HomeMy WebLinkAboutWWP2700379(3) SAN-1 Sanitary Sewer Project 1 of 2 S-379
1985 Sunset Pump Station System Phase lI Grouting Specs.
OF FILE
FILE TITLE BEGINNING
. '
•I
L5
t98 zuMat
X�"i4
1 .�
1
"r 41 1
1
5PtC1FlC?�'����5
r
r
�9`�5 SE���R i41`� �` G'��v���,� pN•'Q
g�(5
sl
paRy, E PN1�G
s*VR
r
�r
f y � AEN�Qp�SMENS
.ION
r
r
I
' ills�e
fillMfe
��Iijf•+��. inu ✓G
�� '�N.► �. 'iii��
Illii ! `IRkpllik
b
jai
' n 1
•:
r
rCiTY OF RENTON
810 PROPOSAL AND SPECIFICATIONS
rFOR
r SUNSET PUMP STATION SYSTEi
SANITARY SEWER TV INSPECTION
SEWER GROUTING, PHASE II - 1985
AIRPORT STORM SEWER CLEANING
rINDEX
r Summary of Fair Practices/Affirmative Action Program, City of Renton
Scope of work
Instruction to Bidder
r Call for Bids
'Certification by Proposed Contractor/Subcontractor/Supplier/ref. EEO
*Minority and Womens Business Enterprise Participation
r `Certification of EEO Report
*Certification of Bidder's Affirmative Action Plan
*Non-Collusion Affidavit
*Certification re: Assignment of Antitrust Claims to Purchaser
r 'Minimum Wage Form
`Bid Bond Form
*Proposal
r *Schedule of Prices
Bond to the City of Renton
Contract Agreement
r EEO Compliance Report Sample Form and Instructions
E° aironmental Regulation listing
S:,.cial Provisions
Technical Provisions
rDetail Sheets/Standard
r
r Documents marked • above must be executed by the Contractor, President and
Vice-President or Secretary if corporation by-laws permit. All pages Kist be
signed. In the event another person has been duly authorized to execute contracts,
r a copy of the cor. gyration minutes establishing this authority must be attached to
the bid document.
r
City of Renton
Public Works Department
r Renton Washington 98055
r
r
ELIIl17 'A"
' 'Ir1 CF AdR r:R
SUNNARY Or PAIR PRA:£ICES POLICY
' ADOPTED BY RESPLUTIOR me. Igo
rho Moo Ney of the City of Renton to to promote and afford equal
' treatment and *#"ids to all oitiaene and to doom" equal employ.
Mont opportunity to all pePsona regpard Zfs# of ram#; orsed; dolor;
•thnidity; national origin; fea; the prosendo of a non-;oD-related
pkk$ioal, m#nfory, or •entaZ handicap; ape; or marital status.
rhto poll ay shall be based on the principle# of equal empieyment
opportunity dad affirmative motion fuid#I{nas as vet forth to
fodoral, state and load, :au#. Al: departndnte of the City cf
Rrntam phi,.; adhere to the fcl:ouing guidolines:
' i:: SNPLOIRER: PRAC:ICS - All dotiv{t.to relating to ampZoy-
wontridPutimdn t, :Orion.sel prowctian, termimati�•..
and training shall be Qondaoted in a non-clear{min-icry
' mannvr. personnel decisions wi:1 be bared on ''•.aividua:
per oranoe. staffing Nquir#n#mta. and in addordamco
wit pevorniRe Civil Service Law and the agreement
betwoen the Ctty of Renton mmd the gash{ngton State
Council of County and City Emp:oyfu.
21 C00 RA nt R:*R EVANS RJEC 0 •A T5 • rho City a!
ew on cooperate y u t a organtaat:eMo ant
corm:eaiono organised to pr.-moto fair proat{^e# ant *qua.
FportYni•y in tnplml}ment.
APl RNA'-:Vd AC:ICN PPCE:�R - the City of Ro.taa Afeir+t�i :
' Aott on regram WiN v@ matxtained to !acilttate equ{tat:e
ropresettaticx within the ."{ty wcM,^.+eo axe to assure
equal ♦npp toyywent oppertum{ty to all. :t sha:l be the
rospexaibiti Sy and duty of a:l City offi {m:e and
t to carry out the polioifs, paideltnes and o�,rnot{vt
Moafarua at eel forth be tkie p}rgra-. 'c rrt.t ti re
evploywont pr,gr¢ms May be te:ab:iehed bn the Ra,,�r
the reQcmwon Ertl Cm of an A!etrmV2.rr A:ti,, ... f
those d#part-ents in whith a pr.ttoted ::aae
t8 Yndfr-Hi-}aeM tR d.
A ':'R - ban tr¢t tore. tu!nn tra:t re an
' eYpFTa are man Citxpp Ysinesm with tht City of Bunten
aheiI affirm and sabscr{be to the Pair praotioeo and Ncn-
.xiscrtiminotion Affi nut tare Actio poitm
n P{rmppraw b fdh by eau and in the
.t M
.'opted of this polio dha:: be diftr{b. tsd to Ql1 City emp leyeoa,
appear {n a2l ap♦Pa ti one: documonsY"on of eAe :i ty, ixo;udin,t
did oaZlq and ahaZ: be prominently d{ap.ayfd {n dppr:,rio to ;i:y
' ,aai:{tifs.
IR by the City Coumoil sf the city Of PeAr-n. Raskin,--,
thin ... LM doll of )use !Sp.
Nc= " Carneii Pros{don.
Aeeun
losuedi July lo, 1972
Revised, February 9, 197t
Z`t,Clerk Mvtmmd; JWN 2, 19ac
' CITY OF PEN-TON
SCOPE Of WORK
' SUNSET PIMP STATION SvSTEM
SANITARY SEWER TV INSPECTION
' SEWER GROUTING, PHASE 11 - 1985
8 AIRPORT STORM SEWER CLEANING
The work involved under the terns of this contact document shall be full and
conplete installation of the facilities as shown on the plans and in the Spec-
ification; to inclvde, but not be limited to, sar,tary sewer flushing, in-line
TV inspection, and '.n-line sanitary sewer greutir.g.. The sanitary sewers are
cement concrete pipe with rubber gaskets, installed since 1963. The Sunset Pumr
Station sanitary sewers sub systems to be improved are:
Year Installed
Glencoe :ivis,on 40. 2
and Division No. 3 6,400' of B" 1969
Sierra Hight$ 6 School 3,000' of 8" 1968
' N.E. ?4th St. 700' of B" 1968
Adams Vista ?,100' of B" 1976
The Cedar River Area Sanitary Sewers shall also be flushed, TV'ed and grouted.
' These sewers are cement concrete and vitrified clay pipe installed around WW-II.
Ce jr River Housing 1,603' of B" 1943±
225' of 10'
130' of 12"
300' of 15"
' The sewer grout shalt be 3-M CR-250 Grout, or approved equal , the Contractor shall
test all joints in the work limits to 4 psi.
The work also includes storm sewer flushing, in-line TV inspection, and grit/debris
removal of the old Black River Channel storm drains at the westside of the Renton
Municipal Airport. Tha rajerity of the Airport Black River storm drains were built
in 19)3.
Black River Storm Drains 1,872' of 60" 1973
2,183' of 7x5' Box 1973
' 1,346' of 8x5' Box 1973
Tee dirport star- drains shall be cleaned, flushed 6 TV'ed.
The airport storm drain cleaning work on the Black River system will be a additive
item/bid schedule and be included or deleated by the city at the city's option.
tINSTRUCTIONS TO BIDDERS
' 1. Sealed bids for this proposal will be received by the City of Renton at the
office of the Renton City Clark, Renton City Mail, until 2:30 o'clock p.r.,
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.
tNo prvgl:al may be chtnged or withdrwrn after the time set for rece:yinq
bids. Proposals snail be subeitted on the forms attauhad hereto.
' [ The work to be done is shown on the plans. Quantities are ,rl*,.-
be gniv approxiaato final payment will be based nn f`eld mt sur* a^t 0
act Wl quantities • ' At the unit price bid. The City reserves the , 1ght
' to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Department
' Office. Bidders shall satis'y themselves as to the local conditions b,
Inspection of the site.
4. The bid price for any i--- must include the performance of all work
necessary fcr cmpletlon of that item as described in the speciflcatiors.
5. The Lid price shall be stated in terms of the emits Indicated and as to a
total emo:.rt. In the event of errors, the unit price bid will govern..
Illegible figures will invalidate the bid.
6. The right is reserved to reiect any and/or all bids and to wive inform-
, alit4s :f it is deemed advantageous to the U tv to do se.
k Certified check or satisfactory bid bond made payable without reserva N o^
' to the Director of Finance of the City of Renton i- an amount not less than
5% the total orqunt of the bid shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately follow inq the decisior
as to award of contract. The check of the successful bidder wilt be
returned provided he enters into a contract and furnishes a satisfactory
performance bond covering the full amount of the pork within tan days after
race:4t of notice of intention to award contract. Should he fail, or refuse
' to d, fa, the check shall be forfeited to the City of Aenten as Itquioatri
damage for surh failure.
All tills must be self-explanatory. No opportuni tv will be of feed fcr , at
explsnotoor except as the City mov request further inforration or part:Q.lam
points.
9. The bidder shall, ueom request, furnish Information to the Citv as to hi+
financial and practical ability to satisfactorily perform the work .
' 10. Povment for this work will be made In Cash Warrants.
Rey. VISi81
t (Non-FIRM 01*)
CiTY OF RENTON tiALL FOR BIOS
SWSZT PUMP STATION SYSTEM
SANITA?Y SEWER TV INSPECTION 6
SEVER GROITTING. PHASE 11 - 1965
A 1RPORT STORM SEWER CLEANING
Sealed Lids will be received until 2:30 p.m., Fehruar 6th} 1965 at
the City Clerk's office and will be opened and publicly rea�tn the 4th floor
conference room, Renton Municipal Building. 200 Mill Ave. South.
The work to be perforated within 90 working days from the date of commencement
under this contract shall include-6uE not be limited to:
Sanitary Sewer Flushing, In-Line TV inspection, In-Line Sanitary Sewer Grouting of
approximately 13,000 l.f. of 8", 10" and 12" Sanitary Sewer main.
Storm Sewer Cleaning, Grit Removrl and TV Inspection of approximately 1872 L.F. of
60" reinforced concrete storm sewer pipe, 2183 L.F. of 7'x 5' concrete box culvert
aid 1346 L.F. of B'x 5' concrete box culvert at the west side of the Renton Airport.
iThe City reserves the right to reject any and/or all bids and to waive any and/or
all informalities.
Approved plans and specifications and form of contract documents may be obtained
at the Public Works Department office at the Renton Municipal Building for a
deposit of S5QQ each set plus $ 2.50 to cover postage, if mailed. The
deposit will be refunded upon return o the Plans and Specifications in good
condition within thirty days after bid opening. The mailing Charge will not be
refur' i
' A certified check or bid bond in the amount of five percent (5t) of the total
aanunt of each bid must accompany each bid.
The City's Fair PraitiC05 and Non-Discrimination Policies shall apply.
City Clerk
Published:
Record Chronicle, Jan. 16th, 23rd, 1985
Daily Journal of
Commerce: Jan, l6th, 23rd, and 30th, 1985
CER"IFICATI ON RY PROPOSED CONTSACTJR TO
, S,'►CMrrAS R AND SUPPLIES fiLGARDING E011AL MKOYNENT OPPORTUNITY
p"�me o r:w oast sector -�-��-�io e<t Swa
' 1RSTTCCTIONE
' This Certification is requited pursuant to Pederal Esscutiw Order 11246. The lmplesentinq rules and
regulations provide that any bidder or Prespe<tivt Contractor, or any of their proposed subcontractors
and suppliers, shall State As An initial part of the bid or negotiations of the contract whet%ar it has
participated in any previous contract or subContrs<t sublect to 010 equal opportunity clause: and. if
So, Whether it h a filed all c"plianee reports due under Applicable ine n truetios.
' The City has heretofore adopted Msolutiun 234C under date of June 2, 1180. awendinq a 'Fair ►ra<ti"a
me Policy,' as implented by an 'Affirmative Action Program" therein awendin the policy of the City of
Penton to promote and afford equal treatzunt and service to all citizens and to enure equal saploysent
epportunity based on ability n7 fitness to all persons regardless Of [sce: creed: color: ethnicity.
national origin: sea: the presence of a non-lob-rented physical, sensory or mental hardlCAP: see o[
marital status. This policy shall 11keWiee apply to All Mhtractors. Subcontractors and suppliers
conducting business With the City of Mnton rho In corn Shall AM And Subeczibe to Said practices
and policies. The eforementiohed provisions shall not reply to eorzacts or eubCOMrecta for Standard
' OrClal suppliers or raw watsria3S or fD rose or ore I +'ions nN :ea• u... .• '• + , - `as
aas
contracts of leas than $10,000 business per anru. t _t• t . Cir•.
Won the Centr►ctcr/Subcontractoc/Supplur !hereinafter nfelreu At the Con ractoi, La regwi-b by
tuna City of Mhton t0 submit Sn hffiitaative Action Plan, the winiwum acceptable precontage of sihotlty
emplovment will be that pargentaga Which is eernutly listed in 'Appendix I" (City Of Sent" Goals and
TiAStablgs'j in the published City of Mnton Af firrtlw Action Program, i.e. 9.1t. This ►iogrso is
available for review At the mgniCiPal Suildinq.
The undersigned contractor therefore covenants, stlPuutn and arr"S that d ring the performance Of
this contract he will not discriminate Against any person le hiring. pronoti -.9, diecharaing, <Omnen-
aating or any other term or condition of empleywent, by reason of such person a Status. ofezence
the (ll) categories listed in par&. 1 above.
' Contractor further agrees that to will take affi maative and CCntinwus action to itsute full comollance
witt such policy and program in all respects: it OAino Strictly understood ind agrasd that failure to
comply With any of the terms of said provisions shall be and constitute a material Oreaeh of this
:.ntract.
' Contractor shall, upon request and%or as soon as possible thereafter, furnish unto the City any And all
irfCnaat.nr. and reports required by the City to jetesmine Whether full compliance has been made b, the
c.^tcactcr with Said policy and prooraw, and contractor will pertnir access to his books, reco-do and
' r
ax0 nts by the City for the purpose of investigation to ascertain such COSmPlsanCe.
contactot further aCknowledges that he has received a true And complete tope of the City's 'Fair
f n<tieea Policy." _
011C raft anC Ut3^r 4^ t
CLPTIr1CA-:oN by: CONT"CTOR _ or SUDCONTMCTOR _ or SCPrLIER
' NAMC:
ADDRESS:
REPPE SLRTATI VES:
T17LP: PIion:
1. Contractor'Subcntractor�Supplier has Fart ac3Mted in a previous contract Or Subcontract sub'eet
. to "a Equal Opportunity C1Ause: __Yes _No
Compliance rePOrts wte required to be filed in or with Such contract o[ wbeontrsct.
_Yet _No
I. Contractorltubcntnctor/Supplier has filed all cowplince reports due under applicable
instructions: Yes NO
a. if artwr tc !tam 3 is 'No", plesse explain it detail on reverse side of this certification.
' CEITIFICATION: The inforwation above is true and complete to the Mat of My knwledge And belief.
we. and Title o tuner p ease type or print
ignalure ot,
' Tecisrad by City Authority: _ Wte: _
Sb. 13
Raw. 4/03
' PUBLIC WORK OR IMPROVEMENT
PARTICIPATION CERTIFICATION! REF. RCW 35.22.650
' CONTRACTS EXCEEDING $10.000 (OR $15,000 FOR WATERMAIN CONSTRUCTION)
MINORITY BUSINESS ENTERPRISES (ME)
' and
WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE)
' (BUSINESSES WNED AND OPERATED BY WOMEN)
Contractor agrees that he shall artively 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 fvrnish evidence of his compliance with these requirements of minority
aployment and solicitation. Contractor further agrees to consider the grant of
bcontractors to said minority bidders on the basis of substantially equal
proposals in the light most favorable to said minority businesses. The contractor s
shall be required to submit evidence of compliance with this section as part of the
bid. As used in 'his section, the term 'minority business" means a Susine •, at
least filty-one percent of which is ownod by minority group members. Min. City
group members include, but are not limited to blacks, women, native Americans,
Oriental Eskimos, Aleuts and Spanish Americans. The City will consider worn
affidavits presented by subcontractors in advance of contract award as one means of
establishing minority status in accordance with criteria cited above.
' 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
resulting contract. A bidder's failure to submit this certification or submission
' of a false certification :;hall render his bid nonresponsive.
MINORITY BUSINESS ENTERPRISE CERTIFICATION
Certifies that:
Name of Bidder
(a) it (does) (does not) intend to sublet a portion of the contract work and
(has) (has not) taken affirmative action to seek out and consider minority
business enterprises as potential subcontractcrs.
(b) the contacts made with potential minority business a terprise subc, ntractors
and the results thereof are listed below. Indicate Whether MBE or WMtlE and
identify minority group. (If necessary, use additional sheet.)
■ MBE Min. Gr. W^ml
1.
(Name of Firm, Bid Item, Results of Contacts)
2. ❑ ❑
3. ❑ ❑
4. ❑ ❑
5. ❑ ❑
Mr.!Ma, has been designated as
the liaison officer for the administration of the minority business enterprise
prcgram for this firm.
i
1
1 CERTIFICATION OF EIZUAL EMPLOYMENT OPPORTUNITY REPORT
1 Certification with regard to the Petformance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
1 Reports.
The bidder , proposed subcontractor hereby certifies that he has
has not participated in a previous contract or subcontract subject to the
1 equal opportunity clause, as required by Executive Orders 10915. 11114 or
11246. and that he has , has not , filed with the Joint Reporting
Committee the Director the Office 77ederal Contract Compliance, a Federal
i Government contracting cr administering agency, or the former President's
Cowittee on Equal Employment Opportunity, all reports due under tb, applicable
filing requirements.
1
1 (Company)
i gy:
1 (Title)
Date:
iNote: The above certification is required by the Equal Employment Opportunity
Regulations of :he Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be
1 submitted by bidders and proposed subcontractors only 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. (Generall) only contracts or subcontracts of
i $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-I) is the only report required M the
iExecutive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
i previous contract or subcontract subject to the Executive Orders wkd ha,e not
filed the required reports should note that 41 CFR 60-1.7 (b) (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
1 Federal Highways Administration or by the Director, Office of federal Contract
Compliance, U.S. Department of Labor.
i
1
' CERTIFICATION OF BIDDERS AFFIRMATI\E ACTION PLAN
` Bidder is to indicate by check-mark which of the following statements pertains to this
bid package, and is to sign the certification for that specific statement
' a) It is hereby certified that the bidder is exempt from the City's
Affirmative Action Plan requirements because.
i "Average annual employment level is less than eight permanent employees,
and the total contract amount with the City during the current year is
less than $10,000."
' Company Date
' 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 cale.idar year.
Company Date
BY —
Title
OR F c) It is hereby certified that an Affirmative Action Plan is supplied with
this Bid Package. Said Plan will be subject to review and approval by
the City as a prerequisite to the -ontract award, and it includes:
it Present utilization of minorities and 'emales by job classi`ication,
2) Goal. and Timetables of Minority and Female Utilization, and
' 3) Specific Affirmative Action Steps directed at increasing Minorite
and Female Utilization.
Company atl to -T-
BY:
tle
OR _U d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (5) working days of receipt of
notification of low-bidder status. Said Plan will be subject to review
and approval by the City as a prerequisite to the contract award, and
it will include:
1) 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
and Female Utilization.
C'onpany Date
BY:
Title
Rev. 4:9/'S
NON-COLLUSION AFFIDAVIT
1
STATE OF WASH114GTON )
1 ) s`
COUNTY OF )
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
' genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the
deponent has not directly induced or solicited any other Bidder on
the foregoing work or equipment to put in a sham bid, or any other
person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself or to any
other person any advantage over other Bidder or Bidders.
SIGN HERE:
1
' Subscribed and sworn before me this day of
lg
' Notary Public in and for the State of
residing at
therein.
1
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
' RENTON. NASHINGTON:
Vendor and Purchaser recognize thatactual economic Practice
overcharges resulting in
ant
to
b,, by the Purchaantitrst violations are in fact
A Purchaser Therefore, vendor her
any and all claims for such hereby assigns
and materials purchased i overcharges as to
' except as n connection with this goods
to overcharges resulting order or contract,
commencing9 from antitrustt act,
after price under o the tid, quutation, 0. ot�rons t
' establishing the
vendor order even
o warrants and represents °r contract.
subcontractors g Ythatand each of 'is In ado or,
' ctors shall assi n suppliers and
subject to the a°orementioned e, eptior such claims to Purchaser,
an'e ° ro ect —
"""'r o Btd er s riryn
Ignature o ut orize
Repres en`La at - 81 der
oate
i,
•
1
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
ss
COUNTY OF
1, the undersigned, having been duly sworn, deposed, say and certify
that in connection with the performance of the work of this project,
I will pay each classification of laborer, workman, or mechanic
' employed in the pert nance of ich work; not less than the prevailing
rate of wage or not less than the minimum rate of wages as specified
' in the principal contract; that I have read the above and foregoing
statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
CONTRACTOR
' Subscribed and sworn to before me on this day of
14
' Notary Public in and .or the tote
of Washington
' Residing at
' BID BOND FORM
' Herewith find deposit in the form of a certified check, cashier's check, cash,
or bid bond in the amount of $ which amount is not less _han five
' percent of the total bid.
Sign Here
BID BOND
Know All Men By These Presents:
That we, as Principal,
and as Surety, are
held and firmly bound unto the City of Renton, as Obligee, ii the penal sum of
_ Dollars, for the payment
' of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly ani severally, by these presents.
' The condition of this obligation is such that if the Obligee shall make any
award to the Principal for _
according to the terms of the proposal or bid made by the Principal therefor,
and the Principal shall duly make and enter into a contract with the Obligee in
' accordance with the terms of said proposal or bid and award and shall give bond
for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall, incase of failure to do so, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain
in full fo,ce and eff^ct and the Surety shall forthwith pay and forfeit .o the
Obligee, as penalty and liquidated damages, the amount of this bond.
iSIGNED, SEALED AND DATED THIS _ DAY OF D_
—Principal
urety
Received return of deposit in the sum of E
1
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
The undersigned hereby certif_ that _ has examined the site of the
' proposed work and ha_ read and thoroughly understand__ the plans,
specifications and contract governing the work embraced in this improvement,
1 and the method by which payment will be made for said work, and hereby propose
' to undertake and complete the work embraced in this improvement, or as much
thereof as can be completed with the money available, in accordance with the
' said plans, specifications and contract and the following schedule of rates
and prices:
(Note: Unit prices for all items, dil
extensions, and total amount of
bid should be shown. Show unit
prices both in writing and 1r,
figures.)
' Signature _
Address
' Names of Members of Partnership:
1 -
' OR
' Name of President of Corporation
Name of Secretary of Corporation _
' Corporation Organized under the laws of _
With Main Office in State of Yashirgton at
SUNSET PUMP STATION SYSTEM
SCHEDULE "A"
SCHEDULE OF PRICES
SANITARY SEWER TV INSPECTION,SEWEP GiOUTING, PHASE 11 - 1985
(Note: Unit prices for all ites, all ortanSrons and total asount of
' Did out be shown. Show unit prices in both words and figures
and where conflict occurs the written or typed words shall preva;..)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Itnrt Prices to be written in words DOLLARS CTS. DOLLARS CTS.
' 1. 13,000 LF Sanitary Sewer Flushing
S
er (words) 9ures
2. 13,000 LF Sanitary Sewer TV Inspection
S
Lam--------
3. 3,275 Ea. Sanitary Sewer In-Line Joint Test
4. 1,200 Ea. Sanitary Sewer In-Line Joint Seal-
ing
Ter --
5. 4 Tons Sanitary Sewer Debris t.eroval and
Disposal
i
' S
Per•7a.
6. 31 Ea. Sewer Manhole Sealing
tSubtotal Schedule A
� I
8.1' Sales Tax
TOTAL SCHEDULE "A"
i
I
I
i
1
1 SCHEDULE "B"
SCHEDULE OF PRICES
AIRPORT STORM SEKEP CLEANING
ADDITIVE ALTERNATE
(note: Mt prices for a 1 iteae, all extensions and total amount of
1 Dad east be shown. SAW wait Prices in both words and figures
and where conflict occurs the written „r typed words shall prevail.)
1 ITEM APPROX. ITEM WITH UNIT PRICED BID I UNIT PRICE AMOUNT
N0. OuANr ITY unit Prices to be written in ►ords DOLLARS CTS. DOLLARS CTS.
i
1 1. 5,425 LF Storr, Sewer Flushing I Cleaning
S _
1 lr�l'--- (Words) lgUrlS� �
2. 5,425 LF Storm Sewer TV Inspection
1 I
3. 600 CY Storm Sewer Cebris Removal and Disp sal
Per Cubic Yard
1 I ADDITIVE ALTERNATE
Subtotal Schedule "B"
8.1' Sales Tax
1 TOTAL SCHEDULE "B" ADDITIVE ALTERNATE i
Total Schedule "A' II
1 I Total Schedule "B"
TOTAL SCHEDULES "A" 6 "B"
l
i i I
i
0
' BOND TO THE CITY OF RENTON
KNOW ALL MEN By THESE PRESENTS:
That we, the undersigned _
t as principal, and corporation crgarized
and existing older the laws of the State of as a surety
corporation, and g.ulified under the laws of the State of Washington to became surety
upon bonds Of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of
S for the payment of which sum on demand we bind or-
selves and our successors, Heirs, administrators or personal representatives, as Me
case may be.
This obligation is entered irto in pursuance of the statutes of the State of Washing-
' ton, the Ordinance of the City of Renton.
Dated at , Washington, this day of . 19_
' Nevertheless, the conditions of the above obligatlOr are such that:
WHEREAS, under and pursuant to Ordinance (or Resolutior) No. 2295 providing for
which contract is referred to herein and is made a part hereof as though attacnva hereto) ,
and
' 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 ::me
' set forth;
NOW, THEREFORE, if the said
,hall faithfully perform all of the provisions of said contract in the manner and ..itnin
the time therein set forth, or within such extensions of time as may be granted order
said contract, and shall pay all laborers, mechanics, subcontractors and materialmer,
and all persons who shall supply said principal or subcontractors with provisiors and
supplies for the carrying on of said won, and shall hold said City of Renton har-less
from am loss Or damage occasioned tw an1 person er property by reasor of any care-
lessness or negligence on the part of said principal. or any subcontractor in the
per-formance of said work, and shall indemnify and hold the City of Renton harmless frc-
on,• damage or expense by reason of failure of performance as specified in said con-
tract or fro defects appearing Or developing in the material or workmanship prcvided
or performed under sold contract within a period of one year ifter its acceptance Ehereof
by the City of Renton, the, and in that event this obligation shall be vold; but .ther-
wise it sha''I be and remain in full force and effect.
Revised: 806f83
' Iof7
CONTRACTS OTHER THAN FEDERAL-AiD FHWA
' THIS AGREEMENT, made and entered into this _ day of , 19_
' by and between THE CITY OF RENTON. Washington, a municipal corporation of
' the State of Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within
working days from date of commencement hereof as required by the Contract,
of which this agreement is a component part) perform all the work and
services required o be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike manner,
in connection aith the City's Project (idertifiec as No. _
' for improvement by construction and installation of
A' , ,.ne i. ^egoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
other documents hereinafter enumerated, and In full compliance with all
applicable cedes, ordinances and regulations of the City of Renton and
' any other governmental authority having jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials,
' appliances, machines, tools, equipment and cervices shall be furnished
T of 7 ,
Contracts Other Than Federal-Aid FHWA ,
and the construction installation performed and completed to the
satisfaction and the approval of the City's Public Works Director as
being in such conformity with the plans, specifications and all recii-e- t
ments of or arisino under the Contract.
t
2) The aforesaid Contract, entered into by the accentiT.cz of the Contractor's
bid and signing of this agreement, consists of the following documents, '
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if '
hereto attached.
a) This Agreement '
b) Instruction to Bidders
c) Bid Proposal '
d) Specifications
e) Maps 6 Plans ,
f) Bid
g) Advertisement for Bids '
h) Special Provisions, if any
i) Technical Specifications, if any '
3. If the Contractor refuses or fails to prosecute the work or any part ,
thereof, with such diligence as will insure its conpletion within the
time specified in this Contract, or any extension in wri-.,ng thereof,
or fails to complete said work with such time, or if the Contractor '
shall be adjudged a bankrupt, or if he should make a general assignment
for the benefit cf his creditors, or if a receiver shall be appointed o, t
account of the Contractor's insolvency, or if he or any of his
t
R,V. .-Rl
3 of 7
Contracts Other Than Federal-Aid FHWA
subcontractors should violate any of the provisions of this Contract,
the City may then serve written notice upor. him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
' for the correction thereof be made, this Contract, shall, upon the
' expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
' provided, however, that if the surety within fifteen 15 days after
the serving upon it of such notice of termination does not perform the
Contract or does not comrRnce performance thereof within thirty (30)
tdays from the date of serving such notice, the City itself may take
over the work under the Contract and prosecute the same to completion
' by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be
' liable to the City for any excess cost or other damages occasioned the
City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
the project and useful therein.
t
' 0) The foregoin; provisions are in addition to and not in limitation of
any othe• rights or remedies available to the City.
Contracts Other Than Federal-Aid tHWA a of ]
5) Contractor agrees and covenants to hold and save the City. its officers, '
agents, representatives and employees harmless and to pr*Mtly indemnify '
same from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred '
by mason of any work arising under or in connection with the Contract
to be performed hereunder, including loss of life, personal injury '
and/or damage to property arising from or out of any occurrence, '
omission or activity upon, on or about the premises worked upon or in
any way relating to this Contract. This hold harmless and indemnification '
provision shall likewise apply for or on account of any patented or un-
patented invention, process, article or appliance manufactured for use ,
in the performance of the Contract, including its use by the City, unless '
otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be We a party
to any litigation commenced by or against r.-tractor, then Contractor '
shall proceed and hold the City harmless and he shall pay all costs, '
expenses and reasonable attorney's fees incurred or paid by the City
In connection with such litigation. Furthermore. Contractor agrees to '
pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City ir. the enforcement of any of the covenants, '
provisions and agr+ements hereunder,
6) Any notice from one party to the other party under the Contract shall '
be in writing and shall be dated and signed by the party giving such ,
notice or by its duly authorized representative of such party. Any such
Contracts Other Than Federal-Aid FNW S Of 1
notice as heretofore specified shall be given by personal delivery
thereof or by depositing Sage in the United States mail, postage prepa•d,
certified or registered mail,
t
' 1) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than
working days
' from the date of commencement. For each and every working day of delay
after the established day of COmpletion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be
' Ve sum of _
as liquidated damages (and not as a penalty) for each suer. day
, which
shall be paid 4v the Contractor to the City.
8) Neither the final certificate Of payment nor any provision in the
Contract nor partial or entire use of any installation provided for by
' tnis Contract shall relieve the Contractor of liability in respect to
■■ any warranties or responsibility for faulty nateriais or workmanship.
The Contractor shall be under the duty to remedy any defects in the
' work and pay for any damage to Other work resulting therefrom which
Shall appear within the period of one (1) year from the date of final
' acceptance of the work, unless a longer period is specified. The City
will give notice of observed defects as heretofore specified with
reasonable Promptness after discovery thereof, and Contractor shall be
6of7
Contracts Other Than Federal-Rid FHWA '
obligated to take immediate steps to Correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor. '
9) The Contractor and each subcontractor, if any, shall submit to the '
City such schedules of quantities and costs, progress schedules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining '
to the Contract as may be requested by the City fror tine to time.
1
10) The Contractor shalt furnish a surety bond or bonds as security for the '
faithful performance of the Contract, including the payment of all '
persons and firris performing labor on the construction project under
this Contract or furnishing materials in connection with this Contract: ,
said bond to be in the full amount of the Contract price as specified ,
in Paragraph 11. The surety or sureties on such bond or bo^ds mu4L be
duly licensed as a surety in the State of Mashingt01. '
11' The total amount of this Contract is the sum of
which includes WW.inq•.: ,
State Sales Tax. Payments will be made to Contractor as specified in tm, '
"Special Provisions' of this Contract.
Rev. 4/8' '
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 hard and seal the day and year first above-written.
CONTRACTOR CITY OF RENTON
t
resr ent, artnerr ner ayor, —
ATTEST:
ec� retar, City Clerk
d!b a
' F irm ame
Individua'_ Partnership `
' Corporation _ A Corporation
t�—ate —icorporat i on
' Attention-.
If business is a CORPORATION, name of the corporation should be listed it
full and both President and Secretary must sign the contract. OR if one
signature is permitted by corporation by-laws, a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by dib(a (doing business as) and firm or trade name; any one partner
t may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by d1b/a and name of the company.
t
1 CONTRACTOR/SUBCONTRACTOR �Q
�' \�S REPORTING PERIOD
MONTNSV MANPOWER UTILIZATION REPORT U��/ Month: Year.
♦ UL le
1 To be submitted to the City's ProlecC I Goals and Timetable s es coamitted
Engineer during the lit weak of following �� 1 in Cont ratt or's Af f l rmativr
Hooch while contrett is in pragnas. Prime '` C Action Plan
1 Gontr actor is responsible for obtaining and
ll or per City's Plan 9.1 6
mi t:n a Subcontractor Reports.
lo: (Hess AM locatlm of tcapllancs Aesnq Dept l From'. (Nose ens locstloe of cmtrsctur;
1
1 This report is required by Executive rder 112e6, Section 0- Failure to report can
result in sanctions which in,:ude suspension, termination, cancellations or debarment of
contract.
i. y. .. %
1 ainc- 2cta1 oral
York Hours of asDloyse^t (5ee 'oc ttatel rit7 numter umber
of of
cis fiteei a• .• C. • . . w/h of minor It ErDby-
1 - Nis- er. Asian/ total total Em o sea
co -s Naes (LID •rase Lions Tots Black Dec lc mien eeelne Nye w/h see 1.-
fl lan a
t
1 A
Tr
f
A
1 Ti
1 Ti
I IL IL
1 Tr C We
A
1 -
1 Tt
T
1
1
1 Tr
1 Tr
7 zt=PWV Cttl nla l's ti<nature en a Cate Sign" 9. • eph one ',.mt e.
(Include Area Coeel
1
Rev. 11 (*males a Females. •*Kinoraties a Non-minorities, Page of
1 7i S.. (Submlttal Raquirements i City's GcalslTimatables)
INSTRUCTIONs FOR FILING EMPLOYIffiNT UTILIZATION REPORT (CITY OF RENTOS, '
The Employment Utilization Report !a to be completed by each subject contractor ,
(both prime and subcontractors) and signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the term of the contract, and thev shall include the total work-hours worked on
the project for each employee level in each designated trade for the ec.tirt 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) i
Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying
construction contract with the City, of
Renton.
1, Company's Name , , • . . , , , . , Any contractor or subcontractor who has a '
qualifying contract.
2. Trade . . . . . . . . , • • • , , Only those crafts covered under applicable '
EEO bid conditions.
3, work-hours of Employment . . . , , The total number of hours worked by all
employees in each classification; the total ,
number of hours worked by each *minority
group n each classification and the total
work-hours for all women.
Classification . . . . . . . . . . The level of accomplishmont or status of
the worker In the trade. (C - Craftwrkor -
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.)
Total Number of Minority '
Employees . . . . . . . . . . Number of minority employees working In
contractor's appregare work force during
reporting period. '
6. Total Humber of Employees . . . . Number of all employees working in contractor's
aggregate work force during reporting period.
* Minority is defined as including Blacks, Hispanics, American Indians and Asian
and Pacific Islanders - both men and women.
t
RE UIREMENTS FOR THE PREVENTION OF ENYIRO\TIENTALCES
' POL
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 tt,e follow-
, ing laws, ordinances, and resolutions:
Kin Count • Ordinance No. 1527 requires Building and Land
eve opment ivisiP an y rain... Division review of grading
and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into project design stand-
ards to be incorporated into project design by Engineering
Services. Reivew by Hydraulics Division.
' Kin Count • Ordinance Nc. B00 No. 900 No. 1006 and Resolut:ci.
0 0 0 ;- ®n o. contained
in King County Coue it es an are provisions for 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.
Pu et Sound Air Pollution Control .4 rncv Re ulation I : A regu-
ation to coitro t e emission o air contaminants rom all
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and Kitsao Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94,
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 16-02: Requires operators of stationary sources of air
contaminants to maintain records of emissions, periodically re-
port to the State information 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 tTi e purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
' vent and control the pollution of
by industries and others to pre
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law also Provides for
civil penalties of $5,000/dav for each violation.
R.C.W. 70.95: Establishes uniform statewide program for handling
solid wastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
he
ers
t excePt
at assolide of e round orwaste disposal site fortwhich tthere fishas State valid permit.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.M. 76.04.370; Provides for .•batement of additional fire haz-
ar an upon which there is forest debris) and extreme fire
hazard areas of additional fire hazard near building, roads,
campgrounds, and school grounds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on ,
property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or '
a atement o orest fires or forest fire conditions.
4.C.W. 70.94.660. Frovides for issuance of burning permits for
abating g or prevention of forest fire hazards, instruction or '
silvicultural operations.
R.C.M. 76.04.310: Stipulates that everyone clearing land or
c earinT g rzgFt=of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses , or at such other times as the
department ass specify, and in compliance with the law requiring '
burning permits.
R.C.W. 18.44 . Laws governing surface mining (including sand, '
graved stont , and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations. '
W.A.C. 332-18- Delineates all requirements for surface mined
ran roc amation.
W.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining
toto aannccTearing and burning.
U. S. ARMY CORPS OF ENGINEERS '
Section 1 of the River and Harbor Act of June 13, 1902: Author-
izes ecretary o Army an Corps ongineers to issue permits tc '
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and
specifications. '
Section 404 of the Federal Water Pollution Control Act PL92-300
A6 tat . ut orius t e ecretary o . rmy, acting '
thro,;gh the orp6 of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified
disposal sites. Permits may be denied if it is '.termined that such
discharge will have adverse effects on municipal water supplies, ,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATIOe ,
Section 13 of the River and Harbor Act approved March 3, 1899:
Provides that discharge o re use wit out a permitt to navigable ,
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.
' PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
Kin Count Resolution Ne. 25789 requires an unclassified use
' permit or t tog, 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 available at the Department
of Public Works or Building and Land Development Division.
' Shoreline_ M_ana ement Act 1971 r juires a permit for construction
on State s ore toes. i a-yuired by Public Works and reviewed
by Building and Land Development Division.
' King Co_u_nty Ordinance No. 8 requires permit for grading, land
T'il� grave . pits, umptng,148 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
' Chapter 112 Laws of 19a9: Requires hydraulics permit on certain
projects. tng ountyDepartment of Public Works will obtain. )
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination
System tNPD 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 $Late surface or ground water (suc• as gravel washing,
pit operations, or an), operation which results in a discharge
which contains turbidity.)
rW.A-C. 508-12.100: Requires permit to use surface water.
K.A.C. 508-12-190: Requires that changes to permits for water use
e revrewe y t e Department of 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: .equires permit to use ground water.
W.A.C. 508-12.260: Requires permit to construct reservoir for
water storage.
W.A.C. 508.22-280: Requires permit to construct storage dar.
M.A.C. 50B-60: Requires permit to construct in State flood
contrOT-zone. King County Public Works secures onefor design.
' Contractor secures one for his operation (false work design, etc . ' .
-3-
PERMITS REQUIRED FOR THE PROJECT - Continued i
WASHINGTON STATE DEPARPIENT OF NATURAL RESOURCES i
R.0 W. 76 04.I50: Requires burning permit for all fires except
or smallou—door fires for recreational purposes or yard debris i
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 i
prevent restriction of visibility and excessive air pollution.
.'..C.W. 76.08.030: Cutting permit required before cutting merchant-
able timber.
R.C.W. 76.08.275: Operating permit required before operating
Power eyutpment in dead or down timber. i
R.C.W. 78.44.080: Requires permit for any surface mining opera-
tion (including sand, gravel, stoke, and earth from borrow pits) . i
UNITED STATES ARMS' CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3 1899: Requires i
Perms' or construction of er than rt ges, see . S. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain) . i
FIRE PROTECTION' DISTRICT
R.C.'. 12.18.030 51.28.010, 52.28.03D 52.28.040, 52.28.050: i
rout es aut ortty or, requirements o an pena ties or ailure
to secure a fire permit for building an open fire within a fire
protection district. i
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3 1899 General Brld e_ ,
Act o Marc - an eneral rt ge Ac-t of as amen e
Au ust equines a permit of construction o bridge on i
navIga�navtga a waters (King County Department of Public Works will
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
Act . Rational Environmental Policy Act of 1964, Hater Quality
Tr,rovemen, 4,t of 1970.
PUGE.T SOUND AIR POLItf'rTON CONTROL AGENCY i
Section 9.02(d) (2) (iii� of-Reegul_ation I: Request for verifica- i
ttort o£ popu atton ensity, ontoshould be sure his opera-
tions are in compliance with Regulation 1, particularly Section
9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) ,
and Section 9.15 (preventing particulate matter from becoming i
airborne).
-4- 1
i
PERMITS REQUIRED FOR THE PROJECT Continued
ENVIRONMENTAL PROTiCTION AGENCY
title 00, [hapter Ic, Part 61 : Requires that the Environmental
roP tectzon genc�tTttO 5 days prior to the demolition of
any structure containing asbestos material (excluding residential
' structures having fewer than 5 dwelling units) .
The above requirements will be applicable only where called for
on Vie 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 th^refrom shall be included in the Bid Prices
and no additional compensation shall be made.
All permits will be available at construction site.
1
Y-R3232U-AA PREVAILING MINIMUM HUURLY WAGE RATES NOVEMRER 21, 19bN
M CUPATION1 fLAGGERS
t OCATIDN: CHELA, CLALLAM. DOUGLAS, GRAYS HARBOR. !SLANG. JFff FMSu,+.
KING, KITSAP. KITTIT AS. LEWIS. MAS34. PACIFIC. PIERCE, SKAvIT,
SNUHGMISH♦ THJRSTijN. WrAiCOM AND YAKIMA COJNTIES•
BENEFITS
TOTAL HDURLY BENEFITS 3.v3 St MR. STATE
wAGE RATES
UCGJP4T ION UCCJPATION STATE FEDERAL
CO3F DESCRIPTION RATE RATE
260-9313 FLAGGEK 1J.?B --
•
CITY OF RFNT3N
196* SEWER CLEANINu
TV INSPECTIJN
AND LPLJUT ING
P4U 1
I
FWY-R32320-AA PREVAILING MINIMUM HOURLY MADE RATES NOVLMBER 21. 1984
0.', iP 4T10V• OPERATORS
ISEW FRF LUW 4T d+ICONS TRUCT lUNI uRT
wHILH LIES
F THE
�L.]f.A TI ONE 120THNMFRIOLANI. GAAYSAHARBOR. ISLAND. JEFFERSON. KINu.D KITSAP.
KITTITAS. LEWIS. MASON, PACIFIC INORTII JF A STRAIGHT IENE EKJM
TiE SOUTHERN BGUNOAAY Cr LEWIS COUNTY EXTENDED WEST TO THE
PACIFIC OCFA41 01FRCE, SKAGIT. SNUH341 SH, THLPSTON, WHATCGK AND
YAKIMA LCUNTIES.
E IVGE BENEFITS
HEALTH AND WELFARE 1.95 t/H3 . STATE
STATE
PENSION 4. t/HR. FEDERAL
TOTAL HOURLY BENEFITS .31 t/H0..
TRAINING FUND .21 t/HR . STA TL
WAGE RATES
OCC.IPAT ION OCCUPATION STATE FE.JEkAI
CODE OE SCR PT ION RATE RATE
GROJP 1
580-0040 9ACK fILLFR 1b.92 10.92
580-0030 94LKHCE 1780 CASE TYPE AND LARGER WITH 16.97 16.42
ATT4044ENTS1 16.97 lb.97
580-0100 CLAM 16.9: Ih.97
580-0120 CRANE 16.92 lb.92
5R0-011O OITCINING MACHINE lb.g2 16.92
aA0-0150 DOZER (ALL CAT. TYPO D-3 AND TAR uFRI
580-0160 L`RA.LIVE 16.97 16.92
5SO-0140 FRONT-ENO LUADER 42YUS. ANJ OVERT 1b.92 Lb.42
580-0710 MECHANIC 16.92 16.92
560-0220 MECHANI: WFLOtA 1b. 2 b.92
S90-0240 MOTOR GRACFR 16.92 l6.g°
16.92 16.
SBD-0310 SCREED
S80-3310 SHDVFI 13 YOS. AND UNDEAI 10.97 16.9'
Se1)-3350 SIDE 9JOM TALL CAI. TYPE D-3 AND IARGLRI I6.92 16.92
;�OJP 2
540-0(120 BACKHUE (6MO CASE TYPE AND SMALLER WITH 16.42% 16.425
ATTACHMENTSI 16.42% 16.425
583-00`O BENUING MACHINL 16.425 lb.47S
580-0060 BU04 TRUCK (SIATICNAkY1
' :11Y UP REVTON
1484 SLWER '.LEAVING
TV INSPECTION
AND �RCUTIN3
' PAGE 2
It.Y-RJZ370-AA PRf VA1LING 4ININU14 HOJBLV ►AGE RATES NOVEMRER 21. 1984
t( ,TnATI0N3 P^wER EOJIPMENT OPEPATORS
' ISE wER E WATER CONSTRUCT IChI
L UCAT I UNS CHEL►N. CLALLAM. DOUGLAS (THAT PORTION WHICH LIES WEST OF 111f
' 123TH MERI,il A`11. GRAYS HAk BLR. ISLA'30. JEFFERSON. KIN.. KIISAP.
tITTITAS. LEWIS. MASON. PACIFIC (NCRTH OF A STRAIGHT LINE FROM
THE SOUTHERN 80JNDARY OF LFW'S COUNTY EXTENDED WEST TO THE
PACIFIC OCEA41 PIERCE. SKAGIT . SNOHGMISff. THURSION. WHATCOM ASD
YAKIMA COUNTIES.
w%SE RATES
OCCUPATICN OCCUPATION STATE FEDLMAL
CODE DESCRIPTION RATF RATE
' GROUP 2
SSO-0070 PORING 44LHINE Ih.425 16.475
540-0090 CUMPALTOkS 16.425 16.425
590-0140 DOZER IANV TYPE SMALLER THAN LAY M31 16.%25 I6.425
SOO-0170 DRILLS ILERCI TYPC) 16.425 1b.425
580-0180 FRONT-END LCADEA (UNDER 2 VD.) 16.425 16.r25
590-0200 GIN TRUCK I6.42S 16.4�S
590-0210 MECHAt.ICAL GREASE0. ILA%SE GREASE TRUCK) 16.42% 16.475
580-3270 PAVIN. MACHINES 16.425 16.425
5P0-J280 PUT FIREMAN IENGINE LPEIATE9 ABOVE 3 68L.1 16.425 15.425
SdJ-3300 ROLLERS 16.424 16.05
5AO-0320 SERVILE PLOW 16.425 16.425
540-034J SIDE ROOM (ANY TYPE SMALLER THAN CAT 0-31 16,425 16.425
580-036D TRACTAIR 16.4?1 16.425
580-0380 %ELL POINT SYSTEM 1u.425 16.475
15ROUP 3
SRO-3013 AIR C1..14PRESSIR 14.46
580-OOSU CHAIN TYPE DITLHEk ILITLH wI1CHf 14.46 1 .
580-0LIO CONCRETE SAW 14.46 1
540-0760 GIL-Gkf AS ER 14.4E 14.46
580-0253 OILER 14.r6 1+.4h
SAO-0293 PUMP 14.4t 1%.46
589-3373 wELU1N.. MACHIhc 14.4c 1..r6
CITY OF RENTON
198. SEWER CLEANING
TV 14SPECT I:IN
' AND GA(VTIN6
PA.E 3
�-Y-R 3232n-AA PRFVAILJ hG MlhIMUM HL,0 0 -AGE RATES KOVCMB[R 21. 1984
CCCJPATIONZ POWER EGJIPMENT GPFRATCRS
ISEWFA L WATER CrNSTRUV IGKI
�7CAT IJN: LHEL W.. CLALL AM, OOJGL AS ITHAT PORT 1 ON 1041 LH Ll`_S WE ST UE h.4
L20TF MER1('IAV). GRAYS NARBSF.. ISLAND. JFFTFRSJN. KIN.. KITSAP.
1 KITTITTAS, LEWIS. MASON. PACIFIC I4'1RTH OF A SIRAIGHT LINE FPOM
THc SJJTHEi\ 90JNDARY OF IEWIS COUNTY EXTE%UEO WEST TO THE
PACIFIC GCEANI PIERLL. SKAGIT. SNUH14 ISH. THLRSTO%. WHAYCO• AND
1 YAKIMA CLJNTIES.
CTHFR
1 58J-9913 STATE : OVERTIME-All WCRK PEPFuRMEC IN EKCLSS
OE 9 HOURS UEw JAY UK AO HOURS PER WEEK ANO
ALL WORK PERFJRMED UN SATURCAYS (EXCEPT MAKE-
UP DAYS) AND SJNOAYS SHALL PE PAID AT CNE AVD
ONE-HALF TITHE REGULAR RATE OF PAY.
ALL WORK P MEC ON HOLIDAYS SHALL BF PA10
1 AT DOU3LE THE REGULAR RAY(. OF PAY.
i
1
1
1
i
1
1
1
:I TY OF REhTJN
1 19P4 SEWER '.LEANIN;
TV INSPECT12N
ANU GFWUTIN.
1 PAGE
1
I
1.»Y-t32323-AA PRTVAILIh. MINIMUM HUUALY k.AGE RATES ACVSMBER 21. 1964
CC!'J�ATION: TRAFFIC LONTRCL SIRIOCKS
tTI J.: STATFKIDF IE%SFPT SAN JUAN LCL%IYI
4ENEf ITS
APRVFNIICE TRAINING .16 S/HR. STATE
HZA.T4 AN.^ oclfAQ6 1.50 S/HR. STATE
PFNSInN .50 S/HA. STATE
T,.TAL HJLRLY H NEFITS 2.:15 S/HP. FE'1FNLL
.AGF RATES
000004TIUN OCCUPATION STATE fL31KAL
CO)E DESCRIPTIUN LATF RATE
920-0910 FDAFMAN 19.53 --
P20-0020 JWR'.FYMA% Io.65 16.65
t JiHFR
A2J-1470 STATE : 'M I IMt - HOURS iN FXCL SS CF 40 IN.
ANY MPRK okfK SHAH Hk PAID AT '1NF
AND CN2-HALF TIMES IMF AFGULAK KAIE.
t
Lily .1
1994 SF40.9 LLIANING
IV I%SPEC1IU4
' AND l,kgJT 146
PAGE 11
' SPECIAL PROVISIONS
1
1
1 l.y OF H`STON
WEST HILL 12.
5-1--17 ERRORS TRANSMISSION
1 NO�SI O PIPELINE
I�1$ (REP
IF THE CONTRA LACEMENT SECTION;
o' OMISSIONS jN OR :H iME C
1 THENTS AFK} INSTRUCT CONTRACT DOC OF H•S
CONTRACT IONS•NrS OR IF NUMfNTS ORWONKTNBECOMES AWARE DF
4NY FYS Y ESNAIOL ILE LY I FORM THE PHYSItA! CONDITIONS AWARE Or ANY LAYOUT
DISCREPANCY BY ANY ERRORS
1 ENGINEER. THE OF THE BETWEEN
SURVEY
COMiRACT S RISKIER SUCH THE
SCMATTER AMD ADyISE ENGINEER LOCALITY
ME
1 UNTII AUTH CiOp HE ACCORDIL NN6y
SECTIONN
ORIIED. WILL RE DONE AT
THE
/ 7-1.01
ALL EXPENSESSANITATION (ADDITIONAL SECTION)
In
1 FACILITIES N 114LL EUgEEDEDNSlD RED SUPPLYING ACCESS, p
COMPENSATION SHALL BF BADE
1 INCIDENTAL TO ARTHEG. AND SANITATION I-1.07 LOAD UNITS PROJECT
LY
(REP ION) NO
1 SIPLlCtoTOR VEHICLES OF LACERENT SECT
WASHINGTONADHFRE TO CH t�6 CONTRACTOR
AND LOADS OF1967 EOITION OF THE MSUBCONTRACTORS
' HOiOR VEHl CI Es. AM•`N3MENTS OTHEREOF1 TOR INLE LAWS OF THEI FS "All
PAYMENT "ILL NOT B- MADE FOR
THE LEGAL WEIGHT 0 SIZE, WEIGHT,
1 FOR WHICH THE VEHICLE THAT
ANY VJDLAT]ON 0' THE. LICENSED. DELIVER
ENFDPCEMEWT AGENT. E REGULATION DELIVERED IN EXCESS OF
1 IS S SHALL BE 4EP047-ED TO THE AFFECTED
N 019ERVEhICLES�USED OFURNISH 70 THE p
HE CONTRACTOR
KS
TAR R tN7 CT UBL C LAy
7-I.OB E WEtGHT• AND LICENSED E OAD LIMITS.Ll"INGTHEDVEHICLp NtLLISTINGLMBER. OF AL
1 Ewt0TRERT OF STA RESISE
THE SECTION DN DENTS
EMPLOYMENT OF (RFPLACEMEN7 SECTION)
1 7
-1�9 iREP;A STATE RESIDENTS IS DELETED IN ITS ENTIRETY.
C
EMENT
1 THIS CONTRACT IS SECTION}
R•i0 SUBJECT
LAMS AND RELA77NG TD TOIMUM CHAPTER
AND FRIHGER BENEFl TSNARERSH SHOWN II AIS L7CON EDERALA AID MPAQ1ECi5•FND ADDITIONS
39 12 RCM
1 FRINGE BENEF A R OMENT
DEDARTMFNT OF LAp DECISIORE LISTEDN EY THE 4RFCONTACCOH HOURLY MINIMUM ' ES FRALyAgES
WHEN FEDERAL OF NUMBE4 SPECIFIED Ip ME SRECIATMLFDUNITED PROVISIONS.
f
CITY OF RENTON WEST HILL 12'
TRANSMISSION PIPELINE
S'.�CH EMPLOYEES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND t
MAINTAINING SUCH CONSTRUCTION GUIDES. A BATTER BOARD SET WITH AN
ENGINEER'S LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PERCENT '
OR LESS, AT LEAST THREE BATTER BOARDS SHALL REMAIN IN PLACE DURING PIPE
LAYING OPERATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STAKES
SHALL BE DESTROYED AND REWIRE RESETTING, A SUM SHALL BE DEDUCTED FROM THE '
CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING
REQUIRED FOR SUCH REPLACEMENT,
THe LYSER METHOD Of ESTABLISHING GRADE MAY BE USED MVIDING, ,
1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE SUBMITTED
FOR CiTY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR TO USE. '
2. ,RADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 TIMES
DAILY BY CONVENTIONAL METHODS. ,
3. PR:PER ANCHORING Of PIPE IS PERFORMED IN LOCATIONS WHERE A BOX IS
BEING USED FOk EXCAVATION,
THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE ,
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK
DELAYS WHILE WAITING FOR CONSTRUCTION GUIDES. '
THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR OFTAiLED DIMENSIONS
AND TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURE') FROM SUCH STAKES AND
MARKS. '
DELAYS BY REASON OF LACK OF STAKES OR A TIME REQUEST FDR 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 TNF CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTAL TO
OTHER BID ITEMS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WILL BF MADE. '
5.1.12 FINAL ACCEPTANCE (RE-LA^EMENT SECTION`
THE CONTRACTOR SHALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF
THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION,
SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK SN ACCORDANCE WITH
THE TERMS Of THE CONTRACT, AND SHALL THEREUPON RECOMMEND TO THE OWNER THAT
THE WORK 1S ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE
WORK SHALL BE MADE BY THE OWNER. '
5.1.15 NETMOO OF SERVICE OF NOTICE (REPLACEMENT SECTION) t
WRITTEN NOTICE SHAL'.. BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN
PERSON TO THE INDIVIDUAL, OR TO A PARTNER OF THE FIRM, OR TO AN OFFICER OF '
THC CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER 1S A
GOVERNMENTAL BODY, OR IF DENT BY REGISTERED UNITED STATES MAIL TO THE
BUSINESS ADDRESS SHOWN IN THE CONTRACT DOCUMENTS.
SP - 5 1
WEST HILL 12*
CSTr OF NEWTON TRANSMISSION PIPELINE
THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE
SITE. ALL WORK INCLUDED IN THIS SECTION SHALL BE CORSIOEREO TO BE
' `NCIDENTAL TO OTHER ITEMS 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:
THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS. POWER SWEEPERS, AND
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR TO
ALLEVIATE THE PROBLEM Of LOST SPOILS ALONG THE ROUTE. PROMPT RESTORATION
OF THE ROUTE IS MANDATORY.
r4-1.13 NOUNS OF WORK (REPLACEMENT SECTION)
THE WORKING HOURS POP THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM 8:00 A.M. TO 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED AT THE
DISCRETION Of THE ENGINEER WHEN IT 1S IN THE INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE.
4-1.14 CONTRACTOR'S COPIES OF CONTRACT DOCUIEWS
' THE CONTRACTOR WILL BE SUPPLIED BY THE OWNER WITH 5 SETS Of PLANS AND
SPECIFICATIONS. AT LEAST 1 COMPLETE SET Of CONTRACT DOCUMENTS, INCLUDING
' ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND AT ALL 'INES AVAILABLE TO THE OWNER AND THE ENGINEER.
ADDITIONAL COPIES Of THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE F'.14ISHED
Br THE OWNER AT NET COST OF REPRODUCTION.
SECTION 5
' 5-1.03 SUBMITTALS REPLACEMENT SECTION`
THE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS. DESCRIPTIVE
DATA, CERTIFICATES. SAMPLES, TESTS, METHOD, SCHEDULES, AND MAWUFACTURFR'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT THE MATERIALS AND
j EQUIPMENT TO BE FURNISHED AND THE METHODS OF WORK COMPLY WITH THE
PROVISIONS ANC INTENT Of THE SPECIFICATIONS AND DRAWINGS. IF THE
INFORMATION SHOWS ANY DEVIATION FROM THE CONTRACT REOUIREMENTS, THE
CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION,
ADVISE THE ENGINEER Of THE DEVIATION AND STATE THE REASON THEREFORE.
5-1.05 CONSTRUCTION STAKING (REPLACEMENT SECTION]
THE ENGINEER SHALL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES
1 AS THEY ARE SHOWN ON THE DRAWINGS. GRADES WILL BE ESTABLISHED IN THE FORM
Of OFFSET STAKES AT DISTANCES NOT GREATER THAN SO FEE'Y. SET 1N ADVANCE C,
THE WORK. WHENEVER WORK IS IN PROGRESS, THE CONTRACTOR SMALL HAVE IN H1
EMPLOYMENT A "KEA COMPETENT TO SET A BATTER BOARD OR OTHER CONSTRUCTION
GUIDE FROM THE LINE AND GRADE STAKES GIVEN BY THE ENGINEER.
CITY OF RENTON NEST HILL 12` ,
TRANSMISSION PIPELINE
THE FINDINGS AND DECISION OF THE POARO OF ARBITRATORS SHALL BE FINAL AND ,
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITMIN 10 DAYS,
CHALLENGES THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR '
REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR
THE PETITION FOR REVIEW ARE L114ITED 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 PODUCED 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 OF BORNE EQUALLY BY THE CITY AND THE
CONTRACTOR UNLESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'$
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE ,
FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE
CONTRACTOR.
THE VENUE OF ANY SUIT SHALL BE IN KING COUNTY, WASHINGTON, AND IF THE ,
CONTRACTOR 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.
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT (REPLACEMENT SECTION) '
ALL SALVAGE MA'ERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE
DISCARDED FACILITIES SHALL, AT THE ENGINEFR'S DISCRETION, BE CAREFULLY '
SALVAGED AND DELIVERED TO THE CITY SHOPS.
ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH
BASINS, AND STORM AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND '
DELIVERED TO THE CITY SHOPS.
ANY COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL BE '
CONSIDERED INCIDENTAL TO THE PROJECT AND NO COMPCNSATION WILL BE MADE.
4-1.12 WASTE SITES (ADDITIONAL SECTION) ,
ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL BE HAULED,
CJMPED, AND SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR. '
SP - 3 '
1
CITY OF RENTON
WEST HILL 12-
SZON PIPELINE
SECTION 2: BID PROCEDURES
--- _CDNDIT104
2-1.1'IC OPENING_SBIOS_ (REPLACEMENT SECTION)
i SEALED BIDS WILL BE DECEIVED BY THE CITY P
WITH THE CITY CLERK, MUNICIPAL BUILDING, O TON. W, HINGTOGTON, BY FILING
FOR BIDS AND WILL BE OPENED AND P
RENTON, WASHINGiON, qS PER Cgll
PUBLICLY READ ALOUD.
SECTION 3
i
3-1.01 CONSIDERATION Of
O
AWARDING OF CONTRACT WILL BEBASEDDONITOTALONAL SSUM ON)
OF ALL SCHEDULES OF PRICES.
NO PARTIAL BIDS WILL BE ACCEPTED.
SECTION 4
4-1.05 PROCEDURE AND PROTEST BY THE
ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND(REPLACEMENT SECTION)
SUPERINTENDENT OR FOREMAN A
PLANS AND SPECIE S TO THE MEANING AN, INTENT
THE CONTRACTOR OR HIS
BROUGHT TO SPECIFICATIONS OR ANY CONTRACT DOCUMENT,
OF ANY PART OF THE
REPRESENTATIVESHFOR ATTENTION THE PUBLIC MORKSSHALL BE IMMEDIATELY
INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
OR HI$
FAILURE ON THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO
DISCOVER AND CONDEMN OR REJECT IMPROPER, DEFECTIVE OR INFERIOR WORK OR
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF
MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN
I USED. ANY SUCH WORK OR
TO PREVENT DISPUTES AND LITIGATION, T
HERETO THAT THE PUBLIC WORKS DIRECTOR OR HIS Rev
UANTITY I IS FURTHER AGREED H THE PARTIES
IMPROVEMENTS, AND QUALITv OF THE REPRESENTATIVE EMBRACED
SHALL DETERMINE
THE WORK AND THE EI SHALL INTERPRETATION ALL
T QUESTIONS
KINDS OF WORK
OF OUFSTIONS RELATIVE TO THE A EKECUNIJNEOF
IN THE PLANS AND SPECIFICATIONS.
INTERPRETATION EVENT THE CONTRACTOR IS OF THE OPINION HE WILL K IN HE SHALL, WITHIN 3 DAYS,
DAM By SUCH
AGES. TIME IS RITING OF THE ANTICIPATED NATURE
THE ENGINEER AND THECITY
EVENT AN AGREEMENT OF THE ESSENCE IN THE GIVING OF SUCH
OF
CANNOT THEN BE REACHED WITHIN 3 $UCH THE DAMAGE OR
CONTRACTOR WILL EACH APPOINT AN ARBITRATOR AND THE TWO gS14ALL SELECT ANTHIRD
WITHIN 30 DAYS THEREAFTER.
SP - 2
CITY OF PENTON WEST HILL 12" ,
TRANSMISSION PIPELINE
SECTION 1
1-1.39A SPECIAL PROVISIONS (ADDITIONAL SECTION) ,
ALL PROVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO AND
PROVIDING FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE
DELETED AND VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE
DOCUMENTS SHALL BE THE BASIS FOR PAYMENT OF ALL WORK PERFORMED UNDER THIS
CC RACT.
1-1.3" STANDARD SPECIFICATIONS (ADDITIONAL SECTION) '
OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM '
THE LATEST EDITIONS OF;
AWWA A14CRICAN WATERWORKS ASSOCIATION
ANSI AMERICAN NATIONAL STANDARDS
ASA AMERICAN STANDARDS ASSOCIATION
ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS
1-1.50 ACT OF ODD (REPLACEMENT SECTION) ,
"ACT OF GOD" MEANS AN EARTHQUAKE. FLOOD, 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,
WHICH MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE '
GENERAL LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD.
1-1.D1 SHOD DRAWINGS (REPLACEMENT SECTION) '
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE t
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR OTHER
CONSTRUCTION PREPARED BY THE COR"RACTOP, A SUBCONTRACTOR, OR A MANUFACTURER
AND SUBMITTED FOR THE APPROVAL OF THE OWNER.
1-1-52 Olt EQUAL (REPLACEMENT SECTIONi ,
WHERE THE TERM "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON '
RECDMIENDATION OF THE ENGINEER, SHALL BE THE SOLE JUDGE OF THE QUALITY AND
SUITA,1 LITY OF THE PROPOSED SUBSTITUTION.
APPROVAL (REPLACEMENT SECTION) ,
THE TEk• "APPROVAL" OR "APPROVED" SHALL MEAN APPROVAL GIVEN BY OR GIVEN t
PROPERLi .IN HE BEHALF OF THE OWNER.
SP - 1
GENERAL SAFETY REQUIREMENTS SP 13
FLAGMEN, BARRICADES, A40 SIGNS SP 13
DM CONTROL SP lA
RIGHTS Of NAY SP 14
EMPLOYMENT OPENINGS SP 14
SECTION 8
PROGRESS SCHEDULE SP 16
PRECONSTRUCTIOR CONFERENCE SP 15
NOTICE TO PROCEED SP 16
TIME OF COMPLETION SP 16
LIQUIDATED DAMAGES SR 16
OVERTIME WORK BY OWNER EMPLO•EES SP 17
' CONTRACTOR'S PLANT AND EQUIPMENT SP 17
ATTENTION TO WORK SP 17
SECTION 9
' MEASUREMENT Of QUANTITIES SP 17
SCOPE OF PAYMEN' SP 18
DWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 18
t
1
SPECIAL PROVISIONS
INDEX ,
SICT10N PAGE '
SECTION I SPi'14-, ^a�VISIO%s SP I
STANJA*' SPECIFICATION$ SP 1
ACT OF GOD SP 1
SHOP DRAWINGS SP I
rm EVAL SP I '
'. PROVAL SP
SECTION 2
PUBLIC OPENINGS OF BIOS SP 2 t
SECTION 3
:t14SIDERATION Or BIDS SP 2
SECTION 4
PROCEDURE AND PR^T£ST. El THE CONTRACTOR SP '.
USE OF MATERIALS FOtj%D ON THE PROJECT Sr '
WASTE SITES SF :
HOURS OF WORK SF 4
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 4 '
SECTION S
SUBMITTALS SP 4
CONSTRUCTION STAKING ip 4 '
FINAL ACCEPTANCE
METHOD OF SERVICE OF NOTICE SP 5
ERRORS AND OMISSIONS SP
SECTION 7
SANITATION SP C '
LOAD L A TS SP 6
EMPLOYMENT OF SATE RESIDENTS SP 6 6
W4GES
SUBCONTRACTING SP 9 '
RECORDS AND REPORTS SP 9
CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10
RESPONSIBILITY FOR DAMAGE SP 10 '
PROTECTION AMC RESTORATION OF PROPERTY SP 10
RESTORATION OF STRUCTURES AND SURFACES SP II
UTIUTiES A%D SIMILAR FACILITIES SP 12
PUBLIC LIABILITY AND PROPERTY DAMAGE SP 12
1
' CITY OF RENTON
NEST HILL 12' TRAH9IISS;OH PIPELINE
STANDARD SPECIFIC"TIONS
ARIA STANDARD SPECIFICATIONS
THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION
' PREPARED BY THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS
ASSOCIATION, 1981 EDITION, SHALL PE HEREINAFTER REFERRED TO AS THE
'STANDARD SPECIFICATIONS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF
THE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY Of
RENTON. $U FAR AS APPLICABLE, ARE HEREBY INCLUDED IN THESE SPEC IF'C IONS
AS THOUGH QUOTED IN THEIR ENTIRETY ANT) SMALL APPLY EXCEPT AS AMENDED OR
SUPERSEDED BY THE SPECIAL ANC TECHNICAL PROVISIONS HEREIN.
' A COPY OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE
PUBLIC WORKS DIRECTOR. MUNICIPAL BUILDING. RENTON, WASHINGTON 98055, WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY,
WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE OWNER,
' SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY Of RENTON, AND WHERE
REFEUED TO
MEAN THE IS 14ADE DIRECTOR OF PUBLIC THE ENGINEER.
WORKS, CITY
MOF REFERENCE
RENTON. OR SHALL
HI OS DULY �XTMOR ZED
REPRESENTATIVE.
NOTE: THE SPECIAL AND TECHNICAL PROVISIONS HEREINAFTER CONTAINED SHALL BE
IN ADDITION OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPEC:f;CATIONS
IN CONFLICT H:REWITH.
HEADINGS
' HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED
FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION
OF THE CONTRACT DOCUMENTS.
SPECIAL AND TFC!jN:CA1 PROYi SIONS STRUCTURE
THE SPEC,F:CA ONS WD'ED HEREIN ARE 1% ADDITION TO. OR IN LIEU OF, DIVISION
1, j1, ;:: AND ;V OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE
' MARKED 'REPLACEMENT SECTION" OR "PARTIAL REPLACEMENT SECTION', THE
SPECIFICATIONS HEREIN ARE TO REPLACE, OR PARTIALLY REPLACE, THE STANDARD
SPECIFICATIONS NOTED. WHERE SE'TIO%S ARE MARKED, 'ADO;71ONAL SECTION THE
' SPECIFICATIONS HEREIN ARE TO BE AN ADDITION TO THE STANDARD SPECIFICATIONS
NOTED, WHERE SECTIONS ARE MARKED 'SUPPLEMENTAL SECTION'. THE SPECiFICATIO%S
HERE:% ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS.
CITY OF RENTON WEST HILL 12" '
TRANSMISSION PIPELINE
THE CGNT4ACTOP, ANY SUBCONTRACTOR, OR OTHER PERSON DUINP THE WORK OR ANY ,
PART OF IT SHALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE
REQJIRED HOURLY MINIMUM RATES OF WAGES SHOWN IN THE CONTRACT, WAGES IN
EXCES, 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 FOP 'HIS CONTRACT ARE SUBJECT TO CHANGES, ,
THAT THE BIDDER ACCEPTS FULL RESPL 61BILITY AND ASSUMES THE RISK OF ANY
INCREASED LABOR COST BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN
THE CONTRACT. THE CITY DOES NOT WARRANT OR REPRESENT THAT LF,BOR CAN BE '
PROCURED FOR THE MINIMUM RATES SET FORTH OR AS CHANGED. IT IS THE
CONTRACTOR'S RESPONSIBILITY TO ASCERTAIN THE WAGES ABOVE SUCH MINIMUMS AS
HE WILL HAVE TO PAY.
THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE TO 'HE CITY 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 ,
CONTRACTOR 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 hADE.
ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY TF' STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES AND BY THE U.S. SECRETARY OF LABOR, IF '
THERE IS A DIFFERENCE BETWEEN THE TWO IN THE PREVAILING RATE OF WAGE FOR A
SIMILAP CLASSIFICATION OF LABOR, THE CONTRACTOR SHALL PAY NOT LESS THAN THE
WAGE WH!CH 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 LABOP, HE SHALL PRESENT TO THE
ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF Si EMPLOYEES IN A PROGRAM OF '
A STATE APPRENTICESHIP AND TRAINING AGENCY APPR,iED 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 APPRENTICESHIP AND TRAINING. THE CONTR•,(TOR SHALL '
SUBMIT TO THE ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE
JOURNEYMAN RATIOS AND WAGE RATES IN THE PROJECT AREA, WHICH WILL BE THE
BASIS FOR ESTABLISHING SUCH RATIOS AND RATES FOR THE PROJECT UNDER THE '
APPLICABLE CONTRACT PROVISIONS.
IF ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR WORK '
OF A SIMILAR NATURE TO THAT CONTEMPLATED UNDER THE CONTRACT AND SUCH
DISPUTE CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND
MANAGEMENT REPRESENTAT1.7S, THE MATTER SHALL BE REFERRED TO THE DIRECTOR OF
THE DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO ,
THE UNITED STATES SECRETARY OF LABOR WHEN PREVAILING WAGES ESTABLISHED BY
T'+AT OFFICE ARE INVOLVEDI, AND HIS DECISION THEREIN SHALL BE FINAL,
,'CICLUSIVE AND BINDING ON A..I PARTIES INVOLVED IN THE DISPUTE. ,
CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION IOT LISTED IN THE
SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST THE DETERMINATION OF THE
' APPROPRIATE WAGE RATE THE CLASSIFICATION AND FOR THE AREA IN WHICH WORK
IS PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR
AND INDUSTRIES.
IF THE CONTRACTOR UTILIZES THE OCCUPATION CODE WHEN SUBMITTING PAYROLLS A
WAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE
PROJECT, THE JURISDICTIONAL AREA INVOLVED SHALL BE SHOWN IMMEDIATELY
' FOLLOWING THE OCCUPATION CODE NUMBER, I.E.: 10-0010 YAK.E.
THE CONTRACTOR'S RECORDS PERTAINING TO WAGES PAID AND PAYROLLS SHALL BE
' OPEN TO INSPECTION OR AUDIT BY REPRESENTATIVES OF THE CITY DURING THE LIFE
OF THE CONTRACT AND FOR A PERIOD OF NOT LESS THAN THREE f3) 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
CONTPACTOR, THE CONTRACTOR EXPRESSLY GUARANTEES THAT THE RECORDS OF SUCH
SUBCONTRACTORS OR AGENTS SHALL BE OPEN TO INSPECTION AND AUDIT BY
' REPRESENTATIVES OF THE CITY ON THE SAME TERMS AND CONDITIONS AS THE RECORDS
OF THE CONTRACTOR. IF AN AUDIT 1S 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.
BEFORE PAYMENT IS MADE BY THE CITY OF ANY SUMS DUE UNDER THIS CONTRACT, THE
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH S;—ONTRACTOR A COPY OF
"STATEMENT OF INTENT TO PAY PREVr,ILi NG WAGES" (FORM L A I NUMBER 700-29
WAS NGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES).
' UPON COMPLETION OF THIS CONTRACT, THE CITY MUST RECEIVE FROM THE CONTRACTOR
AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES FA10" (FORM L 6 I
NUMBER 700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT ALL
PREVAILING WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY
MUST RECEIVE FROM THE PRIME CONTRACTOR A COPY OF "RELEASE FOR THE
PROTECTION OF PROPERTY OWNERS AND GENERAL CONTRACTOR" (FORM L. 8 I. NUMBER
206-83 THE STATE DEPARTMENT OF LABOR AND INDUSTRIES). TI._SE AFFIDAVITS
WILL BE REQUIRED BEFORE ANY FUNDS RETAINED, ACCORDINC TO THE PROVISIONS OF
RCW 60.?8.010 ARE RELEASED TO THE CONTRACTOR. FORMS MAY BE OBTAINED FROM
THE DEPARTMENT OF LABOR AND IK'`USTRIES. A FEE OF $12.50 PER .ACH
' "STATEMENT OF INTENT TO PAY PREVAILING WAGES" AN A V -'bR MAWaC�$-6ACG'r
S U Y H H LABOR
I NOUS ITS. H CONTRACTOR IS RESPONSIBLE R PAYMENT CH SE EES AND
SHALL MAKE ALL APPLICATIONS DIRECTLY TO THE D M_N L B D
! INDUSTRIES. HES S SH LL BE INCIDENTAL *0 ALL THE BID ITEMS F HIS
SCONTRACT.
' IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TO THE WASHINGTON STATE
DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PROVIDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE RECIIRED
' BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.010 ARE
RELEASED TO THE CONTRACTOR.
SP - 8
CITY GF RENTOv: WEST HILL 12" '
TRANSMISSION PIPELINE
7-1.111 S'ZCONTMTENG (ADDITIONAL SECTION} '
BEFORL 7AYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT
OF AMOUNTS PAID, MINORITY BUSINESS ENTERPRISE ANDlOR WOMEN BUSINESS '
ENTERPRISE, PARTICIPANTS ON THE FORM PROVIDED BY THE CITY, CERTIFYING THE
AMOUNT PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS
ENTERPRISE PARTICIPANTS.
7-1.I1J RECORDS AND RLPORTS (REPLACEMENT SECTION)
THE CONTRACTPR WILL BE REQUIRED 10 COMPLETE AND SUBMIT THE FOLLOWING ,
DOCUMENT BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE
APPROVED BY THE PUBLIC WORKS DIRECTOR:
1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257
2. EACH JULY - STATE HIGHWAY FORM PR-1391
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE
PRECONSTRUCTION MEETING. '
AN EQUAL EMPLOYMENT OPPORTUNITY RFPORT 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 REGULATIONS 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 R;PORTS DUE UNDER
APPLICABLE FILING REQUIREMENTS.
FAILURE OF 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 15 ABOUT TO PE MADE, EXCEPT FOR LACK OF AN
EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO
PROMPTLY EXECUTE AND FURNISH THE REQUIRED CERTIF*,-ATE WITHIN 10 JAYS AFTER
NOTICE BY ,HE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKING FROM HIS
PROPOSAL, THE PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, 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 WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY
REGULATIONS OF THE SECRETARY OF LABOR, REVISED MAY 21, 1968. HE SHALL '
OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTDP AND FORWARD IT
TOGETHER WITH SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT
OF SUCH CERTIFICATION FROM THE SUBCONTRACTOR. '
FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT.
SP - 9 '
WEST HILL 12'
t CITY OF RENTON TRANSMISSION PIPELINE
7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WORK (REPLACEMENT SECTION)
' THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIS'.E CARE AND CHARGE. THE
CONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CAUSE, EXCEPT -HAT CAUSED SOLELY BY THE ACT OF THE OWNER WHICH MAY OCCUR ON
' OR TO THE WORK DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR
DAMAGE OCCURS, THE CONTRACTOR SMALL IMMEDIATELY MAKE GOOD ANY SUCH LOSS OR
DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUSING OR NEGLECTING TO DO SO,
THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD
' ANY SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SHALT 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 MIS SUBCONTRACTDP.'S
PLANT AND EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK.
DURING UNFAVORABLE WEATHER AND CTHER CONDITIONS, THE CONTRACTOR SHALL
PURSUE ONLY SUCH PORTIONS OF THE 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 CONST^UCTED WHILE THESE
CONDITIONS EXIST, UNLESS BY corCIAL MEANS OR PRECAUTIONS ACCEPTABLE TO -HE
ENGINEER, THE CONTRACTOR SHA__ BE ABLE TO OVERCOME THEM.
7-1.14 RESPONSIBILITY FOR DAMAGE !RIIDITIONAL SECTION)
THE CONTRACTOR SMALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE
1 DURATION OF THE PROJECT. THE CONTRACTOR SHALL BE PREPARED TO USE WATERING
TRUCKS, POWER SWEEPERS, AND OTHER PIECES OF EQUIPMENT AS DEEMED NECESSARY
BY THE ENGINEER, TO AVOID CREATING A NUISANCE.
DUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND
NO COMPENSATION WILL BE MADE FOR THIS SECTION.
COMPLAINTS OF DUST, MUD, OF UNSAFE PRACTICES AND!OR PROPERTY DAMAGE TO
PRIVATE OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPT ACTION
IN CORRECTING ►ILL BE REQUIRED. WRITTFN NOTICE OF CORRECTION OF COMPLAINT
e ITEMS WILL BE CALLED FOR SHOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE
CITY.
' 7-1.16 PROTEC110N AND RESTORATION OF PROPERTY (REPLACEMENT SECTION)
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE
PROJECT. THE CONTRACTOR SHALL LIMIT HIS OPERATION TO Tr AREAS OBTAINED
AND SHALL NOT TRESPASS ON PRIVATE PROPERTY.
1 THE OWNER MAY PROVIDE CERTAIN LANDS. AS INDICATED IN CONNECTION W17H 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.
SP - 10
CITY OF RENTON WEST HILL 12' ,
TRANSMISSION PIPELINE
THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, 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 WORY AS
REQUIRED BY HIS OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMtNT,
STORAGE OF MATERIAL, AND OPERATION OF HIS WORKERS TO THOSE AREAS SHOWN AND
DESCRIBED AND SUCH ADDITIONAL AREAS AS HE MAY PROVIDE. '
RESTORATION OF STRUCTURES AND SURFACES '
A. GENERAL. ALL CONSTRUCTION WORK UNDER THIS C047RACT ON EASEMENTS.
PIG - -W Y, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE
LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHAL. BE '
ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIM,-
AMOUNT OF DAMAGt. THE CONTRACTOR SMALL SCHEDULE HIS WORK SC 'HAT TREN;.-�
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR ,HOLIDAYS '
TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN �8 HOURS.
B. STRUCTURES. THE C^'.ITRACTOR SHALL REMOV'- SUCH EXISTING STRUCTURES t
NAY B N C SARY FOR THE PERFORMANCE OF THE WORK AND, IF REOUIRED. 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 STURCTURES WHICH MAY BE DAMAGED AS A RESULT OF THE WORK UNDER THIS '
CONTRACT.
C. EASEMENTS - CULTIVATED AREAS AND OTHERP, SURFACE IMPROVEMENTS. ALL '
CUL VA D REA E HER AGRICUL U L l WNS, AND H SURYACE
IMPROVEMENTS WHICH ARF ')AMAGEU BY ACTIONS OF THE CONTRACTOR SHALL BE
RESTORED AS NEARLY AS Pu_1IBLE TO THEIR ORIGINAL CONDITION.
PRIOR TO EXCAVATION ON AN EASEMcNT OR PRIVATE RIGHT-OF-MAY, 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 41 HOURS. ALL SHR VERY OR TREES DESTROYED
OR DAMAGED, SHALL BE REPLACED I THE CONTRACTOR 91TH MATERIAL OF EQUAL
QUALITY AT NO ADDITIONAL COST TO THE OWNLR. IN THE EVENT THAT IT IS
NECESSARY TO TRENCH THROUuH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT
AND ROLLED AND REPLACED AFTER TIE TRENCHES HAVE BEEN BACKFILLED. THE LAWN '
AREA SHALL BE CLEANED BY SWEEPIAG OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE PJBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL e
TRACTOR-TYPE BACKHOES !'`.'U BY SIDE SEWER CONTRACTORS FOR ALL WORK,
INCLUDING EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICI HAVE
LAWN AREAS. ALL FENCES, MARKERS, MAIL BOXES, OR OTHER. TEMPORARY OBSTACLES
SHALL BE REMOVED BY THE CONTRACT% AND IMMEDIATELY REPLACED AFTER TRENCH I!
BACKFILLED IN THEIR ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY TH:
OWNER AND PROPERTY OWNER AT LEAST 24 HOURS IN ADVANCE OF ANY WORK DONE O'
EASEMENTS OR RIGHTS-OF-WAY.
SP - 11 '
r r
CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
' ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAY OVER
PRIVATE PROPERTY, OR FRANCHISE SHALL BE CONFINED TO THE LIMITS OF SUCH
' EASEMENTS, RIGHT-OF-MAY OR °RANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS
TO CAUSE T4 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 FOR MORE THAN 48 HOURS.
DAMAGE TO EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT
' FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT
SHALL RE RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL
CONDITION SHALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE
' PRIOR TO CONSTRUCTION. ALL SUCH WORK SMALL BE DONE TO THE SATISFACTION OF
THE PROPERTY OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR.
D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION
OF f11ETUMCE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
IN THE EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL IMMIEDIATELY
' AVAILABLE TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM THE
OWNER, THE OWNER WILL MAKE THE NECESSARY REPAIRS AND THE COST OF SUCH
REPAIRS SHALL, BE PAID BY THE CONTRACTOR.
7-1.1.7 -i1LITIES AND SIMILIIA f CILITIES (ADDITIONAL SECTION)
LOCATION ANC DIMENSIONS SFOWN ON 1HE PLANS FOR EXISTING UNDERGROUND
FACILITIES ARE IN ACCORDANCE WITH THE BEST AVAILABLE IN-FORMATION WITHOUT
UNCOVERING AND MEASURING. Tnl OWNER DOES NOT GUARANTEE THE SIZE AND
LOCATIOF OF EXISTING FACILITIES.
IT SHALL BE THE CONTPACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND
PRIVATE COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
' CONSTRUCTION AREA. THE CONTRACTOR IS WAV•,ED THAT CITY OF RENTON WATER,
STORM DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL
MEP.GROUND UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE
CONTACTED SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, IN THE ,PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT
t EXISTING SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CONDUIT, UTILITIES, SIMILAR
UNDERGROUND STPUCTURES, OR PARTS THEREOF, THE CONTRACTOR SHALL BE
RESPONSIBLE FOR, AND SHALL TAKE ALL NECESSARY PRECA'ITIONS TO PROTECT AND
PROVIDE TEMPORARY SERVICES FOR SAME. THE CONTRACTOR SHALL, AT HIS OWN
EXPENSE, REPAIR ALL DAMAGE TO SUCH FACILITIES OR STRUCTURES DUE TO THIS
CONSTRUCTION OPERACION TO THE SATISFACTION OF THE CITY; EXCEPT FOR CITY
OWNED FACILITIES WHICH WILL BE REPAIRED BY THE UTILITY DEPARTMENT AT
CONTRACTDR'S EXPENSE.
1.18 ►OLIC LIABILITY AND ►ADPENTY DAMAGE (REPLACEMENT SECTION)
THE MINIMUM POLICY LIMJT4 OF SUCH 'INSURANCE SHALL BE AS FOLLOWS:
' SP - 12
CITY 0' RENTON WEST HILL 12" ,
TRANSMISSION PIPELINE
THE AMOUNT OF COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF $1.000.000 '
FOR BODILY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCURENCE. IN
ADDITION, AN UMBRELLA INSURANCE COVERAGE OF NOT LESS THAN $5.000,000 SHALL
BE PROVIDED, WITH THE OWNER THE NAMED INSURED. THIS LIMIT SHALL APPLY TO '
COMPREHENSIVE GENERAL LIABILITY INSURANCE AND EHICLE LIABILITY INSURANCE.
THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTORY PROOF OF CARRIAGE
OF THE INSURANCE REQUIRED. ,
7-1.23A GENERAL SAFETY REQUIREMENTS (ADDITIONAL SECTION) ,
THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION
AREA, BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL
LOCAL POLICE, TRANSIT, AND FIRE DEPARTMENTS BY MAIL PRIOR TO CONSTRUCTION.
NAMES AND ADDRESSES WILL BE FURNISHED BY THE OWNER. THE CONTRACTOR SHALL
FURTHER NOTIFY EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO
CONSTRUCTION IN FRONT OF EACH PROPERTY. '
7-1.23C FLAGMEN, BARRICADES, AND SIGNS (REPLACEMENT SECTION) ,
FLAGMEN, BARRICADES, SIGNS AND TRAFFIC `NTROL FURNISHED OR PROVIDED SHALL
CONFORM TO THE STANDARDS ESTABLISHED i„ THE LATEST ADOPTED EDITION OF THE
"MANUAL ON UNIFORM TRAFFI,, CONTROL DEVICES". PUBLISHED BY THE U.S. '
DEPARTMENT OF TRANSPORTATIION.
COPIES MAY BE PURCHASED FROM THE SUPERINTENDENT OF DOCUMENTS, U.S. '
GOVERNMENT PRINTING OFFICE, WASHINGTON, D.C. 20402. THE CONTRACTOR SHALL
IMPLEMENT THE TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS
APPLICABLE. IF THE CONTRACTOR'S PLAN OF OPERATIONS IS IN CONFLICT WITH THE
CONTRACT TRAFFIC CONTROL PLAN, HE MAY PROPOSE MODIFICATION OF THE TRAFFIC
CONTROL PLAN BY SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES
REQUIRED FOR THE PROJECT, AND SUBMIT IT TO THE ENGINEER FOR APPROVAL AT
LEAST TEN DAYS IN ADVANCE OF THE TIME THE SIGNS AND BARRICADES WILL PE '
REQUIRED.
THE STRIPING OF NO PASSING ZONES THAT ARE TO BE OBLITERATED IN EXCESS OF ,
150 FEET BY PAVING OPERATIONS SHALL BE REPLArrD BY "DO NOT PASS" AND "PASS
WITH CARE" SIGNS. THE SIGNS SHALL BE LOCATE NOT LESS THAN 2 FEET OUTSIDE
THE USABLE SHOULDER NOR LESS THAN 7 FEET , OVE THE EDGE OF PAVEMENT.
UNLESS OTHERWISE SPECIFIED IN THE SPECIAL PRO S10NS, THE CONTRACTOR SHALL '
PROVIDE POSTS AND BE MAINTAINED BY THE CONTRACTOR UNTIL CONSTRUCTION
OPERATIONS ARE COMPLETE. WHEN THE PROJECT INCLUDES STRIPING BY '.,IE
CONTRACTOR, THE SIGNS AND POSTS SHALL BE REMOVED BY HIM WHEN THE NO PASSING
ZONES ARE RE-ESTABLISHED BY STRIPING. THE SIGNS SHALL BE RETURNED TO THE
STATE AND THE POSTS WILL BECOME THE PROPERTY OF THE CONTRACTOR FOR HIS
DISPOSAL. WHEN THE CONTRACTOR IS NOT RESPONSIBLE FOR THE STRIPING, THE ,
POSTS AND SIGNS WILL BECOME THE PROPERTY OF THE STATE AND WILL BE REMOVED
BY STATE FORCES WHEN THE NO PASSING ZONES ARE RE-ESTABLISHED BY STRIPING.
SP - 13 '
CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
THE CONTRACTOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES,
GUARDS, FLAGMEN, AND EQUIPMENT, CONSTRUCTION WARNINGS, 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 O, iION OF THE ENGINEER, THE CITY SHALL HAVE THE
RIGHT TO PROVIDE THESE LIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM
PAYMENTS DUE THE CONTRACTOR. WORK 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.
TRAFFIC MOVEMENT SHALL BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND
' PEDESTRIAN TRAFFIC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MOVEMENT
SHALL BE MAINTAINED AS NEAR NORMAL AS POSSIBLE. REASONABLE ACCESS SHALL BE
MAINTAINED AT ALL TIMES TO ADJACENT PROPERTIES OUTSIDE OF THE RIGHT-OF-WRY
LINE. ALL ROADWAYS WILL BE OPEN TO TRAFFIC DURING PEAK TRAFFIC PERIODS,
' 6:30 10 8:00 A.M. AND 3:30 TO 5:00 P.M.
NO WORK SHALL BE DONE ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY SIGNS
' AN" TRAFFIC CONTROL DEVICES ARE IN PLACE.
THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION
SIGNS SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
7-1.23E DUST CONTROL (ADDITIONAL SECTION)
THE CONTRACTOR SHALL PROVIDE A MINIMUM 1.500 GALLON CAPACITY WATER TRUCK
WITH A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS
' SHALL BE CLEANED OF DUST AND DEBRIS AT THE END OF EACH WORKING DAY. IN
ADDITION, THE CONTRACTOR SHALL PROVIDE SPRINKLING, AS NECESSARY, TO
ALLEVIATE DUST NUISANCE OR AS DIRECTED BY THE CITY.
7-1.24 RIGHTS OF WAY (ADDITIONAL SECTION)
' THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE
CONSTRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL
COSTS OF THE SAME. COPIES OF ALL EASEMENTS AND ACCESS PERMISSION WILL BE
PROVIDED TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WORK ON
' PRIVATE PROPERTY IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE
EASEMENTS AND RIGHT-OF-ACCESS DOCUMENTS.
7-1.28 EMPLOYMENT OPENINGS (REPLACEMENT SECTION)
ENITRE SECTION OF STANDNRD SPECIFICATIONS ON EMPLOYMENT OPENINGS IS
DELETED.
' SP - 14
E I
CITY OF RENTON WEST HILL 12' ,
TRANSMISSION PIPELINE
SECTION 8
8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION) ,
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE
FIRST PARTIAL PAYMENT 15 MADE, THE CONTRACTOR SHALL DELIVER 10 THE ,
ENGINEER, AN ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY
TO THE ENGINEER, SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION
OF EACH OF THE VARIOUS PAY ITEMS OF WORK REQUIRED 'lNDER THE CONTRACT ,
DOCUMENTS AND THE ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT THAT WILL
BECOME DUE TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE
CONTRACTOR SHALL ALSO FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR '
THE PURPUSE OF MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN
MAYING UP ANY OF THESE SCHEDULES WILL BE USED ONLY FOR DETERMINING THE
BASIS OF PARTIAL PAYMENTS AND WILL NOT BE CONSIDERED AS FIXING A BASIS FOR
ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT. '
SHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS
WILL OP MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR ,
SHALL, UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS
SPECIFIED HEREIii SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED
LABOR FORCES OR WORKING SHIFTS, NIGHT 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,
17 SHALL, UPON REQUEST BE REVISED. BY THE CONTRACTOR AND THE WORK SHALL BE '
PERFORMED IN COMPLIANCE WITH THE `NTRACT PROVISIONS.
PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS '
MADE AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE
CONTRACTOR MAY BE WITHh,LD. EXECUTION OF THE WORK ACCORDING TO THE
ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, 15
HEREBY MADE AN OBLIGATION OF THE CONTRACT. '
PRE-CONSTRUCTION CONFERENCE (ADDITIONAL SECTION) '
PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTORS. UTILITY DEPARTMENT, TELEPHONE ZOMPANY, AND OTHER INTERESTED '
DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CO"-:RENCE. WITH TIME, PLACE,
AND DATE TO BE DETERMINED AFTER AWARD OF T'4F CONTRACT. SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAT MAY BE INCURRED. THE TIME, PLACE, '
AND DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE.
SP - I5 ,
1 Ir, TRANSMIS WEST SION ILL 12-
B-1•DA NOTICE TO PIPELINE
PROCEED SECUTI ON Of
THE CONTRACTOR SHALL NOTIFY THE (ADOIT
HOURS PRIOR TO C_ IONAL SECTION)
To WITHIN A RENAUTNRK• CITvc OSA14Ey T1)CATIONS AT 8
' ROAD A Tt ING COUNTY
OWNERS q ROADWAY RIGHT_ DRI7IES AND THE SCMpp SMALL BE PROVIDED
PROP DJACENT TO THE��YAT, THE CONTRACTOR L DISTRICT WHFM
PROPOSE TIME OF ACCESS CL04URERUCTTNE THEIR AREASHALL ALSO NOT JFv PROPERTY
' AREA, INDICATING PROPERTY
ER 7Y, THE DURATION AND
05 TII� Of
COWIETI()k (AD01'IONAL SECTION)
THE CONTRACTOR
IS
TIM,JN ALL PARTS ANO D DILIGENTLY
EXPECTED
7
PROVIDED'VOTED IN THE CALL FOP THE PROO CTOSHALLFBEMCOMPLLETED WIE WORK To T IN' OF THE p HOWEVER, THAT THE
CITY C
IL
SAME BE IN LE7IppS pESAtO WORK CITY OF SHALL HAVENIGHT UPON REQUEST
OF TMENT, OF
BY THE NRI7tNG AND ACCDNPAR, NO EXTENSION SMALL NGTON, TO EXTEND THE
IMPROP SURETY ON THE BOND EO BY THE WRITTEN CONSENTE TVALIO UNLESS THE
FOR CLAIMINOR qN R MATERIAL OF THE CONTRACTOR, 71M EXTENSION
' EXTENSION pFHAL` NOT F E LOSTSUCM
NOT RELEASE THE CONTRACTOR TIME
EI F FURNISH ANY GROUNDS TO IN REPLACING
COMPLETE THE W I THE CONDLETION OF THE wZ CONTRACTOR
1 ORK WITHIN THE TIME REQUIRED.
pp AND SHALL
RECOGNIZED H011pgy LIABILITIES FOR FAILURE TO
BIRTHDAY WASHLIDAYS SHALL BE AS F
DAY, THA' WASH S BIRTHDAY, OLLOWS; NEW Y pqY, JNG AND THE MEMORIAL pqY EAR'S DAY,
CHRIS THE DAY BEFORE CHRISTMgS FOLLOWING, UUIv 4 LABOR DAY
YLINTERANS
BE q TMAS DAY OCCURS ON SHALL AND CHRISTMAS EVE VETERANS
BEDNESOOLIDAY FOR CITY A TUESDAY OR FR F A HOLIDAY FOR CITY EMFD CHRISTMAS
OR THUR EMPLOYEES WHEN )DAY, THE DAY AFTER NRIST14ASS WHEN
HALL
PROCEEDING WORKING Spgv' WHEN CHRISTMASCpgySTMAS DAY OCCURS pW S
HOLIDAY)N A SUNDAY, THES AL BE OBSERVED AS OCCURS HOLIDAONA SA TURN A MONDAY,
WORKING DAYS FOLLOWING WHEN C THE TWO
AIj REFERENCESCONING SHALL HRISTMAS DAY
DELETED AND YOJD,O BE OBSERVED AS
RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE
' 8-1.09 _
EOES
EES
THE LIQUIDATED
(ADDI(IONAL SECTION)
COSTS BEYONDF INSDECT O iETj INCLUDE.EGAAN A EXPENSE, ION TO, pq
OR DO NOT
' BEYOND
DISIpNTRACT ER OATEN• E IN AO',
FOR OVERHE4DSMALL BF AN AMOUNT THE COST pp At', COURT IONA COSTS GES FROM
EOUgL TO ACTUAL SALARY COST INSPECTION INCURAND
' PLUS .00 PERCENT
f
SP - 16
CITY OF RENTON WEST HILL 12" '
TRANSMISSION PIPELINE
8-1.11 OVERTIME WORK BY OWNER EMPLOYEES (REPLACEMENT SECTION) '
WH[N THE CONTRA',TnQ PFRFORMS CONSTRUCTION WORK OVER THE ACCEPTED 8 HOURS
PER DAY OR AO HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES
INSPECTION, THEN THE CONTRACTOR SHALL REIMBURSE THE CITY AT THE RATE OF $SO
PER HOUR. THE CITY SHALL HAVE THE SOLE AUTHORITY IN DETERMINING THE
NECESSITY OF HAVING THE OVERTIME INSPECTION, AND SHALL NOTIFY THE
CONTRACTOR OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE 'HE
CONTRACTOR ON EAC MONTHLY ESTIMATE.
8-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMEN7 SECTION) ,
THE CONTRACTOR ALUNE SHAL; AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUA,Y, 1
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SJBCONTRACTORS' PLANT ANC
EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOP'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WORK.
Till USE OF SUCH PLANT AN+` E011TOMENT SHALL BE CONSIDERED AS EXTRA WOR., ANC
PAID FOR ACCORDINGLY.
NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME.
FOR TOE SECURITY OF THE SITE FROM TAE TIME CONTRACTOR'S OPERATIONS HAV[:
COMMENCED UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE OWNEQ.
THE CONTRACT^R SHALL EMPLOY SUCH MEASURES AS ADDITIONAL rERCING.
BARRICADES, AND WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC
SAFETY AND FOR THE PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. TH'.
OWNER WILL BE PROVIDED KEYS FOR ALL FENCED, SECURED AREAS. '
B-1.13 ATTENTION TO WORK (REPLACEMENT SECTION)
THE CONTRACTOR SHALL 'DIVE HIS PERSONAL ATTENTION TO AN4
WORK TO THE ENO THAT IT SHALL BE PROSECURED FAITHFULLY.
PERSONALLY PRESENT ON THE WORK, HE SHALL AT ALL R` ,
REPRESENTED BY A COMPETENT SUPERINTENDEN• WHO SHALL HAVi iC—
EXECUTE THE SAME. AND TO SUPPLY MATERIAIS, TOOLS, AND LA JR ► .
AND WHO SHALL BE THE LEGAL REPRESENTATIVE OF THE —N\ &
CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF •N !N
DELIVERED TO HIM OR TO HIS AUTHORIZED REPRESENTATIVE.
SECTION 9 '
9-1.01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECTICN) '
ALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCJLATING
QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME OF
DELIVERY. NO PAYMENT WILL PE MADE ON TICKET; TURNED IN AFTER DATE OF
DELIVERY OF MATERIAL.
1
SP - 17
CITY OF ReNTON
WEST HILL 12-
TRANSMISSION PIPELINE
A. BY TRUCK
PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF
MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND
INSPECTOR'S INITIALS.
SCALE CERTIFICATION SHALL BE SCBMITTEO AS EARLY IN THE PROJECT AS
POSSIBLE.
EACH WEIGH STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE AND WEIGHT OF All TRUCKS PROVIDING MATERIAL TO THE PROJECT. THE
WEIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY
TRANSMITTED DAILY TO THE CITY BY THE SCALE ATTENDANT.CASES WHERE SCALE WEIGHT IS NOT AVIILABLE, THE IN ISOLATED
INSPECTOR SHALL MEASURE
THE TRUCK VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY.
OTHER MEANS
METHOD O MEASIJREMENT AND
PAYMENT FOR MATERIAL
BY
ANY OTHER MEANSWILL BEDETTERM NEDBYCONTRACTOR/OWNERHAGREEMENTT TO THESITE BEFORE
AWARD OF THE CONTRACT.
' 9-1.03 SCOPE OF PAYMENT (ADDITIONAL SECTION)
ALL COSTS AND EXPENSES FOR ITEMS OF WORK, EQUIPMENT, OR MATERIALS,
INCLUDING INSTALLATIONS, NOT IDENTIFIED AS BID ITEMS IN THESE
SPECIFICATIONS SHALL BE INCIDENTAL TO THE PROJECT. NO SEPARATE PAYMENT OF
ANY KIN' WILL BE MADE FOR THESE INCIDENTAL ITEMS.
9-1.09R CYIIER'S RIGHT TO WITMHDLO CERTAIN AIMMS (ADDITIONAL SECTION)
' PARTIAL PAYMENTS ON E°- MATES MAY BE WITHHELD UNTIL A WORK PROGRESS
SCHEDULE, AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED AND APPROVED.
' IN THE EVENT THAT ANY HATER I AL OR WORKMANSHIP DOES NOT MEET THE
REQUIREMENTS OR SPECIFICATIONS, THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH
MATERIAL OR WORKMANSHIP IF THE DIRECTOR OF PUBLIC WORKS DEEMS SUCH
t ACCEPTANCE TO BE IN THE BEST INTEREST OF HE CITY, PROVIDED, THE CITY MAY
NEGOTIATE PAYMENT OF A LOWER. UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP,
t SP - 18
1
i
1
1
1
1
TECHNICAL PROVISIONS
1
i
1
1
1
1
1
i
1
i
i
r
1
TECHNICAL PROVISIONS
For
S�.•set Sewer Pump Station System
' Sanitary Sewer TV Inspection 8
Sewer Grouting, Phase 11-1985
SANITARY SEWER IN-LINE JOINT TESTING
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.
' 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.
SANITARY SEWER IN-LINE JOIN) SEALLING
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 cracx segment and the joint sealant injected. The joint sealant
' shall be 3H CR-250 Grout or approved equal. Approval for other joint sealant must be
secured from the Engineer prior to the bid opening. Excess grout protruding into
the sanitary sewer will be removed, when in the opinion of the Engineer, sewer capacity
' will be reduced or cause future maintenance problems, will be removed by the Contractor.
The unit price per each joint for Sanitary „ewer In-Line Joint Sealing shall be full
compensation for all labor, materials and equipment for setup, treffic control ,
' video monitorinq, oroutino or sealant material, installation of grout/sealant and all
incidental costs. A single orifice packer shall be used.
SAN1_7ARY 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 downstrc m end, going
' upstream. The flushino equipment shall provide a flushing water press, a of 1200
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 flushinq, setup,
traffic control, sewer debris removal and all incidental costs. Sewer debris
disposal shall be pain in 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 testino and
groutinq work, The Contractor shall record the video tapes on a reel to reel video
rTechnic,,l Provisions Cont.
SANITARY SEWER TV INSPECTION (Cont.)
equipment compatible to the City's Sony Reel TV plover. The Contractor shall
provide the video tapes, tape boa and index each tape on its boxes binder. The
Contractor shall ,.omplete the TV Log Sheet (See standard drawi. 4s) noting any
pine failures or deficiencies.
The unit price per linear foot for Sanitary Sewer TV Inspection shall be full
compensation for all labor, equipment and materials necessary for setup, traffic
control, video recording, providing video tapes and all incidental costs.
SANITARY SEWER DEBRIS REMOVAL AND STORM SEWER DEBRIS RL40VAL
The Contractor sha',1 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 fewer Debris Removal shall be full compensation
' for all labor, equipment, materials for setup, traffic control, drying, weiahino,
dump fees, waste hole excavation and backfitling.
The unit price per cubic yard -for Storm Sewer Debris Removal shall be full
compensation for all labor, equipment, materially for setup,traffic control,
drying and dump fees, wastehole excavatior and backfitling.
' STANDARD DRAWINGS
•
' , i
[
jr
.-may � � • .,\ F� .
4•t H. , , ♦ • i
.• t
i 4 -,I It �'/�'•
t rf•, a` 1"' 1 � I
♦ . I
♦ ,Y • e p .
a •n •N • i
,1•• k le •�.•
. I
SFWSK 74Rovt'
Nis
f, �•,0 •1 ♦ • ,�'"w� �"'i °. � ems.
.,p� . r
.. ~ V w
N
jr
a T::.•� ` �•� �6.n77tM
uMt
• R,Vet
\ P*I)f e
FOR SFwvk 7Y
�i ✓
NIGIIW ^°O'
r
sCAE
.� SEWER TV * QROUT a• ,. �
OF RF
i PU6LIC WORKS DEPARTMENT
_ DESIGN/UTI[ iTt ENGINEERING 9 235-2631
MUNICIPAL BUILDING 200 WILL AVE.SO RENTON.WASH.OWS6
9 e
4p
rE0 3EPIE' .
BARBARA Y. SHINPOCH February 15. 1985
MAYOR
Gelco
D.O. Box 1551
Kent NA 98032
Subject: Sunset Pump Station System 1985 Sewer Cleaninv
gentlemen:
Enclosed please find a copy of the bid proposal and specifications for the
1985 Sewer Cleaning. To enable preparation of the contract documents,
[lease submit an updated performance bond, insurance ertificate an copies
of city and state business licenses to the Engineering Department.
If you have any Questions, please contact the number listed above.
e 'trurrll�y yours,
Robert E rgstrom, P.E.
Engineerinc Supervisor
AJH:ckd
Enclosures
�r�acca�zacaaraa-.�rr�cr�.. ..u><><ar+==-•+-r=++-i=ti. .
DEPARTMENT OF LABOR AND INDUSTRIES
THISGEMTIFICS THAT THE PERSON NAMED HERE(N IS REGISTEAEO A PROVIDED BY LAW AS A
p �
STATE Or WASHINGTON
��"a:sanaa i
><ia>tc"aivaiarzarxz:3>ori..-.+.iaa:x�,ai.rtna-acr,.i aa+cx�
SUED 12121/E. CITVOFENENTON EC9i
BUSINESS LICENSE r, ,t. MULCiNY
FEE SGU.^Q 1765 SALER INCLSTSIAL OF NtMANCE DIRECTOR
Licensee INS."nade apohCalton for a CITY Of Renton 815 neeS Lic.,Se.e accordance wdh tM pro,
Lon,of TNb V.RYs,""Rayyl ..CMptar 1 pope of GanerN fMdcTwes of the Cdy of Renton
arm Me'rea b Comply wde sit the reowrMreela of laid ordinance L-:ensee shall tnnhv comply with
any and m'other City Codes,Ohlrnances,SutllettlaaCp,.ddulatmns aee11cabe,to The Wetness ac
@� "At.hCensed hereb�Me
m
L
LCC SGCLT:r,,', SEFVICE
LE" e7:- :aC'!�'YII !7'-IIt'�!�r_-]sj_•rtr. aS[._�'_ .SC:^_.1F'�'7.e'.YE'��T11':� 'i
PREVAILING MINIMUM HOURLY WAGE RATE SUPPLEMENT
Occupation Sanitary Sewer Works for
Sewer Cleaning, TV inspection and Internal
Pipeline Grouting.
Location: King County
Fringe�_Benfits:
Health and Welfare $0.86 State
Wage Rates:
Technician 01 $9.16 + $0.27 Pension + $0.27 Vacation
Technician A? $9.49 + $0.32 Pension + $0.89 Vacation
Technician 43 $9.81 + $0.34 Pension + $0.96 Vacation
Technician 04 $10.36 $0.36 Pension + $1.13 Vacation
Technician •5 $10.71 + $0.37 eension + $1.29 Vacation
Technician N6 $11.10 + f0.39 Pension + $1.36 Vacation
Dated: Septemte, 1985 - by L61 Phone M 1-7�3-4019
• CITY CLERK'S OFFS
COPIES TO OF*
COPIES
AIRPORT
BUSLCINCICONINC DEPARTMENT
CITY ATTORNEY
CITY COUNCIL_
ENCINEERINC
EINANCE DEPARTMENT
NEAR:NC EXAMINER
MAYCR
PARR DEPARTMENT
PERSONNEL CEPART'! ENT
POLICE DEPARTMENT
POLICY DEVELOPMENT DEPAPTMENT
PUBLIC WORKS DEPARTMENT_
CODIt1ER
INSURANCE CARRIER
_ PCTI710NCRrAtPLiCAN'.
RECORC CNRON!CLE (PRE,
POA, Davis & CarT$any
WILLAME FTE>'RC-FESSAL`AL ah TER
10 OMMEACAL ST A E•SUITE 13D•PO BOX 390•SALEM OREGON 97300
Srrm 15033 SIS755a PJrIW10 i507 2N 18T2
May 29, 1985
City of Fentor
Municipal Building
100 Mill Avenue So.
Reiton, Washington 98065
Att: Marilyn J. Petersen
Re: Gelco Grouting Service Bond No.SCR643 3619
Sun>et Pump Station System, Sanitary St er TV Inspection and
Sewer Grouting, Pnase 11 - 1985 aad Airport Storm Sewer Cleaning
Dear Marilyn:
As per our discussion of this morning enclosed is the corrected
and in the amount of $70,743.61 this replaces prior bond issued on
February ?2, 1985 in the amount of $116,899.61.
Please return incorrect bond so we can return it to the boning
company and credit oor insured's account.
If you have any questions please do not hesitate to give me a call.
Sincerely,
cir Carol J. Royal
eic. Bond Secretary '
Potts, Da.is 8 Co
i CffV Of FIENTON
JUN 3I=
an arras amrc
L
of ASONA,AW(1]LMIERGA�✓+9�MtwCE �TLARNL AND EWPOYEE WWFIT;ERViCES
• BOND TO THE CITY OF RENTON • SCR643 3618
KNOW ALL MEN BY THESE PRESENTS:
'hat we, the undersigned _GELCO GROUTING SERVICE,, AN OREGON PARTNERSHIP OF
---k,Q-JIU.Z2!17. CAIFM. nRF6fW OnnA -----------------------
as principal, and THE AlERICAN 14SURANCE COMP4NY —— corporation orgarizi and
and qualified under th• laws of the State of Washir,,,on to become surety upon bor .
of contractors with municipal ccrporations, as surety are jointl and severally held
and firmly bound to the City of Renton in the penal sm of $70,7Y93.61 for the
payment of which am on demand we bind ourselves and our successors, heirs, admini-
strators or personal representatives, as the case my be.
:his obligation is entered into in pursuance of the Statutes of the State of Washing-
.u, the Ordinance of the City of Renton.
rated at Salem, Oregon -- this 2nd day of Kay___—_ 19 85
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, tinder and pursuant to Ordinance (or Resolution) No. 2245 providing for
1985 SEWER CLEANING, TV INSPECTION 6 GROUTING SUNSET PUMP STA. SYSTEM PH. 11_--__._
CE ?R1)fE3 PARK $YSMIILA.IRPQRISTORM EVER-CLEAKIWa _ ----..-_.-- -
(which contract is referred to herein and is -..ade a part hereof as though attached
hereto), and
WHEREAS, the said principal has ac.ef t.d or is about to accept, the said contract and
undertake to ;,erform the work therein. ; - aided for in the manner and within the time
get forth;
%,,W ihiREF,:RE, it .he .said GFe1,CQ GRQUTMfY.-$ WLE ---
shall faitt-ally perform all of the provi-dons of said ,vntract in the manner and thin
the time therein set forth, or within so h extensions of time ab may be Granted Under
said contra:t, and aliall pay all lab,,rers, r-echanies, suhtontractors and ^,Aterialmen,
and all persons who slull supply said pr Lrtipal or subcontractors with provi sf ons and
supplies for the carrying on of said work, and shall hold the City of Renton harmlas6
fri.m any lose or damage occasioned to any person or property by reason of ary careless-
n,,s or negligence on the part of %aid principal, or any bubc)rtractcr in cbe perf)r-
a.rn,e of said cork, Arid shall Iodrenify .end hold •he City of Fenton harmless from any
dam ge or expense by reaaon of fail.. , al ,enfrr..,,n.e as +i-vcted in said contra,t. of
from defects apptsring or developing :n the ?.aterial or wntk,+•::aship provi!A -r per-
formed under aaid .ontract within a period of .ne year after its ac.c^tance thereof by
the City of R2r.t0n, tls:n and in that event this obligation shall be void; but oth,:rwfse
it shall be and remain in full force and effect.
GELCO TI SE :CE
T 1CAN INSURANCE COMPAN( _—-- '
CAROL J. ROYAL, AIITORNEY IN-FACT
Reviaed: 5/16/b .
RRt
o liN[i THAMERICAN INSURANCE COASANY
IOW ALL MEN IT THESE PRLSEVIS, ThPr THE AMERICAN INSURANCE COMPANY a Ca p.arm dY'y aK..Ad au Pn•Irnq
'n ' aft, lex OI rest S'oe e' N. Imw! end KI M M .011.cr In lowCIIY Md Cc;"y PI So,crap ".Wn. r aoda
Tn•Ix....I en1 or, ft'M antl d[ro. .. ....1 {.p f^IS mP • ri i1.1. end aPlpinr
�AROI '. DYAL----•
SALEM. OREGON 1
rrv. o^n ra.ld AnanRl: m}e' n 6'.'� p-rn Pne ",M,Y Nnby conlarrec n m nam, ymI• a+d.pod m.a.cl.N fro.
xE.-rkea, and dal,.r any And e11 bonds, undertallnSs, reco�alpAnces or other Britten ebllV-
tlons in the noture thereof __________________
rid Io DIM Ihr Co•pact., "'.br c I,I;,old N IS. Ian- lawn" a If au ft bonds rw. .Ign.d by the Rawd.nl naiad rdh tb.
IOW el da inNl.eh' Co"Wal A• and ON Man"I'd Md ay 'Ice S—my haft-by
Ilyelq oral ro h,-W 011 Ihr M. acId Anarrtal-In
Thu Bern .1 atan.Y a pooled pur..o�' b An,u Vill SMwn 30 and 71 of SY No d THE AMERICAN INSURANQ COMPANY
i • m 1.111 4ve. nr�raeel
Ar M.• .✓a..w CnrN.. .J lrl- • .rwr .J f.. w
�16. yen I' 1 .ww 1T. Mnrr c'Irt PYy N D�nOen M rrv.Ww� W. Yp.Xa.yw e s pre wrW—. b M►w!Mare lo: wron M rr A.n en Vrn 1r MN M Yp {pc.n Rr:am 4.xr�yrr.nr,w Wp
rarp.rap/a X....•nI wd an w aaa•e 111 N M CNatlae•N epnu w.aa.p Naa wxw W pW.r,p•erua W r—MM1YI N rra{PPNN
I w1Ne r i. A c r . w b
NM1n s r .Nx'm• SrnvPr w• 11u wP rn rw d Apnn wW' b /.wrrbl M rr.n
r` I.•rM.xL. ..n .n w., w.. aq ah fowl" va^'b MX•r rr r.N.a N w! 'W\r w Mwd N P..nar.er
TnL p-e�rrr of ar¢•nr . Nq d end w d uroN Pod by dX authol.lr of Ib. lollormq RnNulwn edcped b}Ie herd.1 Ovana.
q THE AMERICAN INSURANCr COMrA\Y a a manmq ddr eel:rd rnd held m IN* 2111 day of Sep4mbw IOU and i el amd
M..401 n bm not Don way.Wrd a repWd
RIS^I VFD Mp IM :Ignaxr. N MY V:a.Re.7eN Aw"oft' Sarr.'ay and Ru.drm A..Xerr S.anay N Ib.s Co,lz ,ft and
.1, Nm of Vn Ca Peralp. PI Is o'IarP of a lad pr. My yw.•I er M...y cn ony 1-1 is Glee. PI cep porn of
P r enil.ar rNPI!.q tN reta b} IaY.c'.. mtl any purer of atlorn.y a:},nocm me 0 a^Y perw o'wt., a nrbbrpro D.a.np
.Irh IK•In:l+ "U'wo. or Iar\.m.k pa .hall Po .01w and bPlllq upon t Col molar'
IN W❑NESS WHEREOF TOE AMERICAN INSURANCE COMPANY►n round Ih.n pr..yu m b.Nyne P d by m V *-qu'dro'.mld n.
wrpnae.vni 1, 1 a hn..... riaed IS.. Uno.eYy AIL-F -w-rj,.__._.._._— Iq_21-
�.rS THE AMERICAN INSURANCr
COMPANY
\ C d1 I
Nor.I>+• F !•�aiN.��.i'k`_`� .��.�-
Vn.ar.u4w
STATE Or CAIIrORRiA
CRY AMC COUNTY Or SAN FRANCISCO n
O•. N.I. Unit, .1.. _ February _. .-- _ 19. 77.1»Im. m• ppno^oe'Y come_ Yi_I1idfq W. Ldlabgr_ __--
ro Iro.r. rhP by m.4.1T a.c-r d.d de p.;.e Pr.d wy map N N V. A.II e1 THE AMERICAN INSURANCE COMPANY
Ilrr EatOlnlrOr dcanlb.d Ip and rmer.ucr.vd 111 �'el-Irwremem NMI Ip Ir.cr.th. ..al of.ard Ca��ool.0lon thor ha, fool e11. lad
• dx unt...wrw.l.r r u w<I•cmrvmq.ra' rhm d.a.w.uP..d by cedar N Ih.loopy p1 D,,e bn ol ro'e Cwiwronon aM th01 M Ngned
flxnne bi L1e mdo,
IN III WNrnfor I t..a M•e unrc p' mY nand and aRud eY Nbna'...W IN da}and Y.'a Mom haa1 eboo vo'nr
4'XXaNNINM:t14M.'Ynf1•. L•fpX:'{Ni
646 ) CERTIFICATE
r
awNIMN.Nf.WXr. .....at.:. . .. .•U
STATE Or cAurORN1A, t
MyCITY AND COUNTY OF SAN FRANCSS= (
1 n ,. qn J Ms.•mL1 Sle-I.q w TINE 'MERICAN INSURANCE COMPANY, a NE% IENSEY Cwyaouon, DO HERESY
rr p�rry q„ c I o'o-%, PI Or ATTcywrY II, it 4¢1 old ho• nm t"ft n•oh.d Met IuPNrmon
an A^ Nil' IM. n10 1 o' le. RI lo• of the Co,w.. and Ih. M•IrlTon I.l IM Mara nl V"I " W WI m In.
1 • I r r .I n . vt l. .
85
Fe,.d OM .roux of IN ^lay ard C.ounly of Samar rlenma.o Dead tbp_ 2nd ��M.(/ May 1 IS_
ee044e'Mo, --TR- 11 Tc
ti
o e
OF Rp
ti z PUBLIC WORKS DEPARTMENT
_ DESIGN LIT 4I T CNGINE:E RING 0 2352631
MUNICIPAL BUILDING 2C9 MILL AVE.SO. RENTON,WASH.98055
09
�41.FO SE p�f�0�5 e.
BARBARA Y. SHINPOCH
MAYOR
May 24, 1985
Gelco Grouting Service
P.O. Box 7247
Salem, Oregon 97308
Re: 1985 Sewer Cleaning, TV inspection
and Grouting - Sunset Pump Station
System - Phase 11; Cedar River Park
System and Airport Storm Sewer
Cleaning, CAG NS-05
Gentlemen:
You are hereby authorised to start work on the referenced
project as of May 24, 1985,
Very truly yours,
Ronald L. Olsen
Utility Engineer
:jft
INTEROFFICE CORRESPONDENCE
Date May 5, 1985
TO: Bob Bergstrom
FROM: Maxine E. Motor, City Clerk
SUBJECT: CAC 025-85 Gelco Grouting Service - 1985 Sewer Cleaning, TV
Inspection and Grouting - Sunset Pump Station,
Cedar River Park and Airport Storm Sower Cleaning
----------------------------------------------------------------'--------------
We return herewith fully executed document(s), as above-
captioned, copy of which we have retained for our official
public records. Copies should be forwarded to
and the other for vour file.
Pursuant to your memo of we return herewith
document(e), as above-c apt toned, which have been signed by
Citv Officials and need to be forwarded for further execution
by
We return herewith recorded doc umentia), as above-captioned,
cope of which we have retained for our official, public records.
Copies should be forwarded to appropriate parties and retained
as necessary for your files,
f Please file a fully executed copy with the City Clerk's office
Lfor our permanent records when received.
Thank you.
MEM;Ab
cc; En, lo_ur"
e • •
OF RFC
,C r, OFFICE OF THE CITY ATTORNEY* RENTON,WASHINGTON
Z Mf.M+Q•W N• 'Y+ f]w f+K. • Yw.P w•fnwLtp. fpl+ ]ffN+•
UL
LAW RENCE : WARREN c•.•ao•w+ DANIEL KELLOGG. •sssr.Pe c,+•nm•ove.
o DAV:D M DEAN. ♦saat.rr o++•rfo -
1P
MARK r.DARKER •ssa+.nt c++•r ro•K.
,rEe SEPSE ZANF i fA L IOtr=, •asn..ov• c••...prove.
March 4, 1985 M..ARTHA A FRENCH.•sys+m+ c+.••+own
TO: Bob Bergstrom, Engineering
FROM: Lawrence S. Warren, City Attorney
RE: 1985 Sewer Cleaning Bids
Dear Bob:
You asked by Memo dated FeLruary 28, 1985, received by my
office the following -iy, whether or not the City may take
the low bid on Sched:. .e B to the sewer cleaning pro3ect while
awarding the bid on Schedule A t0 another bidder. It so
happens that the low bidder on Schedule A is not the low
bidder on Schedule B.
In order to determine whether or not this is permissible,
we must look at the contract. In the Scope of Work, at the
bottom of the page is indicates as follows:
"The airport storm drain -leaning work on the
Black River system will be a additive item/bid
schedule and be included or deieated by the City
at the City's option." (sic)
Later, in the standard specifications, Section 3-1.01 is
included the following language:
"Awardine of contrast will be based on total sum
of all schedules of prices. No partial bids will
be accepted "
These two contrac ections appear to be contradictory. The
initial quoted se, ion and construction law, would permit t.t.
City to delete Schedule B from the first. bidder. The same
Bob Bergstrom
March 5, 1985
Page 2
logic would work in the reverse fashion, and the City could
award a contract fur Schedule B and eliminate Schedule A.
However, we have two different bidders who would then wia a
portion of the bid. The question is then, whether or not
the City car award two contr cts out of the same set of bid
document:. I think the better reasoning is that the City can
do so. The purpose to be served by public bidding is to
obtain th, lowest responsible- bidder to do work for the City,
but yet to do it in a secret bidding process. Both of these
public purposes would be served by awarding Schedule A to
one firm. and Schedule B to another firm.
11" you nave any further questions, please feel free to contact.
m�.
i J,awr._..:e warren
L3W:nd
cc: Mayor
BIDDERS
BID TABULATION - -..._ G,1.00 CR765Ec
fES.Sd�rvEl%LeA✓..i6 oo GOX 7247 9E40 CALM 4040
,,(ryS.�EC)(en,( ( [MGIMCEPY EsrY�rf Qe ,�EK1Q`!r EyA 4AElW , 1T
.SMf�'I O. ASS �L/� � G.
-ell
tt�wetc avert PYC[ war roru'[Y:r nett wlR roru �{'/tf71 I.
g13oS
»[u iw:r nsE w+r*orP. ax:r MICE UN"rcru UNIT MICE
rYtr uM:r tore ,11111E PYCI tM
A
-
.�'+ O 0PA a
s75 !! 3b ut5 g is zo csb'�.—_.-
1r�J'3�1[tl{ N[ 7 aoo � 5ao='
rs.►vscwE,e 'ser+ el' i —..!K.w
-
4 PJ fY_ -S ��E.u.nvsz5o " 7,1Sc.P� .. 'e_7
ySId9 -_. . ..
.'+'uL �&J%
_ S, 7So
70,79J. "f5.c., 7T Apt
zl
-I w�vc _ -. S
.ssa*A+.ssnicl Lc f`O -iO,a50 4Y' Q ° Si2 L° / �T f Of n
Tv�ncs�ec�11r '. Sia . . . z
,a vr:acso coo 20 Y /z .3f S N I,/fK. Jl.O /t1U.cro ----
° . ��p `
...iwrn__rilF SUaE0 G1 _ f2 b5/.z-5 f-'r'�.S'Z�i �' . F..{r- .. -_.
_. .. s rZ 7L..
wvr
70, 7S3
VrAL 3c/iEU g aN ^�• y-;232."
f
s:'4
r �
GELCO GROETIPG SERVICE
Salem, 0. gon
Pebruary 1985
APIIRMATIVE ACTION PLAN
6olco Grouting Service hereinafter known as "Gelco" agrees to the following plan
in meeting its equal opportunity oblige.tion pursuant to Executive Ordcr 1I246,
and Title VI and '!II of Se Civtl Rights Art of 1964.
1. Equal loymxnt Oppo"tua1Lv_Folicv
Gelco's policy assures that applicants will be emoloyed and will be treated during
employment, without regard to race, creed, color, ethnicity, national origin,
sex, the presence of a non-lob related physical, sensory, or mental handicap,
age or marital status. This policy shall apply to eve. - aspect of employment:
upgrading: demotion; recruitment; layoff of terminations, pay scales; and apprentice-
ship or on the ,lob training.
2. Equal Emplm,a_ment_Vppottusity Otficet
Gelco hereby designates lames D. Monaghan, EEO C2ficar, and Mary Katie, Carol
tlt.'rard, and Stephen T. Waring as Assistant EEo Officers, with full authority to
administer and promote an active_ program of eq•ial employment upporrunity.
3. Disatminatinn of policy
Gelco personnel authorized to hire, supervise, promote, demo` •, and terminate
employees, who recommend such ac ion, tr are involved in any those actions
will be made fully cc:gni.:ant cl, and will ieplement Celco's policy and contractual
responsibilities. To '_na,re the advice is carried out th:: following minimum actions
will he taken?
Meeting of .foremen, leadmen, and personnel indicated in above, will be held
periodic,lly not less ti'.an seminaunually and Gelco's aqua opportunity policy and
Its implementation reriewed and explained. ;Arose meetings will be conducted by
the EEO Officer ?,t an Assistant Officer.
All new foreman, le-dmen, c d personnel indicated in above .+ill be thoruupl.ly
lnucctrinated by the EEO ufiicer covering Gea<o's equal opportunity nhligationr:
within thirty days :allowing hiring in.
k. Recruitment
Gelto will encourage employees t, rater minority group applicants for employment
in discussion regarding the procedure for such referral and by posting appropriate
and bulletins on employee bulletin boards.
^ersunael Actions
All benefits, monetary, and working conditions will be extended without regard
to race, color, religion, sex, or nationa- o'iigin. The following actions will
taken:
1
Periodic inspections of Gelco facilities will be made to insure non-discri
minatory treatment of personnel.
Wage eval,�ation made to insure non-discriminatory wage practices.
Regularly review personnel actions fat evidence of discrimination and take
appropriate action where indicated.
Investigate in full all complaints of alleged discrimination and take appro
priate action where Indicate" and inform all complainants of avenues of appeal.
6. 2:aining and Prtmt' ion
Gelco will eudeavot to locate, qualify, and increase the skills of irerity group
employees and applicants.
onsistent with requirements and as permitted within Federal and State regulations,
Gelco will fully utilize training programs for the contractual area and ol, '
employees and applicants of these programs and their entrance requirements,
A program of review of the training and promotion potential of minority grout
employees will be conducted and these eaployccs encouraged to apply for same.
7. Subcontracting
Gel i will strive to utilize minority group Suocontractors or those with meaningful
minority group persons in their emplov and use all affort to assure such subcon
tractor compliance with their equal opportunity obligations.
g. Rep9it5 and Re.ords
Gelco will keep those reco-ds necessary in determining compliance with its equal
opportunity obligations.
Gelcc will submit periodical reports on forms furnished by the Compliance Division
of its emplovees and those of its eubcontrnctors if any.
9. Goals
Geic,i has a complement of 22 permanent employees of which 1 are minority gr..up
individuals. B..sed on the company's present rate of turnover the following goals,
in fond taith, r.re established:
1. Maintain an appropriate percentage of 15%' minority group emplo-
yees.
2. Make available advancement opportunity for the minority group
employees.
1 /
.1AMES.D. MG. GRAN, Managing Partner
I have read the foregoing Affirmative action plan of Gelco Grouting Service an
agree to cooperate with the Company and aid with implementation of this plan.
EYP(.0'i EE
b
SAN-1 Sanitary Sewer Project 2 of 2 S-379
1985 Sunset Pump Station System Phase II Grouting Specs.
OF
RFC
J
J
d z PUBLIC WORKS DEPARTMENT
DESiGNiUTiLi,v ENGINEERING 0 235 2631
MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH 9aM5
m
P
\rEo SEPT
BA.RSARA Y. SHINPOCH February 15, 1985
MAYOR
Gelco
P.O. Box 1551
Kent NA 98032
Subject: Sunset Pumv Station System 1985 Sewer Cleaninq
rentlemen:
Enclosed please find a copy of the bid proposal and specifications for the
1985 Sewer Cleaning. To enable preparation of the contract documents,
Please submit an updated performance bond, insurance certificate and conies
of city and state business licenses to the Enqineering Department.
If you have any questions, please contact the number listed above.
epy truly your
yJr
Robert E. Bergstrom, P.E.
Enlii.eerinq Supervisor
AJH:ckd
Enclosures
OF kF
$ „y °z THE CITY OF RENTON
MUNICIPAL•UILDING 29A WLL AVE SO. RENTON WASH 90M
�t BARBARA Y. SHINPOCH, MAYOR ! MAXINIE E MOTOR.
CITY CLERK • i206) 235-2500
rEO SEPrt
March 14. 1985
Mr. lames D. Monagan
Gelco Grouting Service
P.O. BOX 7247
Salem, Oregon 97303
Re Sunset Pump Station System, Sanitary Sewer TV Inspection
and Sewer Grouting, Phase It 1985, and Airport Storla
Sewer Cleaning.
Dear Mr. Monagan:
At its regular meeting of March 11, 1985, the Renton City Council
accepted your overall low bid on the above referenced project in
the amount of 570,793.61 (Schedule A).
To enable preparation of the contract documents, please submit an
undated performance bond, insurance certificate, and proof of City
and Slate licenses to Project Engineer Bob Bergstrom, Engineering
Department (235 2631).
If you require further assistance in this matter, please feel free
to contact either the Project Engineer or Public Works Director
Richard C. Houghton at 235-2569.
Sincerely,
CITY OF RENTON
Marilyn J. Petersen
Deputy Clerk
cc.. Project Engineer, Bob Bergstrom
OF
R6
THE CITY OF RENTON
? MIIMICl/YL NRLOING 200 MILL AVE 90 AEWON,WASH M1165
Q $ BARBARA Y. S:/INPOCM, MAYOR 0 MAYINE E MOTOR,
Pe CITY CLERK • U061 235-25M
rE0 �Pft
Ma rrh 14, 1985
Mr. R. W. Scott
R. W. Scott Construction Co.
9840 Carr Road
Penton, WA 98OSS
Re Sunset Pump Station System, Sanitary Sewer TV Inspection
and Sewer Grouting, Phase II 1985, and Airport Storm
Sewer Cleaning.
Dear Mr. Scott
-
At its regular meeting of March 11, 1985, the Renton City Council
accepted the overall low bid submitle,' by Gelco Grouting Service
for the above referenced project.
Thank you for your interest in this matter.
Sincerely,
CITY OF RENTON
klarilyn J. Petersen
Deputy Clerk
cc Prulecl Engineer
OF kF
THE CITY OF RENTON
J O
R
MUNICIPAL BLRLCING 200 MILL AVE SO RENTOW WASH SaOSS
BARGOA 1, SHINPOCH, MAYOR • MAXINE E MOTOR�p CITY CLERK a Mt) Z35.25M
\"Ep SEPtE
March 14, 1985
Mr. Charles T. Decker
Roddinq Cleaning Services, Inc.
258S Nicholson Street
San Leandro, CA 94577
Re Sunset Pump Station Svstem, Sanitary Sear TV Inspection
and Sewer Grouting, Phase It 1985, ant Airport Storm
Sewer Cleamnq.
Deer Mr. Decker
At its reqular meeting of March 11, 1985, the Ranton City Council
aEcepted the ovmall low bid submitted by Gelco Grouting Service
for the above referenced project.
Thank you for your interest in this matter.
Sincerely,
CITY OF RENTON
Marilyn J. Peterson
Deputy Clerk
cc: Project Engineer
lI
ENDING
l
I1 5- cTill