HomeMy WebLinkAboutWWP2700364 ..e �uw+�•.:v.rr.......r., ..ram.,,:.,..b'_x.m-..J.,�..�...�..rW- �..�..«..n.w.. � _. '
S-364 Cont.
1 of 1
BEGINNING
OF FILE
AWARDED _ Contract No C4 _
TO
s � s
BID PROPOSAL
AND SPECIFICATIONS
FOR
ROLLING HILLS SEWER
TRUNK ROAD REPAIR
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
MUNKNAI bUIIOiNG. 700 Mil. ..Vf 5
R INI NY, WAS". "054 • ,1.L;235 2631
f1 e. -: y •x. 3i i>� .�_. x x. :} xF :�� 1 'x o
' r
1 CITv Oi' KENTON
IbO�Mffw�wp D[�wwrY[Mx
1 VICINITY MAP
vy
1
1 P��
1
e
1cx5,
_
PROJECT SITE
o ' f
b S. 180th Si. PdUO"irSTy Road
cr
1 � o
r c
to
CITY OF RENTON
BID PROPOSAL Ai'C SPECIFICATIONS
' ROLLING HILLS
SEWER TRUNK
' ROAD REPAIR
INDEX
t
' ` air Pract;c-es/Afflrmetive Action Program, City of Penton
k
to Bidder
i for Eids
' � rt; tication by Proposed Contractor/Sabcovtractc-/Suppller%ref. EEC
'u;nor:ty and Women'. Bus 'neas Enterprise oarticlpat'c
*Car-if 'caticn of EEO Report
*Certif :catton of Dldder's Affirmative Act 'en Pian
^-Collusion Affidavit
tiflcation re: Assignment of Antitrust Cla ms to Purchase-
, `:n:mur Wage Form
*B'c 5ord Form
*Proposal
*Schedule of Prices
Bond '„ the City of Rer+on
Con+.act Agreement
EEO Curpllance Report Sample Form and Instructions
Envlrcr^enta, Regulation List-rig
Hourly Nlnimum Wage Rates
Specia Prcv'sfons
tect.nical Prc, 'sicns
' Cetai , 1hedts/Standard
Cocuments marked * above must be executed by the Contractor, President
and Vice-President or Secretary if corporation by-lass permit. All pages
must be signed. In the event another person has been duly authorl:ed tc
CXeC0auteore+Cohtracts, a cope of the corporation minutes establishinG th ' s
ust be attachcd to the bid doc.ment ,
' CITY OF RENTON
Public Works Department
Renton, Washington 98055
1
t
IMISIT "A"
CIT7 CP RINro#
:-gNA87 OF PAIN PRACTICES PCLI,,^I
' •:,P:ED FI NISOLurION NO. =340
The Po:icy of the City of Renton is 9C Frowote and afford equal
tree tw*mt and *erwiao to RL1 Citimewo and to assure equal employ-
' wont opportunity to OZZ persons reyyardleoe of raos; *road; eoZor;
o thniaity; national origin; off; tha presewoa of a non-job-ro Ia Nloaica% aensory, or mental handicap; age; or marital statue. led
'his FC:iOY aha1Z be based on the prineip:oa' Cf *quaff amp Zoy.en-
oPPortanity and affirmative action guidelims* as set forth in fedora., #tat* and :aoa1 IQwe. At: dopartnsnts of the City of
ad
Renton oho:: here to the fo.towing guide:i Me:
IXPLJ XIN. PRACTICEI - Al! aetit—ifs relating to smr: ,-
wont okon Of rroc�atiment, eelaetion, prGRCti on, terming:"*
alt tra'ninp she;: be conducted in a nun-di,ortininetory a"ar. P*rsoRust decisions will be based -n indioidua:
F-e rf orun.•e, at]ff:ng requirewonts, and in acrgrdane,
With governing Cdoil Service Lau* and the agreement
Dtaneen the City Of p"t'.K and the Washington Coat♦
,f .'runty and 'ity IwF:cyees,
COCPERArfCN Y:TN RJNAN PIJ8:3 CRGAN'U....NS - rho ;ity c
en ton u , ccoporate .y wit a. , Or
and
tamwi0Si Ona organised to FPC.ots fair praotiess and *qux:
' Opportunity in amp:oynent.
'f' APFIRXAT'i'I AC?IJN PPOCRAN - 'he City -,` NO"'On Affir-a• -
QtiAn rOgrar WC. f waent rood — fam"ttate egYtt.f
t reproeenta:ion Within the City Warkfrree and tc aeaar.
equal empp ZOymont Opportunity to a::, It she:;. be the
r*ep nsi bi Zity xnd duty Of a;l City arftcia:s and to Oa rr4 ut tht n.:
th. r rn
rtoo far
is anje AntedJho :n'tr. a :.]eC emp.oyeer
!e; CO3RaCTt`;. ' ^BLICA::CN Ccnt...tors, cube*.true tor, a
�upp,ters 064 Rating Main with the City Cf Renton
ahai: affirm and su scribe tO tM Fair Practices and Vr-.-
Di*ariwi:nation poZicies so c forth by Zav and in the
Affi roetive A,-lion Program,
iea ;f this F—ioy •ha:; be distributed to a:: City enr loyeea,
a
FFear in al. OPera ticna2 dceumontation of the :ity, ine:a done
,it
cat:a, and Oka::. be rrominent:.y die Ia od in apProrriate Citu'Joi:itios. P b
' COE a,4FC :S by the ,".,.i: of the ,City o, ox:on, washin
r I 3t ,
ind
Attaat:
�. Issued: July 10, 1971
' �i1�M,/. •� ]j+iAif Revised: February 9, 1976
uty Revised: Jun* 2, 199C
CITY OF RENTON
ROLLING HILLS
SEWER TRUNK
ROAD REPAIR
' SCOPE OF WORK
The work involved under the terms of this c At act document
shall be full and complete installa_ion of tht •_cilities as
shown on the Plans and in the specificatiors; to include, but
' not be limited to, storm drainage, paving, site grading,
fen0 ng,gabions and complete restoration of all surface
material so as not to be a visual detraction. All work shall
' be as set forth in the design drawings and specifications.
The rebuilt road shall he a gravel patrol road for sanitary
sewer maintenance with steep segments paved with asphaltic
' pavement to control erosion. The asphalt pavement shall be
'nstalled with a dump true', mounted box, no paving machine is
equired.
' any contractor connected with this project shall comply with
all Federal, State, County and City Codes or regulation, appli-
cable to such work and perforr the work in accordance with the
' Plans and specifications of this contract document.
1
1
1
�1„a .aa t' ♦;Aril -t a+G
INSTRUCTIONS TO BIDDERS
t 1. Sealed bids for this proposal will be received by the City of Renton at the
Office of the Renton City Clerk, Renton City Nall, uh N l 2:30 o'clock p.m.,
on the date specified 'n the Cali 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 a% practicable.
' No proposal may be change., or withdrawn after the time set for receiving
hid%. Proposals shall t • bmittod or the forms attached hereto.
r ' 2. The work .O be done is si nw on the plans. Quantities are understood to
be only approximate. Final Payment will be based on field measurement of
actual quantities and at the unit price bid. The City reserves the right
to 8�d or to eliminate portions of that work as deemed necessary.
3• plans may be examined and copie obtained at the Public Works Department
Oft'le, Bidders shall satisfy themselves as to the local conditions by
' inspection of the site.
4. The bid price for asy item must include the performance of all work
' necessary for completion of that item as described in the specifications.
5. The Did price shall be stated in terms of the units indicated and as to a
total a Bunt. In the event of errors, the unit price bid will govern.
' Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive inform-
alities if It is deemed advantageous to the City to do so.
7. A certified check Or satisfactory bid bond made payable without reservation
1 to the Director of Finance of the City of Renton in an amount not less Ina,
59 of the total amount of the bl+ shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immedia immediately fu:!rx��ng the decision
as to award of contract. The check of the succr.stul bidder will be
returned provided he enters into a contract and furnishes a s rtisfactory
performance bond covering the full amount of the work within ten days after
receipt of notice of intention to award contract. Should 6> fail, or refuse
to do so, the check shall be forfeited to the City of Rert,,n as liquidated
damage for such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral
1 explanation except as the City may request further Information on particular
points.
9. The bidder shall, upon request, furnish inform,,Nor to the City as to his
financial and practical ability to satisfactorily perform the work.
' 10. Payment for this work w111 be made in Cash Warrants.
tRev. 7115/81
' �1��E-RENILILLCdLL FQg BIDS
ROLLING HILLS
SEWER TRUW
tROAD REPAIR
Sealed bids Will be received until 2:30 p.m. 17 19Fid
' the City Clerks s office and et run be opened and pub I lcIy read In the 4th
floor conference room, Renton Nlclpal Build Ingo 200 MI II Ave. South.
The Work to be performed Within
date
coeerenc"ont under this contract s_hhaalI Include, but Working days notbe limited of
to:
papal, of access road for the Rolling Hills Sewer Main. Work
Includes clearing, grubbing, grading and gravel surfacing of IZ00
LF of 81 to 12r Wide access road. Work also Includes gabian bank
stabilization.
' The City reserve, the right to re Jact any and/or all bids and to Waive
any and/or a!i Informalitles.
Approved plans and Specifications and form of contract documents may be
obtained at the Public Works Department office at the Renton Municipal
Building for a neposit of S 10.nn each set plus 1 Postage, if walled. The deposit Will be refunded
on r to cover
Plans and Specifications In il within
upon return of the
opening. The mailing charge will of Condition be refunded.
days after bid
A certified check or bid bond In the amount of five percent (Sf) of the
total &mount of each bid must accompany each bid.
' The City's Fair Practices and Non-Discrimination Policies shall apply.
City Clark
Published:
Record Chronicle: August 1, 1984 and August 8th, 1984
' Daily Journal of COM*rcep August 1, 1984 and August 8th, 1984
t
tCIRCIFICATION by PROPOSED 'MTRACNR, SURCC`dTMCTCP AND SUPPLIER MaAACING EQUAL ERWLOYPMWT 0►PJkt^NIT,'
and O r I+C reC Or
--_^-- �----
INSTALCTIONA
`•A19 Certification Is requited pursuant to redtral Executive Order 11246. The itlplasnnting roles and
:gulatlons provide that Any bidder or prospective contractor, or any of e1Rur propowd subcontractors
and AUPpllers, shall scats At an Initial part of the bid or negotiations of the contract whether it haf
partacap&ted ar. &ni' Preview contract or subcontract sublect to the equal opportunity Clause and, if
ac, whether It has tiled All cDspla&Ac* reports due under applicable instructions.
The City has heretofore adopted ReaolgtiOn 2360 under date of June I.Policy.' As Lnplesented by •n •Atfitfetive Action Progra"" therein AMndlne the Dpiiey O[ the City Ilea, Minding a •Pear Practices
ce ce
Banton to promote and afford equal tr*6CMnt and service to all cltiwns and to assure equal Mployof
"Ot
Opportunity be$" on ability and fitness to all persons regardl at of raCei creed; color; ethnacaty,
bnational origintatus.: sex; the praunq of • non-lob-aL•e. physlcai. gnsory or Mnte1 Aar:!rl-t f-e or
wzl•a' status. 2T•e i0` e`t^ } a,l ¢Ortr&Ctofa, outgo•, rest nTs Ar' r Pre rent
ttrd t .,i [`.tan,s• 'it . C t R'aca v`,o r t ?' aga11 affire and eUO.crib* ti sal, reeticas
r. 1 •ass Inc af:re^ ,.•`heed Ito .c.• s m• net apply to an... ett or suhaviRerect, •.t standard
'egi^_K a` sup,'•t' or raw Re:aria,• *r t:ns JT r`raan3Aatlons with lets Oran ne t Oete 'eet or
contta.ts of .ees than 515,C0o OU*%hass Par snout watt the City.
"hen the Contractori6ubeontraetor/Supplier (hereinafter referred to a the COAtractpr) is required by
the City Of Banton to •ubr It AT Atflrsttity Act aOn Plan, the einines acceptable precentAge Of Plnority
et+ploywnt will be that ,to ntage which is currentl, listed in hMtabltsl in the robl t,hed City of Banton AtfirMtave AetiPn Pro�r, I.*. $.It. OThi►ss Proer mlAta•1
+vailable for reyier at the tunicipal Building.
The undersigned contractor therefore covenant,, StiPulAtee and press that during the Porfornan^e of
Nit contract h! w313 not daf<ISn1NN agelntt My pert In hiring, pronO,,,a. diAchareinq. Co r,-
AAt1n9 or any other term er Conditaor of MC1oyMnt, by reason of sser person'. status, reference
the qil} caggories listed 'n pars, above.
'Contractor further agrees
nhallireetake AfflMati`a and continuous &0L1on t0 1nNTe full CORph&nee
riitth Such polio and pacts; it belnl strictly understood and &*read that failure to
pra with any of tha terns of acid prOVlasons Aral! be and constitute a nateraal hres;h at this
castply w
�Contr
InfOCAct*r wall. upon tvRaeet and/or as soon &s We"bit thnreaft.r, furnish ,to the City Any and all
contractor and moors• re0ui[ed Dy tha Ci t) to determine whether full coRclaance has been Mde by the
contractor with toad polio, and program and contractor rill accounts by the City for tie penis scce. c to hag kooks. retDitle ee3
Purpose of inwstigatlon to ascerastn weN. c*nplaanCe.
^.rac bt further acknowledge& that he has re.tived a true and complete copy Cr the City,, "Fair
tires Policy'.
' On�tri Ct—ffOt ea qn YR S
.:FICAT iC4: BY: CONTRACTOR or St'BCONTMCTOP or SUPPLIER _
RARE:
: -
ADDRESS:
TITLE:
- Ph]Nf
' :ontra:tor•aubcontractor:Supplter has participated In a previous wntract or subcontract su0+ea to
the Equal Opportunity lause: _Yes N:.
Ctw et =rNo NPOttB ware required CO be
y filer in Contact'" with loop Contract Or &gbcOntra:t:
Yee
'3. Contrattor�SUWOntnctor Supplier has filed I'll cOOPltance reports due under APp3lcab le
inatructionb _Yes _ NO
e. If answr to Item 3 1A •No• Platte explain in detail en reverse side of "It Cettlfatatloo.
CERTit:CATIMi The rotor Ntaon above Is true and complete to the beet Of ey knowledoo erd belie!.
RM an it a e Igner p eeN type or pr,-T
Reviewed ON at} A,.N on 4: _ _,v.___
Ru_:. ]ate:
.PAT*
' PUBLIC N1RR OR IMPROVQIE.\: 6183
PARTICIPATION CERTIFICATIc3: REF. RCw 35.".650
L'OS7pAC75 EXCEEDING S10.p00 (OR $15 000 FOR w"'ERMAIV CONSTRICTION)
' MINORITY e:RIh'ESS E4;FRPRISES (MBEI
and
G'OMENS' MINORITY BUSINESS ENTERPkISFS (410F)
(BUSINESSES Ok'\ED Ah'D OPERATED By fNWE\j
Contractor agrees that he shall actively solicit the employment of minority group
ambers, Contractor further agrees that he she actively solicit bids for the
subcemtracting of goods or services from qualified minority business,,. Contractor
shall furnish evidence of his compliance with these -aqulre' uts of minority
MPloyeent and solicitation. Contractor f�Trther agrees r consider the grant of
subcontractors to said minority bidders on the basis of st antially equalpropoaels in the light most f_,eorable to said minority b, nesses. The contractor
shall be required to submit • ;ideate of compliance watt 's section as part of the
' bid. As used in this section, the term "minority business" means a business at
least fifty-one percent of which is owned be minority group members.group members Seclude, but are not limited I, blacks, women, native Am Miners h•ericans,
' Orientals, Eskimos, Aleuts and Spanish Americans. The Pity will consider worn in advance of contract award as n - means of
affidavits presented by subcontract
establishing minorit,• status in accordance with criteria cited above.
To be eligible for award of this contract, the bidder au r execute and submit, as
reaulti rt f the bid, the following cert Tficatlon which will be deemed a part tf the
ng contract. A bidder's failure to submit this certification or subniss
of a false certification shall render his bid nonresponsive. ion
MINORITY BUSINESS ENTERPRISE CERTIFICATION
Certifies that:
Marne of Bidder
it (does) (does not) intend to sublet a portion of the contract work and
(has) (has rot) taken affirmative action to seek out and consider minertte
business •terprises at Potential subcon�rac tern.
(b) the contacts made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or NMBF and
identify minority group. (If necessary, use additional sheet.)
fF-01E Min. Or. WMN[
(Neat of Firm, BSd Item, Results of Cnntac[sl f
u
J. F ❑
Mr.?Ms.
has been
the liaison er fcr the administration of the minority business enterprise
designated
this
Program for this firm,
1
CERTIFICATION OF ESL41. E.MPLOYMEh7 OPPORTUNITY REPORT
' Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity
Report%. Clause and the filing of Required
The bidder proposed subcontractor
has not __,participated'use,
in a preelous contracthereby certifies or subcontract hat he subject eto tie
equal opportum ty clause, as required by Exeeuti, Orders 1091s, 11114 or
' 111246, and that he has his not
fral ,th the Joint Reporting
..ommittec the Director o}2 o�'
he Office "�rderal font tact Coapliance, a Federal
Government contracting .r administering agency, or the former President's
Coamitte m Equal Employment Opportunity, all reports due under the applicable
f+ling i.quirenents.
' (Company _
ON:
(Title
PLC:
Note: The above certification is required by the Equal Employment Opportunity
Regulation., of the Secretary of Labor (al CFR 60-1.7 (b) (1), and must be
contracts anditted by bidders and subcontractsrwhichdarebsubTectt tosthel equalconnection opportunityicl ease.
' Contracts and subcontracts which are exempt"
xempt from the equal opportunity clause
are set forth in dl CFR rq)t.) . (Generally only contracts or subcontracts of
$IU,OIIU or under are exenq+t.)
Currently, Standard form Ito (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
■ previous contract or subcontract subject to the Executive Orders and have not
filed its a
theaward requiredrts should note
subcontractsthat, 41 CFR unl-ss such6contrac tor(subpprevents
report covering the del
iquent period or such other period specified by the
'ederal Highways Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor,
r.
1 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
Bidder is to indicate by check-mark which of the following statements pertains to this
bid package, and is to sign the certification for that specific statement:
1 a) It is hereby certified that the bidder is exempt from the Citv's
Affirmative Action Plan requirements because:
1 "Average annual employment :evel is less than eight rmanent employees,
and the total contract amount with the City during the current year is
less than $10,000,"
1
ComDanv
Dale
Title
LJ1 OR b) It is hereby certified that an approved Affirmative Action Plan is on
file with the City of Renton, and that said Plan specifies goal, and
timetables which are valid for the current calendar year.
1 Company
Date
1 B1 _
Title
' oR a c) It is hereby certified that an Affirmative ,Action Plan is supplied with
this Bid Package. Said Plan will be subject to review and approval by
the City as a prerequisite to the contract award, and it includes:
1 1) Present utilization of minorities and females by job classification,
2) Goals and Timetables of Minority and Female Utilization, and
1 3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilization.
1 Company
Date
Fll
1 Title —
OR d) It is hereby certified that an Affirmative Action Plan will be supplied
1 to the City of Renton within five (5) working days of receipt of
notification of low-bidder status. Said Plan will be subject to review
and approval by the City as a prerequisite to the contract award, and
it will include:
1 1) Present utilization of Minorities and Females by Job Classification,
2) Coals and Timetables of Minority and Female Utilization, and
1 3) Specific Affirmative Action steps directed at increasing Minority
and Femalc Utilization,
1 ompan.
Date
B1:
' Rer, 8,9_ _5 lit I ee
C � �. 'e aCrd r`fxr 4F;Y` ' ri 1-r*.•:; n , ':��^"v"1�", Yi;: tA� " x'�qr, ' �•°.. �Si }..'f . .
yy P
N
1
1
' NON-COLLUSION AFFIDAVIT
1
STATE OF WASHINGTON )
COUNTY OF ) SS
' 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 -o 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 collu>ion to secure to himself or to any
other person any advantage over other Bidder or Bidders.
SIGN HERE:
1
' Subscribed and sworn before me this _ day of
19
' ;rOta ry ub a in an for t e to to of
residing at
' therein.
t 1h�iIF+
.r
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
RENTON, WASHINGTON:
Vendor and purchaser recognize that in ztual economic practice
overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Thprefore, vendor hereby assigns
to purchaser any and all claims for such overcharges as to goods
and materials purchased in connect; ^ with this order or contract,
' except as to overcharges resulting trom antitrust violations
commencing after the date of the bid, quotation, or other event
establishing the prim .nder this order or contract, In addition,
vendor warrants and represents that each of his ..uppliers and
subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
' ame UT Bidder's irm
' Signature of ut orize Representative Of of B�--
ate —
a1't L
AP
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
' COUNTY OF ss
1, the undersigned, naving been duly sworn, deposed, say and certify
that in connection with the performance of the work of this project,
I will pa! 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,
C N� pf—R
' Subscribed and sworn to before me on this
day of
' 19_
Notary ub is n an or the State
' of Washington
Residing at
r
t
.• �41YMM''�':. �tat'AW'Atk.v
e
BID BOND FORM
Herewith find deposit in the fom of a certified check, cashier's check, cash,
or bid bond in the amount of $percent of the total bid. which amount is not less than five
'
Sign Here
BID BOND
Know All Men BY These presents:
tThat we,
and as Principal,
as Surety, are
held and firmly bound unto the City of Renton, a- Oblr ee, in h
9 t e penal sum of
Dollars,
Of which the Principal and the Surety bind themselves, their heirs, executors,�t' administrators, successors and assigns, jointlyand severall
Y, by these presents.
' The condition of this obligation is such that if the Obligee shall make any
award to the Principal for
according to the terms of the proposal or bid made by the Principal therefor,
and the Principal shall duly make and enter into a contract with the Obligee in
' accordance with the terns 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 , incase 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
t in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damage , the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF
_ 19
' nncipa
urety —
19_
' Received return of deposit in the sum of S
' TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
'he undersigned hereby certif_ that has examined the site of the
proposed work and ha_ read and thoroughly understand_ the plans,
specifications and contract governing the work ,mhraced in this improvement,
and the method by which payment will be made for said work, and hereby p,•opose
' to undertake and complete the work embraced in this improvement, or as ich j
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.)
1
Signature
Address
' 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
i�
SCHEDULE "A"
SCHEDULE OF PRICES
Rolling Hills Sewer Trunk Road Repair
(Note: Unit Prices for all item, all extensions and total amount of
bid must be shown. Show unit prices in both words and figure,
' and where conilict occurs the written or typed words shall prevail.)
' ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
' NO. QUANTITY unit Prices to be written in WoldsJ DOLLARS CTS. DOLLARS CTS.
1. Lump Sun Mobilization
S —
Der L.S. '(Words Figures
2. Lump Suva Construction Staking
S
Per L.S. _
' 3. Lump Sum Roadway Clearing 8 Grubbing
S
' b60 Der
4. Linear Foot Roadway Grading
S
16U per - ---5- Linear Linear Foot Storm Drain Pipe
S
1 Per L.F-_._—.—_.__ .
6. Each Type I Catch Basin
Per �acli`--- - ---- -
' 1. Tor Crushed Rock Surfacing
S
� ]b Per on
R• Ton Asphaltic Concrete Class
S
—
■ 9. Each Adjust Sanitary Sewer Clean Out
■ I S
3,
10. Each Gabions
c
' per
2D
�
11. Ton RipRap - Light,00se
1 Ser fon —
1�. Each Access Control Gate
—
er
I
' SCHEDULE "A"
SCHEDULE OF PRICES
Rolling Hills Sewer Trunk Road Repair
(Note: Unit prates for all iteaa, all extension. and total amount of
bid must be shown, shay unit pricas in bot!, words and figure,
' and where conflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE
_ - - - _ AMOUNT
QU
N0. QUANTITY Unit Prices to be Nn teen in Words DOLLARS CTS. DOLLARS CTS.
' 13. Ton Bankrun Gravel Ciass "B'-
S
Per or - Words - --
14. LVmo Sum Hydroseeding Fi9u res
5
Total Schedule "A"
1 I
i
I
' I
I
SCHEDULE"B"
SCHEDULE OF PRICES
' Rolling Hills Sewer Trunk Road Repair
(Not*. Unit prima, for all it*,,, all extensions and total amount of
Did must be shown. Show -Olt prices in both words and figures
and whew conflict o�rurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
N0. QUANTITY Uric prices to be written rn Wordsj DOLLARS CTS. DOLLARS CTS.
' 1. Lump Sum Mobilization
$
Per L.S.
2• Lump Sum Construction Staking
S
' per L.S,
3. Lump Sum Roadway Clearing 6 Grubbing
S
660 Per
4. inear Foot Roadway Grading
10l:F:
`. inear Foot Storm Or in Pipe
S
260 ----
6. Ton Crushed Rock Surfacing
s 75 P _
er Ton ---- --- ------ --- -
7. Ton Asphaltic Concrete Class
S
145 Per on --- -- -
B. Linear Foot 41 High Chain Link Fence
S
160 --
9 .on 3ank Run Gravel Class
S.. -- ---- - ----- —
10 er Ton
10. Ton ipRap - L.ghtloose
' 35 er-Ton— -- -
11. Each abions
' 12. Lump Sum ydroseedino
er Lump
Total Schedule "B"
' SCHEDULE OF PRICES
Rolling Hills Sewer Trunk Road Repair
()gots: Unit prima for all stem, all extensions and total amunt of
Did must be shown. Show unit prices in both words and figures
' and where oonflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO- QUANTITY Unit Prices to be written in words DOLLARS CTS. DOLLARS' CTS.
Subtotal Schedule "a'
Subtotal Schedule
Subtotal All Schedu'es
' 8.1 Sales Tax _
TOTAL BID — —
� I
1
I
I
I
I
i SCHEDULE OF PRICES
i !Mote: Unit pritvs for ell atens, all e+cem_aa+ end total eeoant of
Dad lust be sham. Show unit pr..ces in Dote words end figure.
iand where m f_acc occurs the written or typed words shsit prevea:.)
ITEM APPROX. ITEM KITH UNIT PRICED HID UNIT PRICE AMOUNT
iNO. QUANTITY u+ut Pra ns xo De wza teen an vord+ DOLLl1RS C-S. DOLLARS CTS.
I �
THE CT. ERSICI:ED BI1jDER HEREBY AGREES TO START CONSTRU ON WORK 0$ THIS PROJECT, I0
AMARDF HIM. NO LAJER THAN TEN (ID) DAYS AFTER FINAL CUTION AN* TO C LETE NIT!{IN
90 NO IHG DAYS A ER STARTING CONSTRUCTION.
� I
i DATED T
THIS DAY 0 198
�
A EMF'ii OF CEIPT OF ADDENDA: I
iNO. ATE _
t
i
:ao )ATE-_ �
NO—
S I('.I's ED
I{ Tl—.E
1 `I NAME OF COl4'ANY �
I
ADDRESS
i CITY/STATl2IP
iTELEPHONE 1 ,
I
iCITY OF RENTON STATE CONTRACTO S i
HUSINE LICENSE f LICENSE f
i
i f
i � i
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the ..ndersigned
t
as' and existing
g under and corporation Organised[he laws o, the State of
corporation, and as a surety
qualified under the Ial of the State Of Nashingtm to beca•e surety
+Don bonds Of contractors with muniCipel CO rporations, as surety are jointly and
severally held and firmly bou^d to the City of Rentor in the penal sur of
$ for the payment of which sus Or demand we bind our-
selves and our successors, heirs, administrators or personal representatives, as the
case ray be.
This obligation is entered into in pursuance of the statutes of the State of 4asrinq-
ton, the Ordinance of the City of Renton,
' Dated at Washington, this day of 19
Nevertheless, the conditions of the above obligation are such that:
VMEREAS, under and pursuant to Ordina,ze (or Resolutions No. 2295 procldinp for
---------------
which contract is referred to herein an.. is aCe a part hereof as though attached he rrt.
and
Wr FkL-S, the ,)id pr.nLipal has accepted, or is abou to accept, the said contract, are
undertake to pert Or the work
set forth, therein prOvideC for it the rancor and within the tins
NOW. TMERErORE, if the said
small fa:thfulry perform alll 0 the provisiOns O said contract in the •,anner and withir
' the tGx therein set forth, or within such extensions of tlme as ,av be gamed order
said contract, Ana shell pay all laborers, mechanics, subcontractors and aterialre- ,
and all persons who shall supply said principal or subcontractors with provisiors sr
suODlies for the carrying On of said work, and shall hold said City of Reeto^ harmle,
' fro^ an' 10$$ Or da-age occasioned t0 any Person Or property by reason of any Cafe-
lesaness or negligence on the part of said principal, or any subcontractor in the pe--
forrance of said work, and shall indemnify Ord hold the City of Renton harmless fro-any damage or expense by reason of failure of performance as specified Ic said con-
tract or fro^ defects appearing or developing in the matsrial or worinanseip provided
or performed under Said contract within a period of one year afte• :ts acceptance there,'
' by the City of Rentor. then anti in that event this obligation shall be void; but other-
wise it shall be and remain it full force and effect.
Resised: c
Iof7
CONTRACTS OTHER THAN FEDERAL-AID F �;F
THIS AGREEMENT, made and entered into this _ day of , 19_
by and between THE CITY OF RENTON, Washington, a municipal corporation o'
the State of Washington, hereinafter referred to as "CITY" and —_
1 hereinafter referred to as "CONTRACTOR."
WITNESSEIH:
1) The Contractor Shall within the time stipulated, (to-wit: within
working days from date of ColmierCement hereof a-, requi-ed 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 constructior. and installation work in a workmarlike manner,
In connectior with the City's Project (identified as 40, _
for improvement by construction and installation of:
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict Conformity with the plans and
spec-ifications, 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
2 °
Cortracts Other Than Federal-Aid FHWA
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 require-
ments of or arising under the Contract.
1
21 The aforesaid Contrast, entered into by the acCe)t1,Cr of the Contractor'
bid and signing of this agreement, consists of the following documents,
all which are component parts of said contract ano as fully a part
thereof as if herein set out it fu'.l, and if not attached, as if
hereto attached, ,
a) This Agreement
b) Instruc-lion to Bidders
c) Bid Proposal
d' Specificatiors
e) Maps 6 Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i; Technical Specifications, if a, .
1
- If the contractor refuses or fails to Prosecute t=, wcre or ar,, ,.a, ;
thereof, witt+ such diligence as will insure its conhletion within tee
Lire specified 'n this ;ontract, or any extension it writing thereof,
or fails to complete said work with such tire, or if the Contractor
shall be adiudged a bankrupt, or if he should ^ake a general assignment
for the benefit of pis :,editors, or if a rece•ver ,nail be appolrte-
a:,c,,rt of the Contractor's insc've=ty, err if w,.. or ar; of h,c
1
I
Contracts Other Than Federal-Aid FHYA 3 of 7
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, SWI violation or non-compliance of
1 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
trespect. In the event of any s :h termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
1 surety shall have the n gnt 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, " 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 propert'es belonging to the Contractor as may be on site of
Ythe pro,•ect and useful therein.
0) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
Contracts Other Than Federal-Aid FNMA 4 of 7
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, un 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 un-
patented 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.
In the event the City shall, without fault on its part, he made a party
to any litigation commences 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. Furthermore, Contractor agrees to ,
pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in thr enforcement of any of the covenants, ,
provisions and agreements hereunder.
61 Any notice from one party to the other party under the Contract shall
be in writing and shall he dated and signed by the party giving such
notice or by its duly authorized representative of such party. Any such
Ln w9
� r
Contracts Other Than Feder -Aid r;,wr 5 of
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 performarce of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later then
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
' as liquidated damages (and not as penaleach such d
ay, which
shall be paid by the Contractor to the City.
8) Neither the final certificate of Fayment nor any provision in the
tContract 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 r,iredy 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 (^ntractor shall be
6of7
Contracts Other Than Federal-Aid FHWA '
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor. ,
1
9) The Contractor and each subcontractor, if any, shall submit to the t
City such schedules of q. ..ti! ,es and costs, proCress schedules, pay-
rolls, reports, estimates, re,.ords an -ellaneous data pertaining '
to the Contract as may be requested by the City from tine to time.
1
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 .ontract or furnishing materials in connection with this Contrac,_ '
said bond to be in the full amount of the Contract price as specified
in Paragraph 11. The surety or sureties on such bond or !vends must he
duly licensed as a surety in the State of Washington. t
11) The total amount of this Contract is the sum of
which includes WasHngc::
State Sales Tax. Payments will r made to Contractor as specified in the '
"Special Provisions" of this Contract.
Contracts Other Than Federal-.Aid F14WA ) of
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 seat the day and year first above-written.
CONTRACTOR CITY OF RENTON
rest ert artner ner
' ATTEST:
Secretary C— ity C1 Crk
d/b/a
arm
iIndividual_ Partnership
Corporation _ A Corporation
tate o ncorporation
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 PAR"NERSHIP, full name of each partner should be listed
followed by d/bla (.wing business as) and firm of trade name; any one partner
may sign the contract.
' If business is an INDIVIDUAL PROPRIETORSHIP, tt= name of the owner should
appear followed by d/b/a and name of the company,
s ' i' a ,t 4
CO .CTOR/SUBCONTRACTOR 1� J
nONTN1Y MANPOWER UTILIZATION REPORT �.t� REPORTING PERIOD ..
.
To be submitted to the city-4 s project Month: )ear
'Y •
Engineer during the let week of fol loving 1 `1� Goals and
month while contract is in pro ss in Contractor'.. �:
Contractor is responsible E gre .or obtainingand P and � Action Plan
submitting all Subcontractor Reports. or per Citv's Plan
To: (k.e. and 1...tion of Caepll.nc. Apoq crept.) —
' from: (k.ee and louuon of <an:ra -
' This report is required by Executive Order 112a6, Section 203. Failure to result in sanctions Which inciude suspensio , termination, cancellations o:contract_
York Hcur. of Eaplereent (See !oo tnc Ce! mine. -
rlty
t lc.. Nie. Am.r. Aai.n/
C r.p ary'. hue .ra d. .Iona Leta Blae• nd San
Panic W?.• (.r
A
tT
(
A '
Tr
' A
Tr
C
A
T:
C
A
A
T
Av
'r
Tr
An
Tr --
TT
'' i-.Isles 6 Females. "Minorities s NOn-minorities
�• :Su�mittal Requirements s City,$ :owls%Timetables: -�
INSTRCCT IONS FOR FILING E'dPt OYMEYT UTILIZATION REPORT (CITY OF ar. oN)
t
The Employment Utilization Report is to be completed by each subject contractor
(both prime and subcontractors) and signed by a responsible official of the '
company. The reports are to be filed on the day required, each month, during
the term of the contract, and they shall include the total work-hours worked on
the project for each employee level in each designated trade for the entire reporting t
period. The prime contractor shall submit a report for its work force and shall
collect and submit reports for each subcontractor's work force to the Cenpllance
Agency that is fundiig their construction project.
Reporting Period . . . . . . . . . . . Self-explanatory '
Compliance Agency . . . . . . . . . . City of Renton (administering departnent) ,
Contractor . . . . . . . . . . . Any contractor who has a qualif%i-
construction contract with the C-i.
Rentor.
1. Company's \are . . . . . . . . . . Any contractor or subcontractor who ha.. i '
oualifving contract.
Trade . . . . . . . . . . . . Only those crafts covered under applicable
EEO bid conditions.
3. Work of Employment . . . The total number of hours worked by all
employees in sac' rlassification; the tot. : '
number of hours worked by each *minority
group in each classification ana the total
work-hours for all women.
Clare i f icat ior. . . . . . . . . . . The level of accomplishment or status of
the worker in the trade. (C - Craftworker
oualifi,d, Ap - Apprentice, Tr - Trainee). ,
+. Percent of minority work-
hours of total work-hours . . . The percentage of total minority work-hoia- t
worked of all work-hours worked. (The sa.
of columns b, c, d and a divided by column a.)
J. Total 'Number of Minority '
:'xplovees . . . . . . . . . . Number of minority employees working in
contractor's aggregate work force during
reporting period. '
A. Total Scx6er of Employees . . . . Number of all employees working in contractor's
aggregate work force during reporting period. e
• Minority is defined ae including Blacks, Hispania, American Indians and Asian
and Pa-ific Islanders - both men and women.
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL
' POLNATTnVC[—JZr9MCES
In accordance with the provisions of Chapter 62, Laws of 1913,
H.B. 621 , the Contractor shall se,ure any permits or licenses
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Ki�,:ounty Ordinance Ni 27 requires Building and Land
Development ivision ^n_ hy�ulics Division review of grading
' and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into proiect design stand-
' ards to be incorporated into project design by Engineering
Services. Reivew by Hydraulics Division.
Kin Count Ordinance No. 800 No, 900 No. 1006 and Resolution
°' ° o• o. an o. contained
in ling ounr; o c it es a1W 10 are provisions for disposi-
tior, of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid Waste.
Puget Sound .4ir Pollution Control A�enc.• Regulation I : A regu-
lation to contro t e emission oT air contaminants fiom all
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and Kitsao Counties) in
accordance with the Washington Clean Air .Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF rCOLOGY
W.A.C. 18.02: Requires operators of stationary sources of air
Contaminants to maintain records of emissions, periodically re
port to the State information oncerning these emissions from
his operations, and to make such information available to the
public. See Puget Sound Pollution Control Agency Regulation 1.
R.C.W. 9n.48 , Enacted to maintain the highest possi le standards
to ensure t e purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
' by industries and others to prevent and control the pollution of
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law also provides for
civil penalties of 15,000/day for each violation.
' R.C.K. 70.95: Establishes uniform statewide program for handling
so-iii-a wastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
1 the surface of the ground or into the waters of this State except
at a solid waste disposal site for which there is a valid permit.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
R.C.W. 76.04.370: Provides for abatement of additional fire haz- '
ar an s upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grounds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on '
property on which an extreme fire hazard exists.
R.C.W. 76.04.0 M Defines terms relating to the suppression or ,
a atement o crest fires oT forest fire conditions.
R.C.W. 70.94.660: Provides for issuance of burning permits for
&3ating or prevention of forest fire hazards, instruction or t
silvicultural operations.
R.C.H. 76.04.311: Stipulates that everyone clearing land or
c eartn�of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses.. or at such other times as the ,
department may specify, and in compliance with the law requiring
burning permits.
R.C.W. 78.44: Laws governing surface mining (including sand, '
grave Tone, and earth from borrow pits) which provide for fees
and permits, plaa or operation, reclamation plan, bonding, and
inspection of operations.
W.A.C. 332.18: Delineates all requirements foe surface mined
an]-3 reclamation. ,
W.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining
to land clearing and burning.
U. S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Author- ,
tzes secretary o rmy and Corps o issue ngineersto permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and
specifications.
Section 404 of the Federal Water Pollution Control Act SPL92-500
8 . tb t t. HI Authorizes the Secretary of the rmy, acting '
through t e orps of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified
disposal sites. Permits may he denied if it is determined that such '
discharge will have adverse effects on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION '
Section 13 of the River and Harbor Fact a roved March 3, i899:
rW es that discharge o refuse wet out a perRii into navigable '
waters is prohibited. Violation is punishable by fine. Any citi-
zen may file a complaint with the 11. S. .Attorney and share a por-
tion of the fine. '
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING.AND LAND DEVELOPMENT DIVISION
Kin
permztouory Resolution No. 25789 requires an unclassified use
ated activitieslsuchgasrasphaltz tnlantsng borrow pits and assoc,disposal sites and P rock crushers) and
quent to these activities land for land reclamation subse-
Of Public Works or Buildingand copy is available at the Department
Land Development Division.
Shoreline Mana ement Oct 1971 requires a Mitpermit fnr construction
on cite s ore zLan Develop
acquired by Public Works and reviewed
by Ruildzng and Land Development Division.
I Kin Count Ordinance No. 1488 requires permit for grading, land
z s, grave pits, umping, quarrying and mining o
except on County right-of-way, Review by Building ;ndrations
ment Division. g Land Develop-
' WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Cha ter 112 Lars of 1949: Requires hydraulics permit on certain
protects, tng ounty epartment of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination
source
permzt before discharge of Pollutants from a
source into the navigable waters of the State of Washington.
Point
W.A.C. 372-24: Permit to discharge commercial or industrial waste
i+atersTnto State surface or ground %ater (such as gravel washing,
Pit operations, or any operation which results in a discharge
which contains turbidity. )
I W.A.C. Requires
508.12.1100•• permit to use surface water.
W.A.C. 508-12-19p: Requires that changes to permits for water use
e rev ewe y tTie that of Ecology whenever it is desired
to change the purpose of use, the place of use, the point of
withdrawal and the diversion of water.
W.A.C. 508.12-220
--�__• Requires permit to use ground water.
I W.A.C. 50�raje. 60; Requires permit to construct reservoir for
water storage.
W.A.C. 508.12_280: Requires permit to construct storage dam.
W.A.C.ro 50zone6- 00: Requires permit to construct in State flood
cont . king County Public Works secures one for design.
Contractor secures one for his operation (false work design, etc.) .
-3-
1
7
PERMITS REQUIRED FOR THE PROJECT Continued '
WASHINGTON STATE DEPARTMENT OF NATURAL PIE30URCES
R.C.W. 76,04.150: Requires burning permit for all fires except ,
For swa outdoor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserves the '
right to restrict burning under the provisions of R,C.W. 76.04.150,
76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to
prevent restriction of visibility and excessive air pollution. '
R,C,W. 46.OB.D30: Cutting permit required before cutting merchant-
e tim er.
R.C.W_ 76.008.275: Operating permit required before operating '
power equipment in dead or down timber.
R.C.W. 78.44.080. Requires permit for any surface mining opera- ,
tlon Inc u 1ng sand, gravel , stone, and earth from borrow pits) .
UNITED STATES ARMY CORPS OF ENGINEERS ,
Section 10 of River and Harbor Act of Dla rch 3 1899: Requires
permit�}or constructton of er t ar, n ges, see IT. S. Coast ,
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain),
FIRE PROTECTION DISTRICT ,
R•C•W'. 52,28.010 52.28,020 52_28.030 5Z.28.040, 52.28.050:
rout es authority or, requirements o , an ,
to secure a fire permit for building an open fire withinoa fire
protection district.
UNITED STATES COAST GUARD ,
Section 9 of River and Harbor .Act of March 3 189? General Nrid e
or arc an enera r1 ge ct� oTI -----a-_ ,
�Tu ust as amen e
_T ! e9�u—ies a permit or constructton of
bri3se'oc
naviga a waters (King County Department of Public ttlarks will
obtain) , king County Department of Public Works will comply with t
pertinent sections of the following laws while securing the afore
mentioned permit : Section 4(f) of Department of securing
afore
Act, National Environmental Policy Act of 1969, eter Quality '
Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL iNCY '
Section 9,02(d) (2)(iiil of Regulation I: Request for veriEica-
t ono population ensity. o— Tact r should be sure his opera -
tions are in compliance with Regulation I , particularly Section ,
9.02 (outdoor fires) , Section 9. )4 (particulate matter--dust) ,
and Section 9.15 (preventing particulate matter from becoming
airborne) . ,
-4- ,
PERMITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
' '.i[le 4u Cha ter Ic, Part 61 : Requires that the Environmental
rotectton gency a nott ie 5 days prior to the demolition of
any structure containing asbestos material (excluding residential
structures having `ewer than 5 dwelling units) .
The above requirements will be applicable only where called for
en the various road projects.
Copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the Director of Public
Works, 900 King County Administration Building, Seattle,
Washington, 98104, It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices
' and no additional compensation shall be made.
All permits will he available at construction site.
r
1
' H%V-R3232,)-AA PREVAILING MINIMUM tlOU[LV PAGE RATES JULY 1), 1+34
UCCJPATIUN: FENC! ERECTORS AND FENCE LAh ORERS
' L.a.AT1U'r: CLALLAM. GRAYS HARBOR, ISLAND, JEFFER414• KIN,,, KITSAP, L(•(Sr
MASDh. PACIFIC (NORTH DF AAMKIAKJN COUNTY NUATHERN BOJNDA,Y
t LKTENOL" DJE OESI TO THE PACIFIC UCEANI. PIERCE, SKAGIT.
SNC4I MISH. THUk STUN AV) PHATCOM COUNTIES.
Ir. 1 BENEFITS
' TOTAL H)URLY BENEFITS 2.88 A/MP. FED:da!
MA.f kATES
DCCUPATIJN DCCUPA 7 IOh 1 Cto6i SF 41L FtJbLA,
DESCPT
25J-001) FENCE EkEG TON RIION TATc i1i.0)
75G-0020 FENCE LABJkF4
1
i
CITY OF RENTUN
ROLL INU Hlll SEER REPAIR
PAGE I
f
1 •.�-�32320-A► PRLYAll IN.: 1114111UM 1UJKLY •AGE RATES JtlLT U .
1 (SE*ER 6 NAIER LINE CON$TkUCTIUNI
IOCATIJ4: CLALLAM, GRAYS HARBOR. ISLAND, JEFFERSUN, - I,4.., AT ISAP .
MASON. PACT IC INORTH JF THE MAMKI AKUM COI.,.T NOR ME R\ a..� ..?
1 EKTE fDED DUE NEST TU THE PACIFIC OCEANI, PIEKCE, SK44111,
SNC.-ljo1$M, TH4RSTJN. MHATCOM AND PARTS OF THt FOILOMIYo
t YlVo *EST DF THE 120TH MtPIJI ►V: GHELAN. wlllITAS. O4ANJ..AN
1 Taki NA CJJNT M.
'FA!i ITS
1 Hf Aal- aAJ *ELF ARf 1.75 SfHF. STATE
PE NS ii.'. 1.45 A/n+. SIATt
1f.1A1 t4.J+tY 6ENEFITS 1.33 AJHF. STATE
1 3.II fh FEJt-AL
t6.
I"01'11 FJN: .13 S/4k. SIAIE
1 ._.f aAlf S
uLL1.PA*IL'. StATL F'JtzAL
1 lA [ OF aCb l Pl 11 ;. �ATI -ATE
1 c., Sr 4t kAt tAt .." 11.tlB 14.00
olokLAYLM 1�.14 1�.43
1».[d 1..3r
1
1
i
1
1
1
1 CITY OF Rf%Tilt,
RCLLIN., nitl $EY.Eh RfPAIA
1
PAGE 2
1
' HWY-k3232)-AA PRE V4 ILINO 14INI1I04 HO UAL MAGI R A I E S JU.Y 1). 1484
ICE UPAT ION: POWER EOUI PMENT OPERA TOkS
LJCATIJN: CLALLAM. GRAYS HARBOR. ISLAND. JEFFERSON. KING. KI TSAP. L... G.
MASON. PAC It IC I NOR IH OF YANK IAKUM COUNTY NOkT KERN SOON,)A 4 Y
E%TENDEJ DUE PEST TO THE PACIFIC OCEANI. PIERCE, SKAGIT.
SNOHJMISH. THU..STON AND ♦MATCCM COUNTIES.
FPINoE BENEFITS
' HEALTH AND YELFAkE 1.95 A/HR. STATE
PE.4SIC`. 2.3) $/HR. STATE
TOTAL W j;,L . BENEFITS 4.16 9/HR. FLJERAt
TRAININ; FUND .21 VHR. STATE
+ATES
."CJPATIJ.. OCCUPATIJN ST AIL FE)tRAL
CODE DESCRIPTION itATE RATE
u.)JP IA
CL.NE IBC TONS ANJ OVF. OR 200 FT OF BUUH 13. /A 1n.13
I NLLUDINU JIB ANr OVER
57J-5505 LUADt.. B VARJS AND OVLk 1d.73 lo.13
�7',.-0S 11, SHOVELS AND ATTACHMENTS, 6 YARJS ANJ UVE.. 14. 13 18.73
t 570-}519 LA,t L.AYS 10-.44 14.23
C. A-:F V,F, 4> ToloS ANJ UP TU 100 TO:u On l'.23 1-.23
UVFR 15) FT JF 36'.1M INCLUJINJ JIB
Htt I�oLATE. WINCH 1c .25 lo.13
57G-5545 LJ4Jlk. CVERHCA.1 6 VAkUi UP Iu B YAK, ll.L� 13.23
57O-SSoi JJ.j 4 ANJ SIMILAk. .!-1J ANC MU-41 1A.13 1n.23
,,70-5i,) Rt:•„IE CL',TR„L LPIk4TUk. ET( . 13.13 19.23
' 570-5525 R�ILLA';ON I3.23 13.23
57O-55o: AkAPtk S. SEU-PnJPELLEU 45 YARDS ANJ OVER 14.23 1y.23
�H-VEt S, oACRH.IE , JVEn 1 YAk.N TJ 6 VARJS 14.21 lo.2)
SLIPFIµP PAVckS 1�.13 10.23
TUwrk LRANL l' 13 1'.23
IP 2
3JAP L�)TTFk it.lV 17.7V
sl)-559) Cn1PPEP 11.l4 17.79
570-6577 LC,NLktTE dA%H PLANT J,t.ATUH iJ. 74 11.74
t CITY OF kENTUN
PCLLING HILL SE%Ek kEPA1R
PAGE S
s
r
tNMY-R32320-AA PREVAILING MINIMUM HOURLY MACE RATES JULY 1D, 1404
OCCUPATION: PUMER EQUIPMENT OPERATORS
LOCATIUN: CLALLAM• GRAYS HARBOR• ISLAND, JEFFERSON, KINd, KITSAP. LL+IS.
MASON. PACIFIC INURTH OF dAHKIAKUM COUNTY NORTHERN OOJNUAiV
EXTENDFO DUE WEST TO THE PACIFIC UCEANI, PIERCE, SKAGIT,
SNuHJMISH. THURSTUN ANU WHATCOM COUNTIES.
w aSE RATES
OCCUPAT IJN OCCUPATION STATL feuERAL
CURE DESCkl PT1ON RAIL kATE
GRJUP i
510-556) CRANES, 20 TUNS TMRU 45 TONS 11.79 L7.79
570-5595 Ck USHERS 11.79 17.19
513-50,3 DERRICK 11.79 1T.79
5T0-505 DRILLING MACHINE 17.79 17.79
' 573-5blJ F1'YISHING MACHINE LI.T4 17.19
570-5Sei MY,1 .-LIF IS 17.79 17.19
57J-5o 3) LEA04AN MEC44.11C - $1.30 OVCP MEi.HANIL 11.7N 17.19
' 5T0-r,L15 LCAG£k3. JVERHEAJ UNJEk a YAFOS 11.74. 17.T9
57J-5677 LGCOMJTIVCS. ALL 11.79 11.79
57)-.'.•75 M' :HA viL S. ALL I.1.Ili 11.19
57',-5635 MIXERS. ASPHALT PLANT 17.74 17.79
570-5o..) MU7uk PAIKCL uW)ERS - FINISHING. BLJET005. 17.74 17.79
PJLLI'.S SL.,Pf S. JITCHES. E%.
570-50» PILLJkIVER 17.74 17.79
570-Sc. PJ4P 1RJCn 41,JNTEu r,3!4R.IE PJMP wlln Bu„y 11.19 17.19
ATTALHMENT
570-5075 SCRAPERS, StIF-PkbP ELLLJ JNJEk 45 YARIS 11.75 17.79
,13-505 S:,4fo MAN 11.7, 17.79
SHLVEIS, BACK'1U:S 3 YA1.J� A'il UNJIk 11.7`, 17.74
510-S6o5 SUB-GAAJEN - TkIM14Ek 11.74 17.T9
573-56ej Tk ACTUR, 60 .lo AtiJ OVEK. OACKHOt ANJ 471A�H. 11.7, 17.79
570-5tTl TRALTI,RS. BALKHUE 17.74 17.19
`` JUP 3
■ 570-5695 A-FkAWE C4ANt 1?.4J 11.43
■ 5T0-5b85 bk JOw.� 17..3 II.43
570-5T35 CONCRtTE PUMPS 17.43 17.43
573-5705 CJNVEVUKS 1%43 11.43
570-57,! Ck ANES. UP To 20 TONS 17..3 17.43
570-5b9) Q.^IERS. D-9 4'4J UiJER. YU-YL, PAY Du1Ek ; 7.43 17.43
571-5771 URIVEF GN TRUu' Co ANES OVER v5 Tu NS ll..3 17.43
CITY Of PENTON
ROLLING HILL SEkER REPAIR
PAGE 6
1
HWV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JULY 13, 1484
OCCUPATION. PJWER EQUIPMENT OPERATORS
' LOCATION: LLALLAM, GRAYS HARBOR. ISLAND. JEFFERSON. KING, KITSAP, LCWIS•
MASON, PACIFIC (NORTH OF WAHKIAKUM COUNTY NURTMERN BOJNJAkY
EXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT,
SNOHGMISH. THURSTON A.VD WHATCOM COUNTIES.
WA..F RATES
OCCUPATION OCCUPATION
C OJE DESCRIPTION STATE FEDERAL
GROUP ; (ATL kATE
570-5765 EQUIPMENT SERVICF ENGINEER
570-572) FORK LIFTS 11.4.1 17.43
573-571) HOISTS, AIR TUG.rERS. ETC. 11.43 17.43
57)-571i LOAJEkS - ELEVATING TYPE 17.43 17.43
' 97)-57.'5 MCTJR PATRCL 1iRAJfR - NON-FINISHING E7.43 17.43
57)-57j) MJCKING PACHINE. FTC. 17.43 17,43
570-S A.) kULLERS. ON PLANT, RCADMIX Ok' MULTILIFT 17.43 17.43 MATENIALS 11.41 17.43
573-5745 SA*S. CUKCRETE
57,i-i75J SCkAPEkS - CAkRY ALL 47.4j 17.43
570-5755 SPREAJEkS. SLA„ KNOX♦ ETC, 17•4d 17.43
570-�175 TRACTOR. ! D HP A'J U•.OER, 2A�KHDZ AN 17.43
570-5re3 TRENCHINGC 4ITACN. 11 MACHINES 43 17.43
GkJJP 17.vj 17.,3
'
�70-575> ASSISTANT ENbINEEkS
' S73-58i' Ct •✓RESSC.S 17.11 17.13
570-579) C1� DISTkInU TUR S. BLJ etk�. ETC, 11.13 11.13
370-578� UILEk DRIVtk ON TRUCK LKANE 45 TUNS AYJ JN:E� 17.15 17.13
570-5800 PAVEMENT BkEAKER 11.13 17.13
S73-5605 POSTHOLE VIGGEk. MECHANICAL 17.13 17.13
570-581) PU11ER PLANT 17.13 17.13
570-5825 PJMPS. WATER 11.Ij 17.11
' 57)-578) ROLLER. CTHEk THAN PLANT XUAJ Mix 11.13 11.13
070-5815 NHEEL TRACTORS. Fan MALL TYPE 17.13 17. 13
Gk;.UP 5 17.13 17.13
573-583' GRAJECHECKER AND STAKEMAN
1 li.�s 1�.33
CITY OF RENTON
ROLLING HILL SE%Ek REPAIR
PAGE 7
' HKY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JULY 1.), I,84
OCCUPATION: POHEk EQUIPMENT OPERATORS
' LUCATIUN: CLALLA4. GRAYS HARBOR. ISLANJ. JEFFERSON, KIHa, KITSAP, LZAIS,
HAWN. JACIFIC (NORTH OF 44MKIAKUM CJJNTY NUKTHERN &QJNDA<Y
t EXTENUEJ DUE WLSY TO THE PACIFIC (JCEANI. PIERCE, SKAGIT.
SNGHOHISH. THUKSTU` ANJ MHATCOM COUNTIES.
OTHEk
570-5570 OVEKTIME : ALL WORK PERFPRMEJ IN EXCLSS OF B
HUJRS PER .;AY OF 43 HCURS PER REEK, MON04V
THROUGH FRIDAY, AN0 ALL WORK PERFURMEO Os
SATURDAYS SHALL BE PAID AT UNE A,iD )NE-HALF
TIMES THE kEuULA% RATE. ALL WORK PEkFURMLJ 0,
SUNDAYS ANC HULIJAYS SHALL BE PA1J AT OU
THE REGULAR RATE OF PAY.
573-9577 STAI:: FOREMAN - O.50 A/h/k. uVER THE HIGHEST
CLASSIFICATICH UNJLk HIS SJPEkvISJUN.
1
' CITY OF RENTON
ROLLING HILL SEWER RLPAIN
PAGE B
tHmY-R32320-AA PREVAILING NININUM HOUKLY WAGE RATES JULY I). 19BS
UCCUPATIUN: VOwEk LOJIPMENT JPERATDRS
ISEWEk C WATER LUNSTRUCTION)
LCCAT WV: CHELAN. CLALLAM. ODUuLAS (THAT POk TION WM1CH LIES WEST OF THE
120TH MERMAN) . GRAYS HARBOR, ISLAND, JEFFERSON. KIN,, KITS1•1,
KITTITAS. LEWIS. MASUN, P•',Fl� INCRTH OF A STRAIGHT L L,L
TLC SUJTHEkN •'-UNCAKY OF LEWIS CJUNTY ERTcNDEJ WEST Tu T.,.
PALIFIC UCEAN) kltkLE. SKAGIT. SNUMUMISH, THURSTO,, tAT-,- A'.J
YAKIMA ZCJNTIES.
FRI'6E BENEFITS
HFALTH AO WCU'AvE 1.80 S/Hk. ST,TE
PF%SION 2-00 f/Hk. Slcil
TuTAL HJUkLY BG,EFITS 4.31 S/HR.
TRAINIYi FU\e .2: •/Hk. ST.TC
•A C RATES
' OCCJRATIAI OCCUPATION
STAT- FEDERAL
CC)t DESCkIeTi,i . .t ATc RATE
bF loR 1
SPO-00.) 6A;.K FIL LFk 10.4 ' 10.92
' S8)-J33) 6ALRHJE (16) LASt TYPE AN.) LAk-oE« WITH 15.42 1b.92
AT TALHMk kT S)
560-LI03 CLAM 10.92 Sb.92
' Sti-J17) Ck ANE 16.92
58)-.:11) -)1 T,,,I-, , M1„-1 , 1b.v2 II..4.
SNO-J15) J.)lkk. (ALL CAT, TYPE J-3 ANJ LARetk)
' SnJ-Jlr:l )-iwl 1'.E
5e)-314) F�. V-ENL LUAufk 12YJS. A d CVER)
SRU-Ci I3 Mt C.,ANIC lo.v2 Ic.S2
SdJ-C21) McCHA'.IL .[L^ER lb.9c 1h.9<
' SdJ-02r� MUTuR oAk)kk 1L.92 lb.92
58)-63I0 SCREED 10.92 16.91
583-033J S,,I-,L 1 ? YJS. A .J UNULR1
S d0-J 3�') SI;:E iJCr (ALL CAT . TVP, J-3 ANJ LARSEkI 1:,.4. 1.:•.4.
o.)Op 2
50)-JOi eACKH„E ISE3 LASt TYPE A',) SMALLER •17H lb.r.> lt .411
AITACMMENTSI
580-005) BENDI%a PACHINE lb.ri� L^.r2:•
SAJ-OJbJ b.,JM TRJCK (STATIJNA,.YI
CITY OF kE.,TJK
k GLLIN4 HILL St%Ek REPAIR
PAGE 25
' •+.'-A32320-AA PREVAILING MINIMUM HOURLY WAGE RATES JULY 10, lv6.
,)CCJPAII..N: POMEP EOUIPMENT OPERATORS
(SEWER C WATER CONSTRUCTIONI
LOCATION: CHELAN, CLALLAM. JUUbLAS (THA1 PORTION WHICH LIES WEST Or THL
' 120TH MEPIDIAKI , 4RAYS HARBOR. ISLAND, JEFFERSO'N, KIW., KITS4o,
KIITITAS. LF% IS. MASON. PACIFIC (NORTH OF A STRAIGHT LINE FRO%
THE SUUtHPN BJUNUARY OF LEWIS COUNTY EIT:NUEJ WEST TJ THc
PACIFIC UCE4N) PIERCE. SKAGIT. SNOHOMIiH, INUkSIDN, 0 4%,4 a .J
VAK14A COUNTIES.
WA.., kAltj
u•C UP:TI J + OCCUPATION St At FE?t R.A4
DESCRIATIL+ kATt FATE
SRO-Q07) BUkiNS MdC HINt 16.42, 10.4 b
580-004) CdMPail,.k' la.4t> 16.425
503-014) O..1tN (ANY TTPL SMAL1Ek THAN CAT U-3' lb.4U 15.42>
>RJ-Ci7) OPILLS ILEAn! T)PL , 1o.42a 16.42>
Fk„rV-EkC LCA.:F. IUNJER a YJ.I to.r,]> 1a.42i
41% TRUCK 1E .41> lb.425
MELHANILAL GREASEn lLAkGL "GREASE Tk JLKI lb.r:a I6.42>
PAVING MF.HINt$ lS.r L 1a.42>
S6S-O297 P1,I FIktPAK I NG14 UPLk AT EL ABOVt 3 84L .1 1u.1. ]tr.425
59d-:3J1 ROLLkkS 1>.41% 10.4 h
SERVICE PL L. to.r2> 10.42>
Stl'.-C34'. $IJE WO T1al SMALLIK TMV, 1-41 J-31 10.42> l0.425
TkALTA16
5 R0�}3P) at Ll VLIINT ST iEM la.r:• lo.r2>
Gk, ni 3
SP)-JQll Alk CGM"k;. SS..,- 14.44 14.46
56}-^-Ok3 CHAIN TYPO DITCHEk lJ11.H WITCHI 14.4a. 14.4c
SRO-Clla CJNCkLIE $A* 14.4o 14.46
>6)-026) OIL-GOLAStP 1..46 1..46
' 553-d2>) Oa'A 1•.4a 1r.46
5RD-U243 Pi+MP 1r.46
SRO-0370 •cL0!'u, MACHINC 14..6 1•..vo
1
f
Llir 0' .+F NtOn
AGLIING hILL SE4E- kEPAIR
PAGE 26
1
1
1
t
1 SPECIAL PROVISIONS
1
i
i
1
1
1
1
i
1
1
1
' CITY OF RENTON
1
APWA STANDARD SPECIFICATIONS
' 711E STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSfRUCTION PREPARED
BY THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WOWS ASSOCIATION, 1981
' EDITION, SMALL BE HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS" AND
SAID SPECIFICATIONS TOGETHER WITH THE LAWS D� THE STATE OF WASHINGTON AND THE
ORDINANCES AND CHARTER OF THE CITY OF RENTON, 50 FAR AS APPLICABLE, ARE HEREBY
INCLAND SHALL
APPLY EXCEPT D IN SEXCEPT AS AMENDED F OR A SL;ERSEDED TIONS AS T BY THE SPECIAL AHDI TEECHNICNTIALY PROVISIONS
HEREIN.
A COPY OF THESE STANDARDS SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE
PUBLIC WORKS JIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTOH 98055, WHERE
THEY MAY BE EXAMINED AND r,ONSULTED BY ANY INTERESTED PARTY.
' WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE OWNER, SUCH
REFFREfICE SMALL BE CONSTRUED 70 MEAN THE CITY OF RENTON, AND WHERE REFERENCE
IS IRECT'lh! TO THE
7PUBLICINEER, SUCH REFERENCE WORKS, CITY OF RENTON` O HIS OUL Y AU
SHALL AR CTR TO MEAN
TTHORII D REPRESENTATIVE,
AL
1 THE
S1ANn L PROVISIONS ANTO SHALL BE IN
ALnl'IDN O OR SHALL SUPERSEDE PROVISIOOFImSTADARD SPECIFICATIONS IN
CONFliCI HEREWITH.
' HEADINGS
' HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUB,WTICLE' ARE INSERTED FOR
CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT TK INTERPRETATION OF THE
CONTRACT DOCUMENTS.
' SPECIAL AND TECHNICAL PROVISIONS STRV.TURE
THE SPECIFICATIONS NOTED HEREIN ARE 1N ADDITION TO, OR IN LIEU OF, DIVISION 1,
11, 111 AND 1V OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARKED
"RErLACEHENI SECTION" OR "PARTIAL REPLACEMENT SECTION," THE SPECIFICATIONS
' HEREIN ARE TO REPLACE, OR PARTIALLY REPLACE, THE STANDARD SPECIFICA110NS
NOTED. WERE SECTIONS ARE MARKED, "AODITIONWL SECTION," THE SPECIFICATIONS
HEREIN ARE TO BE AN ADDITION TO THE STANDARD SPECIFICATIONS NOTED, WHERE
SECTIONS ARE MARKED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO
BE A SUPPLEMENT TO THE STANDARD SPEC IF ICAT ION, ,
Revised 3/84
t
SPECIAL PRDVISIONS '
INDEX '
SECTION
PAGE '
SECTION 1
SPECIAL PROVISIONS SP I
STANDARD SPECIFICATIONS SP I
ACT OF G00 SP 1
SHOP DRAWINGS SP 2
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2 SP 2
PUBLIC OPENINGS OF BIDS SP 2
SECTION } SP 2
CONSIDERATION OF BIDS SP 2
'SECTION 4 SP 2
PROCEDURE AND PROTEST BY THE CONTRACTOR SP 2
USE OF MATERIALS FOUND ON THE PROJECT SP 2 '
WASTE SITES SP 3
HOURS OF WORK SP 4
CONTRACTOR'S OPIES OF CONTRACT OOCUIE NTS SP 4
sEcrSECTIONs SP 4
SUBMITTALS SP 4
CONSTRUCTION STAKING SP 4
FINAL ACCEPTANCE SP 5
METHOD OF SERVICE OF NOTICE SF 6
ERRORS AND OMISSIONS SP 6 '
SECTION 7 SP 6
SANITATION SP 6
LOAD ,,1'41TS SP 6 ,
EMPLOYMENT OF STATE RESIDENTS SP 6
WAGES SP T
SUBCONTRACTING SP
RECORDS AND REPORTS SP 9
CONTRACTOR'S RESPONSIBILITY FOR WORK SP 9
RESPONSIBILITY FOR DAMAGE SP 10 '
PROTECTION AND RESTORATION OF PROPERTY SP 11
RESTORATION OF STRUCTURES AND SURFACES SP 11
UTILITIES AND SIMILAR FACILITIES SP 11
SP 13 '
Revised 3/04 ,
'b
x
i
PUBLIC LIABILITY AND PROPERTY DWGE GENERAL SAFETY REQUIREMENTS SP 13
' FLAGMEN, BARRICADES, AND SIGNS SP 13
OUS' CONTROL SP 14
RIGHTS OF NAY SP 15
EMPLOYMENT OPENINGS SP 15
Se CTION 9 SP 15
PROGRESS SCHEDULE SP 15
' PRE-CDNSTRUCTION CONFERENCE SP 15
NOTICE TO PROCEED SP 16
TIME OF COMPLETION SP 16
LIQIIOATED pFWAGES SP 16
MERTIME NOU( BY OWNER EMPLOYEES SP 17
CONTRACTDR'S PLANT AND EQUIPMENT SP 17
ATTENTION TO HORN SP 17
1 SECTION 9 SP le
MEASUREMENT OF QANTITIES SP lB
' SCOPE OF PAYMENT SP 18
ICFP S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 19
SP 19
1 Revised 3/94
i
i
1
SECTION 1
i
1-1.39A SPECIAL PROVISIONS (A ]1TIONAL SECTION`
ALL PROVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO AND PROVIDING ,
FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE DELETED AND
VO10. THE MEASUREMENT AND PAYMENT SECTION SET FURTH IN THESE DOCLMENTS SHALL
BE THE BASIS FOR PAYMENT OF ALL WORK PERFORMED UNDER THIS CONTRACT. i
1-1.398 STANDARD SPECIFICATIONS (ADDITIONAL SECTION) i
OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM
THE LATEST EDITIONS OF: i
AWWA AIERICAN WATERWORKS ASSOCIATION
ANSI AMERICAN NATIONAL STANDARDS
ASA AMERICAN STANDARDS ASSOCIATION i
ASIR AMERICAN SOCIETY FOR TESTING AND MATERIALS
IZ1.50L ACT OF GOD (REPLACEMENT SECTION) i
"ACT OF GOO" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC i
PHEN&,:NON OF NATURE. A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL
PHENOMENON OF UNUSLAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE WORK, *,ICH
MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE GENERAL
LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN AC' Of GOD.
1-1.51 SHOP ORAMINGS (REPLACEMENT SECTION) i
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS Of INSTALLATION, OR OTHER i
CONSTRUCTION FREPARED BY THE CONTRACTOR, A SUBCDNTRACTOR, OR A MANUFACTURER
AND SUBMITTED FOR THE APPROVAL OF THE OWNER.
1-1.52 OR EQUAL (REPLACEMENT SECTION)
WHERE THE TERM "OR EQUAL" 15 USED HEREIN, IRE DWNER, OR THE OWNER ON i
RECOM►ENDATION OF THE ENGINEER, SHALL BE THE SOLE JUDGE DF THE QUALITY AND
SUITABILITY OF THE PROPOSED SUBSTITUTION.
i
SP 1 Revised 3184
i
i
' 1-1.53 APPROVAL (REPLACEMENT SECTIONI
' THE TERM "APPROVAL" OR "APPROVED" SHALL FEAR APPROVAL GIVEN BY OR GIVEN
PROPERLY ON THE BEHAL` OF THL OWNER.
SECTION 2: BID PROCED(RES AND CONDITIONS
2-1.12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION)
' SEALED BIDS KILL BE RECEIVED BY THE CITY JF RENTON, WASHINGTON, BY FILING WITH
THE CITY CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL FOR BIOS
AND WILL BE OPENED AND PUBLICLY READ ALOUD.
SECTION 3
' 3-1.01 CONSIDERATION OF BIDS (ADDITIONAL SECTIONI
' AWARDING OF CONTRACT WILT_ BE BASED ON TOTAL SUM OF ALL SCHEDULES OF PRICES.
NO PARTIAL BIDS WILL BE ACCEPTED.
CTION 4
1 4-1.05 PROCEDURi AND PROTEST BY THE CONTRACTOR REPLACEMENT SECTION
' ANY QUF5TIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR HIS
SUPERINTENDENT OR FOREMAN AS TO THE MEANING AND INTENT OF ANY PART OF THE
PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY
BROUGHT TO THE ATTENTION OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVES
FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
FAILURE !'N THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO
DISCOVER AND CONDEMN OR REJECT IMPROPER, DEFECTIVE OR INFERIOR WOPg OR
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK OR
MATERIALS, OR THE PART OF THE IMPROVEMENT 1N WHICH THE SAME MAY HAVE BEEN USED.
TO PREVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES HERETO
THAT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE THE
' QUA147ITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THE E
IMPROVEMENTS. HE SHALL DECIDE ALL QUESTIONS RELATIVE TO THE EXECUTION OF THE
WORK AND THE INTERPRETATION OF THE PLANS A4 SPECIFIC47IONS.
SP 2 Revised )/&.
IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH 'INTERPRETATION, HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
CLERK IN MUTING OF THE ANTICIPATED NA-URE AND AMOUNT OF THE DAMAGE OR
AN DAMAGES. OGREEMENT CANNOT THEN E BE S REACHED SENCE NWIITHH_N 131 DAYS.NG OF H THE ENT
THE CITY N TTY AND THE CONTRACTOR
WILL EACH APPOINT AN ARBITRA70R AND THE TWO SHALL SELECT A THIRD WITHIN 30 'DAYS THEREAFTER.
THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SWILL BE FINAL AND 'BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLENGES
THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THE ,SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR THE PE'ITIDH R
REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND DECISION:
1. ARE NOT RESPONSIVE TO THE QUESTIONS SUBMi11EO;
2. IS CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPUNENT THEREGF;
3. IS ARBITRARY AND/OFF IS NOT BASED UPON THE APP' ICABLE FACTS AND
THE L4h -ONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY cFTTING FORTH IN 'WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED AT ANY
SUCH HEARING.
THE ARBITRATION SMALL BE CONDUCTED IN ACCORDANCE WITH THE S`^TUTES OF THE
STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE.
THE COSTS OF SUCH ARBITRATION SHALL BE BORNE EQUAL' Y BY THE CITY AND THE
CONTRACTOR UNLESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'S
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE
FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE CONTRACTOR.
THE VENUE OF ANY SUIT SHALL BE IN KING COUNTY, WASHINGTON, AND IF Tif
CONTRACTOR IS A NON-RESIDENI OF THE, STATE OF WASHINGTON HE SHALL DESIGNATE AN
AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COMENCING WORK , NDER THIS
CONTRACT.
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT (REPLACE'ENT SECTION) '
ALL SALVAGE MATERIAL AS NOTED JN THE PLANS AND TAKEN FROM ANY OF THE DISCARDED 'FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY SALAVAGED AND
DELIVERED TO THE CITY SHOPS.
ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH t BASINS, AND STORM AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND DELIVERED
TO THE CITY SHOPS.
ANY COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL BE CONSIDERED
INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE
SP 3 Revised 3/64 '
4-1.12 WASTE SITES (ADDITIONAL SECTION)
ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL BE HAULED, DUMPED,
AND SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR.
THE CONTRACTOR SHALL HAVE THE (RESPONSIBILITY OF OCTAINING HIS OWN HASTE SITE.
ALL WORK INCLUDED IN THIS SECTION SWILL BE CONSIDERED TO BE INCIDENTAL TO
OTHER ITEMS OF WORK AND NO FURTHER "OMPENSATION WILL BE MADE.
THE ROUTE TAKEN TO THE WASTE SITE SWILL BE MAINTAINED SOLELY BY THE CONTRACTOR
IN A WINNER AS DESCRIBED BELOW:
THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS, POWER SWEEPERS, AND
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORH(S DIRECTOR TO
ALLEVIATE THE PROBLEM OF LOST StA)ILS ALONG THE ROUTE. PROMPT RESTORATION OF
THE ROUTE IS MANDATORY.
4-1 13 HOURS OF WORT( (REPLACEMENT SECTION)
THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PER1uD FROM 8:00 A.M. TO 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED AT THE.
DISCRETION OF THE ENGINEER WHEN IT IS IN THE INTEREST OF THE PUBLIC OR THE
CDNTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE.
' 4-1.14 CONTRACTQR'S COPIES OF CONTRACT DOCUMENTS
THE CONTRACTOR WILL BE SUPPLIED BY IHE DARNER WITH 5 SETS OF PLANS AND
' SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING
ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPI AT THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND AT ALL TIMES AVAILA9LE TO THE OWNER AND THE ENGINEER.
ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE FURNISHED BY
' THE OWNER AT NET COST OF REPRODUCTION.
SECTRLN 55
' 5-1.03 SUBMITTALS (REPLACEMENT SECTION)
THE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA,
CERTIFICATES, SAMPLES, TESTS, ME THOO, SCHEDULES, AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT THE MATERIALS AND EQUIPMENT
TO BE FURNISHED AND THE METHOD OF WORK COMPLY W1TH THE PROVISIONS AND INTENT
OF THE SPECIFICATIONS AND DRAWINGS, IF THE INFORMATION SHOWS ANY DEVIATION
FROM THE CONTRACT REQUIREMENTS, !HE CONTRACTOR SHALL, BY A STATEMENT IN
WRITING ACCOMPANYING THE INFORMATION, ADVISE THE ENGINEER OF THE DEVIATION AND
STATE THE REASONS THEREFORE.
SP 4 Revised 3184
1
5-1.05 CONSTRUCTION STAKING (REPLACEMENT SECTION) ,
THE ENGINEER SHALL HAVE THE R1GH1 TO MAKE REASONABLE CHANGES 1N THE GRAMS AS
THEY ARE SHOWN ON THE DRAWINGS. GRADES WILL BE E'TABLISHED IN THE FORM OF
OFFSET STAKES AT DISTANCES NOT GREATER THAN 50 FFE1, SET IN ADVANCE OF THE
WORK. WHENEVER WORK IS IN PROGRESS, THE CONTRACTOR SWU1 NAVE IN HIS
EMPLOYMENT A WORKER COMPETENT TO SET A BATTER BOARD OR OTHER CDNSTPJCTI04
GUIDE FROM THE LINE AND GRADE STAKES GIVEN BY THE ENGINEER, '
SUCH EMPLOYEES SHALL HAVE THE DUTY AMU RESPONSIBILITY OF PLACING AND
MAINTAINING SUCH CONSTRUCTION GUIDES. A BATTER BOARD SET WITH AN ENGINEER'S '
LEVEL SMALL BE USED FOR AL!. LINES SET ON A GRADE OF 0.50 PERCENT OR LESS, Al
LEAST THREE BATTER BOARDS SHALL REMAIN IN PLADF. DURING PIPE LAYING
OPEDESTROYED SAND REQUIRE RESETTING A CONTRACTOR'S
BELIGENCE, ANY STAKES SMALL DEDUCTED FROM THE CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING REQUIRED FOR SUCH
REPLACEMENT.
THE LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING ,
1. REQUESTS FOR USE, EGJIPMENT, AND METHOD OF OPERATION ARE '
SUBMITTED FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR
TO USE.
2. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 '
TIMES DAILY BY CONVENTIONAL METHODS.
3. PROPER ANCHORING OF PIPE IS PERFORMED 14 LOCATIONS WHERE A BOX 1L ,
BEING USED FOR EXCAVATION.
THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FUR 14L
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TC PREVENT WORK DELAYS
WHILE WAITING FOR CGNSTRUCTION GUIDES.
THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DE',A1LED DIMENSIONS AND ,
TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS.
DELAYS BY REASON OF LACK OF STAKES OR A TIME REQUEST ;OR SURVEY LESS THAN 3 ,
DAYS ARE DEEMED A RISK TO THE CONTRACTOR AND SHALL NOT BE 1HE BASIS FOR CLAIMS
FOR ADDITIONAL COMENSAIION OR CONSTRUCTION TIME.
ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CCNSIDERED INCIDENTAL TO ,
OTHER 810 ITEMS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WILL BE MADE,
UNLESS A BID ITEM FOR SURVEYING 15 SPECIFICALLY LISTED IN THE SCHEDULE OF
PRICES. '
SP 5 Veviseo 3/84 ,
1
5-1,12 FINAL AMPTANCE (REPLACEMENT SECTION)
THE CONTRACTOR SMALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF THE
Nab( WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY
HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH THE TERMS
OF THE CONTRACT, AND SHALL THEREUPON RECOMMEND TO THE OWNER THAT THE Wow IS
ACCEPTABLE. FINAL DETERMINATION OF THE. ACCEPTABILITY OF
WADE BY THE OWNER. THE WORK SHALL BE
i5-1-.1S IETHOD OF SERVICE OF NOTICE (REpLACENENj SECTION)
WRITTEN NOTICE SMALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON
tTO THE INDIVIDUAL, OR TO A PARTNER OF THE FIRM OR TO AN OFFICER OF THE CORPORATION DR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A
GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSINESS
' ADDRESS SHOWN IN THE CONTRACT DOCLK NTS.
t5-1.17 ERRORS AND OMISSIONS (KEPI CEMENT SECTION)
1F THE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS Up
OMISSIONS IN THE CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SURVEY POINTS
' AND INSTRUCTIONS, OR IF HE BECOMES AWARE ENGINEER, IF HE DEEMS IT NECESSARY,
OF ANY DISCREPANCY BETWEEN THE
CONTRACT OOCUENIS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE SWILL
IMMEDIATELY THE ENGINEER. THE
SWILL RECTIFY THE MATTER AND ADVISE THE CONTRACTOR ACCORDINGLY. ANY WORT( DONE
AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, MILL BE DONE AT THE CONTRACTORS RISK.
SECTION ?
7-1.D4 SANITATION (ADDITIONA SECTION)
ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION FACIL111ES
SHALT. BE CONSIDERED INCIDENTIAL 10 THE PROJECT AND NO COMPENSATION SMALL BE
MADE.
7-1.07 lOM LIMITS (REP-ArcHENT SIT mr.i
ALL MOTOR VEHICLES OF THE CONTRACTL , SUBCONTRACTORS, AND SUPPLIERS SMALL
STRICTLY ADHERE TO CH. 46.44 OF 14 MOTOR VEHICLE LAWS OF THE STATE OF
WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGMI,
AND LOADS OF MOTOR VEHICLES.
PAYMENT WILL NOT BE MADE FOR ANY MATERIAL THAT 1S DELIVERED IN EXCESS OF THE
LEGAL WE IGHI FOR WHICH THE VEHICLE IS LICENSED.
SP 6 Revised 3/84
ANY VIOLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTED LAW '
ENFORCEMENT AGENT.
THE CONTRACTOR 15 10 FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL '
HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE
HUFBER, TARE WEIGHT, AND LICENSED LOAD LIMITS. '
7-1.08 EMPLOYMENT OF STATE RESIDENTS IREPLACEENT SECTION]
THE SECTION ON EMPLOYMENT OF STATE RESIDENTS IS DELETED IN ITS ENTIRETY. ,
7-1.0. WAGES (REPLACEMENT SECTION) t
THIS CONTRACT IS SUBJECT TO CHAPTER 39.12 RCW, AND AMENDMENTS AND ADDITIONS t
THERETO RELATING TO MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEDERAL WAGE LAWS
AND REGULATIONS ARE ALSO APPLICABLE. HOURLY MINIMM RATES OF WAGES AND FRINGE
BENEFITS ARE SHOWN IN THE CONTRACT. MEN FEDERAL WAGE RATES AND FRINGE
BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE UNITED STATES DEPARTMENT t
OF LABOR DECISION NUMBER WA 83-5110.
THE CONTRACTOR, ANY SUBCONTRACTOR, OR OTHER PERSON DOING THE WORD OR ANY PART ,
OF IT SHALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE REQUIRED
40URLY MINIMUM RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH
HOURLY ROTES MAY BE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE
EMPLOYEER SWILL CONTRIBUTE FOR EACH COMPENSABLE HOUR THE FRINGE BENEFITS
LISTED. IT IS SPECIFICALLY UNDERSTOOD AND AGREED THAI THE WAGE RATES AND
FRINGE BENEFITS FUR THIS CONTRACT ARE SUBJECT TO CHANGES, THAT THE BIDDER
ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY INCREASED LABOR COST ,
BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY
DOES NOT WARRANT OR REPRESENT THAT LABOR CAN BE PROCURED FOR THE MINIMUM RATES
SET FORTH OR AS CHANGED. I1 IS THE CONTRALTOR'S RESPONSIBILITY 10 ASCERTAIN '
THE WAGES ABOVE SUCH MINIMUM AS FE WILL HAVE TO PAY,
THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE 10 THE CITY AND
INDUSTRIES, A COPY OF THE AP-ROVED "STATEMENT OF INTENT TO PAY PREVAILING ,
WAGE," A COPY OF THE PREVAILING WAGE RATES FOR THE PROJECT UPON WHICH THE
CONTRACTOR HAS INDICATED THE APPROXIMATE NUMBER OF WORKERS IN EACH
CLASSIFICATION; AND THE ADDRESS AND TELEPHONE M-WR OF THE INDUSTRIAL ,
STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES MERE A COMPLAINT DR
INQUIRY CONCERNING PREVAILING WAGES MAY BE MADE.
ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE OF WASHINGTON ,
DEPARTMENT OF LABOR AND INDUSTRIES AND By THE U.S. SECRETARY OF LABOR, IF
THERE IS A DIFFERENCE BETWEEN THE TWO IN THE PREVAILING RATE OF WAGE FOR A
SIhILAP. CLASSIFICATION OF LABOR, THE CONTRACTOR SMALL PAY NOT LESS THAN THE ,
W1,GE WHICH IS THE NIGHER OF THE TWO.
1
SP 7 Revised 3Y84
1
IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RAILS
DETERMINED BY TE STATE DEPARTMENT OF LABOR AND INDUSTRIES, HE SMALL PRESENT
TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A
PROGRAM APPROVED BY THE STATE APPRENTICESHIP COUNCI- AND THE PERIOD OF
PROGRESSION FOR EACH SUCH APPRENTICE EMPLOYEE.
IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
DETERMINED BY THE U.S. SECRETARY OF LABOR, HE SHALL PRESENT TO THE ENGINEER
WRITTEN STATE
APPRENTICESHIP ANDTRAINING E OF AGENCYTION OAPPROVED AND RECOGNIZEDf SUCH EMPLOYEES IN APBRY THE URAMOF5,p BUREAU
OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE
CONTRACTOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S.
NG APPRENTICESHIP
ENGINEER F D WRITTEN EVIDENCE OF THE ESTNABLISEC APPRENNTTICEE JOURNEYMAN RAIIOS AND WAGE RATES IN THE PROJECT AREA, WHICH WILL RE THE BASIS FOR ESTABLISHING SUCH
' RATIOS AND RATES FOR THE PROJECT UNDER THE APPLICABLE CONTRACT PROVISIONS.
IF ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR WORK OF
A SIMILAR NATURE TO THAT "UNTEMPLATED UNDER THE CONTRACT AND SUCH DISPUTE
CANNOT BE ADJUSTED BY THE PAKTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT
REPRESENTATIVES, THE MATTER SHALL BE REFERRED TO THE DIRECTOR OF THE
DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE
UNITED STA'.ES
OF LABOR OFFICES ARE INVOLVED) AND ND HI DECISION N PREVAILING WAGES
THEREIN SHALLBE FINAL. CONCLLUSIVE ESTABLISHED BY TAND
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE.
IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED IN THE SPELIAL PROVISIONS, THE CONTRACTOR SMALL REQUEST THE DETERMINATION OF THE A"-ROPRIATE WAGE RATE FOR THE CLASSIFICATION AND FOR THE AREA 1N WHICH WORK IS
PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND
INDUST IES.
ON FEDERAL-AID PROJECTS THE CONTRACTOR AND EACP SUBCONTRACTOR SHALL FURNISH
WEEKLv PAYROLL STATEMENTS TO THE ENGINEER. lF WEEKLY STATEMENTS ARE NOT
UTILIZED THE CONTRACTOR SMALL FURNISH A CERTIFICATION. PRIOR TO EACH PROGRESS ESTIMATE PAYMENT. CONFIRMING THAT PREVAILING WAGE RATES HAVE BEEN PAID
IF THE CONTRACTOR UTILIZES THE OCCUPATION CODE WHEN SJBMITTING PAYROLLS AND
WAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE PROJECT, THE JURISDICTIONAL AREA INVOLVLO SHALL BE SHOWN IMEDW ELY FOLLOWING
THE OCCUPATION CODE NUMBER, I,E.: 10-0010 YAK.E.
THE CONTRACTOR'S RECORDS PERTAINING TO WAGES PAID AND PAYROLLS SHALL BE OPEN
TO INSPECTION OR AUDIT BY REPRESENTATIVES OF THE CITY DURING THE LIFE OF THE
CONTRACT AND FOR A PERIOD OF NOT LESS THAN THREE (3) YEARS AFTER THE DATE OF
ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS FOR THAT
PERIOD. WERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE
CONTRACT ARE MAINTAINED BY SUBCONTRACTORS OR AGENTS OF THE CONTRACTOR, IRE CONTRACTOR EXPRESSLY GUARANTEES THAT THE RECORDS OF SUCH SUBCONTRACTORS OR
AGENTS SHALL BE OPEN TO INSPECTION AND AUDIT BY REPRESENTATIVES OF THE CITY ON
THE SAE TER45 AND CONDITIONS AS THE RECORDS OF THE CONTRACTOR. IF AN AUDIT
IS TO BE COMMENCED MORE THAN SIXTY (60) DAYS AFTER THE ACCEPTANCE DATE OF THE
CONTRACT. THE CONTRACTOR WILL BE GIVEN A REASONABLE NOTICE OF lE TIME WEN
SUCH AUDIT IS TO BEGIN.
SP 8 Revised 3/84
BEFORE PAYMENT IS WADE BY THE CITY OF ANY SUMS DUE UNDER iH15 CONTRACT, THE
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY OF
"STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM L 6 I NUMBER 700-29
WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES). '
UPON COMPLETION OF THIS CONTRACT, THE CITY MUST RECEIVE FROM THE CONTRACTOR
AND EACH 5116CONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FifW L 6 1 NUMBER
700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT ALL PREVAILING
WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE
FROM THE PRIME; CONTRACTOR A COPY OF "RELEASE FOR THE PROTECTION OF PROPERTY
OWNERS AND GENERAL CONTRACTOR" (FORM L 6 I NUMBER 206083 THE STATE DEPARTMENT '
OF LABOR AND INDUSTRIES). THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS
RETAINED, ACCORDING TO THE PROVISIONS OF RCW 60.28.010 ARE RELEASED TO THE
CONTRACTOR. FORMS MAY BE OBTAINED FROM THE DEPARTMENT OF LABOR AND '
INDUSTRIES. A FEE OF $12.00 PER EACH "STATEMENT OF INTENT TO PAY PREVAILING
WAGES" AND "AFFIDAVIT OF WAGES PAID" IS REQUIRED TO ACCOMPANY EACH FORM
SUBMITTED TO THE DEPARTMENT OF LABOR ANO INDUSTRTES. THE CONTRACTOR IS ,
RESPONSIBLE FOR PAYMENT OF THESE FEES AND SHALL MAKE ALL APPLICATIONS DIRECTLY
TO THE DEPARTMENT OF LABOR AND INDUSTRIES THESE FEES SHALL BE INCIDENTAL TO
ALL THE BID ITE#§ OF THIS CONTRACT.
IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TO THE WASHINGTON STATE '
DEPARTMENT DF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PROVIDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REQUIRED
BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.010 ARE
RELEASED TO THE CONTRACTOR.
7-1.111 $MCONTRACTING (ADDITIONAL SECTION)
BEFORE PAYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SLO41T AFFIDAVIT OF
AMOUNTS PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE
PARTICIPANTS ON THE FORM PROVIDED BY THE CITY; CERTIFYING THE AMOUNT PAID TO
MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS. '
7-1 11J RECORDS AND REPORTS (REPLACEMENT SECTION)
THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUBMIT THE FOLLOWING DOCUMENTS
BEFORE PROGRESS AND/OR FINAL PAYMENTS 10 THE CONTRACTOR WILL BE APPROVED BY
THE PUBLIC WORKS DIRECTOR: '
1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257
2. EACH JULY - STATE HIGHWAY FORM PR-1391 '
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR OWING THE
PRECONSTRUCTION MEETING. '
SP 9 RevlseC 3/84 ,
AN EQUAL EMPLOYMENT OPPORTUNITY REPORI CERTIFICATE SWILL BE EXECUTED BY THE
BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH COIFS WITHIN THE
' PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY OF
LABOR AS REVISED HAY 21, 1968. THE FORM OF CERTIFICATE WILL BE FURNISHED TO
THE CONTRACTOR WITH THE P'r inSAL, STATING AS TO WHETHER HE, HIS FIRM,
' ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN ANY PREVIOUS
CONTRACTS UR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF SO,
WHETHER OR NOT HIE HAS SUBMITTED ALL REPORTS DUE UNDER APPLICABLE FILING
REQUIREMENTS.
' FAILURE ON THE PART OF THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL BE
DUE CAUSE FOR REJECTION OF THE BID.
IF A CONTRACTOR TO WHOM AN AWARD E IS ABOUT TO BE MADE, EXCEPT FOR LACK OF AN
EXECUTE
EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO PROMPTLY
UTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE By
THE DIRECTOR OF PUBLIC WORKS THAT SAE 15 LACKING FROM HIS PROPOSAL. THE
PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, OR CA�m WHICH ACCOMPANIED THE BID,
WILL BE FORFEITED TO THE CITY.
tWHENEVER A CONTRACTOR REQUESTS PERMISSION TO SUBLET A PART OF ANY CONTRACT AND
SUCH CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY REGULATIONS
Of CERTIFICATION SECRETARY OBTAIN THIS
ICATION FROM HIS LABOR,R REVISED OSED SUBCONTRACTOR AND FORWARD ITLL TOGETHER WITH
SUCH REQUEST, NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT OF SUCH
CERTIFICATION FROM THE SUBCONTRACTOR,
' FOR THIS PURPOSE, CERTIFICATION FORMS HA, pBfA•NED FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT.
7-1.13 CONTRACTOR'S RESPONSIBILITY `R r' _ pjiEC TION
THE WORK SHALL BE UNDER THE CONTRA 'a '; n.ti•J':SI f +RE A'10 CHARGE, THE
CONTRACTOR SHALL BEAR ALL LOSS AN„ JAMA:;. W "OEr , PAU FT:!M WHATSOEVER
CLAUSE, EXCEPT THAI CAUSED SOLELY BY Z AC, jar A,
t OR TO THE WORK DURING THE FULFILLMENT I's _ T KWIC, MAY OCCUR ON
DAMAGE OCCURS, THE CONTRACTOR SWILL IMLC'AT'L1 'MftJ , If AVY SUCH LOSS OR
DAMAGE, AND IN THE EVENT OF THE CONTRAL"',,.p ,Y SUCH LOSS OR
THE OWNER MAY ITSELF OR BY THE EMPLOYMENT Uf5�1f1N'�iNR PERSON NEGLECTING TO
GOOD ANV
SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF 50 DOING SHALL BE CHARGED TO
THE CONTRACTOR.
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF HIS
AND HIS SUBCONTRACTOR'S EMPLOYEES, ,JNi FOR HIS AND HIS SUBCONTRACTOR'S PLANT
AND EQUIPMENT AND THE ME TROD OF PROSECUTING THE WORK.
' DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL PURSUE
ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY.
' SP 10 Revised 3/B4
No PORTION OF THE WORK
WHOSE AFFECTED BY UNFAVORABLE CONDITIONS
SATISFACTORY QUALITY LP EFFICIENCY ILL BE ,
EXIST, LMlE55 By SPECIAL4N5i ORS SHALL BE CONSTRUCTED WHILE TIESE CONDITIONS
CONTRACTOR SHALL BE ABLE TO OVERCOME THEN.
ACCEPTABLE TO THE ENGINEER, THE
7-1,14_=18IUTY FOR pMyLGE ( t
fTIpNpLSECTION)
THE CONTRACTOR SHALL BE RESPONSIBLE FOR ,
PROJECT LIMITS AND ON ANY STREET WHICH CONTROLLING DUST AND
TRUCKSDURATI,
Of THE PROJECT. IS UTILIZED BY HIS E MUD WITHIN THE
TRUCKS. POWER SWEEPERS, . THE CONTRACTOR
SMALL BE W ANT FOR WTHE
ATERING
THE ENGINEER, TO AVOID EQUIPMENT AS PREPARED TO USE WATERING '
CREATING A NUISANCE DEEMED NECESSARY By
OUST ANO MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT,
COMPENSATION WILL BE MADE FOR THIS SECTIOt . ,AND NO
COMPLAINTS OF OUST, MID, OR UNSAFE PRACTICES AND/OR PROPERTY
OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR '
CORRECTING WILL BE RE DAMAGE TO PRIVATE
WILL BE CALLED Fpq SHDUID REPETITIVE WTTEN NOTICE
OF CORRECTION
RECEIVEDORREIO OF ACTION IN
OF COMPLAINT ITEMS
HE CITY. '
7-1-16PgOT CTIDN ANO RESTORATION OF 'R
THE OPERTY -�PLACEMEqT SECTION
OWNER WILL TIE CONTRACTOR SHALLNL ALL EASEMENTS AND
TRESPASS ON PRIVATE PRHIS FRANCHISES AR REQUIREDSTAI FOR THE PRCJECT.
PROPERTY, OPERATION TO THE AREAS OB7AINFD AND SHALL NOT
COOE�HE MSHALLONTOO7ppERHERNW LANDS,
TH TNFSRIGHTCATED IN CONNECTION WITH THE WORN
CONTRACTOR SHALL NOT UNREASONABLY ETHE RI 7T OF ACCESS TO SUCH HE
MATERIALS. PREMISES WITH HIS EQUIPMENT
S. iOORR !
THE CONTRACACCESS TOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY LAND nND NOT RUCTION FACILITIES OR DESCRIBED THAT MAY BE REQUIRED ADDITIONAL
1
TEMPORARY
ALL ACCESS ROADS, OEIC H R STORAGE OF MATERIALS. HE SHALL CONSTRUCT
OPERATIONS. THE CONTRACTORO�. OR OTHER TEMPORARY WORK AS REWIRED BY HIS
AND OPERATION OF HIS WORKERS THOSE FAREAS HIS E$CMpWN NANO
ADDITIONAL AREAS AS ME MAY PROVIDE, STORAGE OF MATERIAL,
DESCRIBED AND SUCH
RESTORATION DF STRUCTURES AND SURFACES
A' F+FNERAL. ALL CONSTRUCTION NARK UNDER THIS CONTRACT '
RIGHT-OF-WAY, OVER PRIVATE PR
OPERTYLIMITS OF SUCH RIGHT
-O OR FRANCHISE, SHALL EASENE h'>,
ACCOMPLISHED SO A$�TMPNTS, RIGHT-OF-WAY OR GRAN H BE CONFINED TO THE
MUOMi 0 CAUSE THE LEAST C LSE. ALL WOItI( SHALL BE '
ACROSS OF DAMAGE. THE CONTRACTOR SHALL h7 OF 0151L�ANCE AND A MIhiHU••
EASEMENTS SHALL NOi LEFT SCHEDULE H15 WORK SO THAT TREK'
TRENCHES SHALL NOT BE OPEN FOR OMEN DURING WEEKENDS OR HOLIDAYS A-,
MORE THAN 4B HOURS. '
SP 11 ReviseO 3 '
'�,.. ,1" 1'. ]a • .�. a {,.... 1 �::�� tel:ahr .. 5` - 41G'x
B THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY
THE STRUCTURES BE HECESSMY FOR THE PERFORMANCE OF THE WORM AND, IF REWIRED, SHALL REBUILD
' REQUIREMENTS ASHUS HEREIN SPECIFIED.VED IN AS G0HE ASHAL CONDITION AL REPA AS IIXING R R ALL EXISTIING
STRUCTURES WHICH WRY BE DAMAGED AS A RESULT OF THE WORK UNDER THIS CONTRACT.
C. EASEMENTS - CLMTTVAT D AREAS AMD OT SURFACE I CULTIVATED AREAS, EITHER AGRICULTURAL OR LAMAS,R AND OTHER IMPROVEMENTSSURFACE�
ALL
WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALL BE RESTORED AS NEARLY AS
' POSSIBLE TO THEIR ORIGINAL CONDITION.
PRIOR 10 EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR
t SHALL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE 17 1N
SUCH A MANNER THAT IT MAY BE REPLACED BY HIM, UPON COMPLETION OF
CONSIP.UCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH
' THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPLANTED IN THEIR
ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES DESTROYED OR
DAMAGED, SHALL BE REPLACED BY THE CDNTRALTOR WITH MATERIAL OF EQUAL QUALITY Al
NO AD01TIONAL COST TO THE OWNER. IN THE EVENT TWIT IT 15 NECESSARY TO TRENCH
' THROUGH ANY LAWN AREA, THE SOC SWILL BE CAREFULLY CUT AND ROLLED AND REPLACED
AFTER THE TRENCHES HAVE BEEN BACKFILLED. THE LAWN AREA SHALL BE CLEANED BY
SWEEPING OR OTHER MEANS, OF ALL EARTH AMC DEBRIS.
' THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR i0 THE SMALL
ES AND TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WOWK, INCLUDING
WN AREAS.
ALL FENCES, MIAME S, ILL MAIL BOXESE OR TOTHER TEMPORARY OBSTACLES SHALLIGHTS-OF.wAy WHICH HAVE �BE REMOVED
BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS BACKFILLED IN THEIR
ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY THE OWNER AND PROPERTY OWNER
' AT LEAST 24 HOURS 1N ADVANCE OF ANY WORK DONE ON EASEMENTS OR RIGHTS-OF-MAY.
ALL CONSTRUCTION WORK UNDER THE CONIRAC` ON EASEMENTS, RIGHT-OF-WAY OR
' FRANCHESE SHALL BE CONFINED TO THE LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR
FRANCHISE. ALL WORK SMALL BE ACCOMPLISHED SO AS i0 CAUSF THE LEAST AMOUNT OF
DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE, THE CONTRACTOR SHALL SCHEDULE HIS
WORK SO THAT TRENCHES ACROSS EASEMENTS SHAI..L NOT BE LEFT OPEN DURING WEEKENDS
ON HOLIDAYS, AND TRENCHES SHALL N0T BE LEFT OPEN FOR MORE THAN 48 HOURS.
DAMAGE 10 EXISTING STRUCTURES OUTSIDE Of EASEMENT AREAS THAT MAY RESULT FROM
' OEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SMALL BE
RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDITION SHALL BE
ESTABLISHED BY PHOTOGRAPHS TAKEN AD/OR INSPECTION MADE PRIOR TO
' CONSTRUCTION. ALL SUCH WORK SHALL BE DOME TO THE SATISFACTION OF THE PROPERTY
OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR,
D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION OF
THE SURFACE OF Ali CTREETS CTRAVELLED WAYS) USED BY HIM 1F DAMAGED.
IN THE EVENT THE CONTRACTOR DOES NOT HAVE L;" OR MATERIAL IMEDIATELY
t AVAILABLE TO WAKE NECESSARY REPAIRS, THE CONTRACTOR SMALL SO INFORM THE
OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND THE COST OF SUCH REPAIRS
SHALL BE PAID BY THE CONTRACTOR.
t
' SP 12 Revlsetl 3/B4
7-1 17 UTILITIES MO SIMILAR FACILITIES (ADDITIONAL SECTION)) '
LOCATION AND DIMENSIONS SHOWN ON THE PLAN: FOR EXISTING UNDERGROUND FACILITIES
ARE IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND '
MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND LOCATION OF EXISTING
FACILITIES.
IT SMALL BE THE CONTPoICTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND PRIVATE
COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
CONSTRUCTION AREA. THE CONTRACTOR IS WARNED T,,AT CITY OF RENTON WATER, STO4
DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC. CONTROL UNDERGROUND '
UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED
SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING '
SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CONDUIT, UTILITIEF, SIMILAR UNDERGROUND
STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SWILL BE RESPONSIBLE FOR, AND '
SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES
FOR SAME. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, REPAIF ALL DAMAGE TO SUCH
FACILITIES UP STRUCTURES DUE TO THIS CONSTRUCTION OPERATION TO THE
SATISFACTION OF THE CITY; EXCEPT FOR CITY OWNED FACILITIES WHICH WILL BE ,
REPAIRED BY THE UTILITY DEPARIMENT AT CONTRACTOR'S EXPENSE, OR BY THE
CONTRACTOR AS DIRECTED BN THE CITY.
7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION) '
THE MINIMUM POLICY LIMITS 'P SUCH INSLIRANCE SHALL BE AS FOLLOWS'
THE AMOUNT OF COVERAGE SHAL- BE NOT LESS THAN A SINGLE LIMIT OF $500,00C FOR
BODILY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCURENCE. IN ADDITION, '
AN UMBRELLA INSURANCE COVERAGE OF NOT LESS TWIN $5,000,000 SHALL BE PROVIDED,
WITH THE OWNER ANU ENGINEER THE NAMED INSUREDS. THIS LIMIT SMALL APPLY 1C
COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VEHICLE LIABILITY INSURANCE. t THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTC v PROOF OF CARRIAGE OF
THE INSURANCE REQUIRED.
7-1.23A GENERAL SAFET) REQUIREMENTS (ADDITIONAL SECTION)
THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTR'1CIION AREA, '
BY NAIL, PRIOR TO COM.'STRUCTION. THE CONTRACTOR SHALL NOTIFY ALL LOCAL POLICE,
TRAM` 1, AND FIRE DEPARTMENTS BY MAIL PRIOR TO CONSTRUCTION. NAME AND '
ADDRE_SES WILL BE EURNISHEO BY THE OWNER, THE CONTRACTOR SHALL FURTHER NOTIFY
EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO CONSTRUCTION IN
FRONT OF EACH PROPERTY.
SP 13 Revised 3/84 '
1
' 7-1_23C "AN. BARRICADES AND SIGNS (REPLACEMENT SECTION)
' FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR PROVIDED SMALL
CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EDITION OF THE
"MANUAL ON UNIFORM TRAFFIC CONTROL DEVICZS," PUBLISHED BY HE U.S. DEPARTMENT
OF TRANSPwMTAT ION
' COnIES MAY BE PURCHASED FROM THE SUPERINTENDENT Of DOCUMENSS U.S. GOVERNMENT
ITR INTING OFFICE, WASHINGTON D.C, 20402, THE CONTRACTOR SHALL IMFL:MENT THE,
TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT FINIS, AS APPLICABLE. IF
THE CONTRACTOR'S PLAN Of OPERATIONS IS IN CONFLICT WITH THE CONTRACT TRAFFIC
CONTROL PLAN, HE MAY PROPOSE MOC:FICATION OF THE TRAFFIC CONTROL PLAN BY
SHOWING THE NECESSARY CONSTRUCTION SIUM AND BARRICADES REWIRED FOR THE
t PROJECI, AND SUBMIT IT TO THE ENGINES" FOR APPROVAL AT LEAST TEN DAYS IN
ADVANCE OF THE 7IME THE SIGNS AND BARRICA,„,S WILL BE REWIRED.
THE STRIPING Of W, PASSING ZONES THAT ARE TO BE OBLITERATED 1N EXCESS OF 'SO
FEE' BY PAVING OPERATIONS SHALL BE REPLACED BY "00 NOT PASS" AND "PASS WITH
CARE" SIGNS. THE SIGNS SMALL BE LOCATED NOT LESS THAN 2 FFET OUTSIDE THE
USABLE SHOULDER NOR LESS THLN 7 FEET .ABOVE THE EDGE OF PAVEMENT. UNLESS
OTHERWISE SPECIFIED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SHALL PROVIDE
POSTS AND BE MAINTAINED BY THE CONTRACTOR UNTIL CONSTRUCTION OPERATIONS ARE
COMPLETE. WHEN THE PR0.1<CT INCLUDES STRIPING BY THE CONTRACTOR, THE SIGNS AND
POSTS SAA„L BE REMOVED BY HIM WHEN THE NO PASSING ZONES ARE HE-ESTABLISHED BY
STRIPING. THE SIGNS SMALL BE RETURNED TO THE CITY AND THE POSTS WILL BECOME.
THE PROPERTY DF THE CONTRACTOR FOR HIS DISPOSAL, WHEN THE CONTRACTOR IS NOT
RESPONSIBLE FOR THE STRIPING, THE POSTS AND SIGNS WILL BECOME THE PROPERTY OF
THE CITY AND WILL BE REMOVED BY CITY FORCES WHEN THE NO PASSING ZONES ARE RE
ESTABL1SHF-O BY STRIPING.
' THE CONTRA„TOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES,
GUARDS, FLAGMEN, AND LGUIPMENI, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN
ORDER TO PROTECT THE PUBLIC AT ALL T UE5 FROM INJURY AS A RESULT Of HIS
OPERATIONS. IF 14 CONTRACTOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS AND
BARRICADES, IN THE OPINION OF THE ENGINEER, THE CITY SHALL HAVE THE RIGHT TO
PROVIDE TESE LIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM PAYMENTS X:L
THE CONTRACTOR, WORK SHALL BE RESTRUCTURED, THE ORDER tic WORN MODIFIED, THE
MDURc OF WORT( MODIFIED OR THE WORN HALTED ALTOGETHER AT THE ENGINEER'S
O1SLhETIDN MEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF ACTION
NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, AND
WELFARE.
ALL SIGNS REMOVED SMALL BE SALVAGED AND DELIVERED TO THE CITY YARD,
TRAFFIC MOVEMEY' SHALL BE HEREIN DEFINED AS APPLTiNG TO BOTH VEHICULAR AND
PEDESTRIAN TRAFHiC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MOVEMENT SHALL
BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALL BE MAINTAINED AT
ALL TIMES TO ADJACENT PROPEPTIES OUTSIDE Of THE RIGHT-OF-WAY LINE. ALL ROADS
WILL BE OPEN TO TRAFFIC DURING PEAK TRAFFIC PERIODS, 6:30 TO 8:30 A.M. AND
3:30 TO 5•.00 P.M.
SP 14 Revised 3/84
NO WORN SHALL EIE DOME ON OR ADJACENT THE ROAOWA� UNTIL ALL NECESSARY SIGNS AND f
TRAFFIC CONTROL DEVISES AHE IN PLACE.
THE COST OF FURNISHING A"D PLACING ALL CONSTRUCTION AND IDENTIFICATION SIGNS 'SHALL BE INCIDENTAL TC THE PROJECT AND NO COMPENSATION WILL BE MADE.
7-1.23E DUST CONTROL (ADDITIONAL SECTION) '
THE CONTRACTW SHALL PROVIDE A MINIMUM 1,500 GALLON CAPACITY WATER TRUCK WITH
A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SHALL BE '
CLEANED OF DUST AND DEBRIS AT THE END OF EACH WORKING DAY. IN ADDITION, THE
CONTRACTOR SHALL PROVIDE SPRINKLING, AS NECESSARY, TO ALLEVIATE DUST NUISANCE
OR AS DIRECTED BY THE CITY. '
7-1.24 RIGHTS OF WAY (ADDIT ONAL SECTION)
THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE
OF" GTHESSAW ON OF ALL I COPIES OFOALL EASEMENTS AND ACCESS PRIVATE
PERMSSIONRTY AND
WIILLPAY
BEALL
PROVIDED
TO THE CONTRACTOR, THE CONTRACTOR SHALL PERFORM A,_L WORN ON PRIVATE PROPERTY 'IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE EASEMENTS AND
RIGHT-OF-ACCESS DOCUENTS. '
7-1 2B EMPLOYMENT OPENINGS (REP CEMENT SECTION)
ENTIRE ECTIUN OF STANDARD SPECIFICATIONS ON EMPLOYMENT OPENINGS IS DELETED.
SECTION B
8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION)
EXECUTION AND DELIVERY
IMMEDIATELY
IYMEE„TER IS MADE, THE CONTRACTOR SHALL DELIVER TO CONTRACT THEFKENG THE INEER FIRST
,ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY TO THE ENGINEER,
SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION OF EACH OF THE ■
VW,iOUS PAY ITEMS OF WORK REQUIRED UNDER THE CONTRACT DOCUMENTS AND THE ■ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT THAT WILL BECOME DOE TO THE
CONTRACTOR IN A�ORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTAR E ILL
ALSO of
MAKING LPARTIAL PfAYMENCS THEREON ESTIMATES
MCOSTS EMPLOYED (liONE FOR THE INN MAKING UP ANY OF
WILL SCHEDULES B:I CONSIDERED AS FIXILL BE USEO ONLY �NGAT BASIS DETERMINING
ADDITSIS IONS FTO OR IDEOIX;T DEDAL UCTIONS SFFROM THE CONTRACT. '
SP 15 Revised 3/84 1
' SHOULD - = EVIDENI AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS WILL
OR MAY F. 1H0 THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR SHALL,
' UPON REQUESI, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS SPECIFIED
HEREIN, SETTING OUT OPERATIONS, METHODS, AND :QUI'MENi. ADDED LABOR FORCES OR
WORMING SHIFTS, NIGHT WORK, ETC., BY CONFER WITH THE ENGINEER U.!T ILWHICH TIK. 1055 WILL BE MADE UP, AND
AN APPROVED M)DIFICATION nF THE ORIGINAL
SCHEDULE HAS BEEN SECURED. FURTHER, IF AT ANY TI?E A PORTION OF THE ACCEPTED
SCHEDULE IS FOUND TO CONFLICT WITH THE CONTRACT PROVISIONS,
REQUEST BE RLVISLD BY THE CONTRACTOR IT SHALL, UPON
AND THE WORK SHAD BE PERFORMED IN
COMPLIANCE WITH THE CONTRACT PROVISIONS.
PAYMENTS OF ANY -URTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS MADE
AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE CONTRACTOR
MAY BE WITHHELD. E7RCUTION OF THE WORK ACCORD
OF THE CONTRACT. HEREBY
TO THE ACCEPi£O SCHEDULE OF
CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, 15 RE BY WIDE AN OBLIGATION
PRE-CONSTRUCTION CONFERENCE (ADDITIO- NA L S'C
' ---- -T ION)
PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTOR, UTILITY DEPARTMENT, TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE, AND
DATE TO BE DETERMINFD AFTER AWARD OF IHE CONTRACT. SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE L REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAT MAY BE INClRREO. THE T1ME, PLACE, ANC
DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE.
' 8-1.04 NOTICE TO PROCEED AND PROSECUTION OF WORK DADOITIONAL SECT ION
THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON AT LEAST 48 HOURS PRIOR TO
COMMENCING WORK. THE SAME NOTIFICATIONS SHT'.L BE PROVIDED TO THE POLICE ANC
FIRE AUTHORITIES AND 1HE SCHO^t DISTRICT WHEN WORKING WITHIN A ROADWAY
RIGHT-O.-WAY, THE CONTRACTOR SHALL ALSO NOTIFY PROPERTY OWNERS ADJACENT 10
THE CONSTRUCTION AREA, INDICATING THE DURATION AND PRDPDSED TIME
' CLOSURE TO THEIR PROPERTY, OF ACCESS
88-1.05 TIME OF COMPLETION �ADOITIONAL SECT I041
THE CONTRACTOR IS EKPECt_ T, 71LIGENTLY PROSECUTE THE WORK TD COMPLETION IN
NOTED IN THE CALL FOR BIDS.
ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE CJMPLFTEO WITHIN THE TIME
.
' SP 16 Revised 3/84
PROVIDED, HOWEVER, THAT THE CITY COUNCIL SHALL HAVE THE RIGHT UPON REQUEST OF
THE PUBLIC WORKS DEPARTIENI, CITY OF RENTON, WASHINGTON. TO EXTEND THE TIME OF
COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID U1NLZSS THE SAFE BE IN
WH111NG AND ACC(YPANICD BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY
ON THE BOND OF THE CONTRACTOR. i IME LOST IN REPLACING IMPROPER WORK OR
MATERIAL SHALL NOT FUR"ISH ANY GROUNDS TO THE CONTRACTOR FOR CLAIMING AN
EXTENSION OF TIME FOR THE CMPLETION OF THE WORK, AND SHALL NOT RELGpSE THE
CONTRACTOR FFOM DAMAGES OR LIABILITIES FOR FAILURE TO COMPLETE THE WORK WITHIN t
THE TIME REWIRED.
RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS; NEW YEAR'S DAY, LINCOLN'S BIRTHDAY, '
WASHINGTON'S 'IRTHDAY, MEMORIAL DAY, JULY 4. LABOR DAY, VETERANS DAY,
THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. TEE
DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOYEES MEN CHRISTMAS DAY
OCCURS ON A IJESDAY OR FRIOAY. THE DAY AFTER CHRISTW-, SHALL BE A HOLIDAY FOR
CITY EMPLOYEES WHEN CERIS ON A TMAS DAY OCCURS ON TWO A MONDAY WEDNESDAv OR THRSDAY,WHEN R � S A W SEDNG WOHALL
RKING DAYS OBSERVED AS HOLIDAYS. WHEN CERIISTMASDAY L O NAY.TH TWO
WORKING DAYS FOLLOWING SHALL BE OBSERVED AS HOLIDAYS.
ALL REFERENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE
DELETED AND VOID.
8-1 09 LIQUIDATED DpmGES (ADDITIONAL SECTION,
THE LIQUIDATED DAIMC. , DD NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM
CCSTS FOR INSPECTION, SUPERVISION, LEGAL EXPLNSE, AND COURT COSTS INCURRED t
BEYOND CONTRACT C(MPLETIDN DATE. THE COST OF ADDITIONAL INSPECTION AND
SUPERVISION SHALL BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT
FOR OVERHEAD.
8-1.11 OVERTIME WORK BY OWNER EMPLOYEES (REPLACEMENT SECTION)
WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WORK OVEN THE ACCEPTED 6 LOURS :p, - '
DAY OR 40 HOIRS PER WEEK, OR ON ANv CITY HOLIDAY, AND THE WORK REQL':,
INSPECTION, THEN THE CONTRACTOR SHALL REIMBURSE THE CITY Al THE RATE OF T
PER HOUR, THE CITY SHALL HAVE THE SOLF AUTHORITY IN DETERMINING THE MECEs,
Of AND HAVING
G THE OVERTIMEAND SAIDCOSTTS WILLL BE DEDUCTED SHALL I FY
M MONIES DUE TECONTRACT CO IRE NTRACTOR EACH MON'r,
ESTIMATE. '
6-1.1`< CONTRACTat'S PLANT AND EQI;IPIENT (REPLAC Kit SECTION)
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR FHE ADEQUACY,
EFFICIENCY, ANC SUFFICIENCY OF HIS AND HIS SUBCONTRACTOR'S PLANT AND '
EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO HAKE USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON TFA; SITE OF THE WORK
SP I> Revised 3181 S
1
! THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK A40 PAID
FOR ACCORDINGLY.
! NEITHER THE OWNER N.^R THE ENGINEER ASSUME ANY RESPWISILITY, AT ANY TIME, FOR
THE SECURITY OF THE SITE FROM THE TIDE CONTRACTOR'S OPERATIONS HAVF COMMENCED
UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE MINER. THE
! CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING, BARRICADES, ANC
WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE
PROTECTION 0' THE SITE AND HIS PLANT AND EQUIPMENT, THE OWNER WILL BE
! PROVIDED KEY, IR ALL FENCED, SECURED AREAS.
! 0-1 13 ATTENTION TO WOW UNPLACEMENT SECTION)
THE CONTRACTOR SMALL GIVE HIS PERSONAL ATTENTION TO AND SH' . SUPERVISE THE
WORK 10 THE END THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT
! PERSONALLY PRESENT ON THE WORK, HE SHALL A, ALL REASONABLE TIMES TO
REPRESENTED BY A COMPETENT SUPfPINTENOENT WHO SHALL HAVE FULL AUTHORITY ,0
EXECUTE THE SATE, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY, AND
! BE LIABIWHO LE L BE FORTHE THEEGAL REPRESENTATIVE OF FAITHFUL OBSERVANCE OF ANY HE CANS RUCT CONTRACTOR.
DEIIVERED TO HIM RDNS THE CDNTRACTOR AOR
TO HIS AUTHORIZED REPRESENTATIVE.
!
CT ON 9
! 9_1.01 MEASUREMENT OF IJTIES (ADDITIONAL SECTION)
' ALL DELIVERY TICKETS THA' ARE REQUIRED DR THE PURPOSE OF CALCULATING
DELIVER
DELIVERfES FOR 'pYMENT MUST BE RECEIVED BY IHE ENGINEER Al IHE TIME OF
Y. NO PAYMENT WILL 8E MADE ON IICKEIS TURNED IN AFTER DATE OF DELIVERY
! OF MATERIAL.
A. BY TRUCK
! PAYMENT WILL MGT BE MADE FOR DELIVERY TICKETS WHICH DO MDT SnUW TYPE OF
MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND IN�PFCTOR'S
! INITIALS.
SCALE CERi IFICATION SHALL BE SUBMITTED AS EARLY M THE PROJECT AS
POSSIBLE.
! EACH WEIGHT STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE FROJECI. THE
WEIGHT! TRANSMITLEDT DAILY TO�THENCITY BY THE SCAINTAINED IN L
E LATTTTENDANT. IN ISOLATED CATE WITH ONE SIGNED SES
WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTUR SHALL MEASURE THE
TRUCK( VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY,
!
SP 18 FtWsed 3/84
!
!
B. BY OTfR MANSMETHOD
,
ANY OTHERR MEANST AND PAYMENT FOR WILL MATERIAL BROUGHT TO THE BE DETERMINED By CONTRACOR/OWNER AGREEMENTS BEFORE
AWARD OF THE C3N7RACI. t
9-l.0) SCM OF PATIENT (ADDITIONAI SECTION) ,
ALL COSTS AND EXPENSES FOR ITEMS OF WORK EQllIPMENT, OR MATERIALS, INCLUDI'•
INSTALLATIONS,
THE PROJECT. NO
NOaS BID EPARATETEKS IN PAIME 4 T TOFSANYPHEE KINDIWILLIINBE FNDEL FON '
THESE INCIDENTAL ITEMS.
9-1.098 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOlR1TS (ACDIf I- SECTION) '
PARTIAL S ESTIMATES MAY BE
AS DESCRIBED
IN SECTION tl, WITHHELD UNTIL A WORM PROGRESS SC4EDULE, '
IN HAS BEEN RECEIVED AND APPROVED.
IN THE EVENT T', 1. ANY MATERIAL OR WORI(MA.'SHIP DOES NOT MEET THE REQUIREMENTS '
OR SPECIFIC» `DNS THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH MATERIAL OR
WORKMANSHIP 1' THE DIRECTOR OF PUBLIC WORKS DEEMS SUCH ACCEPTANCE TO BE IN THE
BEST INTEREST OF THE CITY, PRO�1DED THE CITY MAY NEGOTIATE PAYMENT OF A LOWER
UNI1 PRICE FOR SAID MATERIAL OR WORKMANSHIP. '
t
1
1
1
SP 19 Revisetl 3/84 '
pp
I
TECHNICAL PROVISiONS
p
r
4
l
r
ROLLING HILLS
SEWER TRUNK
ROAD REPAIR
TECHNICAL PROVISIONS
MORILIZATION
' This bio Item shall provide compensation for costs incurre. by the
Contractor for moving equipment to the job site, securing suitable
storage areas, provldinj a field office, If deslred, proviaing sanitary
removing
emocl in Las for the workmen, rotating equipment during the project, and
completi all equipment and facilities from the project area upon
completion.
The lump sum for mobilization shall be full ccmpensatlon for all labor
and equipment, and all other costs necessary for the Contractor to
perform mobilization as specified. Partial payment for this Item will be
paid only when the owner determines that sufficient progress of the
project warrants such payment.
SOIL ANO/OR 5IIA3IlRF8C1 CONDITIONS
The bidder shall make rls own decisions and concILSIons as to the nature
' of the materials to be exca.ated, the difficulties of making and
maintaining required excavations, the difficulties which may &rise from
subsurface conditions, and of doing any other work affected by the
' subsurface conditions and shall accept full responsibility.
Entra compensation will not be made for the adverse conditions that may
be encountered.
REKCVAI OF FRIVA-F PROPERTIFS
Removal and replacement of private properties ;.hall be assigned as the
Contractorts respon,. Ibility t,, restore Drivate properties to property
owner's satisfaction. This is not to be considered as new replacement,
' but only restoration of existing facilities, it case of damage by
contractor or restoration caused by necessity of removal .
Such rpmcval and replacement shall be considered Incidental to the
0 project and no compensation wil ; be made.
MECHANICAL TAMPING
Mechanical • cing shall consist of hand-operated mechanical or n
tempers as c.. tllneC in Section 15-2.OIA of the Standard Specificativm
ons
and shell be required where called for In these specifications, on the
plans, and w"ere directed by the Owner .
"ecl'anical tamping shall be considered as Incidental to the constructicr
and all cost -hereof shall be Included by the Contractor In other pay
*s within th;s contract. No further compensation shall be made.
iIECHNIC4i PROVIs10hs rrnhr
WMter a shall be acquired and placed In strict compliance with Section !6
Of the Standard "peciflcations.
' Water shall be considered incidental to thb project and no further
compensation shall be made.
' CRUSHFC ShRr AClh OURS ( 1 114 ) ( )
Crushed surfacing tours, 1-1/4") (-) shall meet the requirements as
' outlined In Section 23 the Standard Specifications. The Contractor
shall select the source, but the Sou-ce and quality shall be approved by
the Owner,
' If deemed necessary by the Engineer, (5/8" (-) will be substltued for the
( 1-1/40) (-) at the same bid price.
' The price per ton of crushed surfacing shall be full compensatior for all
incidental costs necessary for furrishtng and placing crushed surfa !n_,
( 1-14/1) (-) .
ASPHALT CONCHT Ass P
' Asphalt Concrete Class "8" (AR-4000) shall be In accordance with Section
34 of the Standard Specifications except as herein modified.
Sner fiCatinn Designation AR-4000
Ab<ol,te Visc Osity E 140c F. Poise 3000 - 5000
t ✓irematic Viscosity 0 2750 F. CS. Min .
275
Penetration at 770' F . , 100 g/5 Sic . , Min . 25
Test on Ori 'net Asnh,it
Flas-rCc'nt, Pensky-Martens, Deg. F „ �,jn,
40
SOlub! ;ty In Trichlorethylene % Min. 4 99
99
' ^ztal lation shall be any method determined by Contractor as adequate to
- e asphalt concrete and compacted;ular traffic present. to withstand loads Imposed by
Care shall be taken to ins, , free vehicular movement as much as. ' s
Possible when re;toring existing asphalt roadway, and to prevent un,oe
roadway settlemen� after Contractor has completed contract.
STORM h_ R-PP
Storm drain Pipe shall be eltner
motel conc•Pte pipe or helical corrugated
DiDe (C.M,P, ) , gelvariietl steal
or PVC. with Type I coating, aluminum alloy
TECHNICAL. PROvICIONS ont
CONCRFTF 0,pir , FITTIh'c
Concrete pipe shall be furnished and Installed In accordance wi, h Section
' 60' 61 , and 65 of the Standard Speciftcat;cns except es modified herein.
Non-reinforced concrete pipe shall conform to A.S.T.M, designation C-14x,
' Table II (extra strength) except es otherwise provided. Joints shall be
manufactured for use of Brant rubber gaskets or equal .
Reinforced concrete pipe shall conform to A.S.T.M. designation C-76,
1 Class II , except as otherwise provided. Joints shall be manufactu se for
use of Brant rubber gaskets or equal .
Fittings shall be of the same material and class as the pipe.
Six (6) Inches of bedding material shall be required under all sewer
' pipe. Bedding material shall be Class "P" as described under "Gravel for
Pipe Bedding", these Technical Provisions.
Section 61-3.05 shall include the following; The hand-placed backflll
around the
pipet and to a point six inches above the crown shall be
fo -tCeC it is unyielding. The romain '.:c backflll , whether
native material , or select backflll , shall be mechar 'caily tamped with
thard-operated mechanical or pneumatic tampers.
All excavation, placing of pipe, and backfilling shall be done in
t accordance witn State of Washington Safety Standards for Construct or
Worn , Part C. of the latest edition.
The unit price per . near
fitt foot shall constitute cOmplett compensat;On for
t all IeDor, material , flit ings, tools, and equipment necessary for its
compiete inst. ' lation. Including excavation, piacirg of pipe,
bacxflll 'ng, and mechanical tamping of the backflll material to 95S
tdensity. No further compensation will be made.
CORRUGAT O MFTA1 PIP rr o i
' p ;g a tad metal pipe snail
Sec conform to Section 60 cf the Standard
Specifications. 24" CMP and larger shall be minimur 12 gauge. 15" CMn
and smaller shall be minimum 14 gauge.
COrrug^ate: steel pipe shall have a m'r;mum treatment 1 protective coating.
Fittings shall be of the same material and class as the corrugated metal
P 1pe.
Depth of bedding material for non-perforated CMP shall conform to
Standard Plan 062, Class "B" of the Standard Specifications. Bedding
material shall be the same materla as described In these technical
provisions.
' TECHNICAL PRO)ilL ONS (Cont-)
' CORRUGATED METAL PIPE (C M P 1 (Cont.)
' Bedding for perforated CMP shal : be In accordance with the detail on the
;sans.
' The unit bid price pe- linear foot shall constitue complete colrrensation
for all labor, Raterlal , fittings, tools, and equipment necessary for
pipe Installatior, including excavation, placing pipe, backfilling and
corpaction.
' FILTER FABRIC
' Filter fabric shah conform to "Mirafl" I4C N. or approved equa, and
shall be ins+allec In strict conformance with tre plans and these
specifications.
The cos+ for tirnlshirg and inste . lirg filer fabric shall be considered
Incidental to the perforated storm dre'n pipe and no further compersati
will be made.
P.V.C. STORM DRAIN PIPE
' P.V.C. sere- pipe shall conform to A.S.T .M. D3033 or D3034 except as
ctherwlse provided. Rubber gaskets to, P.V.C. pipe shall cc-fcrr tc
A.C.T.M. C1869.
Fittings shall to of the sane materlal and class as the pipe.
P.V.C. Pipe Lr.alt be furnished and installed Ir accordance with Sections
60 and 61 of the Standard Speclfications except as roeified herein.
Six 'nches of heeding ml pea gravel , shall be required under all
' sewer pipe, Et:S' n; material shall be the same material as describes In
these tec-nlcal ; CVlslons .
Socticr - ,all Include the following: The hand-placed bedding
' arov-i "r pal and to a point six-inches above the crewr shall be
foo tar-ed unti it is uryiolding. The remaining baekflll shall be
meehuo rely fa*led with hanC-opera'ed mechanical or pneumatic tampers,
to 951 ea ,
CATCH BASINS, INLETS
Type 1 catch basins shall conform to Section 64 and Standard Plan 052 of
the S bndard Specifications.
' Type :9-C curb inlets shall conf -rm to Section 64 and Standard Plan 059
of the Standarc Specifications.
TECHNICAL PRDVIS10N5 ( ONT
CATCH PASINS INIFTS
Frames and grates shall conform to Sect Ion 64 os the Standard
Specifications. Frames and grates shall be in conformance with Standard
Plan 049 as modified herein . 8otl,. frame
frame for adju5tmenl, s and grates shall be di from. A minimum one course of 8- wide brick shall be placed under the
' en
The unit bid price per each cc _e basin and inlet shall be full
' compensation for al : labor, equipment, and materials, and all incidental
costs necessary 4 0 r ;urnishing and piaclrg catch basins anj Irlets as
specified.
' CONSTRUCTION STAKIS
Section 51 .05 of the Standard Specifications Is --ereby deleted and the
fcllowing submitted:
The Contractor shall be resporsibie for securing the services of a
Professional Land Surveyor who shall provide all surv-y staking needed In
I I
' conjunction with the project. This stak'rg shall consist of, but not be
m Cad to:
Roadway Centerline
Slope Staking
Grading and Paving
tStorm Crain System
Plus all other staking needed to construct the improvements.
' The Con+ractor shall assume full responsibility for thw accuracy of the
steKing and re, latemert or restaking, If needed. T c City will provide
the Contractor with the horizontal and vertical contral needed to perform
' the constructlon staking.
The Surveyor will also be requlrr to provide a copy 0f s which
his note' reflect as-cc^s+rutted Irforratic or Inverts •nd all tr angel i line or
grade.
The Lump Sum unit price for Ccnts-ruction Staking will be full
compensation for all surveying needed to construct the Improvements to
line and grade per the approved plans. Partial payments for this item
will be made In connection with the monthly pal est!mates based upon worK
' completed as determined by the Engineer .
FINISHING AN^ AN-tip
Finishing and clean-up shall be performed In strict compliance with
Section 4.08, 57 and 68 of Standard Specifications.
' Payments will be made for this work , the finishing and clean up will be
considered Inc;de.'tal to the project,
•ECHNICAI_ PROVISIONS r t
' TESTING OF MAT RIAl
The Contractor shall provide test samples and results from a testing
laboratory approved by the Director of Engineering of materials used on
this project as follows:
One ( 1 ) sample for each 10% of the estimated total quantity of each Item,
as directed by the Engineer.
' The cost incurred for test samples and laboret. ry analysis shall be
considered a=_ Incidental to the project and no further compensation will
De made.
ChAiN INK FENCE ANn GATU - general
Thy work shall Include but not be limited to the installation of
on, nlint fencing with the related concrete footings. Height of all
fencing to be 4 feet above grade. Bottom of fabric to be approximately I
' Inch above ground.
All material used '-, the COnsf-uctlon of chain link fence and gate shall
be new. Iron or steel mrterlal shall be galvanized except as hereinafter
' provided. Imperfectly galvanized material , or mate. lal upon which
serious abrasions of galvanizing occur, will not be acceptable. All
accessories shall be free of sharp edges. All welded members to be
■ galvanized after welding in single piece.
All posts, braces and gate frames shall be hot-dipped galvanized. They
' shall have a minimum average of 1 .8 oz. zinc coating per souare foot of
surface area, with no Individual test below 1 .6 Or. zirc coating per
square foot of surface area. In the case of members made from pipe, this
a, ea Is defined as the iota! area Inside and outside. A Sample for
computing the average of weight cf coating is defined as a 12 Inch piece
cut from each end of the galvan!zed member. Fittings, attachments and
hardware shall be galvanized In accordance with the requirements of ASTM
Designation A 153. Other materials shall be galvanized as specified
hereinafter . All farce materials shall be manufactured In the United
States.
Fakirs
All chair link fabric shall consist of commercial quality steel wt�o
woven Into an approximate 2 Inch uniform diamond mesh . The fabi _ a
be 9 gauge wire (0. 148 inch diameter) , 4' 0^ height, knuckled sely, on
top and bottom. The fabric shall be hot-dipped galvanized after.
End pogt-
Posts shall be 2-7/8 Inches O.D. and weigh not less than 5 .79 lbs. per
lineal foot.
:c CHNICAL PROVISIONS ( i )
' Posts
Posts shall be 2-3/8 Inches 0.0. , Schedule 40 or match existing pos-
Icon Re i I
' Top rail shall pass through the `ops of the line posts formii.g a
continuous brace from and to end of the complete stretch of fence.
Len;ths of tubular top rail shall be joined' by sleeve couplings. Top ralls shall be securely fastened to posts by press -tees fittings.
Couplings for tubular top rail shall be outside sleeve type and at least
7 long.
' Zinc Coated Steel F'tti
Miscellaneous steel fittings and hardware shall be of commercial grade
' steel or better quality, wrought or cast as appropriate to the article,
and sufficient In strength, and other properties, to provide a balanced
design when used In conjunction with fabric, posts, and wires of the
qualities specified herein. The weight of zinc coating on below listed
steel flttfngs shall be 1 .2 ounces per square foot.
All posts or chain link fence shall be fitted with an approved
galvanized pressed steel or alums...um cap on each post.
Tendon gar,
Hot-dipped galvanized steel bars shall be not less than 3/16w x 3/4e and
equivalent to fabric height , pars are to be threaded through fabric and
aft a Chad to posts by means of tension bands spaced not to exceed 14
Inches. One bar shall pro% lde for each end post.
' Hot- .ipged Gal •a_n lzed_ Steal T nylon B nd
' Hot-dipped galvanized steel tension bands shall be proved with tension
bars at each end Host. Tiese bands shall be of flat steel UP- x 3/4a.
Spacirg on post shall be at no more than 14" intervals .
' Brace Band,
Galvanized steel brace bands shall be provided -e top rail or tracing
Is required.
Ups cr Clip�
Ties or clips shad be provided for attaching chain link fabric to line
posts at intervals of not more than 4 Inches. Ties may be of steel II
gauge (galvanized) or aluminum 9 gauge.
TECHNILAL PROyIS10Nc ( ont )
' Tendon Wire,
This reinforcing wire shall be 17 gauge coil spring wire and shall have a
zinc coating of not less than 0.80 ounces per square foot. Galvanized 9
gauge hog rings shall be provided for attaching tension wire to fabric at
Intervals not exceeding 14 inches . Tension wire Is required along bo tom
of fabric .
Installation Ptanda _gU
Line posts shall be spaced at not more than 10 foot Intervals, plumbed,
In line and pla_ed in a vertical position. All posts to be set In
concrete. Tubular posts to be provided with cap. Fabric to be attached
to line posts with II gauge galvanized steel or 9 gauge aluminum ties
spaced at not more than 14 Inch Intervals .
' Ten Inal end end posts shall be plumbed In a vertical position. All
Posts to be set In concrete. Tension bands and bars to be provided at
t each terminal , and two bands and bars for pull and corner posts. Rands
spaced on posts at Intervals of not more than 14 Inches. A cornet .as;
Is required when line of fence direction changes 30 degrees or more.
Posts are used to facilitate stretching In long runs of fence and abrupt
t changes in grade line.
Post Setting ( line, End Posts)
Diameter Depth Post Height
of--Hole ❑f Hole Embedment of Fahrir Post
w
10" iB" ;bn 91 Llnc
6 B' Terminal
Note: Where rock conditions exist, post setting to be determined by City
Inspector.
' Concrete to be 20000 PSI , 5 sack mix, and crown all posts to shed water .
Fabric to be stretched tight, approximately I to 2 Inches above the
ground, from termina! posts and shall be fastened on to the side of line
Posts by ties spaced at intervals of not more than 14 Inches and 14
Inches for top rail . The fabric shall be cut and fastened to each
for in nal post independently by tension bar with bands . The tension wire
shall be fastened by means of hog rings spaced approximately 14 Incbes
epart. Fabric rolls to be Joined by a single strand of fabric woven it
to form a continu us fence line.
tFabrication and Installation of materials furnlshed and Installed uncle,
these specifications shall be tirst class and show careful , finished
■< kmanshlp in all rospects.
TECHNICAL PROY�,$,J 41:5 LCont.)
MFA5HRF4ENT AND PAYM NT
' Chaln Link F_ end
The un!t bid price per linear foot shall constitute complete compensation
' for all labor, materials, fittings, tools and equipment for complete
Installation of the chain link fence as specified. Clearing shall be
considered Incl9ental to fence installation .
' ROADWAY CLEARING A GRIJARINr
The sever access road st +Il be cleared and grubbed the width or the
access read pavement, gravel surfacing, width of slop ;..n or gablon .,,,rk .
Ornamental and danger trees shall be removed within the work Ilml! s. Nc
burning shal ' be allowed.
' MEASIR M NT A PAYMENT
The clearing and grubbing will be paid on a lump sure. basis. No seperate
Payment will be made for clearing W grubbing of ornamental and danger
trees, and are incidental to the Roadway Clearing and Grubbing unit price.
ROADWAv GRAQ I NC
Roadway excava+Ion, sloping, dltchos, filling and embankment and all
street and drainage excavatlors shal ! be Included In the Item for
"Roadway Grading."
M AS IR M NT A PAYM NT
Roadway Grading will be measured by the linear foot of survey line.
Imported pit and run gravel , crushed rock surfacing and rip rap will b
paved fcr seperately. The unit contract price for roadway grading shall
befull compensation for all excavation, sloping, ditching, filling
embankment, compaction of subgrade, unsuitable mater ;ai removal and
' disposal , borrow and haul .
GAS!ONS
Gab ;cns shall be 'n accordance with WSPOT Standard
9 ^7 Type ec lfication Section
_j_,
G ABION CRIPRING AND GARION REVETMENT
WIU
Wire used In . re body of the mesh shall be not less than 11 gauge and
selvedge wire used through all the edges (perimeter wTre) shall be not
less than 9 gauge. All wire shall equal or exceed Federal Specification
t 00-W-061 (AISI numbers 1010 and 1015) , finish 5; medium hardness and
tensile strength; Class 3 coating. Samples for testing shall Include at
least I sample of each component of the mesh.
TECH NI CAL PRO V; LIONS (COhT 1
' ILLU
When PVC coated gablons are specified, wire used In the body of the mesh
shall be not less than 12 gauge and selvedge wire ised through all edges
(perimeter wire) shall be not less than 10 gauge.
' Stainless steel fasteners for use with Typ 2 gablons shall be faoricated
Of IO gauge 431 stainless steel . The fasteners shall be capable of
susta!ring a load of 600 pounds without opening when tested In tension,
The hardness of the stee ! shall be such that the clips can be opened t0
1/4 Inch without permanent deformation .
' Lacing wire or clips shall be supplied In Buff!clent quenity for securing
and fastening all edges of the gobion baskets and diaphragms, for
fastening adjacent gablon baskets together, and to provide cross
connecting .Tres in each tail as hereinafter specified. Lacing wire is
tc meet the same specifications as wire used In the mesh except that it
s^all be 13 gauge.
P—SH OPENIRr_,r
' Openings of the mesh shall oe mpprcximate!v 4 Inches in the longest
dimension.
NOh-RAVE IN . rONvTRUCTION
The wire mesh Is +p be fabricated Ir such a manner as to be
non-raveling. This Is defined as the ability to resist pull 'ng spar+ at
any of the connections forming the mesh when a single strand In a section
Of mesh Is cut, as hereafter specified.
0IMENSIONS
' Gablon baskets Type I , 2, or revetmert shall be supplied as specified Ir
various lengths and heights. The lengths shall be multiples (2,3 or
more) of the horizontal width. The horizontai width shall be not It:.
than 24 Inches or more the, 48 Inches. However , all gablon baskets
furnished by a manufacturer shall be of uniform width .
B The detailed dimensions of the 8abions and reve+merfs shown In the plans
are multiples of feet. If the Contractor elects +o use gabion baskets
that are fabricated with dimensions In multiples of the metric system, he
shall prepare and submit alternate gablon design de+a' ls to the Engineer
' for approval before beglr niny con+ruction cf the gablons .
FABRICATION
' Gab!cns shall be fabricated in such a manner the+ the sides, ends, lid,
^nd diaphragms can be assembled at the construction site Into rectargular
baskets of the required sizas. Common wall construction, wherein the top
' of a basket may also serve as the bottom of the next higher basket or
where one wall may serve adjacent baskets, will be permitted for
reve+mer+s an^. for gablon structures 12 feet in height or less. All
' other gabicr baskets shall have independent sides, top, and bottom.
TECHNICAL cvrylciONC ( OfT
FABRICATION
' Where the length of the gabion exceeds Its horizontal width, the gabion
;s to be acually divided by diaphrerns, of the came mesh and gage as the
Cody 01 the gablons, Into cells the sa.e length as the horizontal rltth.
All perimeter edges Including diaphragm edges are to be securely clipped,
se' vedged, or bound so that the ' +Ir-s formed by tying the selvedges have
' approximately the same strengtr as the body of the mesh.
Stainless steer fasteners for use with Type 2 gablons shall be fabricated
' of 10 gauge 431 stainless steel . Tne fasteners shall ue capable of
sustaining a load of 6'0 pounds without opening when tested In tension.
The Hardness of the steel shall be such that the clips can be opened to
1/4 Inch without permanent deformation.
Gablons shall be filled with rip-rap-light and loose except size range Is
4" to 8" m:n'mum to maximum size.
' GABIO'l-MEASUREMENT ANC EAYMPNT
Gablor will be measured by the each far a two Cel : gablons approximately
3' x 3' x 61 . Other size units gablons will be Pold as multiplcs or
fractions at the standard two cell un!t .
Mire mesh gations, Internal and dosore *ire tie,, Installation, rock
infill , excavation, sloping, ditching any temporary cribbing, embankment,
compaction subgrades, or suitable material removal and disposal shall be
Included In the unit contract price for gablons. Backfill behind the
gablons. If using Imported pit run gravel rill be Palo for separately .
Use of native material for back fill as directed by the Engineer will be
considered incidental to the gabion unit price.
ILI PBAf
' Rlprap shale In accordance wl-h vDOT Standard Specifications 8-15 and
9-I3.
' D'_SCRlFT10N
This work shall cons l St of furnishirg and placing rip-rap protection of
the type spec!f!ed at the locations and in reasonably close conformity
rtth the Ines and dimensions shown in the plans or established by the
r^;Iheer ,
' :-rap will be classified as heavy loose rlp-rap, light loose rlp-rap,
hand placed r!p-rap, sack rlP-rap, and conc, ete slab r;p-rep.
S-364 Cont.
2 of 2
,41
1
iTECHNICAL PROVIS'ONS (CONT.)
iMATERIALS
Materials shall meet the requirements of the following Sections of the
i U.S. Dot Standard Spec l f lcat Ions:
Heavy Loose Rlprap . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Light Loose Riprap • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9-13. 1f2)
Hand Placed Riprap . .. . . . . . . .. . . . . .. .. .. .. ..
. . . . 9-13.2
i . . . . . . . . . . . . . . . . . . . . . . .
Sack Riprap . . . ... . . . . .. . . . . . . . .
9-13.3
Slab Riprap . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . 9-13.4
Filter Blanket (shall meet the gradation requirements
i for Ballast) . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . 9-03.9( 1 )
Gravel Backfill for Drains
iLOOSE RIPRAP
The stone for loose riprap shall be hard, sound, and durable. It shall b(!
free from segregation. seams. Cracks, and other defects tending to destroy
iits resistance to weather .
Spells are defined as broken rock In sizes rangln-y from 3-Inch to 113 cubic
i foot. Loose riprap shall be free of rock fines, soil , or other extraneous
meter la 1 .
i Should the riprap contain Insufficient spell; with;n the definition and
gradation requirements listed above, the Contractor shall furnish and placc .
as directed by the Engineer , supplementary spall material from a source
approved by the Engineer , at the Contractor 's expense.
iThe grading of the riprap shall be determined by the Engineer by visual
Inspection of the load before It is dumped Into place, or, If so ordered by
i the Engineer, by dumping Irdividual loads on a fla- surface and sorting and
measuring the Individual rocks contained In tie load.
Loose riprap shell be placed In such a manner that all relatively large
i stones shall be essentially In contact with each other, and all voids filled
with the finer materials so as to provide a well graded compact mass. The
stone shall be dumped on the slope In such a manner as will ensure the riprap
i coming to Its specified thickness In one operation. When dumping or placing,
care shaft be used so as not to disturb the underlying material . Flailing In
layers parallel to the slope will not be permitted. A 12 Inch tolerance for
i loose riprap will be allowed from slope plane and grade line In the finished
surface.
HAND PLACED RIPRAP
iThe stones shall be laid by hand on prepared slopes to such thickness as may
be ordered by the Engineer. The riprap shall be started at the toe of the
i embankment by digging a trench and placing a Course of the largest stones
therein. Each stone shall bo placed that it shall rest on the slope of the
embankment and not •holly On the stone below, and It shall be thoroughly
tamped or driven Into place. The exposed face of all hand placed riprap
i shall be made as smooth as the shape and size of the stones will permit and
shall not vary more than 3 Inches from a plane surface on the required slope.
1
TECHNICAL PROVISIONS
M ASIR N NT d PAYMENT
Loose riprap will be measured by the ton of riprap actually placed.
Hand placed riprap will be measured by the cubic yard of riprap actually
placed and accepted.
The unit contract price per ton or per cubic yard for the class or kind of
riprap specified above shall be full compensation for all labor, tools,
equipment and materials required to complete the riprap except for
excavation. When It Is necessary to dump and sort Individual loads, pay, ,-.,
will be made only for that portion accepted by the Engineer .
ACCESS CONTROL ,ATE
' The Access Control Gate shall be Installed as directed by the Engineer . The
Access Control Gate shall be In accordance with the Standard plan, MSPOT
Standard Specifications except that the posts shall be Standard City Fire
' Hydrant Guard Posts with holes for the 5/8" diameter bolts. The gates also
include ( 10) ten addition posts to be installed with the gate to keep
motorcycles from by passing the gate on either side. The lock shall be a
' "Best" lock with the City pattern . The Contractor snail provide 10 keys to
the Engineer, all stamped "DO NOT COPY." The posts and rope shall be painted
white with an approved epoxy paint.
' MEASUREMENT d PAVEMENT
Access Control Gates shall be measured by each installation . The unit
' contract price for Access Control Gates shall be full compensation for all
excavation, backf1l 1 , compaction, posts, chain, locks, hardware and wire for
a full installation.
' AD J US T_UhJ__1 ARY S w R L AN O
Existing Sanitary Sewer Clean Cuts shall be adjusted to grade, as directed by
' the Engineer . Extensions to the existing clean out will be made with Class
`.2 Ductile Iron water PIPe, and extension couplings shall be Smith-Blair Cast
Iron Couplings or approved equal .
' MEASUREMENT d PAYMENT
Adjusted Sanitary Sewer Clean Outs shall be measured by each nit . The unit
' contract price for clean outs adjusted shall be full compensation for all
pipe, couplings, cutting, excavation , backfill compaction and other
appurtances for a full Inst,Ilatlon.
' BAG nK RUN U 6 V E' r I A c c •l-w
' Bank run gravel Class "On shall conform to Section 2E of the Standard
Specifications and shall be used where called for on the plans and where
directed by the Engineer . Bank run gravel shall be compacted to 95%
density. The unit contract price for bank run gravel Class "B" shall be full
' compersatlon for all labor, equipment, material Including compaction and all
Incidental costs necessary for furnishing and placing Bank Run Gravel Class
wBw
OFF I
,
tTECHNICAL PROVISIONS tCONT.)
' SECTION 47 - EROSION coNTgn
Section 47 shall be amended to Include the following:
' 47-1 .00 GENERAL
Hydro seed applicatlon of erosion controlling grass and clover groundcover
' shall be applied to all disturbed surfaces. The contractor shall apply seed,
mulch, fertilizer and water in an initial treatment and apply fertlllzer and
water 1n a second and final treatment 60 to 90 days later.
47-2.02 SEED
t A seed mixture of the following composition, proportion and gravity shall be
applied at the rate of 100 lbs. per acre:
' F. INO Of SF FO MIN. PER MIN. PERCENT OF
1 6Y WEIGHT PIIRF fcFn fFRMIudT10N _
' Colonial Bentgrass 10% 9.6 95
(Highland or Asteria)
Red Fescue ( Itlahee or 40E 39.70 90
Pennlawn)
Perennlel Rye 40% 39.20 90
' White Cutcr Clover 10% 9.90 90
(Pre-Inoculated)
' Weed Seed t
Inert and Other Crop 1_j
100.0 percent
' 47-2 .03 FERTILIZER;
tAll fertilizer shall be premixed and shall be applied et the rate of `,00 lbs.
per acre. Fertilizer shall be total nitrogen (AsN) : 18.4%, total phosphoric
acid (AsP 05) ; 14% soluble potash (ASK 0) : 14%, also not less than 60% of the
' total n14099n shall be derived from a�ea uree foam or urea formaldehyde.
Final mix to contain not less than 7 .8% water Insoluabie nitrogen.
t "-2.04 MULCH;
Wood cellulose fiber will be applied In accordance with this section of the
speclficatlons. The mulch will be applied at the rate of 2,OOC lbs. per acre
' 47-2.05 PAYMENT:
' Payment for erosion control grass ground cover will be made at the ll,mp sun
contract price and shall ue full compensation for all seed, water, mulch,
fertilizer and Incidental work required to provide grass groundcover.
1
t STANDARD DRAWINGS
r �r a� r r r r r r a■� r r r r r r� r-, r r
1 ++
X �T
P dA
NO
t �d
P rd
d d
';. •«n .r........ "C.NG 4As.;ms W6E.NCN
x Y'.n•
„MEM A4YNKE0 OAMON f 7 x"
i
ua END uwoNs
n.Nouo PLAN 0-4
NCT( Lem, ms p....:++a .n a•,.pf
ebUb NL.:n 4tp $Ly f9 I pogo
r
T�� oow�.c•anL rr
t r COUNTFOfOFT
1L' . s
—A;o
' Fq M s4",O ,rw•OI gab •eta n,ra wa 51 ow 1"T b••a cnvmer�pgs Tnefe o.'a
saplW at NI•Sr OM gab,"bNgm CeYarO the; p cr-�..oI tnc pool
t !
1 �
r T 9• e0+np404
_m.• •.r..ea
41
r.: ante s•.J-1f W w11. •.:ng In(+
• nr -'=a.•coos
SLIeP•at
'. t
NON•n
' Z G•SIONT TO R
Z 5 OILLFO wrtn
t 70, NOQL
t Nfw O
• p
t
ur r.wr� .r.rio«.sr o..r yrrrr.�r.r.w..
ILAM r r r y.a:.nww.•>w..rs r w.i
vrrrr - �v...rrr.. our
i I I
•i p
ACCESS CONTROL GATE
a[v�nor
as a. w
lTANrARm KM c-1
haac Marthin-Construction CO.. lnc.
"DSICU"
.;.,�.,..t ..........a,.
truth '•Dca•" .\I.trthini
q� 6114242 �� •. ...
eyMib. `i 2240
♦rt .l.R .NiT nOp i�
. w.. •.acne
OF RF
J �T
o PUBLIC WORKS DEPARTMENT
DESf3N/UTI1_fTY ENGINEERING ! 235 2631
MUNICIPAI BUILDING 200 MILL AVE.50. RENTON,WASN.9B056
P.
0
bP
�TEb SEvtEW'e CITY OF RENTON
BARBARA Y. SHINPOCH ADDENDUM NO. I
MAYOR
r.> ,rs
8/7/84 Conn ac` n.b fo.
ROLLING RILL) SEWER TRUNK ROAD REPAIR
TO ALL PLAN HOLDERS:
You are hereby notified of the following changes, additions, deletions
and corrections to the coatract documents, specificatiois, proposals
and plans for the Rolling Hills Sewer Trunk Road Repair.
DRAWINGS
No. I. Drawing 3 of 4 and 4 of 4 are revised and Solis Engineering
recom.endations have been incorporated. to check your plans
for the corrected up-dated set, Sheets 3 and 4 should have
revision notes No. I and No. 2 added in the revision block.
All bidders shall acknowledge receipt and acceptance of this Addendum
No. I by signing in the space provided and submitting the signed Adden-
dum form with the bid. Bids submitted without this Addendum will be
considered informal.
Very truly yours,
Robert E. Befgstro.n, P.E.
Engineering Supervisor
RECEIPT ACKNOWLEDGED AND CONDITIONS
AGREED TO THIS _ DAY GP 1984.
Bidder
By
Arfi�•�e ��,{$'' � + '.+� ty�� , �
OF RF
z
PUBLIC WORKS DEPARTMENT
q jAL DESIGN/UTILITY ENGINEERING 0 235-2831
p9 ✓� MUNICIPAL BUILDING 2oO MILL AVE.SO. NENT014,IYAS14.Y8055
P
e
CO SEvlE"�
BARBARA Y. SHINPOCH
MAY01i
MEMORANDUM
d ugust 28, 19F4
TO Council Utili+y Committee
FROM DBot. of Public Works, Bob Bergl;trom
SUBJECT Bid Award, Rolling Hills Sewer Trunk Road Repair
The Department recieved only one bid from H.L. Jacotson in the amount of
$1?3,32t;.68. The City budget amount is $20,000. The Department recomends
rejection of the bid and return of the bid bond.
Because uf 4 recent surge irr building activity, and the complexity of
this job, competitive bids were not recieved. I feel that if this job can be rebid in the spring, in combination with a larger sewer con.
struction project. Combining this sWall work with a larger project will
reduce the mobilization costs which are a major element.
—Ji�ergs m ——--
. _
:or
Converse Consultants INVOICE
waM«n,,....
tieartr< w12-A 0 1983
re (WMK)
City of Renton 83-5213-01
Municipal Building 8/24/84
200 Mill Avenue South adl�^Q ate
Renton, WA 98055 8/28/84
IrI VO�C1 Dims
Attn: Robert E. Bergstrom, P.E.
Please return copy of mvp ce wpm pa ymem vwalese e1e da swas, Me4d e
ewacbge«+'.A o•+-.•a+tenN
eM V a l r aM1 l«a b cn.,pea on eg p,nro
an C.n.+.
Fm Protaeaonai Senius
Final bill for consultation regarding City of Renton Maintenance Road at
Roiling Hills Sewer Trunk. Services included site investigation, analysis,
and preparation of report dated August 7, 1984, in accordance with out
proposal dated November 14, 1983.
Professional Services Time Salary Cost
Clerical 7.9 hrs. S 80.41
Drafting 2.5 hrs. 37.63
Project Engineer 46.5 hrs. 1,017.91
Principal Engine=r 2.0 hrs. 64.62
Total Salary Cost x 2.5 E1,200.57 $3,001.43
Expenses
Mileage 33 miles @ 0.40 $13.20
Xerox 80 copies @ 0.12 _9_60 22.80
TOTAL MOUNT OIIE THIS INVOICE $3.024.23
Cene«ea Cea.+M1eM1,1ne.
Converse Consultants Transmittal
�V� G�M�e1wrM Enpxy�mp
`/ aM ypwW Sc4ncM
oe nacati
yy
\�NMN1
1 � b�dn.�S O !L t /L
w'�u�p� Fl. LAr�7
Convem Carmuftents MEMORANDUM
Date
3 pp Project No
._5w�// From�,\\
�UwvNs,Y7
LX
CongM OOn�ulUn,� M
Converse Consultants MEMORANDUM
Date aL Lr.,.�.3: Project No. �;5-[:.,���-�-�---.
2
To - -_. Subject
F lciii'n-` {\�a - .;•r.'t. . .: it 4,�w�t``..,i2 apt�:rt;u'T c`c, � la,.Ce. `fit?C•
jL,
t;p ♦. �k �Dt 4�a•., �_ I,y` c�l�•�Ga.� ca�S n �1./Vit' S'�e\�Z ,
'! . ;".\•.n - ' ?„y��-„, M,` .�a�. l��la _ .Url1"U KKK.{,n�� ),
.�ay.•:nt S `, W n`r�n�� L\a�..�o.n l Sk`e �•�qh fj�\S,
tt /Y, cep Qaa �.;
tio,� h�__ Sit. �•� ;+� \t7
S
�:. •\n r�w....r�5. t_r :. ra�.... br teu..tZ a.. ��\\ u.,1�c5 �11 r-NZc :a L
Affidavit of Publication
STATE OF WASHINGTON
COUNTY OF KING ss
Cindy 8trupp
bemR Rrsl duly sworn ran
oath,deposits and,:vs the, •heis,he chief clerk
THE DAILYRECOROCHRONICLE.a news of
week.That said newspaper la a legal news paper puhhshed and it.,
,been
for more than ah months paMranditMnow andhasbeen
er,if to
Printed and published in the English""IA"""Ahmaflvi as a newspaper
spaper
published four is trust a week in Kem,King C, ) Washington,andtth
w and during all of sent time was printed In an office hna ntamed at the
aforesaid nnnof said nwspaper Th.,the Oasly RecordChronicle yyteeepupr.ved a,:legal ou newspaper by.odor of Superior Crl of the Count
y in which It Is puhisheE t of the
'-wit,Kin, he
CN Or 1g1t EA&POLI
IGII e•J9
Washington Thattheannt Call for _de SEWEROH0.L1
isa
ROAD REPAIR
904Iad t City will ba sectioned i t 30
0,1th and.I M. I mA i nt,My i
lit IM 4^"rid LOMNMKY n]dn RMIM
'e"P.P publishedeach
issue for
saes(and fAyh,lpatris I.
200 Mill Ave South
ttol in supplement form.f said newspapers once each issue fur a period Tba w.rii to Pay penormad rnAm 90
Isviunp den from pN ale a c.mnence-
tM0 nient Ands MIS conned ahea irictuh but
of .... .<onm.ubve iasuc.commenanRon the rid M lined to
..........
Raper ^ alYwae road kK the Fii
AU • wee e «M-A Work iMke°a cia in
�t dart! SU t._ . ,19 84..na ending the Ing `00"As 12 w�aa:�ce. surfiawA
ate.i"CIA005 peca,t.nM ated,rntron
Othda of_. tba City raasnas ma right to?spas any
r .. August .19.B4. both date, and.ep beds eN to waAm arAy and o his inclusive.grid that such newspaper was r"I ularly distributed to its euh xuorm°u�°D scriber, during ell o/ aid Mnof That the full amount of the fee Appeowid perm end spealkaiion,aM
from of istnnac decumenta may be o4
charged for the foregoing tainted at IM pudic Works D.I nowm
has been paid m full et the rite.!Publication .trice at Asa Rantun kheriaWlBit,drop bra
first uaam.n and Mr folio of one hundred words for the d"01101 01$1000 each eat pus$F 00 to
insertson Mr folio nl nine hundred words for each subsequent rover po sMS N muted The tlaposn won
( W rafteMad upon mum of tM pins and
SP-oMAnIA Am rest to pond tMtlitbn within
p°ttY day°agar toad'to." Tas nu,ap
dnArya wa nc ts,
�ta�rsa�Y�t Sef ale Mittel
A chili u.
b bondMns
am.uGaol of Mes patterit(St)of h tetsl
anoumdseM bMmiial acNnpanty eecn
Subscribed and aadrn to before methle bid
Ot)1 dry of That COO FW p'aClk:a a Non.
Dtacrmwsati0n Pons Are snap apply
AuSti
uaalro E Maur•ti..._....19...Bq _ City clink
y,'M Ilan 1i.1 ARecord cmonicN
t Auqu,l,and t +Ma Rpm
Notary Public in a r the State of Washington.
residing at Mill County
—passed by the Ls sAI.e,.1955,knownes Senate Btll SNI,effecitve June
wh.1955
—Western Union Telegraph Co rules for counting word,and figurqi adopted by the newspapers of the State
sr.:n a.s.e M
;yr a rA i } Viast }.Y. sA q' .',�+e tF � lf#"A a„ yrsY.: .eq/'11'3`: �'�' a X•.:�.
'A 4
. � a
Affidavit of Publication
STATE OF WASHINGPI.v
COUNTY OF KING "s
Cindy Strupp
Iremg first JuIY sworn no
nslh.depoarsiird ..,.In., Shet chief clerk of
THE DAILY RECORD CHRONICLE.a newspaper puhlished st[16)times a
leek.That mid na wspaper rs a legal n.x spaper avd it is now and has brcn
for more than -is months prior to the date of publication referredpIn,
publl-hund fouur published Hmn in ea aahe week in Kilish m sr`King Counts>^W elvhing,on,end it Is
now and daring all of said time an.,printed in a..ilice malnulned as the
aforesaid yyI ace of publication of mid newspaper.The,the Dail, Retard
CAeonlcle ha been approved as a legal newspaper b>order of the Superior
Court of the County In which it is puhlt Me ,mwb.King of the .
MY OF REWON CA FOR SIDS
ROU Is'ashmgum That the annexedesn Cd11 for BidA SEWER RuHa
HILLS
MAO REPAIR
Saalgd ords"ben, until 23m
p.T,Auyyal 17,196,a Via(Kgr Chali s
anowwadbeM M kw aoaltlt. FpgtnypYyg aNd
not in supplement form of said newswe+pelhhehed In'regular issues I and hgalfpl budift NO W An,Smtgi.
papeI)once each issue for a period Ta roe e be paraatttrI won go
rtagtg dlga dM M dM a Mtwrta►
two mail uww Mb 0ortalor ahM geataa,Oul
of rnnsecunve essoes,commenan Ma lr"gad l¢
g nn the Plant of aeogM emit IN IM Rolling
Au St �"ftW qiarateew,,gr Mo.Work audit"aaargtg.
lot day n: 19 BY,and rndmgthe i l/a •bt rl�dap«aal'Oaaas 1p ka
aao W4h4 a gales aM asgdlaaon
6th do, f The Cal,raaanrg ea rip,W moo any
^ August I9104 ,hothdates and pwtva any arils,ax
mcluatae.onJ that such newspaper was t the of distributed tons sub u'nMrs donne all .f saW period l'hat 1ha• lull amnum of ,he fee Adpraaad plet and apaa6tauons and
lean of-*w d,cunargg may a ob
charged for the fore m^ 0 him"a b HdYo Wmhs Dlpartmue,
has seen g g publication is the sum of S 24.3 which adasafYr Rason khYaNg1 pro
Lrst mae rion and 11 afar(olio d oncd per
hot-rreci of one
(or each subsequent e a{10d0 Nde M pku E600 W
msemm� 1Rigga Y agugh lIMdaaM1 wd
aneaWdqus PW Dons w arie d
YPaae%P&% In mr,eThe whin
ggM dyil alar reOPW"indad rtt ,a,6:q
awwwnaa . m
aX"t Chief Clerik unusual a�at(5%)tad m n+tout
a naaamlddmanacmnpantyoats
dun
Subsugus rid sworn tnhehrremethis 8th days The D trig yuce,Fair Petition Falicies as and Nom
_.!�4gFiet w B4 i mad�E mote
/- city CNrk
ihar ewd n au Daily Weird Ch.wseta
«`,t� Aug"_ "and it.19Ya IS=
Votary Public in avid the State of Waapagton,
residing at gggRg King Count,
r n T
Passed hY the Legesf iture,l9Ss,known as Senate RJ1181,effect,,a dune
91h. 19SS
—Western Onion Telegraph Co rules for counting words and figures.
adopted by the newspaper,of the State
v4.1
Y.1 hl) ►A„11 A( 1, i. I.S C
CN(A[ Il(()t.11-tt.,(
i {TV
l { - - JAY JJE '1/1 L/95' • ll
r, li I TV 'ILL _ _
1. . • " ,, T ,Ii `� FI2:/th J•ili.51
T CHARTER 116, LAWS OF 1965
CITY OF RENTON CERTIFICATION 5-165L
a)wen
I_TN[ VNOtP{IOrLO p0 X[N(e5'CL.TnT UMOLN OL ,[tllYl9 a YY ]1Y511w)w1N1
•lM.l fT p. Pf 41 .� TN4T IYf M4T[41.1] M.YI 40[N1Y
LI[N YPNI$NtO. IN[ 9[PVICF[Y[Np[4l0 O4 1Y! IYNI NO
NYY JUO p' All) 15M1)
IYYOP Pf RO4ne0 49-15"1010 N!9[4.AND'..I 1w1 .O n I 1,• NYU )N[
TN[ C141N It•ry1L OY[ .'q.UIEPMp OL1101,i1ON )4YN tTY e c .YOIYb YO\AT
9P1d9[ iD OIiT D. .[e TON, 4N0 'RAT 5 AN Yl •OlNinry O/NL•A41NOti)LO TO 1YTN[NTICATL .4NO CLRTI[) 10 � — PC D. 1.
M10 C911Y.
C/7'./ 5 ..a`A i t EiN►A J NOIIVOljl.L 130 NOIN3a i0
6/CJI u'. A. Y ;La,j cn6i JO¢MY7 '91Z b11�/.:.0
/ : 1/.:. t ,t� •(„j 831l1yH�•3..5.1b ( .
/: ,! 1� a J,i,I Mt NI h5T2 t7.u0 lF
1 .. . . 11.1C o,
PC AY CtiA,
L. 1 -1 _,.VL 4hA d[i(5
TIYI/ :5 ,.�11 IJ
7/27/<• rl/:r Jt.SG 197.IJ
7/17/ih YN: 2.Si \Ie.:C
\27.JJ
5•CC 2 7•'JU
C/W/95 r .:„ 1
b/Jt/•1h i11C 5•:U
2r.7J
S/10/Nr a132J 5'5, �22.95
d/lv/r♦ 7.io f1.nG
i 11/e:5 1• ,321 U.5C
21.4U li.40
. •/ PAST DUE BALANCE ,
5 ',: L FROM PREVIOUS MONTHS
PLLASE SHOW ACCOUNT NUMBER ON CHECK
1ALLI T KI wst AI tF$
PnINC laC/ 1r7:-6ECL
I:A11 I.JI ♦/ltr/e♦
etL _
1hJl 4 3.21-.:.
5.:C4L
1
„ 1j7•r'=
�s�nN
Re29to 4ttl000lo[S'.sol•37 (.s(tr) M A4 30
R 930L 401/0a / 015-. 50t. 37 4•3 (11) 0 14. So
R 933T 40tl0aJ,l(0tl sot 37 t.3 (IT) s 42.5c
R93S3 470/�/ o5:, Sot, 3769(3") 4 SS 44-
I� CHARTBR 116, LAWS OF 1966
ITY OF RENTON CERTIFICATION
r[i:i�: unoue.n Ae•[.[.. }n.v. v.ol.
u jw.e no.tnP n IS
a ean•a.n n::.o �:IVb," ... ...pp Oelle..10.
0`Itf• 1
0 .Y} eMf10.}C }�• [OI1I�
oa.•e •�' �� Y +'
V:,LU Y 7 E1,iP AV LAY` p
.'�+ lay - Kt NI WA. J.E.C9 4e.00 1•tl!7•S1
,� , Itu.7J 1r2A7•ll' PAST DUE BALANCE
t.. ;�.. FROM PREVIOUS MONTHS
PLEASE SHOW ACCOUNT NUMBER ON CHECK
Affidavit of Publication
City of Renton
Road Repair
Rfd Dsi,Ayr 1:
Crly-ofkr%roN STATE OF WASHINGTON
CALL FOR RIDS KING COUNTY—SS.
ROLLING HILLS
SERER TRLNR
ROAC REPAIR
unJ Dtas ai1t1:be 17.
7s:ved
The underst¢nri. nr in States II,at he :; an
aMm'ixed representative of The Daily Journal of Commerce,
t daily pe which newspaper is a legal newspaper
if general wcirculation and it is now and has been for more
It"six months War to the date of publication hereioa ter
ettsed to, published in the English language continuously
ibis ecnuaet vat 1. a a daily newspaper in Seattle. Ring County, Washington,
el ,oat wtbvl Ito the nd it is now and du Nng all of said time was printed in an
paiI as r filed maintained at the aforesaid place of publication of
stork udit do , b his newspaper The Daily Journal of Commerce was on the
t�."tp{p$�I ar, 1th day of Junr, 1941, approved as a legal new..p,aper by
y y i a 12 he Sup King Court of ng County.
Ineude,aaDlan nk Rablll
.,pp1w1un� The notice in the exact form annexed. was put4iihrd in
TM fifty eaft the mesa"- eguiar isaues of The Daily Journal of Cammen r. w hith w,
wVsiv�•anys it triil�hemotob egularly distributed to its subscriber during the tr!
it"
At peeved platia and Rureb. tested period nip annexed notice, a
Mons and form of contrer,
doromente maD be ublai,,4 at _ Notice of Bid Gall
the Pubii, work, (kgpanmrn
otnee a to,Raiuui LtY9AI 1
ftulidin by a day�xp of fio as
eatli lux isab aU o p Auugt 1 $
Aublished on 19g4
p.iataEo•i�'nulled, a depraIt a i
Will be refunded upon mum ut
the Pions and Spetitcea•Inne in —
r,d condition 'abide enrrtp
.fl Sher bid .�puiry Toe
rofunm rhatae aut n,t De
A etntfied Mork or bid Lord
In tM amount of Ovx Perrin,
f1141 of the total Nt tof each
bidmyse xrep tL Dia Subscribed and swore ni r�i,i1u Cltr's a r ka. na -
Non-Discriminathm Pnikt•a
cheatsps 1,r
MAx,INE E.MOTOR. 06"rei r A, 19M
City Clerk
Ostia oI publkatlun
m m eau
Sile D�l:s Jnemsl ,f G,m,r,,4u,,,,,l a,id a 19114
-4185 Eli e�tCma �n
--
DATE Jul} 19 1985 CITY OF RENTON
RE UISITION P.O.No. 37040
DEPT• PU4liC Mor ks - Ut' IitieS
4CCT. 421/000/596.30.65.28
S 2567._r VENDOR NO.
ACCT. S
---�_
PHONE NO. 226-041P
VENDOR NAME AND ADDRESS VENDOR "REMITTANCE' ADDRESS —
Y.
I .�. AM00NT
`nsa II Repairs: furnished and ins' - ' 11�d
RID Rap support under washed o.It, exposad sewer interceptor, new chain
ACCess COntrcl gate, repair storm drain Outlet structure.
lump Sum: $2.369.34
Sales Tax 8.1%: 191.92
Tf IAI $2561.26
PURCHASING TO ORDER 1
AUllt,. BY:�, '
GRANT CONSTRUCTION
INDFRCROUND UTILITY CONtU:,
GRANTC ':46PI
Fool I7]eo S F RE6lON WA 98056 `..
July 16, 1985
City of Renton
200 Mill Avenue So.
Renton, Washington 98055
Re: Invoice for Rollinq Hills Sewer Repair.
Repair Rolling Hills Sewez Easement
Labor S 1,007.50
Mat-•rial 775. 34
Equipment _ 586.50 _
"ub Total S 2, 369. 34
Sales Tax 191.92
Total Due ,3 2,561.26 ,
Sincerely,
Richard E. Grant
4
a
OF RE•
PUBLIC WORKS DEPARTMENT
= ril RICHARD C HOUGHTON • DIRECTOR
MUNICIPAL BUILDING IDp MILL AVE.SO. RENTON,WASH 98055
/)EO 206 235.2569
E
SEot E�
BARBARA Y. SHINPOCH
MAYOR
-MEMORANDUM
Date: November 28, 1983
To: Dick Houghton
From: Bob Bergstrom
Re: Rolling Hills Sanitary Sewers
The lower section of the Rolling Hills Sanitary Sewer still is
having problems washing out from the stream. This lower portion
between the 1-405 Freeway and the Country Hills Apartments has
no access road. The access road was cut Off when the Country
Hills Apartments filled across the creek.
As per the Highland Village Apartments
Lincoln Properties, ,job, the developers,
were to rebuild us a maintenance road on
the upper sections, but we were to fix the lower section.
Because we are getting close to Country Hills Apartment Unit
I feel we need assistance from a Soils Consultant. Converse
o
Consultants has provided us with this short work proposal.would like to hire them via a Purchase Order for this small
soils work,
Your approval is requested.
--— Approved by:
:jft
Converse Consultants
3l0 Eieutt venue Wert
5wle 150
5"nw Weeh.nglon 981,9
TO*Vhone 2%205-5200
November 14, 1983 83-5213g�
City of Renton
Municipal Building
Renton, Washington 98055 NOV 1
Attention: Mr. Robert Bergstrom, City Engineer
Subject: GEOTECHNICAL PROPOSAL
Maintenance Road Evaluation
Rolll-.g Hills Sewer Trunk
Renton, Washington
Gentlemen:
We are pleased to present this proposal to perform a geotechnical inves-
tigation and evaluation of the proposed construction of a maintenance road
adjacent to the Rolling Hills Sewer Trunk in Renton, Washington. This
proposal is based on a site visit with Mr. Bergstrom on November 8, 1983.
The purpose of our work will be to evaluate the subsurface conditions and
develop design geotechnical criteria for roadway construction.
There is an existing creek which flows in a steep-sided gully through the
Rolling Hills develcpment and has been partially filled in. The section of
maintenance road to be evaluated is approximately 150 feet in length im-
mediately adjacent to the creek and downslope of an existing apartment
building. We understand that an area near the apartment building may have
experienced ground movement in the past. Construction of the maintenance
road will require filling and/or cutting of the steep creek sideslope. Of
primary concern is the stability of the slope and protection of the adja-
cent existing apartment building.
Based on a cursory site reconnaissance, there may be a risk of futu,e
ground movement adjacent to the existing apartment building even if the
maintenance road is not constructed. However, construction of the road by
the City of Renton could be construed by the apartment building owners as a
bas— for a liability claim should future slope movement occur. Thus, we
believe that the City should take a very conservative approach to the road-
way work and be aware of the potential liability problems.
Ce+wwo CONIAONft ft.
City of Renton
83-5213-00
November 14, 1983
Page 2
A complete geo'.echnical evaluation of the problem is a major task and would
involve borings, laboratory testing of undisturbed soil samples, and sta-
bility analyses. We believe '.hat this level of investigation is probably
not warranted proviced a conservative design approach can be adopted. Ac-
cordingly, we propose to perform the following scope of work:
1. Site Reconnaissance and Data Review: We will review the avail-
able site information, including site history and perrom a geo-
logic reconnaissance of the site vicinity.
2. Test Pits and (land Holes: We will investigate the subsurface
conditions by excavating test pits in accessible areas and hand
holes in the steep sideslopes.
3. Laboratory Testing: We will perform limited laboratory classifi-
cation testing on representative soil samples.
4. Engineering Evaluation and Report: We will evaluate the data and
develop recommendations for construction of the roadway. Specif-
ically, we will address:
a. identify one or more roadway cosntruction alternatives and
work with you in selecting the optimum design.
S. Deveio- design geote:hnical cr'teria for the selected alter-
,dtive(s).
c. Qualify the risks, both current and with roadway construc-
tion, of future slope movement, particularly as related to
the adjacent apartment building. As appropriate, we will
make comments on reducing these risks (sach as slope drains,
slope regrading, etc.).
d. Prepare i letter report summarizing our findings and recom-
mendations.
5. Attend Meetirgs: We have budgeted four hours for attending
meetings with your staff.
cenwnw dMYYYnb wK
City of Renton
83-5213-00
November 14, 1983
Page 3
We propose to perform the above scope of work in accordance with the at-
tached standard Schedule of Fees and Conditions for an estimated cost of
f2,750 to $3,250. This estimate is valid throuih April 1984. We under-
stand that the City will provide us with a backhje and laborers as needed
to perform the field work, obtain any permits to access adjacent Proper-
ties, and support our effort in obtaining existing information about the
site.
If you have any questions or need further information, please contact us.
Thank you for the opportunity to submit this proposal. You can indicate
acceptance by signing below and returning one copy to us.
Very truly yours,
CONVfit,SE CONSULTANTS, INC.
Robert L.
Principal Enqineer
Attachment: CCI-M3.5-1/83
The above statements are understood and accepted.
Date pie ire/ BY
Position
Firm
Comens Conxxwnw u,c
City of Renton
83-5213-00
November 14, 1983
Page 4
RENTON ACCESS ROAD STUDY
(burs
Tech/
?rinciDal Project Draft Clerical
I. Site Recon. and Data Review 4
2. Test Pits and Hand Holes 2 8
3. Laboratory Testing 4
4. Engineering Analyses and Report 16 4 4 4
5. Meets-igs 4
Total Hours 26 12 8 4
Subtotal Cost $1.976 $660 $280 $120
TOTAL COST $3,036
Cones�.Con.uiLm, inc
Schedule of
Fees and Conditions
Introduction
I'Is Ins
Or Ca^.e.It C0^s u'an31Cc^.erse'lC O.or.Oe!OIC'c1,en's n,g>"""I p•ons"I's ll and IacnMeal Smarr,t,
c4". a4 ;pv, •ess:CnalaO.:eanOY..o-ons GeolaC n„cr 9e'v,ceawe;l.`eceflor mad
cay and>, �MO�a+....c In a thermal cORS,Si..in that lave,
'c seo tt memcers o'the morRss•on c,r.enny pact .hg,n the s+me Ipcapty ynder pm.lar c011dq,ons
Cn"Oe"'"c^ ,•:.,.Se' ;e,bbasedur.the geserA"I""cy•neAme.can Sooaly Of CRR,EngR1,y,.nManual,15and 55 $erv�CPS
.yFA I.c- nut, rte•.gee wm tR Cna,gec an accmcar""n"t Me lee schedule ribectrve on January,.tgs+
Hourly Charges tdr>te VWW
CnYges 101 D'Obaa•oM 'RC*race'and C2nC+ aa9 ale Oewrtneci t,muli3Oly,n+y the],q<I{._y+Cl.ap?hed IO M,b DrOlect tY 3 5 t0 Covw
ntuo w
O""infield M1"lote"-0eharf!'s com h"Ca donne,domKHaOmIM Umleo Stases FC,let 1R.WIand clpnc8131aM anOKnImPpMrgeol2,'.
pC"a, ' pule•1 ho;,iVRAlawll,quadded tdrbrle,n"Close Of B,gb,nDu-9 Der day and fOr ail little on Saturdays Sundays
a'na nOudevb 4 Tn:Tug'C+agR of PreR .,,I by made ter each day of",uesleo O'repwed field sarv,Ce
COnsultatlon and litigation
et^e01c.eE'n•e If ZOI O S..8 nlp'ebt`,I nq Or-old,and for senates,n connact on..to!,hgaboh a.e cnugeo on a Oa,ly Case lee
E+Denset
1 S ,:Rt,""pmen-o Compute,'"yew be charged al plesshOwd pn SdMOua•l or fl attache^d adpbcable
-'cruse fep_W"!c'9«p S are Cba+gad at cost
3 Eaplo-aboR socar'eb ndMmg.vench'
A Tts.e,and 9sbe-x+c^C �-NC t aru cnargatl at coat C Ws 15 percent
R aibsatesihartpOt cost i's1 sr+beard_erc Ito-,ntl.v0ua15 on proleCta redumng IgWien ,O,bving
+was rrom a q:r:ca d'hq err charged al cost p!vs 15 pe•Cent
5 ap!c noo,.eany!.,.�«aapenbes a•epM.godatCosts e'as•Spe.centpr at a ratpotlO tens pe,..It to companv-ownpO veMue,
l ra'OI✓'K�'^t'G' r.,C Ca o'Lce and pointed
e ON<' aV-C+pC[«+•.aaCi p.o!Rc'""'"a Isere nnolos long-O:stance teednpne uus cermrs. bonds outs
s: ,as and tests a;.:are Changed of cos'plus t5 bercenl me Dnntmg
Indices
1 Invo,c Ra wall pP S„b^'btl IO tnP CIiMIOn a+lonMlYOaa19.an0ahMlbd wallbe9u,°,,ItetlupO,cOMWVh,rOfa RRbSS IrR."an
wall dat8 N,al IIRpyge orrOy�CPC gry,0•each CalpgOry 0!pa6C9r,a1]P�a«pa(wa dass,Il"bons.A more MtaJed 5e"al,on Or Charges and"to up
a'CI1Pnl31agWbl
2 Payment'b due,Oar presRrutw^of mve¢a and n wet d.e M:rrs'lags days I.om imo,ce date Client agrees in pay a serv,ce
c^.age of one and ^R-^al!DR-ca^I ft 1 2%;For month bul hot secMtlmg the maumum role a'lgIeed by law.on pesl due
aCCOOnts
3 AhCrnpy S lean o'CTe'COSA'^cored m co-eCbn any de,anduart jMI no be Palo by Went
Convene CDn3ul,"" M-M,` e.
OF RE.
„y z PUBLIC WORKS DEPARTMENT
DESIGN/UTILITY ENGINEERING0 2352631
B
MUNICIPAL BUILDING 300 MILL AVE.SO. RENTON,WASH.90M
0
�P
1rE0 SEP�E�
BARBARA Y. SHINPOCH
MAYOR
December 7, 1983
Convenae Connuttanta
300 EtEiott Ave. Went
Suite 150
Seattte, WA 98119
Attention: M. Bob Plum
Subject: Rotting li" Seive Trunk Repa.i¢
Dean Bob:
Pteaae Sind enctoned your nigned wvtk D2de1 Letter 6o4 the
Rotting H,ctla Sewer Tnunh project.
I wits have cite aunvey wank completed by the end o6 December
and then, hope6ulty, you can begen your work.
Be6ore you etant, pteane contact me no we can coordinate
the cite autvey and wield soil tenting.
Deny t uty youan,
Roben.t E. Bergattom, P,E.
Enguuening SupeAV"o.t
:j6t
Enctoaune
Converse Consultants
ena Appwo SCMnm
300 Elliott Avenue Weei
suite 150
saeme.Washington gal 19
Teiepnone 20C 2a5.5200
��� November 14, 1983 83-5213-00
//////�►►►��\
�✓J City of Renton
v Municipal Building
Renton, Washington 98055
Attention: Mr. Robert Bergstrom, City Engineer
Subject: GEOTECHNICAL PROPOSAL
Maintenance Road Evaluation
Rolling Hills Sewer Trunk
Renton, Washington
Gentlemen:
We are pleased to present this proposal to perform a geotechnical inves-
tigation and evaluation of the proposed construction of a maintenance road
adjacent to f'- Rolling Hills Sewer Trunk in Renton, Washington. This
proposal is bao_d on a site visit with Mr. Bergstrom on November 8, 1983.
The purpose of our work will be to evaluate the subsurface conditions and
develop design geotechnical criteria for roadway constructior.
There is an existing creek which flows in a steep-sided gully through the
Rolling Hills development and has been partially filled in. The section of
maintenance road to be evaluated is approximately 150 feet in length im-
mediately adjacent to the creek and downslope of an existing apartment
building. We understand that an area near the apartment building may have
experienced ground movement in the past. Construction of the maintenance
road will require filling and/or cutting of the steep creek sideslope• Of
primary concern is the stability of the slope and protection of the adja-
cent existing apartment building.
Based on a cursory site reconnaissance, there may be a risk of future
ground movement adjacent to the existing apartment building even if the
maintenance road is not constructed. However, construction of the road by
the City of Renton could be construed by the apartment building owners as a
basis for a liability claim should future slope movement occur. Thus, we
believe that the City should take a very conservative approach to the road-
way work and be aware of the potential liability problems.
Comers Co Wuinb.la.
IZETAI( E
() F
11, lII :old CI* I : III "ANCyr
IBC ) C : II OW 16:461II
r
Schedule of
Fees and Conditions
I M,oCUCtron
Hourl}Chargla for Serrx,,la
'a•get•o•p•�Se3scna ter':nroa ant cra,2a'aWhare 011a+rNNOpa P+u't Dly^giMd••M payrpa aDDhapblMaprDlaef.1y35tomw
..e••'eat••:ng•D«rVt•rya.^;pl Drn lc•panMnaf ppnK•MD+`tM UvlaQStasls Fa•Iec+SnWrargeWullgM anovarlunecMSga of j5
e•cM•C"ne roL<OP•p..•!tl DOyHr•a•e w,•Madpatlp hmern eace3a OI!•pnrrKWy ps•pay ant b•aN hell!M Satuepayb Sin",
a'•Q`0.,9ry A m prmuT CN•ge p'Inr!!pJUK w!:M mate ICr e40 Oar w Wl eJle{t C•rlpW ryp 1MID llryrC!
Cpn)ultatlon and Litigation
' 11«1 1' .^ 5....a•: "";pn5.1-ynJe'D}.11115a, r} ,. t„ w •'I'A\•`0^Ve Cbrg.0 0na0\Ny DK'3 rM
1.. em A."0,•aQue.Y
Eapenals
S[':a'rc.,.' ,«' .•Ccmp.-e•nal:�DS.nargM ai•ales alspwn On$:^etaNlali aLCeaOPapWrWDk
" "'Cat< rC'.1..r'^raCP^9la are Margatl at COar.
EvU ya'U^Cape^tq�O•'inA Ire^[nng CI:I er!Cr4 �!C O CO31 L�a1 r5 pR CMt
a �'Ltan']a';,^5}'e•.,P ev[¢r3p VefapO^.l'•U^ rCCntanO Dpa!O H.0 't• ^0'rrOua iCn C10!lti3•lQWnng lrhF eN Or lrvlr.Q
ane• 'r,: a0'rc•Ca 'Jn¢k er«cM'pe:Bl Cm'D'.a rr p!•rMl
p y_. r,_r taM na;x PxCenr Iare ira'gedal<Da!CLJ 15 DlKe^.u'A'.9'k'eolaj re^1f Der'He 1p•WmpanY pgnitl keeq•1!5
...'wM•.C••_.pa..J••¢Nnn pro,H.1
t C _aC U•e'.1 C 8 'Pa[P'rM. ee•8 en0!q Ian Q,,JrA.,n fP'P[�UM C81'}
. - r. sr.•:'a c"x-...1,.,., plrrrvry bnpa DaB:dr p.mh^g
" - 'pe•Lent
terraces
.ae!w:,.rakuem.•tep tOlne[bptl.onanpnn•ry Oabn.antafmM R"...,pPa.On'hetl updrLMrDlelrpn OfiNnCH IDVOrCM
u }'row:da'Qeblrr aaM Cl•PQD'VD'Dnrb:^nneJnJ PrpinSe CltbFhUI:CnS Am�rf 9llYifO JeDenLpn OlCMr 11M DKa4C
car^'^ 1, _n-:.D,ear a..c.: �kace e•:d s ram tr e 1 ;i0'orn Iror•. nvOICe dale Csem agran ro pav a serv,ce
^a 9P c'c «a1tl are na Der.e r-• tar, ow,rr+ ^ p.nD•n.[ee0.^Q tPe maumum rair Slowed Dy lark On p33•due
3:uarrl
J xt•:rnm a 4m., r, P'cpps rCJ'ret -L^:AC'rrg am de nQue^I am;,,.•' •( M Da•tl Dv fnP^I
Came.*Conwltanla r p
Conditions
P-M of in"
TY CMm Cmw.wt•nbeE•.lwnu!..e. x•e rer.aYpeh.wo•urs.lW.'OrY
W DrOxO.rcr rrpnl r ^n1.Y OI CON.IN iM l N M!^W COnr.Kt^•C
14..•(:IFin!.nd0lr lCG ^IrwWM1 �t.0 "•rK'C' r.OnM%.wM1KIS..I:rp.
OrnPl.1! .Pr\ ^C.q.irlr'gr0•r.NWtW!'c'»l i4lOWCY d•M CP•InG1yf YM.
W�b CMrfnf'A.r yil i 'MNrrN M d Mi.IM pgKl)1!
Y^'N.LMf MPD.^l r;aj gYOn.M p—OJ b nnm:w Nh
er.GH%me M•+ n0.•%oa4br ClrMlmal F.!rq.Ipm,IL0.M lbnlulien 01 Uab"
ql^i.M:w r!vcollMm 01.FIir11\na•wna mn
•9'+'.'u•n Eur My mruh d W iD!d•N'>/.1 N N.y CIO' d.rrwrM M dY'1••Y po\KrrrM c'-Yaw\ at.w Dm•.w.;^a n.pl Dl.K! a+e C:bnl wlm Klm•CDnw'Irtl:X,:'!Y fc 1•d.Ab FOtlw YVw nNOOYb pnGr.- M,[tK^..M lDlx INDldhyrYbCIGNr•y.N.NrYEtJrMNWKIM iDITn COnrrK'C•{i.q a.AKinr.iLrq•f 1.bl.q y'CI
•M 4M.b'mlK!O'i4 pJ4i1Mn.w•KI\\Kn!nlr COrIMrw,bu'
•re Gry iDnlaK^ab Carrnw Nrrl•gY'o•lnv wn.pey•C µ.D *DG'Rib nipvn bN'Inwe.u!ne4. :not e.uie 55L DOC dCor.+rwi
•e•'.M.n 1FYGr4.N.'YCr W M!WNJ c COnrerYf NMn1Nn.•r0 1w MCM%rgDrNM
:abn'r fbG.n M mle FM.I.M..ryp
CM1NII IYIIMr 1pINiNM1.lY.nf CMIrXId.M WNM!rXb.lb..'it
pirrdT ypI\ n COIrKCTpn rYrin inr GtYG!1 lippn D•t!u0.D•ly.W by
L rcM!•N.-'!!l^I W iM. :anH1%C.JC1.Ir»bIM N D'PIgALn.r 41E.?If!M
•Y.Yw.p:if'or]O aH{J'•M•Nonpr ••On opro,oIni P• pDINAda .prrpMce /x C -.d•Nn
•eoW\,•,•o•YmG.e u^w'Mw N C'_'N' wn4rron pn,.4M•l:•nsr w+om•.rq Fe. .di 1 i!r!wmnr:ralM
.mru!w 6'r..o.ar M•M-qP Namu l an.NN
OwM1aMlp e1 Oaewmma MaunFD1
A. •wM•n d,:+p �Da we au low nDua ubdar:xY IM du cwHr%rw.e%nu ane..e.nm.mnn MKYq!�ans ee•Inm anP MM a«wNny p IaO tv^.vvm!w \uN^I< ira rn pMn {un.,,S w
tramI".b.,n.m are GmbCIt4 br wonen comp.Mlfrm
^a"✓nMY L'Nh Ci i'J I'Fl n lly MpMnY M(goal n. mW!i^CI iM IM•COnMIN n.\Arco T pYNK Niy41Y 11tl
-"•lrr aG'Na YN I:..DOntiW amN w'pn fymr.M4bIMC DmpNty Mnnw rngnlK.pNKbt.n.M nOiMlabpi loptr.li'rM.l O•rl4 CIry•fiGllt'd il'fyGT MKIIt ar r
ipwn•a wrr H i.l nol pbP tp n.:N nwW Ypan 4am,ro.M ml':nor C nWriMi.Ir M PrOIEIE b Clyn•
Ir..fiG•O1'^n G.rat•.n.D:•DDw.niryMr!• r.MnleOYs'.n wLrp W.MnIM 4m.i\i.b CdlN4onid{.rM nnwiM!
Cp.N oaO "!o rra..rrevaro wHtiw.na•.Irr.n!rom.Y apNMl C,^.fM.-vtu'n✓Mrt^M•.rcnMrWnn9w.MYr.r(:Il Mnorny 1^r'-0Y Oi•Mpl p4tr11r Nu+p lroF.nl
ICr
i drgP P.Ir.!r!i't'Orr•t{YpnrN C'IM I Vn' D .In/p.nn .u•'am ra,N wm lll;pbyl4 bI t Cgnrirw ." .mN J4'nr.F C�6f V i!:nN!Ni.Db tC•nf�`!.lOn/�llNwab n;•t,^nf.Ob. I low G
M
a•N' rnip.N IyplPr bIYC^C IM.mMrnn '.rnr{
1 mwa iM[OMMoni al W+•^WriM1t.Cpnw..Y Nw' nOr y RippA{ebr!Id
DY
.N10 b{e wmpl
gumam 01 coalp r.wrrh.rgrn b, .rr Klt c. w! Ya a4e^I!
'.M onN coniYrcin.{NnppYp P
T I I b..rpe.e:Dn•rr.n4.tOu aM ODe!.Dn\a'C.Dna.•w.l-bl YwM tM C�Ml.prw.nIIibq rb.^n�ly ln4 Yw ne.rne{a Comn.w nt
In•\a^cobwHlnw Dr rbinre•MnWunm,ro.'.uM onplrl4eM LFKan.ONnanONw:aYw/IrDm aro.p.mt'Mv.roN p.w•ri4 .:F.nme..'nn Mlv,Jb!nr l!rl:Mnl in.Mo.WMJ.rzn sl'nf.'W Plm.pat IndW"M ma.^sH 1Mi N.\.n 'corms Gn.
D!^trl .iEMpb p011i3'On!Mpniinnplp OInnAMi mXCI.N• 01 C•Dea
iN iM
lif .K. Fb{. NY. D.NODK On[M.m IM w'n PC[VNM6 nedrylgn pOµ%P rC
LN .r! •MP.rC4 ':O^HM m.i.. p dMr CMK•%aY Ml Cirm•
•."t'.'. f:M•1.pn\t IX r'1K'y4
Gbn!'Napn'.m va•.A:OWllaw cwbnbM may H.r Irom mow M. DMPWn
n.11—'Pa. lwt.bMV cMnIDY \GrnH C.1Y°muronl Na """b0mRln.1/0'wcb)nobbN.NnrNrnprolM0.r•M•plMl bltM!Y b,C\ N am ly M.Pab .FpnpNllNNb.rb rXommlrl4... % .ro M'I'mm YNal Inn IplwMm .r10.no 4 M.:rlrigrN I,Prn O•Cd•yn.N!b.w KM'.On tM mlCrmatmn 6.4 owe IC W •N`!'In AuDN'M IM16.O•N4 M%iM p.r.lney p{nv.Nl!binryn.0 t0♦anwrY N•Mrl,WnFNl M.MON 4N.rnrlrMil.l'On..n^r Mom. 'lCONrill reYglipICONS�MY•.aP intM4�IMwdFq G%Im mC1Y4^!'tl.i.MlN/!iM"nO.wrlW^/lb IM 1M.nINa•W1•Mbu vynCl fu•r•rm! [Nr Egllt.Pn.rrlH lw\.MOMN C'NFr.r.yyP• �IY'nK•maNOn O.rNDp.4 +Danws
Cd'rYw wril!1fw MO'n01.^IX=nWr GOTKYnwrp IM aMMNvtf er IM TIt1111M1btl
i onFrro. C• ms WOEOnfrw r.w d IFirr Canplranca .m cmFN' "'I.AD•wma•"mar w I ,,alw DrWs
NMN pny Jpbn\.rin ITI OM
n O:xirynb d.nY.O.r Dirr.rrtw.r.rinn.•h dN1 a.O.:rNti<N an Vr FM rplr:f rn M iylnl o'WwiMW:liaiwP 0.Pf!O•Mr
CrGeCwp.•r"wmmMf a• 0^N yirt'.sn NiDJr M..1r Dir'a.nr'n.CCdtlallN.rF r^r n•ISi M,w%Yfn Yrmvyl.p fnalr IC
nM• Ml
MODw'.iton lia•I r am tu'.<Y•' wrMnulrte p 01.1 �I dbV.n�IM iM .•rp Pvvp 'M'N4atNr1:114Wn'W Dwn'emfaYP bNOn 1.DrNbn[dY'rrrCRN OI m!arrr'GP,DNPrw P IM'M-.In^prK. In'M.MI.
JO�NN�.I� 0..4 t0'whKN plrro•IrIN b tM b^.M on rbIK1
^`^T b•e PWt rwwniple urm.nilbn iapaM.i
Canr.•%itN b!!i\pOn\C't lDr..l KbrM am WrN:nlmpicywltt "W.r.nl NRrmiMIM c•YnpnDpn fOr lmn ry'T.w
^n:]•a N,t 10 0lG pW
anN'VlC b1O•ayi Ml q.n1..0'nY Dirynl GOmanI E'•bl.1 rIDCM CPnllmpubO tr tn.e An-rilFralr:inF fYpCMI-Kb{p'•na:.aWga•w.10 nl.nran i Yb COn,Hw Ffr CDmD1.K WM.Mrrw\lrr0.NpP,i.
rMne EOmDnb rn •N\ am m,r MN C
ol.oble . noon c^ .b Y.rKw
Mtr'!+w m!pLMYMni".Xirrf!!f M•MM ONbIFV[ rr .M 4i4 OI Me:{f N INmrMgn M NriwnYp' TM
N^Gt.w{aN{uDC'Onl'Nfnn yy'M Wlpan 10!Ca4 [M`Iro Fn d M NpanNt O'brn'•rWgn d EuwMpn aN-�mL•.q N prM CO..01
I.a.f C• am mao
rMr, '\.,.r. ooen CmN.N:n ccrrylr.ry.rM.rylyaa,rNp,M
'bi COr•i;ryp to M an a,.Ma PI.M
n'Vo'nrbJr4 e'p,a Y:.wr
OF RE
PUBLIC WORKS DEPARTMENT
_ DESIGN/UTILITY ENGINEERING 0 235 ?631
OO >R MUNICIPAL BUILDING 200MILLAVE SO. RENTON,WASH.98055
e
�
TEO SEvtEP
BARBARA Y. SHINPOCH
MAYOR
December 7, 1993
Coavcaae Conauttanu
300 EUAott Ave. Weat
Suite 150
SeattC.e, WA 98119
Attention: Mt. Bob ➢Cum
Subject: Rotting HiW Sewet Pulnk RepaiA
DeaA Bob:
➢tease bind enctoaed youa aigned Wonk Utdct Cetten boa the
Rotting Ha" SeueA TAunk paoject.
I i-u-U have cite our ey work completed by the end o6 DecembeA
anc then, hopeiiuCCy, yc,, can begin your uenk.
6e6O%e you atant, pteaae contact me ae tv can coordinate
Vic site aunvey and lietd aoit teatirng.
Vent' testy youaa,
Robert E. 6eAgatrom, P.E.
Enganee,tUng Supenvi.ao-r
:jjt
Ertc&,ut
Converse Consultants oAniul En9lneean9
end Applwa Sew need
30o Ell on Aven ie Weal
ta Ste'So
Seattle.waanington 90119
Telephone 206 2853200
November 14, 1983 83-5213-00
///�///�^►►►�a
�J] City of Renton
v Municipal Building
Renton, Washington 98055
Attention: Mr. Robert Bergstrom, City Engineer
Subject: GEOTECHNIGIL PROPGSAL
Maintenance Road Evaluation
Rolling Hills Sewer Trunk
Renton, Washington
Gentlemen:
We are pleased to present this proposal to perform a geotechnical inves-
tigation and evaluation of the proposed construction of a maintenance road
adjacent to the Rolling Hills Sewer Trunk in Renton, Washington. This
proposal is based on a site visit with Mr. Bergstrom on November 8, 1983.
The purpose of our work will be to evaluate the subsurface conditions and
develop design geotechnical criteria for roadway construction.
There is an existing creek which flows in a steep-sided gully through the
Rolling Hills development and has been partially filled in. The section of
maintenance road to be evaluated is a: roximately 150 feet in length im-
mediately adjacent to the creek and downslope of an existing apartment
building. WE understand that an area near the apartment building may have
experienced ground movement in the past. Construction of the maintenanr
road will require filling and/or cutting of the steep creek sideslope. Of
primary concern is the stability of the slope and protection of the adja-
cent existing apartment building.
Based on a cursory site reconnaissance, there may be a risk of future
ground movement adjacent to the existing apartment building even if the i.
maintenance road is not constructed. However, construction of the road by
the City of Renton could be construed by the apartment building owners as a
basis for a liability claim should future slope movement occur. Thus, we
believe that the city should take a very conserr.itive approach to the road-
way work and be aware of the potential liability problems.
Converse Coneunanb.IM
City of Renton
83-5213-00
November 14, 1983
Page 2
A complete geotechnical evaluation of the problem is a major task and �ould
involve borings, laboratory testing of undisturbed Sol' samples, and sta-
bility analyses. We beliw,e thrt this level of investigation is probably
not warranted provided z _rvative design approach can be adopted. Ac-
cordingly, we propose 'c , e.lorm the following scope of work:
I. Site Reconnaissance and Data Review: We will review the avail-
able site information, including site history and perform a geo-
logic reconnaissance of the site vicinity,
2, 'ast Pits and (land Holes: We will investigate the subsurface
conditions by excavating test pits in accessible areas and hand
holes in the steep sideslopes.
3. Laboratory Testing: We will perform limited laboratory classifi-
cation testing on representative soil samples.
4. Engineering Evaluation and Report: We will evaluate the data and
develop recommendations for construction of the roadway. Specif-
ically, we will address:
a. Identify one or more roadway conntruction alternatives and
work with you in selecting the optimum design,
b. Develop design geotechnical criteria for the selected alter-
native(s).
c. Qualify the risks, both current and with roadway construc-
tion, of future slow movement, particularly as related to
the adjacent apartment building. As appropriate, we will
make comments on reducing these risks (such as slope drains,
slope regrading, etc.).
d. Prepare a letter report summarizing our findings and recom-
mendations.
5. Attend Meetings: We have budgeted four hours for attending
meetings with your staff.
C-mmw onmwmc do
x [ at
City of Renton
83-5213-00
November 14, 1983
Page 3
We propose to perform the above scope of work in accordance with the at.
standard Schedule of Fees and Conditions for an estimated cost of
stand to $the City
0. This estimat= is valid through April 1984. We under-
stand that the City will provide us with a backhoe and laborers as needed
to perform the field work, obtain any permits to access adjacent proper-
ties, and support our effort in obtaining to
Information about the
site.
If you have any questions or need further irformation, please contact us.
Thank you for the opportunity to submit this proposal, You can indicate
acceptance by signing below and returning one copy to us.
Very truly yours,
CONVEiL�f CONSULTANTS, INC.
I
Robert
Principal Engineer
Attachment CCI-M3.5-1/83
The above statements are understood and accepted.
Date c2_---�iQo'z 8y
Position F..c
Firm t /n ,
-
Convene Conravrnw tic
ai r' h ,z4 1 na •a` t li
*:a
City of Renton
83-5213-00
November 14, 1983
Page 4
RENTON ACCESS ROAD STUDY
(burs
Principal Project Draft Clerical
1. Site Recon, and Data Review 4
2. Test Fits and Hand Holes 2 8
3. Laboratory Testing
4
4. Engineering Analyses and Report 16
4 L ,
5. Meetings 4
Total Hours 26 12
Subtotal Cost S1,976 Sbbj $280 <
TOTAL COST $3.036
e—...,,co ",e u w
Schedule of
Fees and Conditions
I
. f O b eo 1)a w ris n ryn rpwr.rY rr:"ly,nnai arM reCn:r:a m. ..a •
:':J ] .0 i1 .•.Aa \ J Y.n.).. .•P•.r....a'N r.. -.Y:' IW N'.1.•. ,f
'.a R410 f\.,G l:'a v ur Yv.lfr u•nlMr..nq { n+"irrH rr,arMe.CML)IMiwll' n TI ,
:.a Ga m•. m .ena. 'P.e aea•a MturYr`pA
•%a -.r^ n+n. ..nv Y. Jr n Mar aarS iS{nJ la Se.r•. ,.
• a^^ ^a:_^•ninLw w r t+,n ke u^.etlua a1faKU.a M Jn.ar.I t$ai
HOU"y CMarpea for S..ncaa
•'1. a '.a ; Ian in dNrvms VO J nY +,! ,,• P"n::e:I
.. Da Wr
.� .. V.c... ,• r v. aDDMMlro ennD c.ea'e n I ;...
- •"ab'SUtra i..,Iecnex,Rmoekncalsun enmen meLnxpe.r :01,j"P-11- WyY in]fOr all lcrM pn$alar0aya$unaarf
' 'e taY.;f tialUYiletl ae rMmretl r:ND aerv.te
ConaUllalwn inrl Empalmn
•• •• w. .;Abort are vlwrpa0.•n a O."y Vs) Itp
EaDemes
.. .. ..�. ,a•pAs ow.o. ..nm-.plm'I a•WNHI
1 t .. r -. 1 1 r- rna•Ueo o as ......
'Y De o'nr
r .a rrl Ta•-a n.A i- r:.:0•v Ja{:)Un P'U*C)rMb 1, ;v f•. '.rrn 1 ',nnr•3e.1 ,..,ru os iS:e rNaraer-_r a(Ifrnit Ce.miklur o.-
'
rt .. 1 r lm• • n.L.,: I AI.�:. !r e:Nmen^ap
r.... nr � . Ix••:r:,,• - t De.mas.a:',]a G..'d.tr.,, 4
Inert '!fi
" ,...,,inlY N.rblf dc,t a'n,aln wr!Dp r'_.t•mtlrpq aLVrt Wmpkl"'t yaM{ei InrWCH.�Y^..wVA i 'ra,C.. ! P'•':n. .n9yerppnfe•clafCrL::11Vn5 am,Ure tlelarlYM] ta1ro001eM
.yl\w.'r'n:• ,.'IJ a•--r. . zal MM roHa+tl be WD
^. a .[a.i a...•n. ,. i U. Jt ' Pate C.. ,a'J•xeva[Mv n rA qr 1 ✓nA". I r a n NO Jr e...eJ r^tJ ruannum tale aibore cv nx o. sercoe
CaY L.e
al,' r.c
C<OaarNc.—'".nri qCl M, q.
Conditions
lna GNM..:I pow[Y br.qpr d Nrlh OI C,pnY4,i arU in rN[eftlry JI me JFyr conlriciw a iWr(.pMIKIM CdlrNx s S4Fr..� •.
iOurLmM1 n orQN l0 cpllpNle 11N pri iKraM i reirevr w erirW4M M IM IOaOuuY OI IM rgnlray.','
INnw Comw4•ra Ixa NI reifonipN pec'iulgnf b m. . »am YHay.n r.n i. M ar Ine ggN.14»
+inNgamPOei\yRY aSvvyNslOUO pY Grinl mN'nmPnpmvrrarx Lrm;yllOn of L4dMiy
'I b•NiM'P'Ji^VgPrMr IXc.n mi[q.«t:On O1MKn.SnOt M•t Cf m.3
ayriirninl
' *+nap: Mr n Mr a IMruawr o.JmPr
In nr wJYewmalM wn ConYirx FOYx M, OraNYMel:KyrgerKe T.cable yrtlYro Ymn Cmwrrne nail'-Ir la
I dM b1aW easo^MN pKiv. Inl Grnr artl k+a'IaYHrif:nnlrNlMa irtl suKMyaL.Oh ill4fiq Uvlyd
ONr•igldwlluYY bSWIMiMYI}IryrlYrli Or WI�INf mePlrlv:'miMe ur ilr gWNYMA«rvKM aW'n Tat CAn•1rY3101 i'
tna CMM prig to Mw tonrFa!Nrmytl Iw anv pNnyia to wp. agq'sYa1Y4W,I:ry to 4ltAtx narlYRavm M»}cNV fill Oop gCon.Prxa.r,anaan elrY,.lYrY.nKn are rqI cNltl tc'CglwrtlS i11MP;M am lie'^ .r^'w.e wtller
"»c1rY Yq. Jn IM pan{I WnIMq
..enl 1�nM,igrFf If IWI.IY inY CMn«IOr aM SUOv CnIrK Iq.r1V TaY
Saaplp4 pngm F.ra n cwM«Ign.rm My ae4!...repwl or Nwr nripar«or
Can..rx a wcn emaepM d Pmkaumal IYdNry fx anign ceNr n
'nraixv.rrMa.n NI eC.'iM rq\YTCW•W Jp Oiyf iUrlM.i"arige errJ» rm:Y.M6 Ur Wy1PS4Vnil MgNgi[,r! iM ru rndrrrP a
yiMllr d YmPNi[in pP IryJi al Clrinr i wlglvY uP011 Mnnin V^Orl'.M pKPOMt IU IMn pNlU Nl IPerr iOli i Y\P rONrvMIY irq
"VYRr 4nr41bn ul I,ipaRY On mP.r CMI igipyl COnYM
OwyYllly M�KY1YIIla 11411ry11L4
»pqb pavmq y qa Irb , INrO vtei Iipg Mir Safi LM•w•x'r'P•exyY im.a•nrre mN n iM ae ignla sIMNrO[m
r:C Wlgna Ii1:miYa aM dN yXwnlnli P•Ppiril b,pY CVnY:Y Y SJRin»MpICYN OY 1 rf NY a»prVMIM pY.OraB.Y(dnpirrYlgn
'(IIVYnN1YdMlhrce SrY'IrPniln lne CrppPr1Y 01 C.OnrrY 'rYYIBMeaM IMIIAMIIY MSIY[n COYP1aR WYer prrll[rridnlY ilq
r .aq»esn.atarripCRaiM V! t'!OPP•M1 CanfiOn MWISMa pOlgyi MnYr a QYlns to M aMdriY Mr Me\Iurnvy1PQ 10 me C'MIC'�3 plrlKa4t iu•i1:iuH gNMrY pi rnfuriMe Fll pl P'dliie[I b}:M^I
eMi.MCn are rryrl O4a lM Flr MrelurMOlrgPt HPmaM att1.:11 rpt .rain lNjyPytm Frlurq Yy,IMnIM NmMiry[wMrlrvyyyliWngfurYM:e
'uYO pP mP CI.N.l f,ar MV WrWR+MlfOevPr CMA.raea
�.^wrx N.•�rNarnan pMiMnireCUry{r anY Uae gwftn`rKMnndYiM1YM CIHnI tYrmNS3 FUm ify PyamYt
e1NgBlO mefe+rr[wpMomgp OMrWP or NPdhl.Nrurglrom anv MgreYM1i Mlr Or tn
• a perWQ Ol lw Mele Id'y..nq Sypm:llal ul rM»POrI aunrrq ywn Y iglnh Rill irq CN4!4MS M.pbYM pY�1 CMrfrx arNI1 n01 M
r,.Op rM r«wUf F!1 M mY1e ir4JM!l0 IM C[Rn111 irl rltlplVdP riY0yN1!N IM anY lyei Oimige Or Iridlrir MYOn01M A[rNy.nry 1m1110
'^'Pi iM CwgrlPNi q WCn rnfurlrYe COnrMx}Iri11Ib1 M re]pOnfrde br
iM biY NmapP w Irap9�O an>m0lrpn anY Kle nr O'MI :b agenir
SIYN4la W Cp14 nNl a.q JmN<Mwuane PmPmvia Pr I
I.rarvga»cJmmpnONrMf.rf(Icem:oro Ol C.Mullx iv r.pPMSM M. IN,elmM p,(res tO Mrnlw .npPmn.lY arp YM MrmIPSsCMMrie ni
+a ninll ppYnrmepnlSlvq vPCrewn»r.waPM•Fc1Y y.nnuep irtl On Kln agrn'x aMM1ngorMe I'— NI lge.nu MraM nlnnm.cW1
..TYnµl wOp-n IN,um:b CT¢np«Or IM CIRnI m N(f.niMe rrn ev.vli iM Mmigp wwulmy atlwnivf twi an4rlq WI yl err
VrM•iNY«('PiaN CrOMSSgryl Nrq MPr:y eMBeolopK Orel'.NCe:::IN. M'.a40ni aNI gK(WKKS.n OIXVMveni}adl.nlOrmak'.Yr pdgPJrlll
.raa .Mri M!Y Sln.rx Ne rMnarea GonrP•yP maces no MnN CUmwrr oY IN,CI'MI
♦NrNyr 41Mr.0,M mm'aa
CI»nl rKOgnr»s Inal 4.pxnuP cwgngm mir wry own box M-
(lKi1NrVi11M'.oN,,11., 11'. aYnero a e}OIO.alyd•)i.n In mPaxM lnN iaYIYN yIVY 11Aq rwl•n9biM t'a'•lOrmarn P.n m.
naafi p.Conwrx loll mn m!mY nyegmnama cat rKOmmNTli Kea k'M Prnrbei Y:..fn yYf priNnenl Mp K,vN mel a:W.n.
s O1 CMrPrx i'<taYvS SVNIv on IM rMOrmaHM u4YpN I0 ui rlWn.n nlrQall.11l nYaglNv1iY11Mp»Yimlrq prlyaMli pn gnlrlMlb
..onw•x Fn MrPeyM4pN be mOY yla in»IPrax1MM MO'«yT •KOYBrap lPaidlapNrOWrMrMINIntlNOala[raaolml.Y�m mrwUma
miMPigni pul{MIinUIMroYg14Wbr\MmbrP•alNKln lrY dnPrf Jl f1aH INM�OURf OSPo i11gMM NP6 alY dMr[INm re!NM f.pnnxi
IM rnl0�milWn yrNCq(1
v.OnrerY FII roI prorga M enm:pn cynrNn.Irq na pPrlamaw OI IM R'T ,, Aq.p11
.Jnir«bl p n a WMIMir«Ipi p !Mrl �wnniYlKY FM \Onlra[I .igrxmMl may Iw MmrMlitl IN N11rN paRY.ppI Mr('n vIl aaY♦
ryuxemeny OI MY Ww\yHgmlp FNn MY Ur 41 OI We Y.rKPi iR a�'r4n'qiM w nr 1M fY¢nl UI iupaYMval IYIuIP py mp drrp.IYnY r
: urp lan.r':rlerm:RNRq an4e La4SVMrMy Olrr Alyl ri4rPxnY1'w w.0wN KCwaarrce w.A aNNami Mrpl $1r[I.INmYYnd•alyp l%rl
all rnP.. r' . Pnl vlppplunavY br OpYrtilgnaM Wknp PY.nq aP ilf«Nl . NIft.W MYIf lyre lyapxn[Nryyp MlO»PagralM.'
paryp pHarp M IM w�HM npllra In XY iYPnl d Mrn!npgn
CenYNY MNI M pNp Iq aNYKa grbrmNl ip HY Yrmmanpn pll:r
JOal1i$alelY Wx puf rPYpMpIP iielnaylgn YpNYaa
C.mw'x Ynali yrey:.4rarpN Nr:la K!:nry iM lMld vN eTC•OYyPa qv 'nIM aYMId WmrnNWP dfappin4pn lq rrq+alMn Mree:ilnOnTi
IM bP4Y Ta.a+nau ndbCOMMubnrNYri MONrIP.'dMWMYI Crm b cprnYMron d M fiPdb c IIVIixd pY M.AWaP I
arpxtW iM N-0(MIItNNa OI pyu pplrgKgrr f0 rrya.tirn i YN `d'w•tl My"III'I Y11 Nt11 iglyYa alit r«pp6 tl Ne rM(eayry 10
n`M'» <dpLM Ashlx up miY Nb [dnPyY i rpgl Un b'e Ynr(e}
Oerl;�YnNU b IM giae OI rbpM y YirRrPYNaP. d Ynpen}r:rr Tnv NPrMMr IM CrOIPYgnN«I!YIINf/pr mp pMPrrYi d\Mwrx p'H PaPit!Na d IPTI:rylpn d WYNYyn inp Py iMe UI ard,l. '.♦Ompb.eii irU iuO(M1ri:Mra inx MurYitakWll br011M1d IM OPiri' CdvrNx'naMYYblq 4rc11 NYlYYa lxgUi il(9 r`.
Irp1i d dnNa M.NvNI:1 Y COnal•u1Q IO M in i(Cidage d mi IeprY
riepOl.4p1'ly pt pMrN iNa1)
ENDING
OF FILE
FILE TITLE
S �� 4