HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 25 and hauling, and disposal of the debris. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specs Section 2-03.3(7)C. Existing one- through four-man rock may be salvaged for use in rebuilding the rock wall if it is in good condition, hard, sound, durable, free from cracks and other defects, meeting the requirements of Standard Spec. Sections 9-13.7. Any rock proposed for salvage shall be reviewed and approved by the City. Any rock rejected for use shall be disposed of at no additional cost to the City. Measurement for Remove Rock Wall will be based on the percentage of work complete at the time of measurement. Payment for Remove Rock Wall will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, hauling, preparation, installation, removal, hauling and disposal of waste materials, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 17: Construct Rock Wall (Ton) This item includes all work needed to rebuild the rock wall between the existing CB in Sunset Blvd and the new CB#2 to match the existing wall. The work includes placing foundation material below the rock wall, rebuilding the existing under-drain pipe, drainage rock, filter fabric to match existing material, placing backfill behind the rock wall, rocks and chinking for the rock wall, and all other work and materials needed the work. Rock wall construction shall be per Standard Spec. Section 8-24. Rocks and chinking material shall be per Standard Spec. Section 9-13.7(1). The following materials will be paid for under separate bid items: , Foundation for the rock wall shall be Crushed Surface Base Course per Standard Spec. Section 9-03.9(3), or as shown on the plans. Gravel Backfill For Drains (drain rock) shall be per Standard Spec. Section 9- 03.12(4), or as shown on the plans. Backfill behind the rock wall shall be 2" to 4" Quarry Spalls per Standard Spec. Section 9-13.6, or as shown on the plans. All PVC pipe, fittings, filter fabric, and other materials needed for the drainage system behind the rock wall. Measurement for Construct Rock Wall will be based on actual tonnage weight of Rocks , and Chinking Material furnished and installed as determined by measurement from a certified scale. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than ' 25 percent. Any salvaged one- through four-man rocks used in rebuilding the rock wall shall be measured in three dimensions by Engineer and Contractor. The measurements will be HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Special Prov.doc Page 26 adjusted to an equivalent rectangular shape of solid rock. The Engineer will convert the measurement to tons at a rate of 160 pounds per cubic foot for payment. Payment for Construct Rock Wall will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, hauling, preparation, installation, removal, hauling and disposal of waste materials, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 18: Gravel Backfill For Drains (Ton) Gravel Backfill For Drains (drain rock) shall be per Standard Spec. Section 9-03.12(4), or as shown on the plans. Measurement for Gravel Backfill For Drains shall be in Tons based on the placed weight of material installed. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for Gravel Backfill For Drains will be made at the unit bid price, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials including existing pipes and structures in the excavation, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 19: SawCutting (Linear Foot) Measurement of"Sawcutting" shall be per linear foot of surface cut. Depending on site conditions the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for furnishing and installing Sawcutting will be made at the unit bid price, which shall be full compensation for all materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete and cement concrete surfaces regardless of the depth encountered or the material to be sawcut, and including flushing of sawcuts with high pressure water as well as pollution control. No wastewater shall be released into the storm sewer system, drainage ditches, or onto private property. Bid Item 2Q. Remove and Replace Conc. Sidewalk (Square Yard) This item includes all work needed to remove and replace the existing concrete sidewalk along Sunset Blvd NE needed for project construction. Cement Concrete Sidewalk shall conform to Supplemental Specification Section 8-14, City of Renton Standard Detail F 007, and as is shown on the Plans. This item includes removing, hauling, and disposal of the waste material. Waste materials shall be disposed of at an approved and licensed site, or ' recycling facility, per Standard Specs Section 2-03.3(7)C. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 27 Crushed Surfacing and Sawcutting will be paid under separate bid items. Measurement for Removal and Replace Conc. Sidewalk shall be in square yards of new finished surface of sidewalk and driveway required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the Engineer. Depending on site conditions the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for Removal and Replace Concrete Sidewalk will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 21: Remove and Replace Conc. Curb and Gutter (Linear Foot) This item includes all work needed to remove and replace the existing concrete curb and gutter along Sunset Blvd NE needed for project construction. Concrete Curb and Gutter shall conform to City of Renton Standard Detail F-01 and FR05, and as is shown on the Plans. This item includes removing, hauling, and disposal of the waste material. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specs Section 2-03.3(7)C. Crushed Surfacing and Sawcutting will be paid under separate bid items. Measurement for Removal and Replace Concrete Curb and Gutter shall be in linear feet of new Concrete Curb and Gutter required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the Engineer Depending on site conditions the amount of this item may vary. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment for Removal and Replacement Concrete Curb and Gutter will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, ' saw cutting, removing and disposal of waste material, materials hauling, preparation, imported material necessary to meet compaction requirements, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 22. Remove and Restore Wood Fence (Linear Foot) This item includes all work needed to remove the sections of the existing wood fence needed to construct the new storm water line, and rebuilding the wood fence in the same location as the existing structure. This item includes removing the existing wood structures, hauling, and disposal of the debris. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specs Section 2-03.3(7)C. The item includes all work needed to rebuild the wood fence with new wood materials, posts, footings, and fittings to match the old structure. The new wood fence will be HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 28 constructed to match and blend smoothly with the existing fence. The new wood fence shall be sealed and painted with two coats of paint to match the color of the existing fence. Final inspection will be performed by the City. Any items that are unsatisfactory, or do not match the old fence, shall be corrected by the contractor at no additional expense to the City. Measurement for Remove and Restore Wood Fence shall be in linear feet of new fence installed as required for installation of utilities as shown in the Contract Documents, unless otherwise approved by the Engineer. Payment for Remove and Restore Wood Fence will be made at the unit bid price, which payment will be complete compensation for all labor, equipment, materials, hauling, preparation, installation, removal, hauling and disposal of waste materials, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 23: Restoration Topsoil, Seeding (Lump Sum This item consists of all tasks necessary to completely clean and restore the project work area, any areas outside of the work limits that are affected by the contractor, and any damaged areas. This item includes final cleanup, grading and raking, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site. The streets adjacent to the project area shall be inspected and swept clean (manual or power sweeping) at the end of construction. Any disturbed areas outside of the new asphalt/gravel road will be restored by grading, raking, placing 3-inches of topsoil, and seeding. This includes areas at the top and bottom of the new rock wall. The topsoil will be raked to match existing grade and the new edge of the new road. Fertilizer, mulch, and lawn grass seed mixture will be spread evenly over the new topsoil and any areas of bare soil. Topsoil shall be Type C per Standard Spec. Section 9-14.1. Fertilizer and mulch shall follow the general requirements in Special Provisions Section 9-14. Seed shall be a lawn grass seed mix. Fertilizer, seed, and mulch may be mixed and spread manually (instead of hydroseeding) due to the limited area. Specifications for all material proposed for use shall be submitted to the City for review and approval. All restoration work shall be inspected and completed to the satisfaction of the City. Any adjustments, additional applications, or corrections to the work identified by the City shall be considered incidental, and at no additional expense to the City. Measurement for Restoration, Topsoil, Seeding will be based on the percentage of work complete at the time of measurement. iPayment for Restoration, Topsoil, Seeding, Restore will be made at the unit bid price, which payment shall be shall be full compensation for furnishing all materials, labor, equipment, and supplies necessary to prepare for restoration, final cleanup, sweeping, I grading and trimming, topsoil, fertilizer, seed and mulch, etc. required to compete this item in conformance with the Contract Documents. HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 29 Bid Item 24: Minor Changes (Lump Sum) At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item must be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will only be for the changes and amounts approved by the City. If no changes are authorized under this bid item final payment for this item will be $0 (zero). H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special Prov.doc Page 30 �Y � O ti N� 1 CITY OF RENTON SURVEY CONTROL NETWORK Vertical Control 3rd Order, 1st Class North American Vertical Datum 1988 Meters Horizontal Control 2nd Order, 1st Class North American Datum 1983/1991 Meters 1 S` Printing January 1995 2" Printing January 1997 Revised& Reprinted May 2000 TS_SERVER//SYS21MAPS\83m\controllscn.doc Title 2 May,2000 ..i+a043: L,:. �$ . +}1038 \i 22�3 - - 1+2224 -. :- Y _ 04 }222--+t036 2004 4PA. 2006+ +19-9-. V V. 2064.I \ 95 2242 ut + 10` } Q31; 43�+10 2 +1033 0 + --- . 2003 kt91998 + i4 t h �-- 04 r'' 244 t /+/ 22 _ �t +2001 20D0___- 206 1 +224C�V21`4t};� ! 1 lam. /2 i� r —y 226 1 — 2 39 + _t3` 7, LLL .1�s j p� lliiu �02� O r"memr������ + 2+5 225 it +i 102 + 5 2+ 02 22 ! s� L 1 ,714 - t+2250 22 2 + - - 225 55 -- I � + 18441 eel CZ a -- -- - 1+73 j . J( r ' i t 636 ++ 38 5 t .8.6_� •` i � --- -- -a 38l_- + 632 ' + 3-7 E'10 TM RM NW 1/4 LEGEND CITY OF RENTON 1111 ® Horizontal & vertical SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal Orly TECHNICAL SERVICES 3®3 Vertical Orly •®• PLANNING/BUULDING/PUBLIC WORKS 02/14/00 Monument Limits D 6 ® �5® � Renton City L 1:54CO 3 T23N R5E SW 1/4 0 2682 69 J � J 268 2 12061. w _268 +20a5 203 r2680057+06.2 2 II j f �r 2 58 2056� j' (� _ 2064+ �_. __� SE iV St. -_ ��" i 20/6a �O i 4 04 �� � -+2059.L---- 2+055�� � - 2,06 1 66i + < 06 i i cYl - 6 G III 7 042,+ I I �6p4 r +50ti + � � �I +2040 � D44 +2051 j '20522+ - I _ ^ 1845 I I .i i. 1 E6 • 10 TZ3N R5E NE L4 LEGEND ICITY OF RENTON 1111 Horizontal vertical is Hori SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal Only zY O TECHNICAL SERVICES s®3 vertical Only • • PLANNINGBUELDING/PUBLIC WORKS 02/14/00 ♦"°"J° Monument Renton City urdts Dd �:§ 3 T23N R5E SE 1/4 SECTION 3 T23N R5E W.M. ' 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1844 Location: Found a 2"iron pipe filled with concrete with tack in a monument case at the intersection of Sunset Blvd. SE. and Duvall Ave. SE. Monument TACK IN CONC FILLED 2" IRON PIPE, IN CASE NORTHING: 57084.790 EASTING: 400322.536 ELEVATION: 124.779 ' 1845 NW Comer 11 T23N R5E Location: Found a 1/2"diameter bronze plug and a punch mark on a 3"diameter concrete post monument down 1.3' in a monument case at the constructed intersection of SE 112th Street& 148th Avenue SE. ' Monument: 1/2 IN BRONZE PLUG W/PUNCH ON CONC MON, IN CASE, DN. 1.3' NORTHING: 56744.950 EASTING: 401312.014 ELEVATION: 142.573 ' 1891 Location: Found 2" brass disk with "'in concrete in monument case with photo panel marks at the intersection of Union Ave NE and NE 22nd PI. Monument: BRASS DISC WITH [X] IN CONC. IN MON. CASE 1 NORTHING: 57771.347 FASTING: 399722.661 ELEVATION: 138.406 1894 Location: Found 6" monument case at intersection of NE Sunset Blvd. and Union Ave NE Monument: MON. IN CASE NORTHING: 56890.539 EASTING: 399704.559 ELEVATION: D6-3 CITY ENGINEER'S OFFICE RimNTON. WASHINGTON .207 MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON.WASHMGTON 98055 • 235.2631 MONUMENT TIES SKETCH REFERENCE TIES ' \ FIELD BOOK PAGE DATE MADE By DESCRIDED BY. . . . .. .. . . .. ... . . . . . . . . . . . . . . --- CITY ENGINEER'S OFFICE B RENTON,WASHINGTON MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON.WASHIINGTON 96055 • 235-2631 M M UMENT TIES SKETCH REFERENCE TIES FIELD BOOK PAGE DATE MADE By I / ~` 1 -r- S 1 s I Z �I I D, ' DES CRI DE D BY. . . . . . . . .. .. . .. . . . . . . . . . .. . . . -- ` ' '_--�-_---_--- DESCR%PnoN oF INTERSECTION MARK Date ...-- '--------------'-----_--------_--- ---_----_�.orocr �- /�\,�` . Ty��m of new ooarkset -'-_---'---- __---------'-..-'-'------_---_--__- Sectjno '��^~,......... �rmeo� oldzoa�b found �� ��r� �onz�sbi� �)�� . _~~ '=_�'=__~~~' _,��-�==�-=�'���-'--�~�--^~~~`~^-'-r---- - --' T- ' 06 � ---------- --'--- Rang .................... Method of locating old mark .---_.--'------'---'_-------------'-_____________________.________ � � -----'--------'----'-'-----_-----_-------------'- '-'_'-_----_'--_.---'------_'--- ' M000er in which reset ----------------------------------- Description ----------------------------------------------------------------------------------------------------------------------------------------------------------------- -�--------'------------_------------_-------_--------_-----_--------_-------------_------------- ...................... ......................... i | ...........................--------------------------------- ............................................................ ...............------............................... � ------------------------------------------------------------- ------------------------------------------- -------- --------- ------------------------ __-_.-------- | ' � -_-'----_'-'----'--'------_---'--'-_--_----'---_---.---'--__-----__'-'__-_--'—_---'_' � ............................................ ........................................................................................................................................... � -_-_'-------'-----'----'-_--'--'_--_--'------_---..-'-----'-__'--------_'_--_-.-'_---------- / -------------------------------------------............................................................................................................................................ .......-.......................... .............................................................. ..................................................................................... ~� � DEScFaPTION OF INTERSECTION MARK Dade ------------�........................................................................ ......................Corner 'T�rpemfnew mark set ..........---...... ................................................. Section............. ...... 'Type mf old mark f000- '�/« ' 0............... Town-ship ............... i �r �r ^�� Range..................... Methodmllocating old mark ....................... ---------------------------------------------------------------------------------------------------------- -----------------------------'----------- '--'---------___--' '----_----'_--- Manoerin which reset -'-----------'---_-------------'---__'__'______________________________ Desc^/pt "^ -'-------'--'--_-----'---------_---__'-'----'------_'------------.---'__---_----- ------`----`------------`-`----`-`--`-------`------`---`---`--'--` ----------'- ' __--_'--'---_-'-.'-------'---------'-_----''--'--------------_--__.-__-____-__'_----_.-_--. -- --------------------------------------------------------------------------------------- ----------------------------------------------------- ------ ------------------------------ ------`--`--'-------`-`------`---`-`------`---------------------------------------------`-- __________________________________________________________________________________ ---`-------------`----`---'---`—`---`-`------`-`-------`-`----------------`---``---`--------`--` _------------------------------------------ -------- --------------------------------------------------------------------------------------------------------------------------- -- ' __-'_------------------------- -------------------------------------------------------------- ------------------------------------------------------------------------------------- i ' -- -'--- °= � J � Z 0 Z ;: Oil V � LL, 0 LL z H U) O I O x a W H m r m m m r r SSMH „ .W... m 1 ow PAN— � t K SSMH46 '��" �'•(i 9 .r r � � q{f4 r sY/�F{ �r 4 ,bf � 'V f�^K '>s�r� +$• f J tp 1 i All, 44 1Lt•y-ts t f ,, 2 • - i� F . Ft ♦ .` 7` W 0 a Z Q N Z a o. z 0 oc z 0 Ll ul Q CONTROL LINE INTERSECT FORM 3-INCH HIGH ASPHALT BERM PAY LIMIT FOR TRENCH BACKFILL c\I /�' END CTL. A STA 0+75.00 O TO DIRECT FLOW TO NEW PAVEMENT 4'-0" FOR 12", 8" & 6" STORM M CBi TYPE 1 @ CTL. 8 STA. 0+51.52 AND SANITARY SEWER LINES L. A STA 0+60.20. 0.0'RT. .�1 (BOTH SIDES) NSEE SECTION B-B �} s� EX. SSMH 48"0 SURFACE FLOW LINE, TYP_ I HOQUTAM PL NESEE TORAH FOROURFACETENTS CTL. A STA 0+70.06, 1.9' RT. SITE ACCESS RIM ELV. 434.24 EP, STA 1+81SAWCUT IX ASPHALT �`� NEW PAVING CORNER STAKE START NEW PAVING TO SOUTH APGONT OL UNE NEW PAVING TYP. STA 1+06.28 °STA 0+54.02 SSMH ° TRENCH BACKFILL MATERIAL C ' ro ° NATIVE IF APPROVED BY ENGINEER, EX_ WOOD FENCE I OR IMPORT PER SECTION 9-03.19 0+00 / 1+0 EP 5 a n (BANK RUN GRAVEL). CONTROL LINE "B" -- +=- ,W. - - - --------- - ° " : a 'a f- - 2+9 7 - - ----- - PROPOSED EX. 8" S PVC < 12 - 8 WATER PIPE (STORM) REMOVE AND RESTORE ROCK WALL _ ° PR SED 8' 6" SEWER PIPE SEE SECTION A-A A o f EP 9 a 8' STORM PIPE ro WA a. EXIST. CB TYPE I ;`% p N LC \ I FOR SEWER PIPE AND STORM PIPE: A/ �XSv 49'59'2"' EX. ECO-BLOCK WALL PIPE ZONE MATERIAL PER SECTION OF IUS EX. SSMH 48"0 9-03.16 BEDDING MATERIAL FOR 8 STA 0+ 7.5, 30'RT UTILITY SERVICES STA 2+90.456:1 THERMOPLASTIC PIPE. BVSIDE CURVE. B: TEL, POWER, GAS 8" STA 0+65.5, .O'RT. ' I e 4 . C3 > Pi STA 0+48.4. T. J I I I'-EXCAVATION OF UNSUITABLE SOIL (IF NEEDED) PRESERVE-RESTORE ! I I ° o a A a DEPTH AS APPROVED BY ENGINEER. r ery ROUNDED ROCK DITCH ' L-______-__-___--J BACKFILL WITH FOUNDATION MATERIAL (2'- 4" QUARRY SPALLS) v F�"c'�.y EASEMENT - 20'X 66' pP �0 EP SANITARY SEWER. STORM. AND WATER PIPES s� EXISTING GRAVEL RD TYPICAL TRENCH BEDDING AND BACKFILL ' o ct. NOTES: NEW GRAVEL ROAD ' C6�2 TYPE 2, 48"0 DETAIL A-A, SHEEP 2 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. MATCH EXISTING GRADE 2. HAND TAMP UNDER HAUNCHES. CTL. A STA 0+15.21. 7.0' LT. �� SEE SECTION A-A END GRAVEL ROAD 3. COMPACT PIPE ZONE MATERIAL 4E 90% MINIMUM DENSITY CTL. A STA 0+13.57 0 20' 40' HAND TAMP ONLY OVER PIPE WHERE COMPACTION WILL BE 4. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. 1:240 5. ALL EXCAVATION AND BEDDING AND BACKFILL MATERIALS BEYOND PAY LIMIT OF TRENCH SHALL BE INCLUDED WITHIN ' THE TRENCH EXCAVATION SAFETY SYSTEMS BID ITEM. IX CB TYPE I RiM__-= EL-427.70. IX12"NW IE=424.6$ t 470 ......................... . .. ................... ............. ......__._ ............. ...................................... ................w................,.... REMOVE EX 6"SW IE=425.3 NEW 8"SIN IE=425.25 ...................................... .........................................................`-------- -- -- ........................................ 460 ............. ------------ -........... ............. ............. .._.... ------..... ...._. ...... CB/2, TYPE 11=48"0 po ` STA b+15.21, 7.O' LT. = + EXISTING NOTESUTILITY LOCATIONS ARE APPROXIMATE, NOT ALL UTILTIES MAY BE SHOWN. a RIM EL. 435.81 CB/1 � CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL UTILITIES. 12"NW IE=430.85 RT. is STA.0+60.20, 0.o' RIM £L. 434.00 ...................:..................... t. ............................. ........... . ...... � ......... 8 SIN 1E-425: 3 12'SE IE=431.09 450 _ :NEW ASPHALT PAVING STA 0+36 T 1+ 1 ... EX. 6'WOOD O STA. 8 CALL. 48 HOURS BEFORE YOU DIG FENCE SEE SECTON C-C 1-800-424-5555 t : FEEX NCE ROAD -MATCH ING GRADE EXCEPT NEAR H ...................:....................................:..................: ...................................SLOPE..NEW..ASPHALT ' 440. 44p = .................. ....... ...... ....... 1. ELEVATIONS BASED ON EX TYPE 1 CB RIM IN SR-900, ADJUSTED TO NAVD 1988. E)EIST RAD EPT SSM SEE SECTION A-A = 0.52'C :TO DRAIN:TO CB-1 SE SURVEYOR TO TIE TO CITY DATUM AND ADJUST DESIGN ELEVATIONS AS NEEDED. -4.647�-� s_ SX E7CIST SANW ... FOR EX UTILITIES $"PVC. TYT' ANDDETAIEX 430...................................... ... ..................................................:�: F..... 4 ....STUBSIE=33.......... .... ' S ..... .... OF S PX. TO 0 R-4900 MINOR TJLL NEEDED SOUTH AND WEST I STA 0+57 � SMH, AP 0.7' .5' FO EX SS 4"PVC ...................:................................ ........................................ ._........ ............ = 420. _. ............. ......... . ............. - -------- --- ....................................... 45 LF 12' CPEP SD�- - � - 420 0 0-55X. _---STUB IE 42$.77 13 LF 8" DI SD 1 EX. $SMH 48"0 ®.0.5X L STA 0+70.06, 1 9' RT.. i...................i...................:..................i...................c..............._...i.._._......... ............. ............. _ RIM ELV 434 24 410, 410 :. ............. -------- - ----- - RT ---- .......... ............. ........... ----------- ---------- RI LV. 434 - o ~: O ---STA:0+51.78, 5.0'�-- --��� M E 23 SCALE u H R 1"- 20' FURNING UNE ON CB VER.:1'= 10• hAt CHECKED FOR COMPLIANCE ............................................. ....._......:.- _.:.............. ....... CITY STANDARDS o+oo o+So 1+00 0+00 �0+50• �--�-�-�--�---�-���---��-------i+oo..._........�-------�------ i+50 - 2+0 TO C T DARDS RECOMMENDED STORM AND DWY CL. PROFILE SCALE: HOR 1"= 20 FOR APPROVAL Lys eetHor St Date3/17/0 SCALE• awca1K rws srwrm er CONTROL LINE PROFILE, C L 2 0' E S M T ��5- }n7ros BY Daniel Carev 3/17/OS Nlchael Stenhouse Date 3/17/0 QsM Deers IOA6ps BY Date CONTROL LINE "A" IVER. , ,o' N& AS SHOWN ""'�'�' A CITY OF p WMUTAM PL NE/SR-900 �3/16/05 RDR• RENTON DWG "� STORM SYSTEM PROJECT i I>AIUM I Planning/Building/Pubr� Works Dept. I STORM AND DRIVEWAY PLANS �1 N0. REVISION BY DATE APPR 1 -:2 D - 3225 1 In i N N C? r` N ELASTOMERIC FLEXIBLE EXISTING ECOLOGY BLOCK WALL a COUPLING, 6"DI TO 6"PVC. 3 FERNCO OR EQUIVALENT, En EASEMENT BNDY. o BOTH SIDES OF CROSS EXISTING 20' EASEMENT 2 LF 6"0 DI SPOOL ' BOTH SIDES OF CROSS EXIST WOOD FENCE w J DI CROSS 8"x 6", MJ SHORING I I REMOVE DC. 6"PVC TEE af w r REMOVE EX. 6-PVC, REPLACE a ' WITH 8"DI PIPE d - -—-—-— ---- EX. TYPE-1 CB APPX 5 LF 8"0 DI APPX 6 LF 8"0 DI EXISTING GRADE 2% MIN. 2% MIN. TO BEEXIST XIIT GRAIVEL R,AD TYPICAL NLIV DRIVEWAY PAVEMENT, 0 p P T GAS 2" MIN_ COMPACTED DEPTH, CLASS B ASPHALT' r TYPICAL 1.5" MIN. CRUSHED SURFACING TOP COURSE OVER GAS MAIN, APPROXIMATE LOCATION, 2.5" MIN. CRUSHED SURFACING BASE COURSE; XIST. 6'PVC PIPE, TYP. UNKNOWN DEP COMPACTED DEPTHS I REP POWER (P), TELEPHONE (T), AND GAS SERVICES SEE UNSUITABLE NEEDED. MATERIAL WITH CRUSHED ROCK BASE LOCATION VARIES, DEPTH UNKNOW PLAN VIEW A, NTs _ _ _ _ _ _ ROAD SECTION C—C, NTS X. 6' W000 FENCE, TYPICAL — MINOR FILLING NEAR EX SSMH REMOVE FOR CONSTRUCTION ' RESTORE TO ORIGINAL STATE TAPER WITH CRUSHED SURFACING PAY LIMIT — MAX 20'WIDE BASE COURSE, TOPSOIL AND SEED 2% MIN. 20' DRAINAGE EASEMENT o EXISTING GRADE f EXIST. ROCK WALL REMOVE FOR CONSTRUCTION } 4.0 RESTORE TO ORIGINAL STATE EXIST WOOD FENCE INCLUDING FOUNDATION, BACKFILL, 12"MIN DRAINROCK FILTER FABRIC, PIPE DRAIN, ETC. w EL 436A EL 435.9 RIM EL 435.8 PAY LIMIT — MAX 12'WIDE ' EL 434.26 RIM EL. EL. 434.2 434.0 EL. 434.51 EL 435.0 I GRAVEL ROAD: 6 1.5" CRUSHED SURFACING TOP COURSE, OVER oasr voclrKx ELV. 2% MIN. f - 2% MIN. ,r ' 2.5" CRUSHED SURFACING BASE COURSE, ELV. 433.1 EXISTING GRADE } EXIST GRAVEL ROAD COMPACTED DEPTHS. REPLACE ANY UNSUITABLE EXIST 1.5"0 DUCT. 1 / TO BE MATCHED, MATERIAL IN SUBGRADE WITH CRUSHED ROCK. � o TYPICAL MATCH EXISTING GRADE 8.5 SR-900 z / NEW DRIVEWAY PAVEMENT. / 2" MIN. THICKNESS, CLASS B < \ryfl o —FT Fes'' RIM EL 427.70 �P� ASPHALT, EXIST GRAVEL ROAD 12" CPEP IN Mq ' ;,r,< �.1/ TO BE MATCHED N. IE. 430.85 k w �� IE. 431.09 EL -427.5 0 / 12` CPEP OUT E. 1.5" MIN. CRUSHED SURFACING c� o TOP COURSE OVER 'ROCK'.WACL'.FOUNDATION'. o I CB#1, TYPE 1 BASE COURSE;SHED SURFACING m E 42525- , / PER C.O.R STD. DETAIL B010, COMPACTED DEPTHS < - . . FRAME AND BIDIRECTIONAL VANED REMOVE EXIST 6' PVC, IE. 425.33 NEWS"0 DUCTILE IRON ( ; EXIST 6' PVC r GRATE (LOCKING) REPLACE ANY UNSUITABLE MATERIAL REPLACE WITH 8" UI. PER IFCU 312-3 OR EQUIVALENT WITH CRUSHED ROCK BASE COURSE 6' MIN.,DEPTN "`^' h7`' SEE PLAN VIEW "A" AS NEEDED. -X`�oF: ' E. 424.66• ROAD SECTION B—B NTs EXIST. 6' PVC TEE- `,fOR FIBER'_? CONTRACTOR MUST • LOCATE, REPLACE WITH ''OPT. IITIL^� VERIFY[ CB#2 TYPE 2, 48'ID 8"X6" DI CROSS PER C.U.R. STD. DETAILS B027, B035, CAUTION: FIBER OPTICS WITH RING AND SOLID COVER (LOCKING) • MARKED 'DRAIN' PER IFCO 817-1 LINE IN CDF, BELOW t � NOTES: OR EQUIVALENT EXISTING 6"PVC PIPE, PIPE ZONE: BEDDING MATERIAL DO NOT DISTURB g EXISTING UTILITY LOCATIONS ARE APPROXIMATE, NOT ALL UTILTIES MAY BE SHOWN. FOR THERMOPLASTIC PIPE PER SECTION 9-03.16 APPROX. DEPTH = 5 Fi. RECOMMENDED CONTRACTOR IS RESPONSIBLE FOR LOCATING ALL UTILITIES. ' PLACE OVER COMPACTED SUBSOIL. -hrsrE0 FOR APPROVAL BY Daniel Corey 3/17/05 CALL 48 HOURS BEFORE YOU DIG —A, NTS BY 1-800-424-5555SECTION A ,� NA AS SHOWN A CITY OF HOQUTAM PL NE/SR-900 �3/16/05 --FM. owe RENTON STORM SYSTEM PROJECT a�� DATUM Planning/Building/Public Works De t r 'w`RDR,2—,b-c/RsP STORM AND DRIVEWAY DETAILS o� 2 ' NO. REVISION BY DATE APPR �""m01O1' '� 2 2 D - 3225 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1