Loading...
HomeMy WebLinkAboutWWP2700370(1) -370 Sunset Pump Station System 1984 Gout, Specs 0" . +� BEGINNING OF FILE FILE TITLE s 0 X0 z 6 - pw,464�wf C� � _J • w i AwAROEo l — Contract No CAGO-0-F our 1G� TO Sie/co Grou *in4 �,v ce PoBmr �a•%7—� p�a lem, Ore �730 3 ��Y �� L. ♦ e.6 BID PROPOSAL 8 SPECIFIC47IONS SUNSET PUMP STAT/ON SYSTEM SANITARY SEWER : TV INSPECTION, SEWER GROUTING 8r SMOKE TESTING SCHEDULE A - SANITARY SEWER SMOKE TEST.'NG SCHEDULE B - INLINE SEWER TV INSPECTION a SEWER GROUTING CITY OF RENTON PUBLIC WORKS r)EPARTMENT MUNICIPA. # LL[1.,< J�. ."LL AV 5. IIl NTON, wA3N. "o53 • Up61 233-2631 Ar l_ :�+ 1 Application for General Business License owNM x RENENED wa.5bte au i eta Renton business w.state Tax xoC 600 125 124 5 Licanse mo. 2ti0K-7 U ones No. •L [':y business NUN Gelco Grouti,:g Service pimer memo James D. Monaghan 6 Richard D. Beck 1705 Salem Industrial Dr. N.E. D A e co rout ng ery ce Location Address P.O. Box 7247 Salem, regon 9 Salem, Ore. 97303 Business Phone (503) 364-1198 caner Phone (503) 364-1198 Address P.O. Box 7247 Address k]aergency Nemea and Phone Numbers Salem, Oregon 97303 503 i James D. Monaghan ph.393-7628 2 Richard D. Beck phd399-0636 Plusineas Type— Check all items that apply — Describe type of business— Home business sale Maint. TV Inspection, Rehabilitation, office x service Grouting. Ike-Lining, Insitifform Lining _ contractor _ Industry-Aanufacture Sanitary Sander 6 other underground conduits. _ Notel/Note] Dlstitution-Education Date Business Opened _ W110 form F-I br COaaEMDULLY 2CNW BUSM88 NAO=CRY t1AITe he farm F-e far WO&AE bw SS LOCATED WIDE CRY LWO) i l Insert below the total number of employees (including ornersl, the license fee, penalty, if any, and the total fee due. Businesses outside the City Limits, count only those employees Norking it the City. I penalty fee schedule for failure to pay License fee within thirty (30) days of date due is 5s of the license fee for the first month and on additional 5s for each succeeding month, not to eyceed 25%. RATE PASIC FEE No. EMPLOYEES LICENSE FEE PENALTY TOTAL FEE A. I through 5 Employees $ 40.00 3 S. A through 10 Employees 60.00 _ iC. 11 through 20 Employees 120.00 D. 21 through 100 Employees 240.00. plea $5.00 per employee fettered over 21 in pumper I E. 101 through 200 Employees 640.00. Lieerlse bent_��Q plus $3.50 per employee L over 101 in number F. 201 or more Employees SM.00. plus $3.00 per employee over 201 in number I across eaRlfr thus tho aaNanU she ,.t. son fumumee al me on this eWli.aUnn off Vue she comp).... I. tM bat of ry Lrsledae. I alp etb:ssfrods star the agtemens. her I. n fni...d 4 he an this aWlleatlon are FWI,t records sM are asa,lohle for public In arse ice wrnsnt to store of wxhl�nvtahn mmI urno. aena.r. rla vc l'�—�rlt a Md. Accountant March 12, 1984 Orman B. Hall City of Benton License Wvlelon set fapletee Application to: 200 N111 Awnw Shut h aeMKil MA".Mtoh NO55 2]5-260e t Loll OFFICE USE ONLY 1i ,/_ _ eAp Zj-' ySn tlnl OVP cltr sic fapum Wr r.le ew leans ap. _ hre caps. M. of ruG.ehrss i he' �l i y • �e tF r ! e. rl 1,� ' ,\1 I 1 ' t ` _ + CITY OF RE NT DM DID PROPOSAL AND SPECIFICATIONS SUNSET PUMP STATION SYSTEM SANITARY SEWER TV INSPECTION SEWER GROUTING t SMOKE TESTING INDEX Summary of Fair Practices/Affirmative Action Program, City of Renton Scope of Work Instructions to Bidder Call for Bids tCertification by Proposed Contrartor/subcontractor/Supplier/ref. EEO ^Minority and Womens Business Enterprise Participation 1 *Certification of EEO Report J "Certification of Bidder's Affirmative Action Plan 'Non-Collusion Affidavit 3 *Certification re: Assignment of Antitrust Claims to Purchaser `Minimum Wage Form *Bid Bond Form *Proposal +Schedule of Prices Bond to the City of Renton Contract Agreement EEO Compliance Report Sample Form and Instructions Environmental Regulation Listing Special Provisions Technical Provisions De ail Sheets/Standaro a JDocuments marked ` above must be executed by the Contracto,, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. 1 I r 3 CITY OF RENTON Public Works Department Renton, Washington 98055 L J J r F. � � a u • J .� Y� � {• .�l+b�yr.s�(. . ��....ar.•R ti - � 61rsIBIT "A" CITY OF RENTON r SUMMARY OF FAI7 PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 e The policy of the City of Renton is to promote and afford equal treatment and service to aZZ citieens and to assure equal employ- me nt opportunity to all person* regard?,** of ran; *reed; color; ethnicity; national origin; sac; the presence of a non-fob-related physical, sensory, or mental handicap; age, or marital statue. This policy shall be based on the principles of equal employment opportunity and affirmative action guidelines as set forth in fedora Z, state and local laws. All departments of the City of Renton shaZZ adhere to the following guideline*: (1) EMPLOYMENT PRACTICES - All activities relating to employ- ment as recruitment, selection, promotion, termination and training shall be co,.duoted in a non-discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with governing Civil Service Lau* and the agreement b,tween the City of Renton and the Washington State J Council of County and City Employees. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIvNS - The City of Banton will cooperate y wztk aTTorgan to"one and commissions organised to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PROGRAM - The City of Renton Affirmative 7 Action Proc•am will a mn ntained to facilitate equitable reprcsentc.ion within the City workforce and to assure equal ip ^ ent cprr.tAnity to all. It *hall be the o. ana duty of aZZ City officia Ze and employees to carr,i ­t the policies, guid,li,00 and corrective meaaures as set forth by this program. Corrective employment programs may be eetab Zished by the Mayor on the recommendation of an Affirmative Action Committee for 7 those department# in which a prot#oted &toss of employees is under-represented. (s) CONTRACTORS' OBLIGATION - Contractors, subcontractor& and 7 supp sere ion due tin p usineee with the City of Renton shaZI affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by Zaw and in the Affirmative Action Program. 7 Copi*e of this policy #hall be distributed to all City employee, ,,shall appear in all operational documentation of the City, including bid calls, and *halt be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, J this god day of June 1980. ]CITY OF RENTON: RENTON CITY COUNCIL: 3 Mayor Council President Attest: Issued: July 10, 1972 /N 3 Revised: February 9, 1976 Revised: June 2, 1980 '2ii7. .rk � J b ■ CITY OF RENTON y@ SCOPE OF WORK Sunset Pump Station System Sanitary Sewer TV Inspection Sewer Grouting b Smoke Testing SCHEDULE A - Sanitary Sewer Smoke Testing SCHEDULE B - In-Line Sewer TV Inspection Sewer Grouting The work involved under the terms of this contract document shall be full and complete installation of the facilities as shown on the plans and in the specifications; to include, but not be limited to, sanitary sewer flush- ing, in-line TV inspection, in-line sanitary sewer grouting and smoke testing. 3 The sanitary sewers are cement concrete pipe with rubber gaskets, installed since 1963. The Sunset Pump Station sanitary sewers sub systems to be improved are: Year Installed 7 Brentwood Division No. 2- 3,700' of 8" 1963 Sunset East Apartments 1,100' of W. 1968 Honeydew Estates - Div. No. I and Div. No. 2 5,350' of 8" 1963 7 Glencoe Division No. 1 5,150' of 8" 750' of 10" 1968 800' of 12" Glencoe Division No. 2 ' and Division No. 3 6,400' of 8" 1969 Sierra Heights 6 School 3,000' of 8" 1968 Hazen High School 2,100' of 8" �. J N.E. 24th St. 700' of 8" 1968 The sewer grout shall be 3-14 CR-250 Grout, or approved equal, the Contractor shall test all Joints In the work limits to 4 psi. u,. J � i tirAO JP _1r,.. _ . MA11111 III 1 a INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Nall, until 2:30 o'clock p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. L, Y` No proposal may be changed or withdrawn after the time set for receiving �y, bids. Proposals shall be submitted on the forms attached hereto. 2. The work :o be done is shown 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 7 to add or to eli-,inati portions of that work as deemed necessary. 3. Plans my be e)%mined and copies obtained at the Public Works Department Office. Bidder; shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any Item must Include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total ..,n -,r.t. In the event of errors, the unit price bid will govern. - :Ilcgibie figures will invalidate the bid. 6. T..a right is reserved to reject any and/or all bits 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 to tat Director of Finance of the City of Renton in an mount not less than 5% of the total ar it of the bid shall accompany each bid proposal, checks will be returned to unsuccessful bidders immediately following the decisionC'?.- �- as to award of contract. The check of the successful bidder will be - SN 5. returned provl ded he enters into a contract and furnishes a satisfactory =_b�f/,�'•r. performance bond covering the full amount of the work within ten days after t'jjrFI, receipt of notice of intention to award contract. Should he fail, or refuse - i + `�'• to do so, the check shall be forfeited to the City of Renton as liquidated �;., damage for such failure. 9 8. All bids must be self-explanatory. No opportunity will be offered for oral J explanation except as the City may request further information on particular points. J 9. The bidder shall, upon request, furnish information to the City as to h.s , d=r financial and practical ability to satisfactorily perform the work. + 10. Payment for this work will be made in Cash Warrants. ..; Rev. 7/15181 7 w tI'r•ft�` rt•r (Non-FHWA Only) CITY OF RCNTON CALL FOR BIDS SUNSET PUMP STATION SYSTEM i SANITARY SEWER TV INSPECTION SEWER GROUTING L SMOKE TESTING Sealed bids will be received until 2:30 p.m., January 18, 1984 at the City Clerk's oft ice and will be opened and publicly read n the th oor conference room, Renton Municipal Building, 200 Mill Ave. South. The work to be performed within 90 working days from the date of commencement under this contract shall include, Eut not be limited to: • Sanitary Sewer Flushing, In-L:ne TV InsDec[ior., In-Line Sanitary Sewer Grouting of approximately 10,000 I.f. of 9" - 10" and 12" Sanitary Sewer Main. Cement concrete rubber-gasketed Dive and Smoke Testing of approxi- Irately 29,000 I.f. of 6 - 12" Sanitary Sewers. • The City reserves the right to reject any and/or all bids and to waive any • and/or all informalities. 'N Approved plans and specifications and form of contract documents may be J obtained at the Public Works Department office at the Renton Municipal Building for a deposit of $ '­CO each set Dlus $ 2.50 to cover postage, if mailed. .a The deposit will be receded upon return oft-le Plans and Specifications in i111 good condition within thirty days after bid opening. The mailing charge will not be refunded. 7 A certified check or bid bond in the amount of five percent (5%) of the tot.: amount of each bid must ac,ompany eac" bid. The City's Fair Practices and Non-Diacrlmination Policies shall apply. J 7 City Clerk i Published: Record Chronicle: January 4, 1984 January 11, 1984 -• Daily Journal of Commerce: January 6, 1984 January 13, 1984 7 J I CERTIFICATION by PAOPO6ED CONTRACTOR, 6UECONTRACrOR AND 6UPPLIEP RECARpING tOVAL EMPLOYlOINT OPPORTIR:ITI' a.1,ontre S .as w,as -f n STw Flame ofF"ime ctor ro act Sx esl� INSTRUCTIONS f This certification is required pursuant to Federal Executive Order 11246. The implementing rules and regulations provide that any bidder or prospective contractor, or any of t%eir proposed Subcontractors and suppliers, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal oppert unity clause: and, it so, whether it has filed all compliance reports due under applicable instructions. The City hes Mtetofore adopted Resolution 2340 under date of June 2, 1990, amending a "Fair Practices Pokey,• as implemented by an •Alfirmative Action Program• therein emending the policy of the City of Renton to promote and afford equal treatment and service to all citizens and to &,sure equal employment 41 opportunity based on ability and fitness to all persons regardless of race: creed: color, ethnicity, national origin; sex: the presence of a non-lob-related physical, sensory or mental handicap; aqe or marital status. This policy shall likewise apply to all contractors, subcontractors and suopliers conducting business with the City of Renton who in turn shall affirm and subscribe to said practices and policies. The aforementioned provisions shall not apply to contracts or subcontracts for standard commercial suppliers or raw materials or firms rr organizations with less than eight employees or contracts of less than $10,000 business per annum with the City. . When the Contractor/Subcontractor/Supplier (hereinafter referred to as the Contractor) is required by the City of Renton to submit an Affirmative Action ►lan, the minimum acceptable prewntage of minority ,r employment will be that percentage which is currently listed in 'Appendix I• (City of Renton Goals and Timetables) in the published City of Renton Affirmative Action Program, i.e. 5.1%. This Program 1e available for review at the Municipal building. 1 The undersigned contractor therefore covenants, stipulates and agrees that during the discharging. cOes of this contract he will not discriminate fagainst mplo men person in hiring, h person' status, ref compen- the(1 or any other term or condition of veploymen0. by reason of such person'• status, reference � the I11) categories listed in pare. 2 Show. y Contractor further agrees that he will take affi restive and continuous action to Insure full compliance with such policy and program in all respects; it being strictly understood and agreed that failure to comply with any of the terms of said provisions shall be and constitute a material breach of this contract. -� Contractor shall, upon request and/or as soon as possible thereafter, furnish unto the City any and all information and reports required by the City to determine whether full compliance has been mad, by the contractor with acid policy and program and contractor will permit access to his books, records and accounts by the City fcr the purpose of inwatigation to &*certain such compliance. Contractor further acknowledges that he MS rece`ved • true and complete copy of the City'S 'Fair Practicas Policy.• 93 Obq;4 Sate Jcontract Identification Number CERTIFICATION BY: CONTRACTOR x or SUbCONT1UICTOR or SUPPLIER _ NAME: ADDREss: 0. REPR'SLNTATIVE6: TITLE: \.-r l,.... ►xoNE: lSD 3) 364-11`Ib 1. Contractor/Subcontractor/Supplies has participated in a previous contract or subcontract subject to the Equal Opportunity Clsusee Y_ Hs _Re 2. Compliance reports were required to be filed in connection with such contract or subcontract: V.—Yes -.TEj� 3. Contractor/Subcontractor/Supplier has filed all compliance reports due under applicable instructions: JC -Yes _No e s. If answer to item 3 is •No% plesse explain in detail on reverse side of this certification. CERIIFICATION: The information above is true and complete to the beat of 1 rep my knowledge and belief. w J tie Of goer p ease type or pr ne - lgnatuis ta Reviewed by City Authority: Dote: Rev. 1/31/63 L ire J ° N � l Rev. 4/83 PUBLIC WORE OR IMPROVEMET PARTICIPATION CERTIFICATION: PEF. RCW 35.22.650 ,+ CONTRACTS EXCEEDING S10 000 (OR S15 000 FOR WATERMAIN CONSTRUCTION) ' MINORITY BUSINESS ENTERPRISES (MBE) { and WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE) (BUSINESSES OWNED AhTr OPERATED BY WOMEN) Contractor agrees that he shall actively solicit the employment of minority group members. Contractor further agrees that he shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor shall furnish evidence of his compliance with these requirements of minority 1 employment and sollcitatioc. Contractor further agrees to consider the grant of A subcontractors to said minority bidders on the basis of substantially equal proposals in the light most favorable to said minority businesses. The contractor shall be required to submit evidence of compliance with this 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 by minority group members. Minority group members include, but are not limited to blacks, women, native America..x, Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider worn affidavits presented by subcontractors in advance of contract ward as one means of establishing minority status in accordance with criteria cited above. • ,i To be eligible for award of this contract, the bidder must execute and submit, as a part of the bid, the following certification which will be deemed a part of the ml resulting cos_ract. A bidder's failure to submit this certification or submission J of a false certification shall render his bid nonresponsive. MINORITY BUSINESS ENpTERPRISE CERTIFICATION C�r � GI&i�cve S421V1CQ Certifies that: �'7� Name of Bi r (a) SL IV ,U d no intend to sublet a portion of the contract work and (lh�e�s (has not) taken affirmative action to seek out and consider minority Lusiness enterprises as potential subcontractors. (b) the contacts made with potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether !BE or WMBE and identify minority group. elf necessary, we additional sheet.) MBE Min. Gr, WMBE 1. _l�a�+y.,_C..,+..Al�lr. ( N.1"C.�S..��.a Q ❑ (Name of Firm, Did Icem, Results of Conte,;ta) 2. No 04� W_ L!jE-wclvs_d tow -Yrt.a ❑ ❑ ❑ ❑ n It J 8+ 2 Me+ has been designated as t e liaison officer for the adm istration of the minority business enterprise program for this firm. 3 J r►' CERTIFICATION OF EQUAL EMPLOYMNr OPPORTUNITY REPORT a f Certification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of R:quired 44 Reports. The bidder 9, , proposed subcontractor , hereby certifies that he has ml has not , participated in a previous contract or subcontract subject to L� equal opportunity clause, as requires by Executive Orders 10925, 11114 or 11246, and that he has > has not , filed with the Joint Reporting Committee the Director FF—the Office U T'ederal Contract Compliance, a Federal mJ Government contracting or administering agency, or the former President's j Committee on Equal Employment Opportunity, all reports die under the applicable filing requirements. // t"1 clip F 'LIVL ltVl l4,,. 3 (Company) (Title) 'I Date: 7 Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (11, and must be submitted by bidders and proposed subcontractors o,,ly in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the 7 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 the required reports should note that 41 CFR 60-1.7 (o) (i) prevents the award of contracts and subcontracts unless such contractor submits a + report covering the deliquent period or such other period specified by the 3 Federal Highways Administration or by the Director. Office of Federal Contract +et Compliance, U.S. Department of Labor. 1/ i Law L_ J Am e I 1 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN Bidder is to indicate by check-urk which of the following statements pertains to this bid package, and is to sign the certification for that specific statement! a) It is hereby certified that the bidder is exempt from the City's Affirxtive Action Plan requirements because! "Average annual employment level is less than eight permanet.t employees, and the total contract amount with the City during the current year is less than $10,000." Company Date 3 BY Title 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 goals and timetables which are valid for the current calendar year. Company Date BY: __ Title OR c) It is hereby certieied 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) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilization, and 7 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. Company ate BY: Title— OR © d) It is hereby certified that an Affirmative Action Plan will be supplied .e to the City of Renton within five (S) working days of receipt of J 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) Present utilization of Minorities and Females by Job Classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action steps directed at increasing Minority sndFwas Is Utilization. / 110 J erv� c, / 11 o 3 company Date BY: r �r Title Rev. 9/9/7S i l !i l i NON-COLLUSION AFFIDAVIT OAE6-aN STATE OF WASOMM k' SS COUNTY OF i i 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 d behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any ' other person any advantage cver other Bidder or Bidders. SIGN HERE: Subscribed and sworn before me this 17 day of 19 a . ,o//ta��r��y�� u Tc in an cr t e Late of 7 0. 01E(u") residing at therein. J 1 WT Owmbvim bWM 010 L M J My Curs.ic-lnn Ex*-S054 4 11" J I i a � _ w ! • aI CERTIFICATION RE: ASSIGNMENT. OF • y ANTITRUST CLAIMS TO PURCHASER • TO THE CITY OF RENTON RENTON, WASHINGTON: Vendor and purchaser recognize that in actual economic practice � overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods s and materials purchased in connection with this order or contract, • zxcept as to overcharges resultit., from antitrust violations a commencing after the date of the b`.d, quotation, or other event establishing the price under this order or contract. in addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. I 1 { rt J II`�a (�o-r C, Name or rmV, Signature o�U ��/orized Repesentative of Bi er — r 11 � yte — — 4a 3 1 MINIMUM WAGE AFFIDAVIT FORM City of Renton ss COUNTY OF 7 I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each J assificacion 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 auove and foregoing statement and certificate, know the contents thereof and the '1 substance as set forth therein is true to My knowledge and belief. CONTRACTOR -- Subscribed and sworn to before me on this �7 1 day of JrihlN A n...r 19=°l. i otary ub c n an or t tate of llaskinyion Cckcw.v Residing at +� 'I CR4J y, paFco y J J r PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif,,h that k. has examined the site of the proposed work and ha!, read and thoroughly understand s the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose ` to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates j and prices: (Note: Unit prices for all items, all 7 extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Signature o 7 Address �•� �O` }`�� Names of Members of Partnership: CC, IL OR J Name of President of Corporation Name of Secretary of Corporation J corporation Organized under the laws of _51 With Main Office in State of Washington at _ J J r ifs Ali--.r, SCHEDULE Of PRICE: # Schedule A - Sanitary Sewer Smoke Testing (note: Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures m and what& conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY unit Priors to be written in WordsJ DOLLARS CTS. DOLLARS CTS. 1 29.000 L.F. Smoke Test Sewer Pipe S P C ges J 2 100 Ea. Smoke Test Repair Report 'r S Y lam, A.iLe � d100 Per Each , d 1� I J 1 , J 7 SUBTOTAL SCHEDULE A 8.1% SALES TAX Z _ TOTAL SCHEDULE A lG 1� J I SCHEDULE OF PRICES t Schedule B - In-Line Sewer Flushing, TV Inspection and Sewer Grouting (Nate: Unit prices for all items, all extensions and total amount of bid amut be shown. Show unit prices in both words and ti gi:res And where conflict occr,rs the written or typed words shall prevail.) ITEM APPROX. ITEM FITU UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Pri,ws to be written in words DOLLARS CPS. DOLLARS CTS. 1 10,000 I.F. Sanitary Sawer Flushing 197 �C 4 Per L Words Figures 2 10,000 L.F. Sanitary Sewer TV Inspection r (ate s p Pe L. . 3 2,500 Ea. Sanitary Sewer In-Line Joint Test 1 .J S A.L. 1A, Per Ea. „1 4 500 Ea. Sanitary Sewer In-Line Joint Seal- ing 3 6110 Per Ea. 7 5 4 Tons San mov ta ry Sewer Debris Real and Disposal s Zoo EC?>D — ,,, Per Ton J f 1 J SUBTOTAL SCHEDULE B 1 8.1% SALES TAX all J — TOTAL SCHEDULE B Ss J C1!r OIL_ �V,t'� I SCHEDULE OF PRICES (Note, Unit prices for all items, all extensions and total amount of 3 Did au;t be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall Prevaii.) ITEM APPROX. ITEM WITH UNIT PRICED BE UNIT PRICE AMOUIIT NO. QUANTITY unit Prices to be written in Words DOLLARS CTS. DOLLARS CTS. TOTAL SCHEDULE A — -� (INCLUDES STATE SALES TAX) 7- TOTAL SCHEDULE B (INCLUDES STATE SALES TAX) 1 �Q TOTAL BID 1 7 J I 3 J J1 I -+ II J ��a♦�a�1�1l C ]EMIk di _ !�. ! A —wt �1 SCHEDULE OF PRICES (Note: Unit Dritxs for all helm, all ertonsions And .otal aaoont of bid rout be shown. Show unit prices in both words and fi Pures And where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICEr.[PLETE MOUNT NO. QUANTITY Unit Priors to b Written in words DOLLARS LR'S. ARS CTH. THE ERSIGNED BIDDER HEREBY AGREES TO START CONSTRU ION WORK 0 THIS CT, I i AWARD HIM, NO LA FR THAN TEN (10) DAYS AFTER FINAL ECUI'ION AN TO C WI IN WO 'ING DAYS A TER STARTING CONSTRUCTION. 1 DATED T tATE DAY O ._ 198 ACKNO EDGEML'NT OCEIPT OF ADDENDA: NO. l TE_ 4u..,, i b NO 1 c-e NO ATE SIGNED TIE 7 T (r+ v NAME OF COHPANY C,e-Inc Fi.• J.'.♦ ADDRESS 1'•$ Q A } y CITY/STATE/ZIP St [Lw (( 9 3 3t TELEPHONE SO3 344 II SL CITY 0. RENTON STATE CONTRACTO S BUSINF.S LICENSE I LICENSE f C, S 5Z14 k� ;y ...+ttt BONG NO. SLR640 8092 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: M �Y That we, the undersigned GELCO GROUTING SERVICE, AN OREGON PARTNERSHIP ^ # "•' P.O. BOX 7247, SALEM, OREGON 97303 as Drl ncipal, and THE AMERICAN INSURANCE COMPANY corporation organized and existing under the laws o1 the State of NEW JERSEY as a surety '+�°.-' corporation, and qualified under the laws of the State of Washington to become surety 7 upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of .. $ 50.888.08 for the payment of which sum on demand we bind our- selves and our successors, heirs, administrators or personal representatives, as the J case may be. h:t. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. Dated at Salem, Oregon WYXKXAAX"X this 1 _ day_w� 1984 ,J Nevertheless, the conditions of the above obligaticn are such that: JWHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for yti%"t Sunset Pump Station System Sanitary Sewer TV Inspection Sewer Grouting and Smoke Testin and which contract is re erred to herein and is made a part hereo as though attached hereto), WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, If the sal GELCO GROUTING SERVICE J shall faithfully perform .1 o the provisions of said contract In the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay a;, laborers, mechanics, subcontractors and materialmen, 1 and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any care- lessness or negligence on the part of said principal, or any subcontractor ;n the per- formance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in said con- tract or from defects appearing or developing In the material or workmanship provided 7 or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but other- wise it shall be and remain in full force and effect. GEL R NG SERVICE _ 3 TH R Revised: 8/16/83 1 4 PO%T%or ATTORNEY THF- AMERICAN INSURANCE COMPANY . KNOW ALL MEN BY THESE PRESENTS: Tfd' THI AN.F81CAN INSURANCE COMEANY a Cap+mron dul: a am.sd and ualin9 un J., a,. In+ Sma c• ....•. Jersey and hdvmp •I Hom.On,c•rr.1ho Coyantl County of San rm br rreiva Calinre has node. d mn et,er l nn 1 aW-"nl•a and d•e I'., tho•. 111-ne . consenn1 and opWinl -----CAROL a S. ROYAL----- SALEM, OREGON vu. a:in tows_ An r+ey::' m rn-1 with lull I. b rer and aulnly Mn m ty ccnlerrca li nar plo-e old .l..J w e.ecute wal. arkoc„leaq. and d.:..er MY and all bonds, undertakings, recognlzane.s or other written oblige- tionsin the nature thereof ---------------------------------------------------------- and .o tmd thr C.plw an:n thvk,o lolly and tc IM root..m.ol as it such bondr ra. .,tled by are Resident ral.d wifh the q.»a•e onl rl 'h• Ccrpnrabr•. end du',Y mlcted by ns S.c»lmy hereby ro111pn9 mid ronlrrmm9 al, lhm th. so,d Anenrgbl-N• Pa-Tay dr n,1h+ pem•+rr Tine Mw-r or aaomey r+ gran.-d rur:.ar.l 10 Am '.e YRI Section 30 and 91 c! Ry la.s of THE AMERICAN INSURANCE COMPANY rr, .,....,<• a.ln f+rn,s ..a 1.r.-4., . ..+r r...,..r .n.... ....... r a...r r cc -•ern x tYY rn1 TAe Ct'm m P. Smad el P,.-•.. ih Mptl.r mm yre.-nrrd.n'w o n nrMr a— 'hen�t h. 'A. R 'd linam�Y�w Iwvir,e�nwµelt �x br Im2 ai blio!elr�M Cc.peniaYnlTw.G Ape n��u eceaip I�vel pen.mllW.atew�Nr rrrfat�m Mn,l!el 1 ii.Cerper.,en rtr 1111.. r, •n c Mn A, r $.'r.err.• Ann n��.rn rec'. Mao r earl b u b,It. .d me rnpr.n. and�e er{e.n rmtl e., e.+ornYO•annn n •.nr r'ar�•'r.Mr!a anY �"r.ey It.Pxrd a.D,nasu o TM`p••ra 1 1,91e,l and 'soled uod.r and by 9v oLlhol.ly of lhr Idlo.mg Rewlmwn aihpled by the Board.1DrMms ' al THE AMERICAN INSUFANC': COMPANY m n m-.rm9 duly call,d and hold on th• 21hh day d S.P'.mb.r 1966 ansi Ihm wid J Re.olw'rn Iwn ne' leen am.ndH or r.p.al.d "Fr5rlVrD that n.c goaere r! an. e-Re•d•m As-st.,.' Se,,.., and R.sid.nt Ass-rtam S.,,.-my of No Corparahcn. a^.d 11 ¢a: of '!u. C rlWmh no f i,e I.sea or r'.n:.d cr any pe.-r I mtorneY on any '-- c-Imn d -1 W--' of mlan.y or on a•,on'Ji.m' rrlm.ng thuelc ey la-s.mur ace any Wo d mlo^" any r...a.cu d.7 po..r o1 allsa.y a prhhcm.bemmg j .u.A lac•mAr ng,a m• a •ocn m,'r ¢ea: shall be <a:e mid btrndm9 upon th. CWg YWIM* It. W ITNCSS WHEREOr THE AMERICAN JNSUHA`ICE COMPANY has cauwd lh.w p....I.I.M.gn.d by it.Vlw Pfes'd.nl,and As rMr,ralr+.m Ir.,...nere Ynta m'',lld m 5_3.nd.dry at_ F Lrva_ry 19.1Z THE AMERICAN INSURANCE COMPANY c✓ 7 STATE Or CALIFORNIA i `J CRY AND COUNTY Or BAN EAANCI600 As o:,nn. 22nQ,,y al februa ry_ --. re._77,Mier. m. p...anmy rams_Milliam M._LBu�r_.__ to u e kno.n rho broil by me duly t.om.did d.po.e nna toy I.he a Vrm Py..de.n m THE AMERICAN INSURANCE COMPANY. tM Cagomeon dr,urbed sr.and.haR oreWttl Ih.above n.rcm.m 'hot he kna..the.1 a:...a Cprorabor that tM wall affixed I:.auef rmror Tle wnl Inn'n wr sc of!...d by order.1 ih. Sonrd al Ehreap.ol.ao Cpporanon aad'hot he.rgnsd In,n our'Irretc I bke order IN WITNESS WHvnEOr I ha.. hrtrunto w'my hand and aNu.d my ofl. oW ual,the day and Y.m Aenl tint above.Yin" J NNn:aratnnuac:n.iv. .n m trlYa6'1.11 / xw.r R„hl.c c.c. QMIF7CATE �I STATE Or CALIFORNIA, ` _ CITY AND COUNTY Or SAN FRANCISCO 1 7 i bs<m.' . v„a y of THE AMERICAN INSURANCE COMi ANY a NE% IERSEY Corp miron DO MEREST - 11, 1 d a:hen PDWrh Or ATTORNEY r n huh and ha+ n., i.e, re.ol•a. and Irsrlh.rmerr l..' M1rr i w 1 11 ul the P' lu. 11 Ih- Cata,a.mn a h•• P. N lM' k.-. m Drrc'ur. w1 Imth m In. 7 S'gnW and e.m.d at tM c,,and c..,vy of Son noon... Dowd 15t_dwT a, March Y�19 34 ♦ v 1e0e6e'HO' TA 11.76 I . , ocoriy COMPANIES AFFORDING COVERAGES Potts,Davis 4 Co. P.O. Box 390 ^Fireman's Fund Ins_u_[ance Co.____ _ e.Y o.II nR d7ina _ BHolland-America u.1 .Downs.+ 'win ---_ _.__. w...GELCO GROL[fIN G SERVICE C" Hlasion National P.O. Box 7247 ..• D Salem, OR 97303 --__ IfT11 E s11 n*`IV pOKY,C1vnµ r.t`4 nra III in "VI 11L1-.1 na M IYeeWRaM a".I all al Np1V,,nV.1 a+Y eGu irn,n11M ,1..,iron -,v%Iw7 w ema eRumMt w1n.Agri ro YnKP mis rnMweu mo ae muse a inµ pma.n.,ne mw.nve N"e.0.e a,K oNa<s a u..oec Mn�.�a:uenNl Ic.1 me e¢wfwf aM wPPIRT a ertn PYX.n Yn1O0 4 lil ,n uYn f I D'.:uPq Xf GENERAL LIABILITY ' aooarihnP. f .SBIN 1 f o rw.vNs+l Iovy IA 3268659 7/1/84 IA 3268659 300 300 QcgY�S(S—OIfa..qN� wlgwlwt.D.Y.w f f �I:✓'w w,C.-." H 92744 7/1/84 H 92744 100 100 . .Irrvi wit i.Quil woocl onl`n.roNscaw`IVII I qp:v M.NIM.1p �two."'ono ibDP.KI VxOgye..D f f a o:�.iow Ihwla.. <oYe�ao O'M:%MNMx.CON.PY I:1P �qwM.., inn win"111 iNmPr t AUTOMOBILE LIABILITY �SpR"n°,.`, f 300 A ,oPu IA 3268659 7/1/84 yq"1 Yr ar f 300 0 oY.Kc ucuou. Q"qr aPngP•.D.s,.a 1 N ecwu.nnm.w a.o•Nu' exYla..ow.a f er. EXCESS IIABIIRY sore:[�v.vwr.N: „ rj aw..�. •"Iwv ePo.u..n.Y.m t2.000 t 2,000 ❑nI.%ry +.....YFq... 1N 14625 7/1/84 cowl WORKERS COMPENSATION s...y.gn and EMPLOYERSLMBILITY ' OTHER _eip.gN Cy Oiibu gM5...IgNSY1hicM ISSUED IN CONNECTION WITH CONTRACT FOR: Sunset Pump Station System Sanitary Sewer Ti Ihspection, Sewer Grouting and Smoke Testing, City of Renton, Washington _ Cancellation: Should any of the above described policies be cancelled before the eapnatwn date thereof.the issuing com pony iffiffmiatepmoome mail In days written notice 10 the below named certlticate holder.but failure to mail such notice shall Impose no obligation or liability of any Kind upon the company. N.Yuw:.nhVIIIm 11e 11 or.ro.Ml City of Renton 0.11 nfwo 3/15/84 Renton Municipal Building Potta,Davis 4 ;. p 200 Mill Avenue South gam.—_. -- Renton, Washington TTS ppAvis 6'co p0"'"I Davis • >srr lw 1 1of7 COk_,RACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMiNT, made and entered into this �?rA day of lg by and betwp�n T11E CITY OF RENTON, Washington, a municipal corporation of the 7 State of Washington, hereinafter referred to as "CITY" and GEL 0 GROUTING SERVICE, INCORPORATED hereinafter referred to as "CONTRACTOR". WITNESSETH: 1) The Contractor shall within the time stipulated, (tr-wit: within 90 _ 7 working days from date of cocmercement hereof as r-quired by the Contract, Of which this agreement is a component part) perform all the work and ser- +ices required to be performed, and provide and furnish all of the labor, materials, antes, mach--es, tools, equipment. utility and transporta- Lion services necessary to ;erform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. _ for improvement by construction and installation of: Sunset Pump Station System Sanitary Sewer TV Inspection Sewer Grouting and Smoke Testing J 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 3 other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and 1 any other governmental authority having jurisdiction thereover. It is further agreed and stipulatea that all of said labor, materials, 1� appliance machines, tools, equipment and services shall be furnished V', Legal and Bid Doc—ents 15 :fit; F ? of 7 I Contracts Other Than Federal-Aid FHWA I and the construction installation performed and completed to the -- satisfaction and the approval of the City's Public Works Director as I being in such conformity with the plans, specifications and all require- m I ments of or arising under the Contract. r 2) The ..foresa id Contract, entered into by the acce?t acce of the Contractor's ;i bid and signing of this agreement, consists of the Following documents, W b all of which are component parts of said Contract and as fully a part ! thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps & Plans f) Bid g) Advertisement for Bids h) Special Provisions, 4f any i) Technical Specifications, if any O 3. If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure i•s completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with surh time, or if the Contractor O shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Rev. 4/83 L " —I F Contracts Other Than Federal-Aid FHWA 3 of 7 1 subcontractors should violate any of the provisions of this Contract, .. the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiratior of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen 15 da s 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 rccount 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 J 1 City thereby. In such event, the City, if it so elects, may, without J liability for so dying, _Le oossess.un of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants J and other properties belonging to the Contractor as may be on site of 1 the project and useful therein. J 4) The forego'. .; provisions are in addition to and not in limitation of any other rights or remedies available to the City. kowi a " x:w - f �•i J S{ \1 I I r 1 I i Contracts Other Than rederal-Rid FHWA 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 v same from and against any and all claim::, actions, damages, liabiiity .. of every type and nature including all costs and leyal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or abort the premises worked upon or in any way relating to this Contract. This hold harmless and indemnitication 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. A In the event the City shall. without fault on its part, be made :. party to any litigation commenced by or against Contractor, then Contractor r shall proceed and hold the City harmless and he shall pay all costs, � expenses acd reasonable attorney's fees incurred or paid by the City 0 , 00 in connection with such litigation. Furtnermore, Contractor agrees to !k 1- I pay all costs, expenses and reasonable atturney's fees that may be f incurred or paid by City in the enforcement of any of the covenants, provisions and zgreements hereunder. i a 6) Any notice from one party to the other party under the Contract shall l be in writing and shW be dated and signed by the party giving such i notice or by its duly authorized representative of such party. Any such ■ J 1�a Contract,. Other Than Federal-Aid FNWR 5 of 7 Jnotice as heretofore specified shall be given oy personal delivery thereof or by depositing same in the United States mail , postage prepaid, certified or registered mail. 7 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and st," vmp,ete the full performance of the Contract not later than 90 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is herebv stipulated and agreed that the damages to the City occasioned by said delay will be J the sum of See Section 1-08.9 "Liquidated Damages' of the Standard Specifications. 7 as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 1 J 8) Neither the final certificate of payment nor any provision in the l 1 Contract nor partial or entire use of any installation provided for by 7 this Contract snail relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workma^.hip. 1 The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which hall appear within the period of one (1) year from the date of final 7 acceptance of the work, unless a longer period is specified. The City will give nor ,e of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be I 6 of 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. No 1 M 9) The Contractor and each subcontractor, if any, shall submit to the w City such schedules of quantities and costs, progress schedules, pay- !i rolls, reports, estimates, records and miscellaneous da+i pertaining w ! to the Contract as may be requested by the City from tine to time. w N A 10) The Contractor shall furnish a surety bond or bonds as security for the M faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contgact price as specified in Paragraph 11. The surety ur sureties on such bond or bonds must be i duly licensed as a surety in the State of Washington. 11) The total amount of this Contract is the sum of Fifty Thousand Eight ($50,888.08) O Hundred and Eighty-Eight Dollars and 08/100 which includes Washington State Sales Tax. Payments will be made tr .ontractor as specified in the "Special Provisions" of this Contract. a ar Rev. 4/8a i Contracts Other Than Federal-Aid FHWA 7 of 7 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-.0 tten. CONTRACTOR CITY OF RENTON P rest rtner ner mayor .w. ATTEST: Iecretar� City C e— rT k d/b/a GELCO GROUTIN" ERVI E 1,M ame Individual_ Partnership x Corporation _ A Corporation State— of Incorporation 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 'f unc signature is permitted by corporation by-laws, a copy of the by-linos shall. be furnished to the city and made c part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listej followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. J yti re � r J CONTRACTOR/SUBCONTRACTOR Y r REPORTING PERIOD MONTHLY MANPOWER UTILIZATION REPORT �" <%�� ,} Month: Year: To be submitted to the City's vroject .f� 1 AL Goals cnd Timetables as committed Engineer durir•g the let week. of following r.1 Ll' in Contractor's Affirmative month while contract is in progress. Prime' C Action Plan _ i Contractor is responsible for obtaining and or per City'S Plan 9.1 b submit=•in all Subcontractor Reports, To: (Name and location of Compliance Agency Dept) From: INaee u)d location of contractor) This report is required by Executive Order 1124b, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. .. 2. 7. o. p 5. o. nine- Total o-al Work Ncure of Employment (See footnote) rit). number ym:nr of of Claaai • c • • e• • °rn °f minorit Empby• N1e- Ter. Aaron/ Total total Prada flea- Tot• HLCN ndlen Not ?e- [ ploy- sea Comps vl a Name (i.D.) tlona panic Ie]arJ I< vIn ees C A Tr A — Tt A Tr IL Tr C _ A T r ff A. Tr pate i Cexpptty Cf ticlal'a Signature an e . S neo R. Tele ig phone I•umber (Include Area Code) Rev. 11/77 (-Hales a Females, --minorities [ Non-minorities) Page Of 7/80 (Submittal Requirements s City's Goals/Timetables) — J M INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF RENTON) 1 The 'imployment 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 moath, 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 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 Compliance Agency that is funding their construction project. .. Reporting Period . . . . . . . . . . . Self-explanatory Compliance Agency . . . . . . . . . . City of Renton (administering department) Contractor . . . . . . . . . . . . . . Any contractor who has a qualifving construction contract with the City of Renton. 1i0 1. Company's Name . . . . . . . . . . Any contractor or subcontractor who has a ^ ) qualifying contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered -.nder applicable r EEO bid conditions. 3. Work-hours of Employment . . . . . The total number of hours worked by all r employees in each classification; the total number of hours worked by each *minority group in each classification and the total work-hours for all women. Classification . . . . . . . The level of accomplishment or s'.atus of the worker in the trade. (C - Craftwrker - Qualified, Ap - Apprentice, Tr - Trainee). 4. Percent of minority work- hours of total work-hours . +The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c. d and a divided by column a.) 5. Total Number of Minority y Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work fort during reporting period. V 6. Total Number of Employees Number of all employees working it contractor's aggregate work force during reporting period. • Minority is defined as including Blacks, Hispanics, American Indiana and Asian and Pacific Islanders - both man and women. �lei {1 RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POL T;;E; D PAESERVAJIUN UF—FUBLTC—RATURKE__1M'9 (CES In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: King County Ordinance No. IS27 requires Building and Land Dave!!,,Co!!:;, mart bivision�Hydraulics Division revi• . of grading and fillin;, permits and unclassified use permits i,% flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. King CoJuun�tKo?rddn3ance1 No. o. 3800, No. 9 N N6 . 87 o. 0o6 and Resolution S3 o. , an3 contained in King county o eos are provisions or disposi- tion 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 Air Pollution Control Agency Regulation I: A regu- la�ion to controlT emission oT air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.9.. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically re- port to the State infotmation concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards -- to ensure tNe 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 si:, h waters. The law also provides for civil penalties of SS,OOU/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling so�stes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under 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 ands 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.Y. 76.04.010: Defines terms relating to the suppression or M—te:nent—o forest fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for �. as agtiing or prevention of forest fire hazards, instruction or silvicultural operations. �+ R.C.W. 76.04.310: Stipulates that everyone clearing land or c eaTingririaTf-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 stone, and earth from borrow pits) which provide for fees r and permits, plan or operation, reclamation plan, bonding, and inspection of operations. i � W.A.C. 332-18: Delineates all requirements for surface mined an rec amation. r W.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining IYI to an c caring and burning. U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13, 1902: Author- �! izes Secretary of Army and—fps of Engineers to issue permits to u any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and w specifications. !YI Section 404 of the Federal Water Pollution Control Act (PL92-S00 Sb�tat. ut orizes t e e�cietary �Army, acting t Frc g t e orpa of Engineers, to issue permits for the discharge of aredged or fill material into the navigable waters at specified disposal sites. Permits may be 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 !i Section 13 of the River and Harbor Act roved March 3,n1899: tout prove es that disc arge re use wCinto navigable 11�11 waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine. a -2- n I PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 11189 requires an unclassified use -' permit Yor--fi-l3 ing,quarrying including borrow pits and associ- ated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subse- quent to these activities. A copy is availacl. at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on—$Late relines. emit acquired by Public Works and reviewed by Building and Land Development Division. Kiln _ CountL Ordinance No 1488 requires permit for grading, land fills, yraveT pits, u—d mp in quarrying and mining operations except on County right-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Chakter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) W'ASHINGTON STATE DEPARTMENT OF ECOLOGY W.A. . 173220: Requires a National Pollut�nt Discharge Elimination y steCm - permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372.24: Permit to discharge commercial or industrial waste waters into 7tate surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity.) W.A.C. 508-12.100: Requires permit to use surface water. W.A.C. 508.12-190: Requires that ch,nges to permits for water use e reviewed y tFiie Department if Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood contro zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) . J -3- - woman Ili �a `Y +7M �r . . _,. _ +�i�rrle >• �.. ��a• •• I PERMITS REQUIRED FOR THE PROJECT - Continued ^� WASHINGTON STATE DEPARTTIENT OF NATURAL RESOURCES { R.C.W. 76.04.150: Requires burning permit for all fires except 1 Tor—sea out oor 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. 1 R.C.W. 76.08.030: Cutting permit required before cutting merchant- . a e tlm er. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. i R.C.W. 78.44.080' Requires permit for any surface mining opera- ~ ' tton inc u ing sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS 4a Section 10 of River and Harbor Act of blarch S .899: Requires permit or construction of er t an!ri es, C Coast uard administered permits) on navigable gWaters e(King County ~Department of Public Works will obtain) . �1 FIRE PROTECTION DISTRICT M R.C.W. es2aut or�ty52ar8 requirements3o ,San28 040 pena ties28orS0ailure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Brid Le arc 2 an enera rx a ct o u�ust equires a permit or canstructton of as amen e naviga�ers (King County Department of Public Works will cn obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the afore- mentioned permit: Section 4(f) of Department of Transportation n Act, National Environmental Policy Act of 1969, Water Quality ■ Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02 d 2 iii of Re Illation I: Request for verifica- tion o popu atton enstty. ontractor should be sure his opera- 1� Lions are in compliance with Regulation I, particularly Section Y 9.02 (outdoor fires), Section 9.04 (particulate matter--dust), and Section 9.15 (preventing particulate matter from becoming airborne). -4- n� r { 1,. PERMITS REQUIRED FOR THE PROJECT - Continued J ENVIRONMENTAL PROTECTION AGENCY ^� Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection gency a notz ze S days prior to the demolition of any structure contain.ng asbestos material (excluding residential structures having fewer than S dwelling units). The above requirements will be applicable only where called for on 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 be available at construction site. 1 i J ^�f t J _ J S t;; w.. Ay_ 4'. F ; `` It k f-1 :;PECIAL PROVISIONS L� i CITY OF RENTON SPECIAL PROVISIONS l STANDARD SPECIFICATIONS Specifications for all work will be the State of Washington Standard Specifica- tions for Road and Bridge Construction, 1980 Edition. A copy of these standard specifications is on file in the office of the Director - -. of Public Works, 200 Mill Avenue South, Renton, Washington, where they may be eaamined and consulted by any interested party. The specifications noted herein are deletions, additions, or in lieu of, Division 1 of the Standard Specifications. Where sections are marked "Replacement Sections", the specifications herein are to replace the Standard Specif'cations noted. Where sections are marked "Deleted Section" the section noted is to be a deletion from the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1.01.4 aidder (Replacement Section) _ An Individual, partnership, firm, corporation or joint venture, submitting a pro- posal. If bidders are required to be prequalified, it will so noted In the Call for Bids. 1-01.6 Commission, Washington State Transportation Commission (Reps=cement Section) All references to the Commission shall be construed to mean the City of Renton City Council. 1-01.9 Contractor (Replacement Section) The individual, partnership, firm, corporation or joint venture conb acting with the City for performance of prescribed work. 1-01.10 Department, Department of Transportation (Replacement Section) All references to the Department shall be construed to mean the City of Renton Department of Public Works. It is the agency designated by the Renton City Council to administer transportation related work. 1-01.11 Secretary, Secretary of Transportation Replacement Section) All references to the Secretary shall be construed to mean the City of Renton Director of Public Works and such agents as are authorized to act In his behalf. 1-01.12 Engineer (Replacement Section) All references to the Engineer shall be construed to mea- the Ci,y of Renton Director of Public Works, acting directly or through his duly authorized repre- sentatives. 1-01.17 Laboratory (Replacement Section) J All references to laboratory or laboratories shall be construed to mean the -t City of Renton Shops or other locations as designated by the Engineer. J Revised November, 1983 1. as v. \. r...r...w.a..w+:. ..e ,pW� A AL` 17 1 CITY OF AE NTON SPECIAL. PROVISIONS ,a E STANDARD SPECIFICATIONS (Continued) ^ (� M , I-01.18 Major Contract (Bid) Item (Replacement Section) will i A major contract Item is any Item for which the contract price, as determined M by the original proposed quantities and the unit contract prices, exceeds 10% Of total bid price for the project. all 1-01.20 Project t Engineer (Rep!acement Section) r The autl •ri zed representative of the City of Renton Director of Public Works • t assigned immedlate charge of the engineering and administration of a construc- tion project. i 1-01.25 Special Provisions (Replacement Section) will All references to Special Provisions shall be construed to mean technical provi- sions. Technical provisions shall be additions and revisions to the Standard and Supplemental Specifications applicable to an individual project. 1-01.27 State (Replacement Section) r• ' v, All refere:ces to the State shall be construed to mean the City of Renton. 1-01.38 Act of God (Additional Section) ad "Act of God" means an earthquake, fiood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, viich might reasonably have been anticipated from historical records of the general locality of the work, !i shall not be construed as an Act of God. 1- 11.79 Or Equal (AddiNc ction) Where the term "or equal' herein, the Engineer shall be the sole r judge of the quality and slit. ty of the proposed substitution. 6d 111 1-01.40 Approval (Additional Section) A The term "Approval" or Approved" shall mean approval given by or given Properly V on the behalf of the Engineer. A F I-02 BID PROCEDURES and CONDITIONS r 1-02.i Pre-gualification of Bidders (Additional Section) Prequalification of bidders is only required if noted in the Call for Bids. 10 1-02.2 Plans and Specifications (Replacement Section) bi 6 Information a•, to where plans and specifications can be obtained or reviewed it will be found in the advertisement for the work placed in the City's official newspaper notification. 1-02.5 Proposal Forms (Deleted Section) 2 Y L_ J i f fly ^.r or,TV , DURE7,A3R'�' . IONS (Continued) 1' ! 1.02.E Prep.•.=',;...•.r Pr_�o»1 (Replacement Section) The bidder shall submit his proposal property executed on the form furnished by the City. No other form, Includin- copies made available fo: information pur- poses will be acceptable unless expressly authorized prior to submission. Only the amounts and information asked for on the proposal form will be considered as the bid. Each bidder shall bid upon the work exactly as specified and as pro- I vided in the proposal form. A price shall be submitted for each item of work, extension thereof, and the total amount bid. Any omission of prices on items shown In the proposal form or any addition In writing to the form of bids, or any condition, limitation or provision not officially Invited in the proposal or special provisions may render the proposal as being incomplete or modified and may become cause for rejection of the bid. Proposals shall be filled out in black ink only and may be either handwritten or typed. However, bid prices and extensions must be typed or printed in clean legible figures. When required In the proposal, the unit bid prices shall be printed in both words and figures. If such be the case, then the words shall govern in the event of discrepancies between words and figures. Acknowledgement of receipts of addenda shall be required on the proposal form. Proposals shall be signed by the bidder with signature in full. If business is conducted under a firm name, such name shall be inserted in the appropriate blank on the proposal form. Where dealing under an assumed name, a certified copy of Certificate of Assumed Name, as filed with the County Clerk, shall accompany the proposal or be filed with the City. If the bidder is a corporation, proposals shall be signed by the officer or officers having authority to sign such contract. If a bidder is a copartnership, the pro- posal shall be signed by on authorized member of the copartnership. When the bidder is a joint venture, the proposal shall be signed by one or more representa- tives authorized to sign. If the City should so require, evidence of legal authority to sign shall accompany the proposal or be on file with the City. 1-02.7 Bid Bond (Replacement Section) Checks should be made payable to the City of Renton, not the State Treasurer - Department of Transportation. 1-02.9 Delivery of Proposal (Replacement Section) No bid proposal shall be considered which has not been filed with the City Clerk before the time fixed for the opening cf bid proposals In the published call for bids. 'u 1-02.17 Public Opening of Proposals (Replacement Section) ~ Sealed bids will be received by the City of Renton, Washington, by filing with .+ the City Clerk, Municipal Building, Renton, Washington, as per Call for Bids r- 1 will be opened and publicly read aloud. 7 J 3. J I " i � I CITY OF RENTON � SPECIAL PROVISIONS wd 1.03. AWARD AND EXECUTION OF CONTRACT ^ w 1.03.1 Consideration of Bids_ (Additional Section) 1 Awarding of the contract will be based on total sum of all schedules of prices. y No partial bids will be accepted. I_03.2 Award of Contract (Replacement Section) The award of the contract will be made within sixty (60) calendar days instead of thirty (30) calendar days as stated in the Standard Specifications. Pl V 1-03.3 Execution of Contract (Replacement Section) ti The successful bidder shall sign the contract form furnished by the Department and return it within ten CO) calendar days after the award instead of twenty (20) calendar days stated in the Standard Specifications. a 1-03.5 Failure to Execute Contract (Replacement Section) All references to twenty (20) days within the text of the Standard Specifications, 1-03.5 shall be changed to ten (10) days. 1-04 SCOPE OF WORK A 1.04.4 Changes (Replacement Section) The City reserves the right to make, at any time during the progress of the work, increases or decreases in quantities and alterations in the details of construc- tion, including the deletion, or alteration of any portion of the work and the addition of any new item of work, as may be foind to be necessary or desirable by a the Engineer. Any such change will be set forth in a written Change Order, which order will specify, in addition to the work to be done, the basis of compensation and any change in the time for completion, if justified, for such work. Where such work does not differ materially from specified contract work, it will be - measured and paid for et unit contract prices. Otherwise, compensation shall be at a price agreed upon. C 4. a. �. ,...+arcs►.- ��.. I CITY OF RENTON : SPECIAL PROVISIONS 1-04 SCOPE OF WORK (Continued) 1-04.5 Procedure and Protest by the Contractor (Replacement Section) Any questions arising between the inspector and the contractor or his superir .endent or foreman as to the Weaning and intent of any part of the plans and specifications or any contract document shall be immediately brought to the attention of the Engi- neer or his representatives for interpretation and adjustment, if warranted. Fpilure on the part of the Engineer or his representative to discovrr and condemn or reject, improper, defective or inferior work or materials, shall not be con- strued as an acceptance of any such work or materials, or the part of the improve- ment in which the same may have been used. To prevent disputes and litigation, it is further agreed by the parties hereto that the Engineer or his representative shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the plans and specifications. In the event the Contractor is of the opinion he will be damaged by such interpreta- tion, he shall, within 3 days, notify the Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. Timr is of the essence in the giving of such notice. In the event an agreement cannot then be reached within 3 days, the City and the Contractor will each appoint an arbitrator and the two shall select a third within 30 days thereafter. The findin_; , and decision of the Board of Arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving tid filing a petition for review by the Superior Court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The Board of Arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the Board's majority opinion that the Contractor's filing of the pro- test 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 Courty, Washington, and if the -ontractor J is a non-resident of the State of Washington, he shall designate an agent, upon whom process may be served, before commencing work under this contract. 5. -pi R w w w' Vol Ilk - R �"M1.. x�'.a 4;aa. d i -r.. CITY OF RENTON ^ SPECIAL PROVISIONS 1-04 SCOPE OF WORK ;Continued) .1 {� 1-4.10 Use of Materials Found on the Project (Replacement Section) All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the Engineer's discretion- be carefully salvaged and delivered Ir tc the City Shops. All salvaged water mains, fire hydrants, valves and appurtenances, catch basins, a and st.vrm and sanitary sewer manhole .overs shall be salvaged and delivered to the City Shops. Any cost incurred in salvaging and delivering such items shall be considered ;nci- dental to the project and no compensation will be made. 1-04.12 taste Sites (Additional Section) a 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 obtaining his own waste site. Ail w work included in this section shall be considered to be incidental to other items y of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: w The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary Ly the Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. 1-04.13 Contractor's Copies of Contract Documents (Additional Section) The Contractor will be supplied by the City with 5 sets of plans and specifica- tions. At least I complete set of contract documents, including one full size set Q of drawings, shall be kept at the site of construction in good condition and at all times available to the Clty and the Engineer. Additional copies of the contract documents, if required, will be furnished by the City at net cost of reproduction, a 11=05_ CONTROL OF WORK 1-05.3 Plans and Working Drawings (Replacement Section All drawings submitted to the Engineer shall be drawn on sheets 22" x 34" long in overall dimension, not 22" x 36" as stated in the Standard Specifications. 1-05.5 Construction Stakes (Replacerw:nt Section) tf■7a The Engineer shall have the right to make reasonable changes in the grades as they • are shown on the drawir.�s. Grades will be established in the form of offset stakes at distances not greater than 50 feet, set in advance of the work. Whenever work a is in progress, the Contractor shal' have 1n �:;s eiaployment a worker competent to set a batter board or other construction guide from the line and grade stakes given by the Engineer. Such employees shall have tt.i duty and responsibility of placing and maintaining such construction guides. A batter board set with an engineer's level shall be f used for all lines set on a grade of 0.50 percent or less, at least three batter A E{!t boards shall remain in place during pipe laying operations. If, : rrough the Con- a� 6. L � 1 CITY OF RENTON SPECIAL PROVISIONS -+ I-OS 'ONTROL OF WORK (Continued) 1-05.5 Constructions Stakes (Continued) tractor's negligence, any stakes shall be destroyed and require resetting, a sum shall be deducted from the Contractor's final payment equivalent to the extra cost a In engineering required :or such replacement. The laser method of establishing grade may be used providing: -� 1. Request for use, equipment, and method of operation are submitted for City review and approval at least fiv, days prior to use. 1 J 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 in locati ,ns where a box is being used for excavation. The Contractor shall arrange his work to allow a reasonable time for the setting of stakes for the next phase of his op•-xtion to prevent work delays while waiting for Construction guides. The following stakes will be set by the City one time only for each stage: A. Slope Stakes G. Stakes for Superstructure -' B. Subgrade blue tops N Utilities C. Curb and gutter elevations 1• Traffic Signal Devices J D. Elevations for paving maciine J E. Stakes for retaining walls F. Stakes for substructure The Contractor shall assume full responsibility for detailed dimensions and trans- . ( ferring elevations or measurements measured from such stakes and marks. ,y Delays by reason of lack of stakes or a request time for survey less than 3 days are deemed a risk to the contractor and shall not be the basis for claims for additional compensation or construction time. All costs for the contractor's surveying shall be considered incidental to other bid items In the proposal , and no further compensation will be made. If the Con- tractor, in the course of his work, becomes aware of any errors or orris-ions in the contract documents or in the layout as giver by survey points and instructions, or if he becomes aware of any discrepancy between the contract documents and the physical conditions of the locality, he shall immediately Inform the Engineer. The _j Engineer, if he deems it necessary, shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery, until authorized, will be done at t� Cot.,.act..r's risk. 7. I CITY OF RENTON SPECIAL PROVISIONS 1-05.12 Final Acceptance (Replacement Section) The Contractor shall notify the engineer In writing of the completion of the work w i 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 City Council that the work is acceptable. fti Final determination of the acceptability of the work shall be made by the City Council. A I—OS•IS Method of Service of Notices as I c Written notice shall be deemed to have been duly served if delivered in person to PR ` the individual, or to a partner of the firm, or to an officer of the coporation ad or to an executive official of the City, or if sent by registered United States mail to the business address shown in the contract documents. rl i I-05.16 Contractor's Responsibility for Mork (Additional Section) W The work shall be under the Contractor's responsible care and charge. The Cor- A tractor shall bear all loss and damage whatsoever, and from whatsoever cause, M except that caused solely by the act of the City which may occur on or to the work during the fulfillment of the contract. If any such loss or damage occurs, the Con- tractor shall immediately make good any such loss or damage, and in the event of the Contractor refusing or neglecting to do so, the City may itself or by the employ- ment of some other person make good any such loss or damage, and the cost and expense of so 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, and for his and his sutcontractor's plant and equip- A ment and the method of prosecuting the work, r During unfavorable weather and other conditions, the Contractor shall pursue only such portions rr 'he work as shall not be damaged thereby. No portions of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while :hese conditions exist, unless r by special means or precautions acceptable to the Engineer, the Contractor shall be able to overcome them. 1-06 CONTROL OF MATERIAL M 1-06.1 Source of Supply and Quality of Materials (Replacement Section) Promptly after the approval of the contract, prior to the first progress payment, the Contractor shall furnish all drawings, specifications, descriptive data, ce-tl- ficates, samples, tests, method schedules, and manufacturer's irstructions as required to demonstrate fully that the materials and equipment to be furnished and the methods r of work comply with the provisions and Intent of the specifications and drawings. If the information shows any deviation from the contract requirements, the Cont actor t" i shall, by a statement in writing accompanying the Information, advise the Engineer as i of the deviation and state -it reason therefore. The source of supply of materials and the order of work must be approved by the Engineer before the work commences. as Engineer, or in his presence, shall be submitted by the Contractor or producer for Representat've samples at the frequency required by the Engineer, sampled by the 8. s` CITY OF RENTON SPECIAL PROVISIONS i 1-06 CONTROL Of MATERIAL (Continued) 1-06.1 Source of Supply and Quality of Materials (Continued) examination and tests by the Engineer prior to Incorporating the material in the work. Unless otherwise authorized by the Engineer, samples not taken by him or in his presence will not be accepted for test. Only materials conforming to the requirements of these specifications and approved by the Engineer shall be used in the work. Any of the materials proposed to be used may be inspected or tested at any time during their preparation and use. If, after trial, It Is found that sources of supply which have been approved do not furnish a uniform product, or If the product from ar,y source is determined to be unacceptable at any time, the Contractor shall furnish approved material from other approved sources. No material which, after approval, has in any way become unfit for use shall be used in the work. Unless otherwise provided in the technical provisions or specifically approved for use, all equipment, material, and articles incorporated in the permanent work are to be new. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Replacement Section) 1-07.20)-M State Taxes (Replacement Section) The City will claim any exemption from the retail sales tax authorized by law, and the Contractor should determine which activities are subject to tax in order to property evaluate the work. If in doubt as to sales tax procedures in any particular case, the Contractor should consult with the Washington State Department of Revenue. _ The Contractor shall be responsible for the correct interpretation of any laws or regulations relating to the application of the State Sales Tax. All applicable taxer which the Contractor is required to pay other than the state retail sales tax as hereinafter specified shall be included by him In his various unit bid prices or any other compensation to be paid to him under the contract. No adjustment will �e made in the amount to be paid by the Owner under the contract because of any misunderstanding by the Contractor as to his liability for or the -+ amount of any taxes. RCW 60.28.050 requires that, before paying the retained percentage to any person performing any public works contract, the Owner's disbursing officer shall require such persons to secure from the State Department of Revenue a certificate that all taxes due with respect to such contract have been paid in full. The Contractor, therefor, is required to secure such certificate before payment of the retained percentage will be made. The Contractor shall include in his various unit bid prices or any other compensa- tion to be paid to him under the cons• ct, all Washington State retail sales taxes on the purchases of materials, equipment and supplies used cr consumed in the per- formance of the work, when the contract or portions of the contract call for the building, repairing or improving of any street, road, highway, bridge, tunnel or trestle, mass public transportation terminal or parking facility upon lands owned by either: (1) A municipal corporation. (2) A political subdivision of the State. 9 (j) The United States of America. J 1piySy,M,r r. .. V A � � r i clrr of RENTou SPECIAL PROVISIONS 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Continued) W I I-07.02(I)-(3) State Taxes (Continued) Such purchases are not for resale and are taxable against the Contractor. The Con- ! tractor is advised that the provisions of the State Department of Revenue Rule 171 W i and Its other related regulations will apply. The contract special provisions will designate those portions of the project not subject to this provision, � 1-07.4 Sanitation (Additional Section) j A All expenses incurred in supplying access. parking, and sanitation facilities shall be considered Incidental to the project and no compensation shall be made. aR 1-07.7 Load Limits (Replacement Section) W t All motor vehicles of the Contractor, subcontractors, and suppliers shall strictly adhere to Ch. 46.55 of the Motor Vehicle Laws of the State of Washington (1967 Edition and Amendments Thereof) in regard to size, weight and loads of motor vehicles. Payment will not be made tar any material that is delivered in excess of the legal weight for which the vehicle is licensed. Any violation of these regulations shall be reported to the affected law enforcement agent. The Contractor is to furnish to the Public Works Director a listing of all haul vehicles used on this project, listing the vehicle number, license number, tare weight, and licensed load limits. 1.07.8 Employment of State Residents (Delete) 1-07.9 Wages (Replacement Section) This contract Is subject to Chapter 39.12 RCW, and amendments and additions thereto relating to minimum rates. On Federal aid projects. Federal wage laws and regulations are also applicable. Hourly minimum rates of wages and fringe benefits are shown in the contract. When Federal wage rates and fringe benefits are listed, they are in accordance with the United States Department of Labor decision number specified in the special provisions. W 11 The Contractor, any subcontractor, or other person doing the work or any part of it shall not Day any workmen, laborers, or mechanics less than the required hourly mini- 0 t mum rates of wages shown in the contract. Wages in excess of such hourly rates may be paid. In addition to the wage rate designated, the employer shall contribute for each compensable hour the fringe benefits listed. It is specifically understood and agreed that the wage rates and fringe benefits for this contract are subject to change, 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 con- tract. The City and State do not warrant or represent that labor can be procured for the minimum rates set forth or as changed. It is the Contractor's responsi- bility to ascertain the wages above such minimums as he will have to pay. L ID. .i I ' CITY Of RENTON SPECIAL PROVISIONS 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Continued) 1-07.9 Wages (Continued) r The Contractor shall post, in a location acceptable to the Department of Labor and Industries, a copy of the approved "Statement of Intent to Pay Prevailing Wage", a copy of the Prevailing wage rates for the Project upon which the Con- _ tractor has indicated the approximate number of workers in each classification; and the address and telephone number of the Industrial Statistician of the Department of Labor and Industries where a complaint or Inquiry concerning prevailing wages may be made. On projects governed by wage rates determined by the State of Washington Depart- ment 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 similar classifica- tion of labor, the Contractor shall Day not less than the wage which is the higher of the two. If the Contractor makes use of apprentices on projects governed by wage rates determined by the State Department of Labor and Industries, he shall present to the Engineer written evidence of registration of such employees in a program approved by the State Apprenticeship Council 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 evidence of registration of such employees in a program of a State Appren- ticeship and Training Agency approved and recognized by the U. S. 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. Bureau of Apprentice- shiD and Training. The Contractor shall submit to the Engineer written evidence of It.- established apprentice journeyman ratios and wage rates in the project area, which will be the basis for establishing such ratios and rates for the pro- ject 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 contemplated under the contract and such dispute cannot be adjusted by the parties in 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 Washingt n (or to the United States Secretary of Labor when pre- vailing wages established by that office are involved), and his decision therein shall be final, conclusive and binding on all parties involved in the dispute. If the Contractor makes use of a labor classification not listed in the special provisions, the Contractor shall request the determination of the appropriate wage rate for the classification and for the area in which work is performed, fror., the Industrial Statistician of the Department of Labor and Industries. Before any payment is made by the City or State of any sums due under this contract, J the Contractor and each subcontractor shall submit a "Statement of Intent to Pay Prevailing Wage" on the forms provided by the Engineer, The Contractor and each v subcontractor shall submit with the Final Contract Voucher Certification an "Affidavit of Wages Paid", on the form provided by the Engineer, certifving that all prevailing wage requirements have been satisfied. In addition, the prim sub- mit to the Washington State Department of Labor and Industries ao"Request forntractor t Release' II. too F CITY OF RENTON SPECIAL PROVISIONS 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Continued) r 1-07.9 Wages (Continued) form 4 provided by the Department of Labor and Industries. These affidavits will be required before any funds retained according to the Provisions of RCW 60.28.010 1 are released to the Contractor, NO If the Contractor utilizes the occupation code when submitting payrolls and wage affidavits, and more than one jurisdictional area is involved in th• project, the A jurisdictional area involved shall be shown immediately following the occupation J code number, I.E.: 10-0010 Yak.E. The eighth Itl 9 following: of section I-07.9 of the standard specifications is rep aced by the following: Before payment is made by the Local Agency of any sums due under this contract, the local Agency must receive from the contractor and each subcontractor a copy of "Statement of Intent to Pay Prevailing Wages" (Form L 6 1 Number 700-29) approved by the Washington State Department of Labor and Industries. Upon completion of this contract, the Local Agency m�.st ere.v frw he contractor and each subcontractor a copy of "Aff idn't r4 W-ges Pei i" (Form L 6 I Number 700-7) approved by the State D.:a. •' , of ,4J0• and Industries. In addition, the Local Agency must re. .a from Ire pri, contractor a copy of "Release for the Protection OF 0 O L y �wM, a,+ General Contractor" (Form L. b 1. Number 206-83) e•truvad by the 5t^ Department of Labor and Industries. These affidavi. * will .r rexii- d before any funds retained, according to the provisi,N s of k.. bC.T! Oh• Q are released to the Contractor Forms may be obtaitr_a From t'tr Depart ment of Labor and Industries. A fee of $12.50 Der eacr ' .itatement -d Intent to Pay Prevailing Wages" and ''Affidavit of Wages I id_" 's re ufred [o accompany each form subm teed to the Department of Labor Industries. 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 items of this contract The Contractor's records pertaining to wages Pala and payrolls shall be open to inspection or audit by representatives of the Department of Trans- portation 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. Where such records pertaining ■■■to wages paid and payrolls for the contract are maintained by subcontractors or agents of the Contractor, the Contractor expressly guarantees that the records of such subcontractors or agents shall be open to inspection and audit by representatives of the Department of Transportation on the same e terms 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 time when such audit is to begin. rp • 12. Ili. i CITY OF RENTON .d SPECIAL PROVISIONS 1-07.110 0) Records and Reports (Replacement Section) The City will furnish these forms to the prime Contractor during the preconstruc- tion meeting. An Equal Employment Opportunity report certificate shall be executed by the bidder with his bid proposal on this project and which comes within the provisions of the Equal Employment Opportunity Reglations of the Secretary of Labor as revised May 21. 1968. The form of certificate will be furnished to the Contractor with the proposal, stating as to whether he, his firm, association, co-partnership, or corporation has participated in any previous contracts or subcontracts subject to the Equal Opportunity clause and if so, whether or not he 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 is about to be made, except for lack of an Equal Employment Opportunity Report Certificate, refuses or fails to promptly execute and furnish the required certificate within 10 days after notice by the Engineer that same is lacking from his proposal, the proposal guarantee, in form of bond, cneck, or cash which accompanied the bid, will be forfeited to the City. Whenever a Contractor requests permission to sublet a part of any contract and such contract comes with the provisions of the Equal Opportunity Regulations of the Secretary of Labor, revised May 21, 1968, he shall obtain t:.'s certification from his proposed subcontractor and forward it together with such request. No subcontract will he approved before receipt of such certification from the subcontractor. J For this purpose, certification forms may be obtained from the Project Engineer assigned to this project. I The Contractor will be required to complete and submit the following document before progress and/or final payments to the Contractor will be approved by the Engineer: J 1. Each month - Department of Labor Standard Form 257 2. Each July - State Highway Form PR-1791 J 1-07.14 Responsibility for Damage (Replacement Section) (Original 1-07.14 deleted) 1 The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, 1 and other pieces of equipment as deemed necessary by the Engineer, to avoid Great- . .+ ing a nuisance. J Dust and mud control shall be considered as "cidental to the project, and no compen- sation will be made for this section. Complaints on dust, mud, or unsafe practices and/or property damage to private owner- ship will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint Items will be called for should repetitive complaints be received by the City. 13. . � yy ^ I CITY OF RENTON ( SPECIAL PROVISIONS 1 i� 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Continued) A 1-07.15 Temporary Water Pollution Control (Additional Section) `I All work included in this section shall be considered incidental to the pro- ject and no compensation will be made. 111 V f, V I c c c c D D D D D D lA. D I N " CITY OF RENTON SPECIAL PROVISIONS 1-07 LEGAL RELATIGNS AND RESPONSIBILITIES TO THE PUBLIC (Continued) 1-07.16 Protection and Restoration of Property (Replacement Section) The City will obtain all easements and franchises required for the project. The Contractor shall limit his ,perstion to the areas obtained and shall not trespass on private prope-ty. The City may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the City, any additional land and -, access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads. detour roads, or other temporary work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. The Contractor will be required to conform to the following requirements for the restoration of any properties impacted from project construction. A. General. All construction work on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of- way Or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not ' left open during weekends or holidays and trenches shall not be left open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the Performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found with minimum requirements as herein specified. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements - Cultivated Areas and Other Surface Improvements. All culti- vated ere as, either agricultural or 'awns, and other surface improvements which o are damaged by actins of the CpntraCtOr shall be restored as nearly as possible to their original condition. — Prior to excavation on an easement or private right-of-way, the Contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. Ail shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the City. In the event + that it is necessary to trench through any Iewn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work, including excavation and I backf'1', on easements or right-of-way which have lawn areas. All fences, markers mail boxes, or other temporary obstacles shall be removed by the Contractor and 15. ALI& s ,J CITY OF RENTON SPECIAL PROVISIONS �! M 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Continued) 1-07.16 Protection and Restoration of Property (ContinuedO r i mmedlately replaced after trench is backfiiled in their original position. The Contractor shall notify the Engineer and property owner at least 24 hours in advance of any work done on easements or rights-of-way. w All construction work under the contract on easements, right-of-way over private r, property, or franchise shall Le confined to the limits of such easements, right- it-way or franchise. all work shall be accomplished so as to cause the least amount Of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays, and trenches shall not be left open more than 48 hours. "`I ` Damage to existing structures outside of easement areas that may result from dewater- • Ing and/or other construction activity under this contract shall be restored to its r original condition or better. The original condition shalt be established by photo- graphs taken and/or inspectic ade prior to construction. All such work shall be done ae to the satisfaction of the pr arty owners and the Enuineer at the expense of the r Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the Pat surface of all streets (travelled ways) used by him if damaged. I In the event the Contractor does not have labor or materiai immediately available to make necessary repairs, the Contractor shall so inform the City. The City will make r ` the necessary repairs and the cost of such repairs shall be paid by the Contractor. I-07.17 Utilities and Similar Facilities (Additional Section) � Location and dimensions shown on the plans for existing underground facilities are ` in accordance w'th the best available information without uncovering and measuring. an The City does not guarantee the size and location of existing facilities. YI It shall be the Contractor's responsibility to contact all public and private com- panies having utilities and/or facilities in the vicinity of the construction area. The Contractor is warned that City of ?enton water, storm drainage, sanitary sewers, street lights, and traffic contro: underground utilities are not a member of the "One Call" system and must be contacted senarately as presented in the Technical Specifications. 1-07.18 Public Liability and Property Damage Insurance (Replacement Section) The minimum policy limits of such insurance shall be as follows: Bodily Injury liability coverage with limits of not less than $250,000 for bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than $250,000 for each accident; and property damage coverage in an amount of not less than $500,000 for each accident. In addi- tion, an umbrella insurance coverage of not less than $5,000,000 shall be provided, with the City and Engineer the named insureds. This limit shall apply to compre- hensive general liability insurance and vehicle liability insurance. r The Contractor shall furnish the City with satisfactory Droif of carriage of the insurance required. 16 .� Ir ,� ti -1 CITY OF RENTON SPECIAL PROVISIONS ii 1-07 LEGAI RELATIONS A' RESPONSIBILITIES TO THE PUBLIC (Continued) 1-07.23(3) Flagmen, Barricades, and Signs (Replacement Sectionl The Contractor shall, at his own expense provide all signs, barricades, guards, Flagmen, and equipment, construction wernings, and night lights in order to protect the public at all times from injury as a result of his operations. If the Contractor should fail to maintain sufficient lights and barricades, in the opinion of the Engineer, the City shall have the right to provide these lights and barricades and deduct such costs from payments due the Contractor. Mork shall be restructured, the order of work modified, the hours of work modified or the work halted altogether at the Engineer's discretion when 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 shall be salvaged and delivered to the City Yard. The cost of furnishing and placing all construction and identification signs shall be incidental to the project and no compensation will be made. .._ Traffic control operations to be used during construction of this project shall be as indicated on the attached traffic control plan and typical worksite detail sheets. The "Manual on 'Jnif,nrm Traffic Contrcl Devices for Streets and Highways" as well as the U.S. D.O.T. FHNA "Traffic Control in Construction and Maintenance York Zones" technical report, May, 1977, shall be used as a guideline for this project. Traffic movement shall be herein defined as applying to both vehicular and pedestrian traffic. Juring all phases of construction, traffic movement shall be maintainrl as near normal as possible. Reasonable access shall be maintained at al; times to adjacent properties outside of the right-of-way line. All travelled portions of the roadway will be open to traffic during peak traffic periods, 6.30 to 8:00 3:3D to 5:00 p.m. a.m. and 1-07.23(5) Reimbursement for Labor Traffic Control (Replacement Section) Ths Contractor shall furnish al flagginq and maintain all temporary traffic con- . tr, signs and devices necessary to control traftir during construction operations. Traffic control signs and devices shall conform to the requirements set forth in the Manual on Uniform Traffic Control Devices. l When the proposal does not include an item for "Labor for Traffic Control," all costs for temporary traffic control shall be considered as incidental to the pro- ject Ind shall be included in the unit cc rtract prices for the various items of work therein. 'If an fter., for "Labor for Traffic Control" in a stated amount is in the proposal, the Contractor will be reimbursed for the hogs of labor actually sustained for flagging, setting, mo-oing, maintaining in position and removing temporary traffic control signs and devices required for those construction operations at'thorized by the Engineer. The amount stated in the proposal is merely the City's estimate, without knowledge of the Contractor's specific method of operation, of that portion of the cost of labor fat traffic contra; reimbursable to the Contractor and is to he used only for the purpose of providing a common amount for all bidders. Such J amount will be included in the bid proposal and become part of the total bid for the Contractor. The Contractor shall make his own estimate of cost to Include his share of the cost in the bid Items for the contract based on his contemplated work } procedures. J 17. J 1 Is . 'ar1�. � ��r.u,_ . _.-�'1Crst►/_ �►"'�: � 1)�a�,i�_#i. * 'u.�aali'11l .�a I CITY OF REN�Oh' SPE: 'AL fgOI,IiIONS 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC (Continued) 1.07.23(5) Reimbursement for Labor Traffic Control (Continued) Where allowed, reimbursement is limited to the following areas: A A. The entire construction area under contract and for a distance of 500 feet 'W outside the beginning and end of construction; except that if the projects con- sists of two or more sections, the limits will apply to each section individually. N B. A Detour provided in the plans or approved by the Engineer for bypassing all or any portion of the construction, irrespective of whether the termini of as the detour are within the limits of the contract. aii C. The initial point of entry to or crossing of the public road system from City- furnished quarry, pit, borrow and/or wrste sites, or from City-furnished maul roads serving those sites, when outside the limits in A. above. 111 No reimbursement will be made to the Contractor for labor for traffic control n required i connection with the movement of equipment or the hauling of materials outsicF the limits in A., B. and C. above. Reimbursement for labor for traffic control costs incu•-ed in A., B. and C. above shall be made to the Contractor by the City at the f rate of $16 per hour. If the work is required to be performed on an overtime ,...is, the hours worked on an overtime basis shall be increased by the same percentage that the Contractor is required by his labor agreement to increase the workman's wage rate for overtime work. Payment under this item shall be limited to the labor required for flagging and for handling signs and traffic control devices which are placed and removed or adjusted daily. Placement of signs end traffic control devices whicn remain in service throughout the construction or during a major phase of the work is not a included. All costs for signing or traffic control devices act requiring changes during or at the beginning and end of each shift shall be considered as ircidental to the work and as included in the various bid items involved. 1-07.29 General Safety Requirements (Additional Section) The Contractor sl. 11 notify all property owners along the construction area, by mail, prior to construction. The Contractor shall notify ail local Police, transit, and fire departments by mail prior to construction. Names and addresses will be furnished by the City. The Contractor shall further notifl each occupancy in person ■ a minimum of three days prior to construction in f-ont f each property. ■ 1-08 PROSECUTION AND PROGRESS » 1_08.3 Progress Schedule (Replacement Stction) Immediately after execution and delivery of the contract and before 'he first partial payment is made, Lhe Contractor shall deliver to the Engineer, an estimated construc- tion progress schedule in form satisfactory to the Engineer, shc.4h, the proposed a dates of commencement and completion of each of the various pay items of work required r under the contract documents and the anticipated amount of each monthly payment that YI will became due to the Contractor in accordance with the progress schedule. The Con- 18. M s 11x.a ejlc�'br Ida d w .0 h CITY OF RENTCN SPECIAL PROVISIONS 1-08 PROSECUTION AND PROGRESS (Continued) Progress Schedule (Continued) tractor shall also furnish periodic itemized estimates of work done for the pur- pose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial pay- ments and will r H be considered as fixing a basis for additions to or deductions from the contract. Should it became evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall, upon request, promptly submit revised schedules in the same form as specified herein, setting out operations, methods, and equipment, added Tabor forces or working shifts, nigh, work, etc., by which time loss will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time a portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request be revised by the Contractor and the work shall be performed in compliance with th3 contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified .:hedule has been provided by the Contractor may be -+ withheld. Execution of the work according to the accepted schedule of ^fy or approved modifications thereof, is hereby made an obligation of the contract. tion J 1-08.5 Time of Cmpletion (Additional Section) 1 The Contractor is expected to diligently prosecute the work to completion in all J parts and requirements. The project shall be completed within the time specified in the Call for Bid. 1 Provided, however, that the City shall have the right upon request of the Engineer. .� to exter, the time of completion of said work. No extension shall be valid unless the ra o be in writing and accompanied by the wr- tten consent to such extension by the -irety on the bond of the Contractor. Time lost in replacing improper work or material me shall not furnish any grounds to 0e Contractor ror claiming an exten- sion o the completion of the work, and shall not release the Contractor from damages or liabilities for failure to compete the work within the time 1 required. J Recognized holidays shall be as follows: New Year's Day, Lincoln's b:rthJay, '7 Washington's girthday, Memorial Day, July 4, Labor Day, Veterans Day, Thanks- giving, and the day following and Christmas Eve and Christmas Day. The day before TuesdayChristm or shallDayorFriday. a The l day foryafterC Christmasyshallityhbe ahholi ay for City remployee. j when Christmas Day occurs on a Monday. Wednesday, or Thursday. When Christmas Dv oc:.irs on a Satirday, the two preceding working days shall be observed as holidays. When Christmas lay occurs on a Sunday, the two working days following shall be observed as holidays. All references to recolonized holidays in the Standard Specifications are deleted and void. J The working hours will be limited to weekdays during the period from 8:00 a.m. to 'T 5:00 p.m. The hours of work may be changed at the discretion of the Engineer when J 19. Tj � y I CITY OF RENTON SPECIAL PROYISIOdS i 1-08 PROSECUTION AND PROGRESS (Continued) .t i r W ; 1-08.5 Time of Completion (Continued) 1 it is in the best interests of the public or the Contractor due to reasons of Yy safety, health, or welfare A When the Contractor pe rfo•ms construction work over the accepted 8 hours per day or 40 hours per week, or on any City holiday, and the work requires inspection, W! ! then the Contractor shalt reimburse the Cityat the rate of $50.00 per hour. The . City shall have the sole authority in determiiing the necessity of having the over- tins inspection, and shall notify the Contractor of intent and maid costs will be IN deducted frnm moniesdue the contractor on each monthly estimate. as 1-08.9 Liquidated Damages (Additional Section) ad The liquidated damage, do not include, and are in addition .o, damages from costa for inspection, supervision, legal expense, and court costs incurred beyond c,rr M ' tract completion date. The cost f additional inspection and supervision shall be an amount equal to actual salary : .t plus 100 percent for overhead. A I-06.11 Pre-Construction Conference (Additional Section) V Prior to the start of construction, the Contractor, Engineer, all subcontractors, Utility Department, utility companies, and other interested departments shall attend a pre-construction conference, with time, place, and date to be determined after award of the contract. Additional conferences will be scheduled during the a course of the contract as required by the Engineer or requested ay the Contractor. 1-08.12 Attention to Mork (Additional Section) The Contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he r, not personally present on the work, he shall at all reasonable times be represented by a compe- tent superintendent who shall have full authority to execute the same, and to supUly materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities (Additional Section) 1 All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of delivery of material. A. By Truck Payment will not be made for delivery tickets .Sich do not show type of material, gross weight, tare veight, truck number, date, and inspector's Initials. Scale certificationshal be submitted as early in the project as possible. 70. 77 } /�•�►� J��liil►1 W / ... ll � t- ��'a��iw` .� ..�t ,. !s ��.f.ra..,.r..WJ,M�"'�'� CITY OF RENTON SPECIAL PROVISIONS 1-09 MEASUREMENT AND PAYMENT (Continued) . 1-09.1 Measurement of Quantities (Continued) Each weigh station shall maintain a record of the truck number, time, date and w.:ight of all trucks providing material to the project. The weight list shall be maintained in duplicate with one signed copy trans- mitted daily to the City by the scale attendant. In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery. B. By Other Means Method for measurement and payment for material brought to the site by any other means will be determined by Contractor/City agreement before award of the contract. 1-09-9 Payments (Replacerent Section) The basic of payment will be the actual quantities of work performed according to the contract and as specified for payment therein. Payments shall be made for work and labor performed and materials furnished under the contract according to the prices in the propoval unless otherwise provided. Partial payments shall be made once each month, based upon partial estimates pre- pared by the Engin er. Failure by the Contractor to perform any of his obligations under the contract may be decreed by the City to be adequate reason for withholding any payments until compliance is achieved. Upon completion and acceptance of all work, the amount due the Contractor under the contract shall be paid based upon the final est:mate made by the Engineer and presentation of a voucher signed by the Contractor. Such voucher shall be deemed a release of all claims t,t the Contractor except such claims, in stated amounts, as are expressly identified and excepted from the Contractor's stacerted In the final contract voucher. For the convenience of the parties to this u -uract, it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 60 calendar days from the date of final ac-eptance of the contract by the City of Renton, ,•nd it is further agreed that any such _]aims or causes of action shall be brought erly in the Superior Court of King County. The parties under- stand and agree that the Contractor's failure to bring su't within the time period provided, shall be a complete bar to any such claims or causes of action. Payment to the Contractor of partial estimates, final estimates and retained per- centages shall oe subject to controlling laws. Partial paymerts on estimates may be withheld until a work pro.ress schedule, as described in Section 1-08 has been received and approved. In the event that any material or workmanship does not meet the requirements or -i specifications, the City my have the option to accept such material or workmanship if the Engineer deems such acceptance to be in the best interest of the City, pro- vided. the City may negotiate payment of a luwer unit price for said material or work- man ship. 21. CITY OF RENTON w f SPECIAL PROVISIONS 1-09 MEASUREMENT AND PAYMENT (Continued) f 1-09.10 A-httrat ion of Disputes (Additional Section) " 1 Arbitration of disputes shall be in accordance with Section 1-08.10(4) and Section 1-04.5 as amended. The Contractor shall - ' the established administrative channels Loathe office ofthe fEngineer- The claim oCon_ Con- tractor agrees to make his records available to the extent deemed necessary for the Owner to verify his claim. The venue of any suit shall be in King County, PR ) Washington, and if the Contractor is a non-resident of the ate of Washington, ' h St e shall designate an agent, upon whom prccess may be served before commencing work undar this contract. The parties understand and agree that the Contractor's failure to bring suit within the time Period(s) provided, shall be a complete bar to any p such claims or courses of action. 4£ F t)' I Q f.rf o µ 5. 4 22. q_ I it �M , MIA A WAGES October 10, 1983) The Federal wage rates incorporated in th;s contract have been established by the Secretary of Labor under United State; Department of Labor Decision No. WA83-51i0. I J 7 7 1 J 23 _ J M N J it r F . • :S Jai t � w..il� � , •Y.�.'-. a w ,�., .. a TECHNICAL PROVISIONS Smoke Testing A The Contractor shall flood :he existing sanitary pipe sewers and manholes with a non-toxic staining smoke. All smoke generators or smoke bombs shall be approved by the Engineer before use. The sanitary sewer pipes to be tested shall be tested -, between manholes or manhole to cleanout, or the end of a line, not to exceed 400' for each setup. Short runs of sewer pipe may be combined if their combined length does not exceed 300 feet overall. The tested segment of sanitary sewer pipe shall be plugged at its upstream and _ :ownstream ends to prevent smoke leakage outside of the tested segment, The Con- tractor shall either inject smoke or hang a smoke bomb directly under the air injection poirt. Air will be injected Into the tested sewer manhole and pipe at a rate of no less than cubic feet per second, continuously for a minimum of five minutes. The Lontractor shall notify all residents and businesses by placing handbills on doors 48 hours prior to the smoke testing of their sanitary sewer. The handbills will be provided by the City. The Contractor shall notify the City Police and Fire Department, and where appro- priate County Fire District and County Police prior to start of work each day. Payment for smoke testing shall be by the linear foot, and shall include all labor and materials for setting up, traffic control, smoke, air compressors and all Incidental costs. Smoke Test Repair Report The Contractor shall prepare a Repair Report for each noted location of leaking smoke due to inflow sources. The Contractor shall note the location or house address of the smoke discharge, make an estimate of the tributary surface area to the inflow source, descri')e the inflow source and take a color photograph of each inflow source. The Contractor shall complete the Repair Report, provide three color prints of each inflow source and provide the C'ty with all negatives. Each photo shall identify the date and location. .. Payment for Smoke Test Repair Report per eacl. shall be full compensation for all labor and materials necessary for completion of each report at each Inflow/smoke leakage sourr.. and all incidental costs. Sanitary Sewer In-Line Joint Testing 1 The Contractor shall test each pipe joint with an approved compressed air-powered in-line two-cuff test unit. The test unit shall expand and isolate each joint and compressed air testing of each joint will be accomplished. The pass-fail pressure shall be 4 psi. -y The unit price per each for Sanitary Sewer In-Line Joint Testing shall be full com- pensation for all labor, materials and equipment necessary for setup, traffic con- trol, compressed air and all incidental costs. 1 Sanitary Sewer In-Line Joint Sealing The Contractor shall joint seal or grout each failed joint or crack with an approved sealant and In-line two cuff injection unit. The Injection unit shall expand and Isolate each joint or crack segment and the joint sealent injected. The joint sealant 311111111111 TECHNICAL PROVISIONS Sanitary Sewer In-Line Joint Sealing (Continued) shall be M R-2 Cant mu or .npproved equal. Approval for other oint sealst be secured from the Engineer prior to the bid open- Ing. Excess grout protruding Into the sanitary sewer will be removed, whin in the opinion of the Engineer, sewer capacity w'II be reduced or cause future main- tenance problems, will be removed by the Contractor. The unit price per each joint for Sanitary Sewer In-Line Joint Sealing shall be full compensation for all labor, materials and equipment for setup, traffic control, video monitoring, grouting or sealant material, installation of grout/sealant and all incidental costs. A single orifice packer shall be used. Sanitary Sewer Flushing Before any other work, the sanitary sewers shall be flushed with high pressure water flush equipment. The flushing shall be done flushing from the downstream end, going upstream. The flushing equipment shall provide a flushing water pressure of )?00 psi. The outlet out of the downstream manhole shall be screened to catch flushed debris which shall be removed. The City will provide water. The unit price per linear foot for sanitary sewer flushing shall be full compensa- tion for all labor and equipment necessary for sanitary sewer flushing, setup, traffic control, sewer debris removal and all incidental costs. Sewer debris disposal shall be paid on a separate pay item. Sanitary Sewer TV Inspection The Contractor shall provide TV inspection video recording tapes of the Sewer Tele- vision inspection, or sewer television during the sanitary sewer joint testing and grouting work. The Contractor shall record the video tapes on a reel to reel video equipment compatible to the City's Sony Reel to Reel TV player. The Contractor shall provide the video tapes, tape box and indeA each tape on its boxes binder. The Contractor shall complete the TV Log Sheet(See standard drawings) noting any pipe failures or deficiencies. The unit price per linear foot for Sanitary Sewer TV Inspection shall be full compen- sation for all labor, equipment and materials necessary for setup, traffic control, video recording, providing video tapes and all incidental costs. J Sanitary Sewer Uebris Removal -. The Contractor shall collect all removed sanitary sewer flushing debris and dis- pose of this material in an approved disposal site. The unit price per ton for Sanitary Sewer Debris Removal shall be full compensation r for all labor, equipment, materials for setup, traffic control, drying, weighing, dump fees, waste hole excavation and backfilling. 1 t t t -w i'Jr--. - �r} �i�+♦ �'a �� i� wmsi �aa \s..l.�usw ...-. ";: Il.,y..f`:`.x.Y.� •_f�i� STANDARD DRAWINGS v f I I Vir ' ar/ Lt_—_� P' r 1 � �,.., •T a ',° • VA ' ` l • " 4 -- ° _ ,, •° d• ° t I � I I , 1 yr n•.. � . .. . . . .. to 4� WORK LIML'TS polz lu 1 ••4 T. , o`a •` p •p p , ��VL• • � s e� 1 a CITY OF RENTON GATE SET UP TELEPECTION AND TELEGROUT REPORT AREA STREET P MANHOLE CONIPE CONDITION PIPE SIZEDiT10N TYPE OF PIPE INSPECTOR REMARKS TYPE OF JOINT JOB FOREMAN DIRECTION OF MEASUREMENTS (—FROM CENTER OF MANHOLE MANHOLE N0. MANHOLE OUADPA'.T NO, I IREC-104 OF FLOW T. V. INSPECTION GROUTING •[.DMD 1 [ ) . D[1CMILCT 0.1E CMCD-CAE or D[rtc♦ •[ni"[D USED REMARKS F P i vROL, . AG ■�i� OF DEFECT ■■■■� �� P f Y � • r` t e l S-370 Sunset Pump Station System 1984 Gro in pec ' 2 EL CITY OF RENTON SANITARY SEWER SMOKE TEST REPAIR REPORT DATE LOCATION DESCRIPTION OF SOURCE CATCH BASIN ROOF GUTTER__ - TRIBUTARY AREA (FT.2) WAS OWNER/RESIDENT NOTIFIED? YES NO 1/2" J 4� > 1/2" 3�" Photo Here a DEPARTMENT OF 2 tr ' AND INDUSTRIES n 9 THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED By LAW AS A 7�ii.3it.Q€L 2A .a.•' t 2 :1� STATE OF WASHINGTONf tV Fe?- 2 ri: a (`� �I�7'� 1 �•d.:� �� t 4+ 3 1'. j: I I AFFIRMATIVE ACTION PROGRAM The Gelco Grouting Service, hereinafter known as "The Contractor" or "this Company" hereby agrees to this plan for affirmative action In meeting Its equal employment opportunity obligation pursuant to Executive Order 11246 as amended, and Title VI and VII of the Civil Rights Act of 1964. I. ESual Employment Opportunity Policy It is the policy of this Company to assure that applicants are employed, that employees are treated during employment without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-appren- ticeship, and/or on-the-Job training. i 2. Equal Employment Opportunity Officer The Contractor hereby designates Jay Van Hess, Office Manager, as EEO Officer with full authority to administer and promote an active program of equal employment opportunity. 5. Dissemination of Poliey a. All members of the Contractor's staff who are authoriz to nire, supervise, promote, and discha.ge employees, or who such arecommctioand ,icw111 tbenmade fullyrcognizante s toflland will involved elmple- ment the Contractor's equal employment opportunity policy and con- tractual responsibilities. To insure that the above Agree- ment will be met, the following actions will be taken as a minimum: b. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportun lty Policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. c. All new supervisory or personnel office employees will be given - a thorough Indoctrination of the EEO Officer or other knowledge- able company official covering all major aspects of the Contrac- I tor's equal employment opporutnity obligations within thirty days I following their reporting for duty with the Contractor. d. The EEO Officer or appropriate company official will instruct all j employees engaged in the direct recruitment of employees for the Project relative to the methods followed by the Contr locating and hiring minority group employees. actor in io ANOW J 4. Recruitment r a. When advertising for employees, the Contractor will include all advertisements for employees the notation: "An Equal Opportunity Employer". He will insert all !uch advertisements in newspapers, or other publications, having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The Contractor will, to the fullest extent possible, conduct system &tic and direct recruitment through public and private employee referral sources likely of yield minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this require- ment, the Contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group appli- cants may be referred to the Contractor for employeamt coosideratioi C. The Contractor will encourage his present employees to refer minority group applicants for employement by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions 6. wages, working conditions, and employee benefits shall be esta- blished and administered, and personnel action of every type, including hiring, upgrading, promotion, transfer, demotion, lay- Off. and termination, shall be taken without regard to race,color, religion, sex, or national origin. The following procedures shall be followed: (1) The Contractor will conduct periodic inspections of project ::lies to insure that working conditions and employee facl- litlec do not indicate discriminatory treatment of project site personnel. (2) The Contractor will Periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. (3) The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall Include all affected persons. (4) The Contractor will investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve 1 such complaints, and will take appropriate corrective action. If the investigation Indicates that the discrimination may '� affect persons other the complainant, such corrective action shill include such other persons. Upon completion of each investigation the Contractor will inform every complainant of all his . venues of appeal. 6. Training and Promotion a. The Contractor will use his best efforts to locate, qualify and increase the skills of minority group employees and applicants for employment. b. Consistent with his manpower requirements and as permissible under Federal and State regulations, the Contractor will make full use of training programs, i.e. , preapprenticeship, apprenticeship, and/or oL-the-job training programs for the geographical area of contract performance. C. The Contractor will advise employees and applicants for employ- ment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and pro- motion potential of minority group employees and will encourage eligible employees to apply for suzh training and promotion. 7. Unions The Contractor is not a member of any union and therefore does not rely in whole or in part upon unions as a source of his work force. 8. Subcontracting a. The Contractor will use his best efforts to utilize minority group subcontractors or subcontractors with meaningful minority group representation among their employees. b. The Contractor will use his best efforts to assure subcontractor compliance with their equal employment opportunity obligations. 9. Records and Reports a. The Contractor will keep such records as are necessary to deter- mine compliance with the Contractor's equal employment oppor- tunity obligations. The records kept by the contractor will be designed to indicate: J (1) The number of minority and non-minority group members employed in each work classification on each Federal of federally- assisted project. (See attached Coals and Time Table Reports. .� (2) The progress and efforts being made in cooperation with unions J to increase minority group employment opportunities (appli- c: ble only to Contractors who rely in whole or in part on unions as a source of their work force. ) 1 I 11111aia.•.•.,.,. (3) The progress and efforts being made by the Contractor in locating, hiring, training, qualifying and upgrading minority group employees. (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with mean- ingful minority group representation among their employees. -' b. All such records will be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized - representatives of the Environmental Protection Agency (EPA). c. The Contractor will submit to the Environmental Protection Agency a monthly report after construction begins for the duration of the EPA contruction or EPA-financially assisted contruction con- tract indicating the number of minority and non-minority group employees currently engag=d in each work classification required by the contract work. d. The prime Contractor will require in every subcontract of $10,000 or more a WRITTEN Affirmative Action. Program Including all the requirements Eierein or with such modification of language as is necessary to obligate the subcontractor to a program of affirma- tive action. Copies of such program shall be kept at the prime Contractor's office. CONTRACTOR FIRM GELCO GROUTING SERVICE By _ ADDRESS P. 0. Box 7247 _ DATE 3-7t, Salem, Oregon 97303 i J J i J J1 rl 111 •:S 1