HomeMy WebLinkAboutWWP2700379 SAN-1 San Sewer Project S-379
1985 Sewer Cleaning, TV & Grouting 1 of 2
BEGINNING
OF FILE
FILE NSAN - I
19
fib` c -
AWARDED Contract No CAG—__—___-
I TO
♦ 4jl' ;e
BID PROPOSAL 6 SPECIFICATIONS I
1985 SEWER CLEANING ,
TV INSPECTION 81 GROUTING
SUNSET PUMP STA. SYSTEM PHAI
CEDAR RIVER PARK SYSTEM
AIRPORT STORM SEWER CLEANING
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
MUNICIPAL BUILDING, 200 Mill AVE $
MINTON, WAIN 96055 • 1200123$ 2631
� 1
gjs
I
term y
oil
■�cr,
}
, Mt
lie f
CIT JF RENTON
BI^ PROPOSAL AND SPECIFICATIONS
FOR
S_NSE'. PUMP STATION SYSTEk
V NITARY SEWER Ty INSPECTION
SE#ER GROUTING, PHASE li - '985
AIRPORT STORM SEWER CLEANING
INDEX
Sunmary of Fair PrActices A'4f,,Dtive Action Prograr, City of Berton
Scope of Work
Instruction to Bidder
Call for Bids
-Certification by Proposed Contractor/Subcontractor/Supplier/ref. EEO
`Minority and Waxns Business Enterprise Participation
*Certificatior Of EEO Report
*Certification of Bidder's All, native Att'an Plan
*Non-Collusion Affidavit
*Certification re: Assignme^t of Antitrust Claims to Purchaser
*Minimur Wage For-
*Bid Bond Form
-Proposal
*Schrdule of Prices
Bood to the City Of Renton
Contract Agreement
EEO Compliance Report Sample am Instrurt.ions
Environmental Requlation listing
Special Provisions
Technical Provisions
Retail Sheets/Standard
Documerts marked * ab:rve must oe executed by the Contractor, President and
Vice-President or Secretary if corporation by-laws permit. All oaoe, Must be
sign'.^ In the event anothr• person has been duly authori_ed to ex.atute contract%.
a copy ,f the corporation rirtes estahlishinq this authority Must. 're attached to
th. bid document.
City of Renton
Public Yorks Department
Renton WashinOton "OSS
(Yon-FNMA Ont l
CITY OF RE" CA�1 _FOR BIDS
SUNSET PUMP STATION SYSTEM
SANITARY SEWER ry INSPECTION S
SEWER GROUTING, PHASE II - 1985
A AiRPORT STORM SEWER C:EANiNG
Sealed bids will be received until 2:30 p.m., FeOr�ia,ry_6Lh 1 at
the City Clerk's office, and will be opened and puDlT. I rem 'fin '1tli fTOCr
conference room, Renton municipal Building, 206 mill Ave. South.
The work to be performed within 90 working days from the 4ate of commencement
under this contract shall include, bul not tk. lir,ted to,
ram t3ry Sewer Flushinq, In-Line TV inspection. In-Line Sanitary Sewer rxroutirl e'
approximately 13.300 l.f, c+f h' , 1," and 12" Sanitary Sewer main.
Stcr, Sewer Clearing, rrit Removal an-.1 % lnsnection of aPDroxirately 1877 1
60" reinfcrted concrete storr sewer nine, 21P3 L.i'. of -,'e E' rnncre'e Cox euli,p
and 1346 L.F. of B x 5' cnPcretP tax al'r-rt 11P writ S,de ,f roe oe^t"'.. "
The City reserves tre right to reject ary and!or 311 biis and to waive err d,i&or
all informalities.
Approved plant snd specifications and form of contract documents may be obtained
at the Public Woks Department office at the Renton municipal Building for a
deposit of S �,N each set plus S ,. $O to cover postage, if mailed. The
deposit will be refunded upon return o* the Plans and Specifications in quod
condition within thirty days after bid opening. The mailing charge will not be
refunded.
A certified check ,r bid tend in the amount of five pervert (5-) of the total
amount of each bid must accompany each b,d.
The City's Fair Practices and Non-DisL'icinotiur Policies shall apply,
%ity Clerk
Published:
Record chronicle: 'ar, lhtt . '3ri,
Daily Journal of
Comlaerce: - an. 16th. 23rd, Arta 31th. 19t1S
CITY iF RENT"
SCOPE IF WORk
SUNSET %MID S`.T10N i'STEM
SANITARY SEWED TV 'INSPECTION
SEWER GROUTING, PHASE 1I - 1985
A AIRPORT STOPO SEWER CLEANING
The work involved udder the terns of this Contract document shall be full and
complete installation of the fac'lities as shown on the plans and in the spec-
ification; to include, but not be limited to, sanitary sewer flushing, in-line
TV inspectior, ant in-lint sanitary sewer g^outing. The sanitary sewers are
cement concrete pipe with rubber gasket--, "stalled since 1963. The Sunset Pinup
Station sanitary sewers sub systems to be improved tre:
Year installed
,iencoe Division No. 2
and uivision No. 3 6,400 of a` 1969
Sierra Nights A School 3,000 _r 3" 196E
N.E. 24th St. 700, 04 d" 196E
Adsivs Vista :,100' 0 "' 1976
The Cedar River Area Saritary Sewers shall also m flushed, TY'ed and !routed.
These sewers are cement concrete and vitrified clay pipe installed around VOW-11.
Cedar River Housing 1,630' of 9" 1943-
22S' of 10' "
130' o" 12"
00' r.f lb"
The sewer grout shall he :i-N CR+250 Grout, or approved e;ual, the Contractor shall
test all -oints in the work lirits to 4 psi.
The work also includes storm sewer flushing, in-tine TV inspection, and grit/debris
removal of the old Black River Channel storm drains at the westside of the Renton
Municipal Airport. Tte mxaiority of the Airport Black River storm drains were built
in 1973.
Black River �trrm Drains 1,d72' of 60" 197+
2,163' of 'x5' Pox 19 3
1,346' of 3x5' BPx 1973
The airport storm drains shall be cleaned, flushed A TV'ed.
The airport storm drain cleaning work on the Black River system, will be a additive
itemlbiA schedule and be included or deleated by the city at the city's Cition,
' INSTRUCTIONS TO BIDDERS
' 1. Sealed bids for this proposal will be received by the City of Renton at the
office of the Renton City Clerk, Renton City Nall, until 2.30 o'clock p.m.,
on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the
bids will be corsidered and the award made as early as practicable.
Na proposal avy be changed or withdrawn after the time set for receiving
bids. r (Vosals shall be Submitted or the forms attached hereto.
i 2. The work to a done is shown oo the plans, Quantl"es *stnrd to
be only Opp oyimate Final payment wil' be based u• ie,r, ,a ssureavint of
actual guar ties and at the un;t. price bid. The City reserves the right
to add or to elirinate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the public Works Department
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4 . The bid price fc- any item must include the performance of all work
necessary for completion of that Item as described in the specifications.
5. The bid price shell be stated in terms -f the units indicated and as to a
total amount. lr the event of errors, the unit price bid will govern.
' 'legible figures will Invalidate the Did.
6. The right is reserved to reject any and/or all bids and to waive Inform-
alities if it is deemed advantageous to the Clty to do so
A certified cnec4 or satisfactory bid bond made payable without reservation
to the Director of Finance of the City of Renton in an amount not less thar
5% of the total amount of the bid shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately following the decision
as to award of contract. The check of the successful bidder will De
returned provided he enters into a contract and furnishes a satisfactory
Performance bond covering the full amount of the work within ter days after
receipt of notics of Intention to award contract. Should he fail, or refuse
to de so, the check shall be forfeited to the City, of Renton as liquidated
damage for such failure.
t. All bids must be self-explanatory. No opportunity will be offered for oral
explanation except as the City may request further information on particular
points.
' 9. The bidder shall, upon eQuest, furnish information to the City as to his
financial Ord practical ability to satisfactorily perform the wo:'K.
' �C. ^a.�-z for this work will be made in Cash Warrants.
VMZUT "A"
CITY of R90rox
' 'CNNARY DP PAIR PRACTICtS PCLICI
.:Oprtr RI RRSDLNTION RC. 2340
The policy of tks City of Rtnt*m is to Promrte and *!ford aqua:
troat:ant and acrvi*o to a:: eitiseme and to amour* #qua: a+P:oy-
*tnt opportunity to all persona repardiooe of race; *reed; error;
*thnioity; nations., origin; sac; t o presence of a non-;eb-rt:attd
phytieel, aaacory, or mental handicap; ag*; or marital *tatua.
This po:ioy she:: be based on the principles a! oqua: RRF:oym*nt
opportunity and affirmative action guidelines as set forth in
federal, etnts and :oaa: laws, A:: department* of the City of
Renton she:: adhere to the fo::owing guide:iwes:
' :� dNFLc'7Nfk7 PRACT..CS'S - A:l a*tivitiss re:atinF to amp:oy-
seni swop as r�orm tmen t, oe le osi*n, Fro+c ti an, tsrwi ns slow
and training sks:: be conducted in a non-4i#oririn2tcry
-anner. P*r*onn#: decisions will be bared rn individwa.
' performance, staffing rear.,r*mew ac, and.in accordance
with poverwinq Civil Strvioa Law and the agroameat
between the City of Mouton and the Washington State
Council of Ccunty and City tmployoso.
t :'2- COCPfRA TIDN W:TN RCNAA P-^A...,.5._=RGA k'"A TICNS - The ;"ity :!
eat�on T:. ao*porato ?�� y ut�x aiy"arganxaaiien+ and
comnieoions organized to promote ;air practices and same:
' opportunity in rmr.oymont.
'1+ ff:R A,S_— TI"I PGGAAM - The City cf Renton A!firmattis,
e ttow raprar w�i r Noticed to !a0i4sato souitat:s
' representation within the City wcryfore# and sr secure
#ouaI enjjoyment opportun{ty to a::. It she:: be the
reoponaibility and dutyp o! a:2 City offiois:o and omr oyce,
tc carry out the p*:ioios, guidelina# and oorreativo
we course a* act forth by this ;wfm*. ^orrootive
reF:oynent programs may be o*tat:iah#d by the Nayer on
tka rroomwendation of an Affirmation Action COP-ittoe for
thoso doparen#nt■ in whioh a protected e:ass of enP:oysee
eit under.repr*eented.
sCRT A,�y",FCR•n' ONLS CIA TIDN - Contractors, subcontraotpre an,.
+uPp.cers sow wettnp�ainess with the :i 4y of Renton
rhali affirm awed subscribe to the Pair Practices and Ron-
Diaerimination peltaioo act larch by :av and in she
Affirmative Asti" Program.
' ,�pi*s :f this Poif#y she:: be distributed tv a:t 3-y eml 'oyoes,
+ha:: appear in al: apperariowa: documentation Cf the .ity, iwe:wdi na
hid *a:,*, and that; bo prominently displayed in appropviatt City
' favi:i ties.
CONCDRARC IN by the City Council of the Ti-y of R*wton. Washington,
this 2d daa t! Juze lose.
.L"Y OF RRN.M RQTOR C"Y CDGtCI L:
�lbnbw+�S�..n�atS _,_ '�.,..� �.ii�tarw+•
Mayor Counai. President
Attest:
Issued: July 30, 1971
/f
/ �Y.�7d__ Revised: February 9, 1074
it/� •. Rovlaod: Juno 2, 1990
tY .t
1 LEGAL DOCUMENTS
Q
:aT:ON 51 PRCPOS[a COWRAMTOR. SOSCONTMCTOP Ava SUPPLIER MKILDING SOCAI EmVLDPMT9T OPPdRTVNITI
rolect awe
NSTRUZ7 CNc
erttftestion is required pursuant to etd*t&l Executive Order 1124e. She 1apleaentlnq rules and
•:ions provide that any bidder Or prospective contractor. or any Of their prOPOMd subcontractors
-pltero. shall !rate as an initial part of the bid or ae90tlations of the contract whether It tar
.pst*d in any previous contract or subcontract al.b)ect to the equal opport,mity clause-, and. if
•",,that it hat fl:td all 000016Aee TOPGrtt dux under SPOICAbIt instructions.
y has heretofore sdoottd Resolutioi. 2140 under date of June 2. 1940, awendieg a 'Fair Practices
as aaplosmnted by on 'Affiraative Action. Program' therein amendino the Policy Of the City of
to prosoto and afford eqn: treatment and Service to all citizens sad to assure *qua. amployM-t
-sity based on abiliq and fitness to all persons regardless of race; crowd: color, ethnicity.
-zl origin; Sea: the preeebbe of a non-)tab-rslatod physical, Sentory or wontal handic&Ps age or
p . : status. This Policy Shall IikwlS9 apply to all contractors. subtontractbrs and suppLst$
■■ ,t,nq business with the City of Renton 'he in turn Shall affirm and subscrtb* to Bid practices
,idea. The aforementioned provisions shall not apply to contracts or subcontracts for standard
:ial suppliers ow row materials or firms or organizations with lots that eight OmPloysas oc
•C[A Of lets that SIC,020 buetee&S per annul with the City.
1 tnw Contractor!$'-J ontrACtOri Supp�itr (hereinafter referred t0 as Ne Contractor? is requtrad bI
ty of Renton to submit an Affirwative Acti0n Plan, -he Min~ acceptable pr*cantsq* of ainbrity At
anent w111 be that percentage which to currently listed In 'APPO�dix I' •ty Of "P[On Goals and
.a:Jze) in the published Cltp Of RentOh AffizVAtiV* Action PrOAMIM, i.e. ',;a• Thin Pr"rt* Is
_Ill* for review at the municipal auI*dlnq.
-.let-igned contractor tharetore co-starts, stipulates and agrees that during the performance of
-win. tt he wil; not discriminate &galnst any person in, hiring• rrcwoting, discharging, cOmeen-
or ony other term or condition of OMploywent, by reason of Such Person's status. reference
-;1 Categories listed in par&. 2 above.
,-,to r further agrees that he will take affirmative and continuous upon t: insure full eompllAhet
rich policy AMd program In all ceepacts: It being strictly understood and greed that failure to
math aby of the terms of said provisions shall be and constltute a material breach Of this
r_t.
- .actor &hall, Door request and/or as soon as possible thereafter, furnish Arto the Cltl any &Do &;1
^ation and reports r*4uired by the City to determine whether full comolianc* has been w&de by the
-r:tol with Said policy and program and contractor will permit access to his books. rocor4% and
,.to by the City for the purpose of invgstiostion to ascertain such compliance.
- "-tor further aoxnowledges that he has roceivwd a true and covolat* copy of the CIC)'a 'Fair
:-es Policy.'
— — .a.✓✓rdct enti ication�i
_ICA^ION sy'I CONTRACTOR or SVSCONTRA=: or SUPPLIER
NAk£:
ADDRESS,
REPRESENTATIKS_ ��..-
' TIT"; PN:NI,
:antractor'Subcontractor/Supplier hat Participated it a previous contract or subcontract sutlt+t
tc the rgAal Opportunity Clause: _yes _Nt
pli&nce reports "to required to be filed In connection wilt such contract or ,beontract..
_yes _No
co�tHetoYiubeorcraetor!SuppLer has filed all compliance reports due undo Applicaole
IUAttwCticnsi yes at
.f answer to itch 7 is 'RA', pigs$* explain in data,'. On revwrse aide of t`is certification,
;EIITIflCAT10:, The Information above to true and Oo►pl*to to the beat of m, xhowledg* and bellef
' --,--Tuna anT�liTi Tli0riTi'eun typ* orr prih ---
Slinaeur*
-.'ad o•' C.t, Aut!aYI Y,. Date,
1 PUBLIC kPRX OR INPROCEMYF.NT Y
PAR.ICIPA-.If% CERTIFICATION: REF. RS 15.2—WI
EX__IMM $11.0w (OR Si5.000 FOR WATER.NA_S CONSTRCCrl(A)
MINORITY BCSI::ESS MERP➢ISES (FIDE)
and
WCME.NS' MINORITY BCSINESF £1TER?RISES (FFOE%
tBCSINESM OWNED AN. CFERA'.FO BY wOMEN)
Contractor agrees that he ahsll active.y solicit the employment of minority group
' ,m"ra. Contractor further agrees that he shall actively solicit bids for the
achcontracting of goods or services from qualified minority businesses. Contractor
she. l furnish evidence of his compliance with these requirements of minority
erpij,,-"nt and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority bidders on the oasis of substantially equal
P"Pp Sals in the light most favorable to Said minority businesses. The contractor
%hall be required to submit evidence of compliance with this section so part of the
' 31d. As used in this auction, the tmta 'minority business" u• ns a business at
least tlfty-one percent of which is owned by ALnority group members. Minority
croup members include, but are not limited to backs, woman, native Americans.
'riental-s Eskimos, AieeCi and Spanish +Marictna. The City will consider sworn
afffoa,�its presented by subcontractors in aivance of contract award at one means of
establishing minority status in accordant* with triteris cited above,
t be eligible for award of this contract, the bidder must saecute and submit, as
a part of the bid, the following certification which will be deemed a part cf the
resulting contract. A udder's faliare to submit this certification �r suhmission
.I a false certification stall render fit bid nonresponsive.
vlN1M BUSINESS ENTERPRISE CERTIFICATIOY
Certifies the;:
Nam* of Bider
,a) it (does' (does n>t) intend t+ sublet a portion of the contract work and
t ;ham) (has not) taAen affirm ttivc action to seek out and consider minority:
business enterprises as potential subcontractors.
the contacts made with potential minority business enterprise sutcentractera
and the results thereof are listed below. Indicate whether MBE or WK.F and
i trntify u1nority group. (If necessarv, use additional sheet.)
i Name of Fir bid:tem, Ruauiu cf Contactsl Cl
❑ ❑
❑ �.—...!
❑ C
_ has bean deatgmted a•
' t'�.a `1a s.r c?fi yr t:i .�;:—uaattit icn cf the minority has mess ant a rrr l a
rn+gra, fcr Ltis fir. .
1
CERTIFICK'10K OF EQO4L bMPLOI?Qhi OPPORTtINM REPORT
t Certification with retard to the PQrfortance of Previous Contracts or Sab-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
1 The bidder proposed subcontractor hereby certi£i es that he has
Rat not participated in a previous ccntract or subcontract subject to
*qua: opportunity clause, as required by Executive Orders 10925, 11114 or
11.4t and that he has has not filed with the Joint Reporting
,osittee the Director ohe Office —o"edera: Contract Compliance, a Federal
.;over4o"t contracting or administering agency, or the former President's
Cosittee on Equal Employvent opportunity, all reports due under the spplicablt
filing requirements.
.�omranv,
by;
�7it el
Date: _
Note. The above certification is required by the Equal Employment Opportunity
Regi.istsons of the Secretary of Labor (4. CFR 60-1.7 (b) (1), and must be
subritted by bidders and proposed subcoi—rectors 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 fcrth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$ri ,POo oo ander are ext.:rt.l
Currently, Standard tone 100 EEJ•i1 is the only report required by the
' Ixecut:ce rders or their implementing regulations.
Propjsed {rime contractors and subcontractors who have participated sn a
previous contrast or subcontract subject to the Executive Orders and have not
filed the required reports should note that 41 CFR 60-1.' (b) (i'. prevents
the sward of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other Period specified by the
' federal Hig!+ways administratsor. ar by in, Director, Office of Federal :ontract
Compliance. t'..5. Department of Lstor.
CCFTIFICAT101. OF B10UER5 AFFIRM>-,Iti ACTIX', PLAN
Bidder is t: indicate by check-mars which of the folloung statements pertains to tha
bid nac2Age, and is to sign the certification for that specific statement:
It is hereby certified that the bidder is exempt from the Cit)'s
Afflrm+t ile Action Plan regGlrements because:
"Average annual emricynent level is less than eight permanent employees,
and the total contract amount with the Citr during the current year is
less that. SIC,000
Date
Compaq,
' E1 Title
;F1 b) It is hereby certified that an approved m
ed Affirmative Action Plan 1s on
file with the Cit) Lf Renton, and that said Plan specifies goals and
timetables which are valid for the cu^rent calendar veer.
Company
Gale
B1 . _— _..__.__.
_ Title
JF 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
v D>
the City as a prerequisite to the contract award, and it includes:
1) Present utilization of minorities and females by )ob classification.
2) Goals and Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action Steps directed at increasing MinOrlt)
and Female Utilization.
Date
ompan)
B1: Title
' ^F. Ii dy It is htreb) certi led that an Affirmative Action Plan w111 be sup plied
to the City of Renton within five (S' %orl.ing days of receirr of
notification of low-bidder status. Said Plan will be suF;ect ore•'i e.
and approval b) the City as a prerequisite to the contract a%,rd, and
it will include.
1) Present utilization of Minorities and Females by Job Classlf icatie-..
2) Goals and Timetables of Minorit) and Female Utilizstion, and
3) Specific Affi rmative Action steps directed at increasing Minorite
and Female Utilization.
Compant
i
NON-COLLUSION AFFIDAVIT
1
STATE OF NASHINSTON )
SS
COUNTY OF )
r _
being dL_sworn, deposes and says, that he is the identical person
who submitted the foregoing ,oposal 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.
rSIGN HERE:
r -
rSubscribed and sworn before me this _ day of
19
i
rNotary Public in and for the State of
residing at
rtherein..
r!
r
r
r
rCERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
rTO THE CITY OF RENTON
RENTON, WASHINGTON:
rVendor and purchaser recognize that in actual economic practice
r overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Therefore, vendor ht-ehy assigns
' to purchaser any and all claim, for such overcharges as to goods
and materials purchased in connection with this order or contract,
except as to overcharges resulting from antitrust violations
commencing after the ds ._ of the bid, quotation, or other event
establishing the i ce under ^•:is order or contract. In addition,
vendor warrants and represents that each of his Suppliers and
subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
MName o rojer
r
rName Bi des Firm
Signature ef Authorized Representative of Bidder
r ate
1
r
r
MINIMUN WAGE AFFIDAVIT FORM
t
C,ty of Renton
55
COUNTY OF
u� I, the undersigned, having been duly sworn, deposed, say and certify
e that in connection with the performance of the work of this project,
■ I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing
rate of wage or not less than the minimum rate of wages as specified
in the principal contract; that I have read the above and forego-ng
statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
■■ CONTRACTOR
fSubscribed and sworn to before me on this day of _
Notary Pub a 11 and or the State
of Washingtor.
Residing at
BID 8010 %OR.M
Herewith find deposit in the forr of certified check, cashier's check, cash,
or bid bond in the amount of E which arount is rat less than five
percent of the total bid.
Sign Here
EID BONG
Know All Men By These Presents:
That we, as Principal,
and as Surety, are
held and firmly bound unto the city of Renton, as Obligee, in the penal sum o'
Dollars, for the payment
of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee sha'1 make any
award to the Principal for
accorcing to the terms of the proposal or bid made by the Principal therefor,
and the Principal shall duly make and enter intc a contract with the Obligee it
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 s➢ecified in the call for bids,
then this obligation shall be nal and void; otherwise it shall be and remain
in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damages, the =mount b' this bond.
SIGNED, SEALED AND DATED Tr IS _ DAv Or 75_
— —3----ca—•-- —
aSurety
19
' Received return of deposit in the sum of S
1
PROPOSA:
1 TO THE CITY Of REh'ON
RENTON. W+SMINGTON
iGentlemen:
The undersigned hereby certif_ that _ "s examined the site 0+ -e
proposed work and ha__ read and tnorougrly understand_ the z1ars,
specifications and contract governing the work embraced it this ir„,ovement,
and the method by which payment will be nude for said work, and hereby propose
to undertake and complete the work embraced iw this improvement, or as much
:^.erect as car be completed witr the money available, it accordance w,th tre
said plans, specificatiors and contract and the following schedule of rates
1 and prices:
(Note: unit prices , all items, all
extensie• „ and total amount of
tid shou-d be show,. Show unit
prices both i writirg and ,r
figures.)
' Sir
Address
Nares of MrberS of Ddrt,-ership:
Name of Pres,dent o+ Corporation
1 Name of Secreta,y of Corporatior
Corporatior Organized under the taws o$
' vain Office it State of Washingtor at
SUNSET PUMP STATION SISTEM
SCHEDULE "A"
SCHEDULE OF PRICES
SAN:TARV SEWER TV INSPECTION,SEWER GROUTING, PHASE 11 - 1985
(Note: Unit prices for all items, all extensions and total amount of
b:d must be snown. show unit prices in both words and figures
and where c,n�lict occurs the written or typed w--ds shall preval-)
ITEM APPRO%. ITEM WITH UNIT PRICED BID UNIT PRICE AMJUNT
L:O. aUAVTITY Lnit Frims to be eritten in Words DOLLARS CTS. DOLLARS CTS.
13,J2� ,.r Sanitary Sewer Flushing
S ber L.F,'-_------....... ZGc ds1 ...Z. 113,M LF Sanitary Sewer TV Insoectior
c
i
3. 3,275 Ea. Sanitary ;ewer Ir-Line Joint Test
I S t
i
4. 1.2iy1 Ea. Sanitary Sewer In-Lire Joint Seal- I
ing
i
S Per Ta.
5. I 4 Tons Sanitary Sewer Debris Reroval and
Disposal
- Per Te.
E. 0 Ea. Sewer Kinhnle Sealinn
I, I per fd...
� I
i I
iSubtotal Scheoule A I.
01..1 Sates Tay
TOM SCHEDIIt E -A"
1II I � I
I
I
SCHEDULE "B"
SCHEDULE OF PRICES
AIRPORT STORM SEWER CLEANING
ADDITIVE ALTERNATE
(Note: 011t prams for al Items, all extensions and total amount of
:Id must be sham. Show unit prices in Doc' words and figures
and whare .onflict occurs the written or t.;; . words shall prevail.)
ITEM APPRO%. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
No. QUANTITY unit Prices to be written an words DOLLARS CTS. DOLLARS CTS.
1. 5,425 LF Storm, Sewer Fluahing 8 Cleaning
Per _ Wends, rgW'eS
_. 5,425 LF Storm Sewer TV Inspection
.--
3. 6).,' Cv ,Storr Sewer Debris Rewval and Disp
S _
Per Cubic Yard
ADDITIVE ALTERNATE
Subtotal Schedule "B" '
8.1 Sales Tax
-t--.
TOTAL SCHEDULE "B" ADDITIVE ALTERNATE
i
Total Schedule "A"
Total Schedule "B
TOTAL SCHEDULES "A" A "B" i I
i
i
I
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
as pri opt pal, and corporation organ zed
and exist tog under the laws a the State of as a surety
corporation, and qualified under the laws of the State Of Washington to become surety
upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of
S for the payment of which sum on demand .,e bind our-
selves and Our successors, heirs, administrators or Personal representatives, as the
case may be.
This obligation is entered Into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at Washington, this day of 19
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and curs want to Ordinance (or Resolution) No. 2295 providing for
which contract is referred to herein and is made a Part hereof as though attached hereto),
and
WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to Perfor the wor. therein provided for it .he manner and within the time
set forth;
NOW, Tf C'eEf DRF if .a;d
shall falthful 'p perfo,m all of the provista'.s of said contract in the manner and within
the ti,r therein set forth, or w'thir such extensions of time as nay be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materialmen,
and 411 persons who shall supply said principal or subcontractors with provisions and
supp'ies for the car,�ing on of said work, and shall hold said City of Renton harmless
from any loss or da^age occasioned to any perf,,n or pr<perty by reason of any care-
lessness or negligence on the part of said principal, or a. v subcontractor in the per-
formance of said worA, and shall indemnity and hold the Cit1 of Rent.,n harmless from
any damage or expense by reason of failure of perfor^ nce as specified in said con-
tract or from defects appearing or developing in the material or workmanship provided
or performed under said contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; bu: other-
wise it shall be and remain in full force and effect.
Revised. 8/t6/83
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 to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike manner,
in connection with tht City's Project (identified as No. _
for improvement by construction and installation of: _
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and a .
other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and
any other governmental authority having jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials.
appliances, machines, tools, equipment and services shall be furnished
2 of 7
Contracts other Than Federal-Aid FHMA
and the construction installation perfomed and completed to the
satisfaction and the approval of the City's Public Works Director as
being in such conformity with the plans, specifications and all require-
ments of or arising under the Cor[ract.
2� The aforesaid Contract, entered into by the acce)tarca of the Contractor's
bid and sigring of this agreement, corsists of tht 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 attat"d, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
ON Maps R Plans
f) Bid
g' Acvertisement for Bids
h) Special PrUiSiorS, if any
i; Technical Specifications, if any
3. If the ,ontractor refuse-, or fails to proee�uta -
thtrenf, with such diligence as will insure t.
time specified , this Contra,_t, or 8^v eatersinn it writing therec' .
or fails to complete said work with ^, time, er if the Contractor
Shall be adjudged a bankrupt, or if he should rake a general assignmert
for the beeefit of his creditors, or if a rece'ver shall be appointed On
account of the Contractor's insolvent), or if he or anq of his
81
Contracts Other Than Federal-Aid FNMA 3 of 7
subcontractors should violate any of the provisions of this Contract,
the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation ar non-compliance of
any provision of the Contract shalt 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 nonce 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 com encE erformance thereof within thirty (30)
days from the date of serving such notice, the City itself may take
over the work under the Contract and prosecute the same to completion
by Contract or :y 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, my, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, macrinery, appliances, etivipment, plants
anal other properties belonging to the Contractor as may be on site of
the project and useful therein.
V The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
Contracts Other Than Federal4jd FNMA ! of 7
S) Contractor agrees and covenants to hold and save the City, Its officers,
agents, representatives and employees harmless and to promptly indemnify
same from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred
by reason of any work arising under or in cunnection 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 at)out 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 '^vention, process, article or appliance manufactured for use
in the performance of the Contract, including 'ts use by the City, unless
otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party
to any litigation commenced by or against Contractor, then Contractor
shall proceed and hold the City harmles; and he shall pay all costs,
e,nenses and reasonable attorney's fees incurred or paid by the City
in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney s fees that may be
incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements 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
5 of 7
Contracts Other Than Federal-Aid FHMA
notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid,
certified or registered mail.
7) The Contractor shall co0mence 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 comriencemert. For each and every working day of delay
after the established day of completion, it is hereby stipulated ano
agreed that the damages to the City occasioned by said de'.y will be
the sum of
as liquidated damages (and not as a penalty) for each such day, which
Shall be paid by the Contra for 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
this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the
wo•k and pay for any damage to other work resulting therefrom which
shall appear within the period .3f one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The Cit.
will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, and Contractor shall be
6of7
Contracts Other Than Federal-Aid FNMA
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 scheoules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining
to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the C ntract, including the payment of all
persons and firms performing labor on the constriction project under
this Contract or furnishing materials in connection with this Contract;
sail bond Lo be in the full amount of the Contract price as specified
in Paragraph 11. The surety or sureties on such bond or bonds must be
duly licensed as a surety in the State of Washington.
11) The total amount of this Contract is the sum of
which includes Washington
State Sales Tax. Payments will be made to Contractor as specified in the
"Special Prov,sions" of this Contract.
Rev. 4103
Contracts Other Than Federal-Aid FHWA 7 of 7
IN WITNESS WHEREOF, the City ha., caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set
his hand and sea, .he day and year first above-written.
CONTRACTOR CITv OF RENTON
rest der,t artner ner Mayor
ATTEST:
Pcretary ty C erk
dit a
t nn ame
Individual_ Partnership
Corporation _ A Corporation
tate o ncorporation
Attention:
If business is a CORPORATION, name of the corporation should be listed in
full and both President and Secretary must sign the contract, OR if one
signature is permitted by corporation by-laws, a copy of the by-laws Shall
be furnished to the city and made a part of the contract documert.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/t .`o`.ng business as) and firm or trade name; any one partner
may Sign the con .ct
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by d/b/a and name of the company.
CONTRACTOR/SUBCONTRACTOR
Rt REPORTING PLR!,
MONTHLY MANPOWER UTILIZATION REPORT .} Month: Year
♦
To be subritted to the City's Project Goals and Timetables as cossiittr.'
Engineer daring the 1st week of following �� in Contractor's Affirmative
month while contract is in y.'ogress. Priam Action Plan
Contractor is responsible for obtaining and -'—"
s mittn all Subcontractor Reports. or per City's Plan 0------------
To: (era end Ideation of Caapllesce Aaaacy wept.
from: Isar ma Iota ton of centrr.t.-
This report is requird ,v Executive Order 11246, Sectim 203. Failure to report can
result in sanctions which include suspension, termination, cancellation, or drharment uC
contrac-
s e.
,Inc- .to. •Ota:
work Hour. of Eaployaent (Sea footoct.) rity nulter .t,
a. a or e.
Clu a1 0. • • T cf ynrrl Er pb�
f Sae Y.1 s- en Aa 1e:J .043 to;al
Company'a Fame =ela Ilona Tote ale ek ^lc 'naiar he L1< :e- er.
''a" ft Lad a1. v`
r
AD
Tr
A _
Tt
A.
Tr
Tr
A
TiTT
Av
Tr
An
Tr
,.cr.park rill eia l'a pis nature anEff
t e "ate i.K;nea - . ., .
.� .. ,•Malay i Females, "Minorities L NCn-mltor tivs
-dJ Submittal Requirements 6 City's Goals-risntables)
INSTRUCTIONS FOR F11IHG Q 10iA HENS t"II:,ILATION AEPORS (CITY OF RELATOR)
The Employment Utilization Report is to be completed by eacb subject contractor
(both prime and subcontractors) and signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the term of the contract, and they shall Include the total work-hours we-ked on
the project for each emplovec level in each designated trade for the entire reporting
period. The prise contractor shall submit a report for its work force and shall
collect and submit rel:orts for each subcontractor's work force to the Compliance
Agency that is funding their construction project.
Reporting Period . . . . . . . . . . . Self-explanatory
Compliance Agenev . • , , , • , , , , City of Renton (administering department)
Contractor . . . . . . . . . . Any contractor who has a qualifving
construction contract with the City of
Renton.
1. C.mpanv', Sam,= . . . . , , . . , . Any contractor or subcontractor who has a
qualifying contract.
.. Trade . . . . . . . . . . . . . Only those crafts covered under applicable
EEO bid conditions.
i. Work-hours of Employment . . . . . The total number of hours worked 1,v all
earyloyees in each classification; the total
number of hours worked by each *minority
group in each classification and the total
verk-house for all vntorn.
i.,att i, R[nn . . . . . . . . . , ;'he level of accomplishment or status of
the worker 1n the trade, (t - Crnftwn rker -
Qualified, Ap - Apprentice, Tr - Trainee).
Percr.,t 0. vinority wnrk-
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.)
S, Total Number of Hinority
i mpl . . . , . , • • , . . . . `;umber of minority emplowus working in
:ontractor's aggregate work forge Burin,
reporting period.
6. Total Number cf Employees Number o' all employees working in contractor's
aggregate work force during reporting period.
+ Minority is defined as including Blacks, Hispanics, Awrrican ;ndians and A,.
and Pacific Islanders - both man and women.
REQUIREMENTS FOR THE PREVENT?ON OF ENVIRONMENTAL
POL . 0XCES
In accordance with the provisions of Chapter 52, Laws of 1973,
H.B. 621, the Contractor shall lacuTe any permits or licenses
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Kin County Ordinance No. 1517 requires Building and Land
eve opment ivlsion an y raulics Divisior 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 star.d.
Ards to be incorporated into project design by Engineering
Services. Reivew by Hydraulics Division.
King County Ordinance No. 800, 40. 900 N,i. 1006 and Resolution
o. o. o. ob$��n3 F+o;—TT*I�c0etained
in rng ounty Code 11iles 8 &no 10 are provisions ror disposi
tion of refuse and litter in a lictased disposal site and pro-
vide penalties for failure to compiv. Review by Division of
Solid Waste.
Puget Sound Air Pollution Control A enc, Re ulation I: A regu
lation to controlthe emission ; 1' air contaminants rom all
sources within the jurisdictici of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in
accordance with :ne Washington Clean Air Act, R.C.W. 70.94.
WASHINCTON STATE DE.PARTk;FNT OF ECOLOGY
N.A.C. 18-02. Requires operators of stationary sources of air
cofltailiinants 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 1 .
R.C.W. 90.48. Enacted to maintain the highest possible standards
to ensur' ewe purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
by industries and others to prevent and control the polls. ion of
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law also provides for
civil penalties of $5,000)day for each violation.
R.C.W. 70.95, Establishes uniform statewide program for handling
so iT'd`vastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
the surface of the ground or into the waters of this State except
At a solid waste disposal sate for which there is a valid permit.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.370. Provides for abatement of additional fire haz-
ar (lands upon which there is forest de",is) 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.K. 76.04.010: Defines terms relating to the suppression or
a atement o orest fires or forest fire conditions.
R.C.'1. 70.94.660: lrovides for issuanc of burning permits for
• atin�" oroT pre••ention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 16.04.310: Stipulates that everyone clearing land or
c earzng rig t-of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses, or at such other times as the
department may specify, and in compliance with the law requiring
burning permits.
R.C.N. 78.44: Laws governing surface mining (including card,
grave , stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations.
W.A.C. 332-16: Delineates all requirements for surface mined
an rec amation.
W.A.C. 332.24: Codifies requirements of R.C.W. 76.04 pertaining
to an 7 earing and burning.
tJ. S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13_ 1902: Authoi -
izes ecretary T rm7• an ores o ngin eers to issue permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and
specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500
8b-3ta% 5 �utFonzes ecretary o t e Army, act?ng
Y. roug t eorp6 of Enginee.s, 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 determined that such
discharge will have adverse effects on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899:
rove es t at isc arge o re use art out a permit into navigable
waters is prohibited. Violation is punishable by fine. Any citi-
zen may file a complaint with the U. S. Attorney and share a per
tion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use
permior tilling, quarrying including borrow pats 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 availahle at the Department
of Public Works or Building and Land Development Division.
Shoreline 11 ement Act 1171 requires a permit for construction
on State s ore ines�acquired by Public Works and reviewed
by building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land
fills, grave pits, dumping,u umping,gquarrying and mining operations
except on County right-of-way. 3eview by Building and Land Develop
ment Division.
WASHINGTON STATE DEPART'rtENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain
projects. (King County Department of Public Works will obtain. )
WASHINGTON STATE DEPARTMENT OF ECOLOGY
P:.A.C. 173-220: Requires a National Pollutant Discharge Elimi.iation
ystem 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 tatc surface or ground water (such as gravel washing,
Pit operations, or any operation which results in a discharge
which contains turbidity.)
W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use
e reviewe y LTie 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: Requires permit to use ground water.
W.A.C. 508-12-260: Requires { ermit to construct reservoir for
water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood
contro zone. King County Public Works secures one for design.
Contractor secures one for his operation (:alse work design, etc. ) .
-3-
PERMITS REQUIRED FOR THE PROJECT - Continued
WASHINGiON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except
or small outdoor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.W. 76.04.150,
76.04.1.0. 76.04.180, and 70.94 due to exteme fire weather or to
prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchant-
ab a tim5er .
R.C.K. 76.08. 275: Operating permit required before operating
power equipment in dead or down timber.
R.C.W. 78.44.080: Requires permit for any surface mining opera
tion me u ing sand, gravel, stone, and earth from borrow pits) .
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3 1699: Requires
permit for construction (other than bridges, s-�ee� S. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain) .
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010 52.28.020, 52.28.030, 52.26.040 52.28.050:
rovr es aut nrlty or, requirements o an pena ties tar failure
to secure a fire permit for building an c--pen fire within a fire
protection district.
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 1899 General Fr_Pr_.=.id e
Act o `•tare , an enera n ge Act o _4 as amenddedd
Au u�s�1 19 equires a permit f'or construction oTTriTg on
navig` aTile 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, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970.
PUGET SO"\ POLLUTION CONTROL AGENCY
Section, 9.02(d) (2) (iiil of Regulation I : Request for verifica-
tion oC popu3atton ensiiy, ontractor should 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. 1r, (preventing particulate matter from becoming
airborne) .
-4-
PERMITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
Title 4_. Chapter Ic, Part 61: Requires that the Environmental
grotecrion gency a notz to S days prior to the demolition of
any structure containing asbestos material (excluding residential
structures having fewer than r swelling units) .
The above requirements will be applicable only where called for
on the various road projects.
Copies of these permits, ordinances, laws, and resolutio..s Ate
available for inspection at the Office of the Director of Public
Works, 900 king County Administration Building, Seattle,
Washington, 98104. It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices
and no additional compensation shall be made.
All permits will he available at construction site.
5-
I . . a ..
1 ,, �. �� — i� ., .. . ., . .
, . . �, r
�i
,. I is � ..•
� i
4MY-412121-AA PRCVAIL1Nu NININUM WIRY •AwE IATES NJVEMgFR 21. IVM
IT:''fPAT042 PINE4 FDUIP•4EN1 11KRATORS
t%tMFR 6 *AT6E CCNLTAUCTIUNI
47i ",I :iELAN. CLALLAM. WOSLA ITHAT PORTION rhiCh I Ifs MFST IF THE
1.'JTW WFAI HA41. .NAYS l.AROAU, ISLAIVU. JifFFASON. RIM.. KtTSAP.
e1TTItAS. It'01S. yASJN. PAL1flL 1NJiTH JF A STRAIGHT IINt. fM, +
IHt SCUT4f AN ®WNiUIKY LF LEPIS CIXINTY FXTEND'.11 WEST TO THE
PACIfIC uCfANI PIRCE. SKAGIY. SNOHJMT 91. THLR iUN. WHATC�P AN'
YAKIRA L"UNTIFS.
' - 1�,:1 KIVFf ItS
H)AL T.+ v it APF 1.1�p lYHA. STA if
of 4S1='. )-J7 WHIZ. Sit?.
TITA.: H).,...• ;)NtF IiS 4.J1 l/HA. F
TKAINI N. IJNA .21 16"
K .SJP I
4�.1-.Y•. n ! 11 t a 16. .
aK.]^•UIJ •1�MHA IT:f„ ASf IVP. AN.! IA� Stw r(Tn IS.N?
A•, i t3.1t. 1 1". .
I •. r'
f7?A."W-f •,IS '
HWY-41232J-4S PREV411114 'AINIWUM HOURLY WAGE RATES NUCM9EP 21, ►f1N4
CICCJeAT174: PTIWFR FOUIPNfNT ^PFRATIMS
I SL.1Ek C WATER CONSIRUCTICNI
L �CAllwN: CHFLAN. CLALLAM. T10UoLAS 17HAT PORTUM WHICH LIFS WEST Of THE
120T� MFRIOIANI, [.RAYS FAk8UP. ISLAND. JLFFERS:!N. KIM,. 61TSAP.
t/ TTITAS. LEWIS. NASD%. PA6IFIC INC'RTH �F A STRAIGHT LINE F*04
THE SUUTHFRN ROJNOAAY LA LFWIS CO)IVFY ExTt NOFO WEST TU THE
OACIFIC C'CIANl PIEkCF. S<AGIT. SAOHCMISH. THURSICN. k4ATCU4 At.
YAKINA CULPMES.
WA :T 4ATcS
`1` 1 O(C.U� ATIGN STATE Ft,)t..:.t.
J) Stk IWTIJN RATE 441,
- `t? 1h.425 lb.
-.�1-•1 . . . ! A•,. 1/•'0 1b.`•l.l , 1�,A _A', "-ll Lb.425 16.4t',
TO J4Ill (ILRtt TVP, 1 16.425 16.4zI
1" )-J1P.1 f kt`"!T-r V L L A )14 It{N" V11.1
N 3200 atN TV,k.n
,A'- 12TO 4tC14A',ILAI :.htAil, ttA- I I . .
�1 '—)2 TJ •tAVIV, 4Ai'tl'ila 1,-. . Ib. .lu
54:'-jl4J P,:T ItKt4AN I-No1Nt iPFeA1F,' Ad,;V! T t,i .l Ib.4 16.4)
' v +1tli T11A'a 11 —11 IS.4;
L6.4)7
)-0J&o IA1,V T.'li ;I;, ,t: 1, I...tr w1` 1,.4h •1 ..
F '- `l i ' .. �46dt T Stw 14.4•. 1 •.
1+.4t
14. .f,
HWY-R 1'12O-AA PRFVAILING MIFIMUN HUURLV WAGE RATES NAWCMpFR 21, 1994
CCC)PATION: POWER FDUIpNF,NT UpERATORS
(SEWER L WATFR CCNSTRUCTIGN►
L ILAT I Jot LMELAN, CLAtLAM. JOJGIAS ITMAT PURTIUN WHILH LItS '.EST OF THE
12JTh MERIPEA41. LA AYS HARBGW. ISLA40. JFFFFKS)4. KING, KITSAP,
KITTITAS. LEWiS, 4ASUK. PACIFIC IW'RIM OF A STRAIGhT I INF FROM
THE SJUTHE04 BOUNDARY OF LEWIS COUNTY EXTFAOLO WEST TO HE
PALIFIC LrCtAN1 PIERLL. SKAGIT, S4U111MISH. THURSTJ4. WHATCOW AND
YAKIMA Cl;tINTif S.
CT Hi 4
SdO-991I STATE : UVLRTIME-AII WE'RK PEPFURMEC IN LACLSS
OF B 41JRS JtK JAY UK 40 HOURS PER WffK 4%i!
ALL •LRK PCRFORMFD ENI SATURDAYS ILKCLPT MAKL-
UP OATS) AND SUNDAYS SMALL Of PAID AT CNF AYD
ONE--MALE TIMES THE REGULAR RATE OF PAY.
ALL WORK PERFIRNEC ON HOLIDAYS SHA,.L 4C PAI:)
AT DOUBLE THE RFGLLAR RATE OF PAY.
:.I TY o n1 •.r,ir,
L984 %taty .LtANI
TV I%SPf'CT1..4
Y.
t1UY-R 12121-AA PRFVAtLt NG MLNIMJM MUWLY M4uE RAILS NOVENSCR 21. 1984
OCCUPATIONt TR U FIC LONTROI STRIPFRS
L,'1TIONI STATFw1iF (tXC.FPT SAh JUAN CCLhtY)
FkINGE AENEFItS
APPVFNIICL TRAINING .)6 1/t R. STATk
MEALT'i A%:) WFIFARk 1.50 fih.4. STATE
PENSION .50 lit-t. STA TF
TOTAL NJURLY RENFFIT, 2.15 U MR. tFOFRAL
WAGE RATFS
OCC UP AT IJN (,LLJPATI,� STATL FL Jt MA
CO)C DFSCRIpT1UN KATF RATT
"0-0110 FJRFNAN 19.51 -
9:;)-)020 J,x1RYYMAh lb.6i la.
JTMEK
920-1470 STA Tt : )VLRIIML - MCURS 1N fXLi SS : A ♦q IN.
ANY MARK WkF$( SMALL Ft P410 At •I%i
AND CNC-MAIF Ti MFS TH It.GJIAK KAti.
Lt TY Uk of
IOR♦ Sl wt
TV iNSJF( '.
AND (iR'Y1( i
P4GE i1
r
r
1
!
r
1
1 SPECIAL PROVISiONS
!
1
i
1
!
r
1
1
1
1
1
CITY OF RENTON
WEST HILL ii' TRANSMISSION PiPELI M
STANDARD SPECIFICATIONS
APVA STAM M6 SPECIFICATIONS
THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION
PREPARED BY THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS
ASSOCIAY On, 1981 EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE
'STANDARD SPECIFICATIONS' AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF
'HE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER Cr THE CITY OF
RENTON, SO FAR AS APPLICABLE. ARE HEREBY INCLUDED IN THESE SPECIFICATIONS
AS TIWNIGH OUOTED IN THEIR ENTIRETY AND SHALL APPLY EXERT AS AMENDED OR
SUPERSEDEr) BY THE SPECIAL AND TECHNICAL PROVISIONS HEREIN.
A COPY OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE
PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 9005S. WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY,
WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE OWNER.
SW.H REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY OF RENTON, AND WHERE
' REFERENCE IS MADE TO THE ENGINEER, SUCH REFERENCE SMALL BE CONSTRUED TO
MEAN THE DIRECTOR OF PUBLIC WORKS, CITY OF RENTON, OR HIS DULY AUTHORIZED
REPRESENTATIVE.
' NOTE: THE SPECIAL AND TECHNICAL PROVISIONS HEREINAFTER CONTAINED SHALL BE
:N ADDITION TO OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS
IN CONFLICT HEREWITH.
NEAOIIIBS
' HEADINGS TO PARTS, SECTIONS, FORMS, 4RT:CLES, AND SUSARTICLES ARE 'NSERTED
FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTER PRETAT,ON
' OF ONTRACT DOCUMENTS.
SPECIAL AND TECHNICAL PROVISIONS STRUCTUtE
' THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION TO, OR IN LIES OF, D:VIS:DN
II, III AND IV 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 SECTIONS ARE MARKED, 'ADDITIONAL SECTION'. THE
SPECIFICATIONS HEREIN ARE TC RE AN ADDITION TO THE STANDARD SPECIFICATIONS
NOTED, WMtRE SECTIONS ARE NARKED 'SUPPLEMENTAL SECTION' THE SPEC:F'.CATIONS
HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATS IONS.
' SPECIAL PROVISIONS
' INDEX
' SEC110N PAGE
r SECTION I
SPECIAL PROVISIONS
S`ANDARD SPECIFICA:190
AC' OF GOD -
SHOP DRAWINGS
OR EQUAL
' APPROVAL
SECTION 2
POPLIC OPENINGS JF BIDS
SECTION 3
CONSIDERA'VIN Dr RICs ,
SECTION A
PROCEDURE AND PROTEST BY THE CONTRACTOR SP 2
USE OF MA7ERIALS FOUNC ON THE PROJECT SP I
WASTE SITES SP _'
HQURS OF WORK SP A
CC'-TRA[7OR'S COP JF OF CONTRACT DOCUMENTS SP A
SECTION S
S!!PMI TTALS SP A
' CONSTRUCTION STAKING SP A
FINAL ACCEPTANCE SP 5
MFTNOO OF SERVICE OF NOTICE SP 5
ERRORS ANC OMISSI^NS (P R
' SECTION I
SA41TATIDN SP h
' LOAD LIMITS SP 6
EMPLOYMENT OF STATE RESIDENTS SP 6
WAGES SP 6
SUBCONTRACTING SP 9
RECORDS AND REPORTS SP 9
CONTRACTOR'S RESPONSIBILITY FOR WORK 5P 1C
RESPONSIBILITY FOR DAMAGE SP 10
PROTECTION AMR RESTORATION OF PROPERTY SP 10
RESTORATION OF STRUCTURES AND SURFACES SP >1
V"ILITIES AND SIMILAR FACILITIES 5r
' PUBLIC. LIABILi"Y AND PROPERTN DAMAGE cr
GENERAL SAFETY REQUIREMENTS SP 13
FLAGMEN, BARRICADES, AND SIGHS SP 13
DUST CON'RDL SP 14
RIGHTS OF MAY SP 14
' E"PLOYNEN` OPENINGS SP 14
SECTION O
' PROGRESS SCHEDULE SP 15
�RECONSTRUCTIOA CONFERENCE SP 15
40'ICE TO PROCE0 SP 16
T1NE OF CJ4PLETION SD 16
LIQUIOATEC DAMAGES SP 16
DYERTINE WORK BY OWNER EMPLOYEES SP 17
CONTRACTOR'S PLANT AND EO,'IPNFN' SP 1'
ATTENTION TO WORK SP 1T
SECTION 9
' MEASUREVENT OF QUANTITIES SP 17
SCOPE 0' PAY4ENT Sr :p
OWNER'S RIGHT TP WITHHOLn CERTAIN AMOUN'S SP 18
t
1
1
1
WEST HILL 12"
CITY Of RENTON TRANSMISSION PIPELINE
SECTION 1
1-1.39A SPECIAL PROVISIONS (ADDITIONAL SECTION)
' ALL PROVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO AND
PP,VICING FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE
DELETED AND VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE
COCUMENTS SHALL BE THE BASIS FOR PAYMENT OF ALL WORK PERFORMED UNDER THIS
',7N!RA7.
' 1-1.399 STANDARD SPECIFICATIONS tADDITIONAL SECTION)
' OTHER CERTAIN REFERENCED STANDARDS. AS USED IN THIS SPECIFICATION, ARE FROM
THE IATEST EDITIONS OF!
AWWA AMERICAN WATERWORKS ASSOCIATION
ANSI AMERICAN NATIONAL STANDARDS
ASA AMERICAN STANDARDS ASSOCIATION
ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS
1
1-1.50 ACT OF q{O (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.
' 1-1.51 SNOP ORANINGS (REPLACEMENT SECTION)
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS Of INSTALLATION, OR OTHER
CONSTRUCTION PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, OR A MANUFACTURER
AND S4MITTED FOR THE APPROVAL OF THE OWNER.
1-1.52 OR EQUAL IRE PLACEMENT SECTION(
' WHERE THE TERM "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON
RECOMMENDATION OF THE ENGINEER, SHALL BE THE SOLE JUDGE Of THE QUALITY AND
SUITABiLITv OF THE PROPOSED SUBSTITUTION.
1-1.53 APPROVAL tREPLACEMENT SECTION(
' THE TERN "APPROVAL" OR "APPROVED" SMALL MEAN APPROVAL GIVEN BY OR GIVEN
PROPERLY ON THE BEHALF OF THE DOER.
' SP - I
' C1Tt OF RFNTON NEST HILL 12"
TRANSMISSION PIPELINE
SECTION 2: Blt PROCEDURES AND COWDITH
2-1.12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION)
SCALED BIDS WILL BE RECEIVED BY THE CITY OF RENTON, WASHINGTON. BY -.LING
WITH THE CITY CLERK, MUNICIPAL BUILDING. RENTON, WASHINGTON, AS PER CALL
FOF BIDS AND WILL BE OPENED AND PUBLICLY READ ALOUD.
SECTION 3
3-1.01 CONSIDERATION OF BIDS (ADDITIONAL SECTION)
AWARDING OF CONTRACT WILL RE BASED ON TOTAL SUM OF ALL SCHEDULES OF PRICES.
NO PARTIAL BIDS WILL BE ACCEPTED.
SECTION 4
' 4-1.05 PROCEDURE AND PROTEST By THE CONTRACTOR 0EPLACEMENT SECTION',
ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR HIS
' SUPERINTENDENT OR FOREMAN AS TO THE MEANING AND INTENT OF ANY PART OF THE
PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY
BROUGHT TO THE ATTENTION OF THE PUBLIC WORKS DIRECTOR OR HIS
REPRESENTATIVES FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
FAILURE 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 ACCFPTANCE OF ANY SUCH WORK OR
MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN
SED.
TO PREVENT DISPUTES AN4 LITIGATION, IT IS FURTHER AGREED BY THE PARTIES
HERETO THAT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE
THE QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THESE
IMPROVEMENTS. HE SMALL DECIDE ALL QUESTIONS RELATIVE TO THE EXECUTION OF
THE WORk AND THE INTERPRETATION OF THE PLANS AND SPECIFICATIONS.
IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH
INTERPRETATION, HE SHALL. WITHIN 3 DAYS, NOTtFV THE ENGINEER AND THE CITY
CLE K IN WRITING OF THE ANTICIPATED NATURE M AMOUNT OF THE DAMAGE OR
' DAMAGES. TIME IS OF THE ESSENCE 1N THE GIVING OF SUCH NOTICE. IN THE
EVENT AN AGREEMENT CANNOT THEN BE REACHED WITHIN 3 DAYS, THE CITY AND THE
CDNTRACTOR WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL SELECT A THIRD
WITHIN 30 DAYS THEREAFTER.
SP -
CITY OF RENTON NEST HILL 12'
TRANSMISSION PIPELINE
' THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND
BINDING DN THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHI*, 13 DAYS,
CHALLENGES THE FINDINGS AND DECISION BY SERVING AND FILING A PETI-1014 FOR
REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR
THE PETITION FOR REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND
DECISION:
1, ARE NOT RESPONSIVE TD THE DUES-IONS SUBMITTED;
2. 1S CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THERE:'.';
3. 1S ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS -w '4t
' LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORT. 'N
WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON 'HE EVIDENCE ADDUCED F` A+`
' SUCH HEARING.
THE ARBITRATION SHALL RE CONDUCTED IN ACCORDANCE WITH THE STATUTES OF THE
STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SJCH PROCEDURE.
THE COSTS OF SUCH ARBITRATION SHALL BE BORNE EQUALLY P.Y THE CITY AND THE
CONTRACTOR UNLESS 17 IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'S
1 FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHGJT REASONABLE
FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALt BE BORNE BY THE
CONTRACTOR,
' THE VENUE OF ANY SUIT SHALL RE IN KING COUNTY, WASWIVITON, AND IF THE
CONTRACTOR IS A 404-RESIDENT OF THE STATE OF WAY 'N6TON, HE SMALL DESIGNATE
' AN AGEN', UPON WHOM PROCESS MAY BE SERVED, BEFORE COMMENCING WORK UNDER
THIS CONTRACT.
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT iREPLACEMENT SECTION`
ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE
^15^_ARDED FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFJLLY
SALVAGEC 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
DELEVEREC TO THE CITY SHOPS.
I
' ANN COST INC'JPRED IN SALVAGING AND DELIVERING SUCH ITEMS SMALL RE
CONSIDERED INCIDENTAL TO THE PROJECT AND NC COMPENSATION WILL BE MADE.
t 1,12 Y11TEE SITES 4ADDiTIONAL SECTION)
ALL MATERIALS 'ESIGNATED BY THE ENGINEER TO BE WASTED SMALL BE HAULEC,
DUMPED, AND SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR,
' SP - 3
I CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
' THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE
SITE. ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE
INCIDENTAL TO OTHER ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE.
THE RO',TE TAKEN TC THE WASTE SITE SHALL BE 11AINTAINED SOLELY BY THE
CONTRACTOR IN A MANNER AS DESCRIBED BELOW:
THE CONTRACTOR SMALL 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 1S MANDATORY.
4-1.13 NOURS OF MW (REPLACEMEN' SECTIONI
THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
' PERIOD FROM B-00 A.M. TO 5:0C D.M. THE HOURS OF WORK MAY BE CHANGED AT THE
DIS^RETION OF THE ENGINEER WHEN 1T IS IN THE INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE Tn REASOAS OF SAFETY, HEALTH, OR WCLFARE.
A-1.14 CONTRACTOR'S COPIES OF CONTRACT OOCMIM
' ,",'FACTOR WILL BE SUPPLIED BY THE OWNER WITH 5 SETS OF PLANS AND
SPECIFICATIONS. AT LEAST 1 !OMPLETE 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 TIMES AVAILABLE TO THE OWNER AND THE ENGINEER.
ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE FURNISHED
PY THE OWNER AT NET COST OF REPRODUCTION.
' SECTION 5
' 5-1.03 SUTNIITTALS (REPLACENFNT SECTIOW`
' TWE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE
DATA, CERTIFICATES, SAMPLES, TESTS, METHOD, SCHEDULES. AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT TMt MATERIALS AND
EQUIPMENT TO BE FURNISHED AND THE METHODS OF WORK COMPLY WITH THE
' PROVISIONS AND INTENT OF THE SPECIFICATIO'Y`_ AND DRAWINGS. IF THE
INFORMATION SHOWS ANY DEVIATION FROM THC CONTRACT REQUIREMENTS, THE
CONTRACTOR SHALL, BY A STATEMENT IN WRITING ",OMPANYING THE INFORMATION,
ADVISE T4E FNGINEER nF THE DEVIATION AND STATE THE REASON THEREFORE.
e S-I.DS CONSTRUCTION SIAKING iREPLACEMENT SECTIW
THE ENGINEER SHALL HAVE THE RtGMT TO MAKE REASONABLE CHANGES IN THE GRADES
AS THEY ARF SHOWN ON THE DRAWINGS. GRADES WILL BE ESTABLISHED IN THE FORM
' OF OFFSET .TAKES AT DISTANCES NOT GREATER THAN 50 FEET. SET IN ADVANCE OF
THE WORK. WHENEVER WORK IS IN PROGRESS, THE CONTRACTOR SHALL HAVE IN HIS
EMPLOYMENT A WORKER COMPETENT TO SET A BATTER BOARD O" OTHER CONSTRUCTION
GUIDE FPJM THE LINE AND GRADE STAKES G'VEN BY THE ENGINEER.
_'"Y OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
' S'JCH EMPLOYEES SHALL HAVE THE DUTY AND PESPONSIBILITY OF PLACING AND
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 REQUIRE RESETTING, A SUM SHALL BE DEDUCTED FROM THE
' CONTRACTOR'S FINAL PAYMENT EC'tIVALENT TO THE EXTRA COST IN ENGINEERING
REQUIRED FOR SUCH REPLACEMENT.
*HC LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING:
1. REQUESTS FON OSE, EQUIPMENT, AND METHOD OF OPERATION ARE SUBMITTED
FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRlCR TO USE.
' Z. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 TIMES
DAILY BY CONVENTIONAL METHODS.
3. PROPER ANCHOR14G OF PIPE IS PERFORMED IN LOCATIONS WHERE A BOX IS
BEING USED FOR EXCAVATION.
' THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE
SETTING OF STAKES FOP THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK
DELAYS WHILE WAITING FCR C^4STRuCT1pN GUIDES.
' THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS
AND TRANSFERRING ELrVA'IONS 0 MEASUREMENTS MEASURED FROM SUCH STAKES AND
MARKS.
DELAYS BY REASON Or LACK OF STAKES OR A TIME REQUEST 01t SURVEY LESS THAN 3
DAYS ARE DEEMED A RISK TO THE CONTRACTOd AND SHALL NOT BE THE BASIS FOR
CLAIMS FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME.
ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTAL TO
QTHER BID ITEMS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WILL RE MADE.
5.1.12 FINAL ACCEPTANCE (REPLACEMENT SECTIONI
THE CONTRACTOR S4ALi NOTIFY THE ENGINEER IN WRITI4G OF TIT_ COMPLETION OF
THE WORK WHEREUPON *HE ENGINEER WILL PROMPTLY, BY PERS04AL INSPECTION,
SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH
THE TERMS Of THE CONTRACT, AND SHALL THEREUPON RECOMMEND TO THE OWNER THAT
THE WORK IS ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY Of THE
WORK SHALL BE MADE BY ;Mi OWNER.
' 5.1.15 IETMDD OF SERVICE OF NOTICE (REPLACEMENT SECTION)
WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN
PERSON TO THE IMDIVIDUAL, OR TO A PARTNER OF THE FIRM, OR TO AN O"FICER OF
THE CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF TIE QNNER IS A
GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE
FCSINESS ADDRESS SHOWS !\ 'HE CONTRACT DOCUMENTS.
' SP - 5
1 CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
5-1.17 ERRORS AND OMISSIONS :REPLACEMENT SECTION)
e IF THE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS
s OR OMISSIONS IN THE CONTRACT DOCUMENTS DR IN THE LAYOUT AS GIVEN BY SURVEY
POINTS AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN
THE CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE
SHALL IMMEDIATELY INFORM THE ENGINEER, THE ENGINEER, IF HE DEEMS IT
N£CEbSARY, SHALL RECTIFY THE MATTER AND ADVISE THE. CONTRACTOR ACCORDINGLY.
' ANY WORK DONE AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE AT THE
CONTRACTOR'S RISK.
' SECTION 7
' 7-1.04 SANITATION (ADDITIONAL SECTION)
ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION
FACIL?TIES SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT AND NO
COMPENSATION SHALL BE MADE.
' 7-1.07 LOAD LIMITS (REPLACEMENT SECTION)
ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL
' STRICTLY ADHERE TO CH, 46.44 OF 'HE MOTOR VEHICLE LAWS OF THE STATE OF
WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGHT,
AND LOADS OF MOTOR VEHICLES.
' PAYMENT WTI ' -TT BE MADE FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF
THE LEGIT FOR WHICH TPE VEHICLE IS LICENSED.
ANY VIOLA1. THESE REGULATIONS SHALL BE REPORTED TO THE AFFEf`TD LAW
FNFORCEMENI ALu.T,
THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL
HAUL VEHICLES USED ON THIS PROJECT, LIST14G THE VEHICLE NUMBER, LICENSE
NLIMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS.
7-1.08 EMPLOYMENT OF STATE RESIDENTS (REPLACEMENT SECTION)
' THE SECTION ON EMPLOYMEN' OF STATE RESIDENTS IS DELETED IN ITS ENTIRETY.
7-1.09 WILES (REPLACEMENT SECTION)
THIS CONTRACT IS SUBJECT TO CHAPTER 39.12 RCM, AND AMENI`MFNTS AND ADDITIONS
THERETO RELATING TO MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEDERAL WAGE
LAWS AND REGULATIONS ARE AL'.' APPLICABLE. HOURLY MINIMUM RATES OF WAGES
AND FRINGE BENEFITS ARE SHOWN IN THE CONTRACT, WHEN FEDERAL WAGE RATES AND
FRINGE BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE UNITED STATES
DEPARTMENT OF LABOR DECISION NUMBER SPECIFIED IN THE SPECIAL PROVISIONS.
C1TY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
1
THE CONTRACTOR, ANY SuECONTR, - t" 0' 't"SON DOING THE WORK OR ANY
PART OF IT SHALL NOT PAY ANY W�;,i">... , 0 ORFRS. OR MECHANICS LESS THAN THE
REQUIRED HOURLY MINIMUM RATES OF WAGLS SHOWN IN THE CONTRACT, WAGES IN
EXCESS OF SUCH HOURLY RATES MAY BE PAID. iN AC"1TION TO THE WAGE RATE
DESIGNATED, THE EMPLOYER SHALL CONTRIBUTE FOR EACH COMPENSABLE HOUR THE
FRINGE BENEFITS LISTED. IT IS SPECIFICALLY UNDLRSTOOD AND AGREED THAT THE
WAGE RATES AND FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJECT TO CHANGES,
THAT TOE BIDDER ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY
INCREASED LABOR COST BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN
THE CONTRACT. THE CITY DOES NOT WARRANT OR REPRESENT THAT LABOR CAN BED
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 THE 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 WHE4E A COMPLAINT OR
INQUIRY CONCERNING PREVAILING WAGES MAY BE MADE.
ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE OF WASHINGTON
' DEPARTMENT OF LABOR AND INDUSTRIES AND BY THE U.S. SECRETARY OF LABOR, 1F
THERE IS A DIFFERENCE BETWEEN THE TWO iN THE PREVAILING RATE OF WAGE FOR A
SIMILAR CLASSIFICATION OF LABOR, THE CONTRACTOR SHALL PAY NOT LESS THAN THE
WAGE WHICH IS THE HIGHER OF THE TWO.
1; THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE
RATES DETERMINED BY THE STATE DEPARTMFNT OF LABOR AND INDUSTRIES. HE SHALL
9 PRFSENT TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES
IN A PROGRAM APPROVED BY THE STATE APPRENTICESHIP COUNCIL AND THE PERIOD OF A
PROGRESSION FOR EACH SUCH APPRENTICE EMPLOYEE.
' IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE
RATES DETERMINED BY THE U.S. SECRETARY OF LABOR, HE SHALL PRESENT TO THE
ENGINEER WITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF
A STATE APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE
U.S. BUREAU OF APPRENTICESHIP AND TRAINING. IN THE ARSLNCE OF SUCH A STATE
AGENCY, THE CONTRACTOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION
' BY THE U.S. BUREAU OF APPRENTICESHIP AND TRAINING. THE CONTRACTOR 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 TF1E CONTRACT AND SUCH
DISPUTE CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUOING LABOR AND
MANAGEMENT REPRESENTATIVES, THE MATTER SHALL BE REFERRED TO THE DIRECTOR OF
' TOE DEPARTMEN' LABOR AND 1NDUSTRIES OF THE STATE OF WASHINGTON (OR TO
THE UNITED STA.ES SECRETARY OF LABOR WHEN PREVAILING WAGES ESTABLISHED BY
THAT OFFICE ARE INVOLVED) , AND HIS DECISION THERZIN SHALL BE FINAL,
eCONCLUSIVE AND BINDING ON ALL PARTIES INVOLVED iN THE DISPUTE.
i
CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
' IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED 1N THE
SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST ThE DETERMINATION OF THE
APCROPRIATE WAGE RATE FOR THE CLASSIFICATION AND FOR THE AREA IN WHICH WORK
IS PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF -HE DEPARTMENT OF LABOR
Ah'1 INDUSTRIES.
' IF THE CONTRACTOR UTILS THE OCCUPATION CODE WHEN SUBMITTING PAYROLLS AND
WAGE AFFIDAVITS, AND M. E 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 (3) YEARS AFTER THE
DATE OF ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS
FOR THAT PERIOD. WHERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS
I FOR THE CONTRACT ARE MAINTAINED BY SUBCONTRACTORS OR AGENTS OF THE
CONTRACTOR, THE CONTRACTOR EXPRESSLY GUARANTEES THAT THE RECORDS OF SUCH
SUBCONTRACTORS OR AGENTS SHALL BE OPEN TO INSPECTION AND AUDIT BY
REPRESENTATIVES OF THE CITY ON THE SAME TERMS AND CONDITIONS AS THE RECORDS
OF THE CONTRACTOR. IF AN AUDIT IS TO BE COMMENCED MORE THAN SIXTY (60)
DAYS AFTER THE ACCEPTANCE DATE OF THE CONTRACT, THE CONTRACTOR WILL BE
GIVEN A REASONABLE NO-1CL OF TIME WHEN SJCH AUDIT IS TO BEGIN.
BEFORE PAYMENT IS MADE BY THE CITY OF ANY SJMS DUE UNDER THIS CONTRACT, THE
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY OF
' "STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM L E I NUMBER 700-29
WASHINGTON STATE DEPARTMENT OF LA3'P AND INDUSTRIES).
UPON COMPLETION OF THIS CONTRACT, THE CITY MUST RECEIVE FROM THE CONTRACTOR
j AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L 8 I
NUMBER 700-7 STATE DEPARTMENT OF LABOk AND INDUSTRIES) CERTIFYING THAT ALL
PREVAILING WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY
' MUST RECEIVE FROM THE PRIME CONTRACTOR A COPY OF "REL`ASE FOR THE
PROTECTION OF PROPERTY OWNERS AND GENERAL CONTRACTOR" (FORM L. 8 1. NUMBER
206-83 THE STATE DEPARTMENT OF L=ROR AND INDUSTRIES). THESE AFFIDAVITS
' WILL BE REQUIRED BEFORE ANY FUNC` =.TAINED, ACCORDING TO THE PROVISIONS OR
RCM 60.28.010 ARE RELEASED TO THE 04TRACTOR. FORMS MAY BE OBTAINED FROM
THE DEPARTMENT OR LABOR AND INDUSTRIES. A FEE OF $12.60 PER EACH
"STATEMENT OF INTENT TO PAY PREVAILING WAGES" AN 'AFFIDAVIT WAGES
S REQU Y EACH FORM SUBMITTED-TO Toi--DEPARTMENT OF LABOR AN6
INDUSTRIES. THE CONTRACTOR IS RESPONSIBLE FOR PAYMENT F THESE FEES AND
HALL MAKE ALL APPLICATIONS DIRECTLY TO THE OEPARTMEN_T_Tr_LTnT_ NT
' INDUS IES. THESE FEES SHALL BE INCIDENTAL TO ALL THE BID ITEMSS
CONTRACT.
IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TO THE NASHINGTON STATE
DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PR".IDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REQUIRED
BEFORE ANY FUNDS RETAINED ACCORDING TC THE PROVISION OF RCM 60.28.010 ARE
�j RELEASED TO THE CONTRACTOR.
$� SP - 8
CITY OF RENTON WEST HILL 12'
TRANSMISSION PIPELINE
1-1.111 SVOCONYRACTING (ADDITIONAL SECTION!
BEFDRE PAYMENT Of THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT
OF AMOUNTS .-iV. MINORITY BUSINESS ENTERPRISE ANDlOR WOMEN BUSINESS
ENTERPRISE, PARTICIPANTS ON THE FORM PROVIDED BY THE CITY, CERTIFYING THE
AMOUNT PAID 10 MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS
ENTERPRISE PARTICIPANTS.
1-1.11J RECORDS AND REPORTS (REPLACEMENT SECTION)
' THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUBMIT THE FOLLOWING
DOCUMENT BEFORE PROGRESS AMD/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE
kPPROVED BY THE PUBLIC WORKS OIRECTOR:
1. EACH MONTH - DEPARTMENT OF LA90P STANDARD FORM 297
2. EACk JULY - STATE HIGHWAY FORM PR-1391
THE OWNER WILL FURNISH THE,: FORMS TO THE PRIME CONTRACTOR DURING THE
PRECONSTRUCTION MEETING,
AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SHALL BE EXECUTED BY THE
BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH CONES WITHIN THE
1 PROVISIONS OF THE EQUAL E14PLOVMFNT OPPORTUNITY REGULATIONS OF THE SECRETARY
OF LABOR AS REVISED MAY 21, 1968. THE FORM OF CERTIFICATE WILL DE
FURNISHED TO THE CONTRACTOR WITH THE PROPOSAL. STATING AS TO WHETHER HE.
' HIS FIRM, ASSOCIATION, CO-PARTNERSHIP, OR CORP.,.,ATIDN HAS PARTICIPATED 114
ANY PREVIOUS CONTRACTS OR SUKONTRACTS SUBJECT TO THE EQUAL. OPPORTI'N:TY
CLAUSE AND IF SO, WHETHER nR NOT " HAS SUBMITTED ALL REPORTS DUE UNDER
APPLICABLE FILING REQUIREMENTS.
FAILURE OF THE PART OF THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL
9E DUE CAUSE FOP REJECTION OF THE BID.
IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT TO BE MA^-, EXCEPT FOR LACK Of AN
EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATL, REFUSES OR FAILS TO
' PROMPTLY FXFCUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER
NOTICE 8. THE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKING FROM HIS
PROPOSAL, THE PROPOSAL GJARANTEE, IN FORM OF BOND. CHECK, OR CASH WHICH
ACCOMPANIED THE PIC. NIL_ BE FORFEITED TO T4E CITY,
WHENEVER A CONTRACTOR REQUESTS PERMISSIOA TO SUBLET A PART Of ANY CONTRACT
AND SUCK CONTRACT CDMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY
1 REGULATIONS OF THE SECRETARY OF LABOR, REVISED MAY 21. 1968. HE SHALL
OBTAIN 'HIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD IT
TOGETHER WITH SUCH REOOEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT
' OF SUCH CERTIFICATION FROM THE SUBCONTRACTOR.
FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FRG! 'HE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT.
SP - 4
J; �FN'ON WEST NIL' 12`
TRANSMISSION PIPELINE
7-1.13 CONTRACTOR'S RES4"SIBILITY FOR WORK ;PEPLACEMENT SECTION;
' THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE
rONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CAOSE, EXCEPT THAT CAUSED SOLELY BY THE ACT OF THE OMMER WHICH MAY OCCUR ON
10 TO TPE WDRk DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR
' ,:AMAGL DCCURS. THE CONTRACTOR SHALL IMMEDIATELY MARE GOOD ANY SUCH LOSS OR
:'-(WAGE, AND 1 THE EVENT OF THE CONTRACTOR REFUSING OR NEGLECTING TO DO SO.
'aE JWNER MAY 'TSELF OR BY THE EMPLOYMENT, OF SOME OTHER PERSON MAKE GOOD
ANY SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SHAL.. BE
CHARGED TO THE CONTRACTOR.
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY CF
HIS AND HIS SUBCONTRACTOR'S EMPLOYEES. AND FOR HIS AND HIS SUBCONTRACTOR'S
PLANT AND EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK.
DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL
PURSUE ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED TgREBY.
ND PORTIONS OF THE WORK WHOSE SATISFACTORY QC,LITY OR EFFICIENCY WILL BE
AFFECTED BY UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED WHILE THESE
CONDITIONS EXITT, UNLESS BY SPECIAL MEANS OR PRECAUTION'. ACCEPTABLE TO TMF
ENGINEER, THE CONTRACTTR SHALL BE ABLE TO OVERCOME THEM.
1
7-1.10 _RESPONSIBILITY FOR OANRBE (ADDITIONAL SECTION)
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUG WITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS JTILIIED BY HIS EQUIPMENT FOR THE
e DURATION OF THE PROJECT. THE CONTRACTOR SHALL RE 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
N7 COMPENSATION WILL BE MADE FOR THIS SECTION.
'MPLAINTS OF DUST, MUD, OR UNSAFE PRACTICES AND/OR PROPERTY DAMAGE TO
1TE OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPT ACTION
IN CORRECTING WILL BE REQUIRED. WRITTEN NOTICE OF CORRECTION OF COMPLAINT
)'EMS WILL BE CALLED FOR SHOULD REPLT.ITIVE COMPLAINTS BE RECEIVED BY THE
CITY.
7.1.16 PROTECTION AND RESTORATION OF PROPERTY !REPLACEMENT SECTION)
THE OWNER WILL OBTAIN ALL EASEMENTS ANJ FRANCHISES REQJIRED FOR THE
' PROJECT. THE CONTRACTOR SHALL LIMIT HIS OPERATION TO THE AREAS OBTAINED
AND SMALL NOT TRESPASS ON PRIVATE PROPERTY.
THE OWNER MAY PROVIDE, CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE
' W^PK UNDER THE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS %' SUCH LANDS.
THE CONTRACTOR SHALL NOT UNREASONABLY ENCUMBER THE PREMISES WITH HIS
EQJIPMENT OR MATERIALS.
1 SP - 10
CITY OF RENTON WEST HILL 12"
TRANSMIScION 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 FACILIT'ES OR STORAGE OF MATERIALS. HE
SHALL CONSTRUCT ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS
REQUIRED BY HIS OPERATIONS. THE CONTRACTOR SHALL CONFIN: HIS EQUIPMENT,
STORAGE OF MATERIAL, AND OPERATION OF HIS WORKERS TO THOSE AREAS SHOWN AND
DESCRIBED AND SUCH ADDITIONAL AREAS AS HE MAY PROVIDE.
t RESTORATION OF STRUCTURES AM SURFACES
A. GENERAL. ALL CONSTRUCTION WORK UNDER THIS CONTRACT ON EASEMENTS,
RIGHT--6fT.CV, OVER PRIVATE PROPERTY OR FRANCHISE, SMALL BE CONFINED TO THE
LIMITS OF SUCH EASEMENTS, RIGHT-OF-MAY OR FRANCHISE. ALL WORK SHALL BE
ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DiSTURBANCE AND A MINIMUM
AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES
' ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS AND
TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS.
B, °TRUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS
Mal JF_NEMKARY FOR THE PERFORMANCE OF THE WORK AND, IF REQUIRED, SHALL
RLHUILD THE STRUCTJP« THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH
MINIMUr REQUIREMEN' : AS HEREIN SPECIFIED. HE SHALL ALSO REP?,IR ALL
' EXISTING STURCTURES WHICH BE DAMAGED AS A RESULT OF THE WORK :1NDER THIS
CONTRACT.
' C. EASEMENTS - CULTIVATED AREAS AND OTHER SURFACE IMPROVEMEN-S. ALL
CULTIVA D S,AR EITHER G ICUL UR L R L WNS, AND HE SURFACE
IMPROVEMENTS WHICH APE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALE. BE
RESTORED AS NEARLY AS POSSIBLE Tu THEIR ORIGINAL CONDITION.
PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-NAY, 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
THFIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES DESTROYED
OR DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL
QUALITY AT NO ADDITIONAL COST TO THE OWNER, IN THE EVENT THAT IT IS
NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT
' AND ROLLED AND REPLACED AFTER THE TRENCHES HAVE BEEN BACKFILLED. THE LAWN
AREA SHALL BE CLEANED BY SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
' THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL
TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK,
INCLUDING EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH HAVE
LAWN AREAS. ALL FENCES, MARKERS. MAIL BOXES, OR OTHER TEMPORARY OBSTACLES
' SHALL BE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS
BACKFILLED IN THEIR ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY THE
OWNER AND PROPERTY OWNER AT LEAST 24 HOURS IN ADVANCE OF ANY WORK DONE ON
EASEMENTS OR RIGHTS-OF-WAY,
' SP - it
' CITY OF PENTON 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-WAY OR FRANCHISE. ALL WORK SHALL dE ACCOMPLISHED SO AS
TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE.
THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES ACROSS EASEMENTS
SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS, AND TRENCHES SHALL NOT
8E LEFT OPEN FOR MORE THAN 48 HOURS.
DAMAGE TO EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT
1 FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT
SHALL BE 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 SHALL 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 fRr' U�1FF'ACE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
IN THE EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL 1-4MEDIATELY
AVAILABLE TO M'„E 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.
' 7-1.17 UTILITIES AND SIMILJL� FACILITIES (ADDITIONAL SECTION)
LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR EXISTING UNDERGROUND
FACILITIES ARE IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT
UNCOVERING AND ".ASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND
LOCATION OF EXISTING FACILITIES,
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND
PRIVATE COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
' CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF RENTON WATER,
STORM DRAINAGE, SANITARY SEWERS, STREET LiGHTS. AND TRAFFIC CONTROL
UNDERGROUND UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM ANT) MUST BE
CONTACTED SEPARA?FLY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT
EXISTING SURFACE DRAINAGE, SEWERS, UNDERORAINS, CONDUIT, UTILITIES, SIMILAR
UNDERGROUND STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SHALL BE
RESPONSIBLE FOR, AND SHALL TAKE ALL NECESSARY PRECAUTIONS 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 OPERATION TO THE SATISFACTION OF THE CITY; EXCFPT FOR CITY
OWNED FACILITIES WHICH WILL BE REPAIRED BY THE UTILITY Dr. ARTMENT AT
CONTRACTOR'S EXPENSE.
7-1.18 POBLIC LIABILITY AND PROPERTY OANAGE (REPLACEMENT SECTION`.
' THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS:
SP - 1C
�� V
CITY OF RENTON WEST HILL 12"
TRANSMISSION PIPELINE
' THE AMOUNT OF COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF $1,000.000
POP BODILY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCURENCE. IN
ADDITION, Al, UMBRELLA INSURANCE COVERAGE OF NOT LESS THAN $5,000,000 SHALL
BE PROVIDED, WITH THE OWNER THE NAMED INSURED. THIS LIMIT SHALL APP'_Y TO
COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VEHICLE 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 N2'IF` 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 PRDPEk TY.
7-1.23C FUWIIENi_BARRICADES, AND SIGNS (REPLACEMENT SECTION)
FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR PROVIDED SHALL
CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EDITION OF THE
i ANUAL ON UNIFORM TRAFFIC CONTROL DEVIHES", PUBLISHEO BY THE U.S.
JLPARTMENT OF TRANSPORTATIION.
COPIES MAY BE PURCHASED FROM THE SUPERINTENDENT OF DOCUMENTS, U.,.
GOVERNMENT PRINTING OFFICE, WASHINGTON, D.C. 2U402. 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 BE
REQUIRED.
THE STRIPING OF NO PASSING ZONES THAT ARE TO BE OBLITERATED IN EXCESS OF
150 FEET BY PAVING OPERATIONS SHALL BE REPLPCED BY "DO NOT PASS" AND "PASS
WITH CARE" SIGNS. THE SIGNS SHALL BE LOCATED NOT LESS THAN 2 FEEt OUTSIDE
THE USABLE SHOULDER NOR LESS THAN 7 FEET ABOVE THE EDGE OF PAVEMENT.
UNLESS OTHERWISE SPECIFIED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SMALL
PROVIDE POSTS AND BE MAINTAINED BY THE CONTRACTOR UNTIL CONSTRUCTION
OPERATIONS ARE COMPLETE. WHEN THE PROJECT INCLUDES STRIPING BY THE
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 ANO THE POSTS WILL BECOME THE PROPERTY OF THE CONTRACTOR FOR H S
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 OPINION OF THE ENGINEER, THE CITY SHALL HAVE THE
RIGHT TO PROVIDE THESE LIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM
PAYMENTS DUE THE CONTRACTOR. 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
t SHALL BE MAINTAINED AS NEAR NORMAL AS POSSIBLE. REASONABLE ACCESS SHALL BE
MAINTAINED AT ALL TIMES TO ADJACENT PROPERTIES OUTSIDE OF THE RIGHT-OF-WAY
LINE. ALL ROADWAYS WILL BE OPEN TO TRAFFIC DURING PEAK TRAFFIC PERIODS,
t:30 TO 6:00 A.M. AND 3:30 TO 5:00 P.M.
NO WORK SHALL BE DONE ON OM .JACENT THE ROADWAY UNTIL ALL NECESSARY SIGNS
AND TRAFFIC CONTROL DEVICES ARE IN PLACE.
' THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATIOt,
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 SPRINK_ING, AS NECESSARY, TO
ALLEVIATE DUST NUISANCE OR AS DIRECTED BY THE CITY.
7-1.24 RIGHTS OF WAY (ADDITIONAL SECTIONI
THE CITY SHALL OBTAIN ALI EASEMENTS AND ACCESS PERMISSION NECESSARY T(' '-
CONSTRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND P.
COSTS OF THE SAME. COPIES OF ALL EASEMENTS AND ACCESS PERMISSION Wl�
PROVIDED TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WORE
PRIVATE PROPERTY IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE
EASEMENTS ANC RIGHT-OF-ACCESS DOCUMENTS.
' 7-1.28 ENPLOYNENT OPENINGS (REPLACEMENT SECTION)
ENITRE SECTION OF STANDARD SPECIFICATIONS ON EMPLOYMENT OPENINGS !S
DELETED.
SP - 14
CITY OF RENTON •EST HILL 12'
TRANSMISSION PIPELINE
SECTION 8
8-1.03 PROWESS SCHEDULE (REPLACEMENT SECTION)
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE
FIRST PARTIAL PAYMENT IS MADE, THE CONTRACTOR SHALL DELIVER TO iE
ENGINEER, AN ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY
TO THE ENGINEER, SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION
t OF EACH OF THE VARIOUS PAY ITEMS OF WORK REQUIRED UNDER 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 PURPOSE OF MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN
MAKING UP ANY OF THESE SCHEDULES WILL BE USED ONLY FOR DETERMINING THE
BASIS OF PARTIAL 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 OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR
SHALL, UPON REOUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS
SPECIFIED HEREIN, SETTING OUT OPERATIONS, METHODS, AND EOUIPMENT, 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.
' IT SHALL, UPON REQUEST BE REVISED BY THE CONTRACTOR AND THE WORK SHALL BE
PERFORMED IN COMPLIANCE WITH THE CONTRACT PROVISIONS.
'AYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST 1S
' MADE AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE
CONTRACTOR MAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE
ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS
HEREBY MADE AN OBLIGATION OF THE CONTRACT.
PRE-CONSTRUCTION CONFERENCE (ADDITIONAL SECTION)
PRIOR fO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBrONTRACTORS, UTILITY DEPARTMENT, TELEPHONE C,APANY, AN^ OTHER INTERESTED
DFPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE,
AND DATE TO BE DETERMINED AFTER AWARD OF THE 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 - 15
CITY OF RESTON NEST HILL 12'
TRANSMISSION PIPELINE
B-1.04 NOTICE TO PROCEED AND PROSECUTION OF WORK ADDITIONAL SECTION)
THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON AND K114G COUNTY AT LEAST 48
HOURS PRIOR TO COMMENCING WORK. THE SAME NOTIFICATIONS SMALL BE PROVIDED
TO THE POLICE AND FIRE AUTHORITIES AMD THE SCHOOL DISTRICT WHEN WORKING
WITHIN A ROADWAY RIGHT-OF-WAY. THE CONTRACTOR SHALL ALSO NOTIFY PROPERTY
' OWNERS ADJACENT TO THE CONSTRUCTION AREA, INDICATING THE DURATION AND
PROPOSED TIME OF ACCESS CLOSURE TO THEIR PROPERTY.
B-1.05 TILE OF COMPLETION lADD1TIONAL SECTION)
THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSE%TE THE WORK TO COMPLETION
IN ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE COMPLETED WITHIN THE
TIME NOTED IN THE CALL FOR BIDS.
PROVIDED, HOWEVER, THAT THE CITY COUNCIL SHALL HAVE THE RIGHT UPON REQUEST
OF THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON, WASHINGTON, TO EXTEND THE
TIME OF COMPLETION OF SAID WORK. NO EXTENSION SHALL it VALID UNLESS THE
SAME BE IN WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION
RY THE SURETY ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING
IMPROF ,^ WORK OR MATERIAL SHALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR
FOR CLAIMING AN EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND SMALL
NOT RELEASE THE CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO
COMPLETE THE WORK WITHIN THE TIME REQUIRED.
' RFCOGNI:ED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S
BIRTHDAY, WASHINGTON'S oIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS
DAY, THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS
DAY. THE DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN
' CHRISTMAS DAY OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SHALL
BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY,
WEDNESDAY, OR THURSDAY. WHEN CHRISTMAS DAY OCCURS ON A SATURDAY, THE TWO
PROCEEDING WORKING DAYS SHA:.L BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY
OCCURS ON A SUNDAY. THE TWO WORKING DAYS FOLLOWING SHALL BE OBSERVED AS
HOLIDAYS.
ALL REFERENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE
DELETED AND VOID.
' 8-1.09 LIQUIDATED OW"S (ADDITIONAL SECTION)
THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM
COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED
BEYOND CONTRACT COMPLETION DATE. THE COST OF ADDITIONAL INSPECTION AND
S'JPERVISIDM SHAL1 BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT
FOR OVERHEAD.
' SP - 16
CITY OF RENTON WEST HILL 12'
TRANSMISSION PIPELINE
' 8-1.11 OVERTIME VON[ BY OWNER EMPLOYEES (REPLACEMENT SECTION
WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WORK OVER THE ACCEPTED 8 HOURS
PER DAY OR 40 HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE IYORK REQUIRES
INSPECTION, THEN THE CONTRACTOR SMALL REIMBURSE THE CITY AT THE RATE OF $50
PER HOUR. THE CITY SHALL HAVE THE SOLE AUTHORITY IN DETERIINING THE
NECESSITY OF HAVING THE OVERTIME INSPECTION, AND SHALL YOTIFY THE
"%%PAC TOR OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE THE
-N"Al--?P ON EACH MONTHLY ESTIMATE.
8-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION)
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY,
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTORS' PLANT AND
EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOR'S
' PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WORK.
THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND
PAID FOR ACCORDINGLY.
' NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME,
FOR THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR`S OPERATIONS HAVE
COMMENCED UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE OWNER.
THE CONTRACTOR SHAL. EMPLOY SUCH MEASURES AS ADDITIONAL FENCING,
BARRICADES, AND WATCHMAN SERVICE AS HE DEEMS NECESSARY FOR THE PUBLIC
SAFETY AND FOR THE PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE
OWNER WILL BE PROVIDED KEYS FOR ALL FENCED, SECURED AREAS.
8-1.13 ATTENTION TO WORK (REPLACEMENT SECTION)
THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHALL SUPERVISE THE
WORK TO 'HE END THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT
PERSONALLY PRESENT ON THE WORK, HE SHALL A', ALL REASONABLE TIMES BE
REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO
EXECUTE THE SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY,
' AND WHO SHALL BE THE LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE
CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCT10M
DELIVERED TO HIM C" TO HIS AUTHORIZED REPRESENTATIVE.
SECTION 9
9-1.01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECTION)
ALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME OF
DELIVERY. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF
DELIVERY OF MATERIAL.
SP - 17
CITY OF RENTCNI 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 SUTMITTED AS EARLY IN THE PROJECT AS
POSSIBLE.
EACH WEIGH STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE, AMU 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, IN ISOLATED
CASES WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE
THE TRUCK VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY.
F. BY OTHER MEANS
METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BROUGHT TO THE SITE BY
ANY OTHER MEANS WILL BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT 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 SEPAP '= BMW OF
ANY KIND WILL BE MADE FOR THFSE INCIDENTAL ITEMS.
9-1.098 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS (AU
PARTIAL PAYMENTS ON ESTIMATES MAY BE WITHHELD UP'
SCHEDULE, AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED
' IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP D' N,lT Mtk
REQUIREMENTS OR SPECIFICATIONS, THE CITY MAY HAVE THE OPT, 114 rr) Ar("'
MATERIAL OR WORKMANSHIP IF THE DIRECTOR OF PUBLIC WOc-S DF' M`
ACCEPTANCE TO BE IN THE BEST INTEREST OF THE CITY, PROVIDED, " rI �I\MAt
' NEGOTIATE PAYMENT OF A LOWER UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
SP - 18
TECHNICAL PROVISIONS
TECHNICAL PROVISIONS
For
Sunset Sewer Pump Station System
Sanitary Sewer TV Inspection 5
Sewer Grouting, Phase 1I-1985
SANITARY SEWER IN-LINE JOINT TESTING
The Contractor shall test each pipe joint with an approved compressed air-Dowered
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 Tasting shall be full cor-
Pensation for all labor, materials and equipment necessary for setup, traffic con-
trol, compressed air and all incidental costs.
SANITARY SEWER IN-LINE JOINT SEALLING
The Contractor shall joint seal or grout ea:.h failed ,joint or crack with an approved
sealant and in-line two-cuff injection unit. The injection unit shall expand and
isolate each joint or crack segment and the joint sealant infected. The joint sealant
shall be 3M CR-250 Grout or approved equal. Ape^aval for other joint sealant must be
secured from the Cngineer 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 Sewer In-Line Joint Sealing shall be full
compensation for all labor, materials and equipment for setup, traffic control,
video monitoring, nroutinq or sealant material , installation of grout/sealant and all
incidental costs. A single orifice packer shall be used.
SANITARY SEWER FLUSHING
Before any other work, the sanitary sewers shall be flushed with high pressure water
flush equipment. The flushing shall be done flushing from the downstream end, going
upstream. The flushing equipment shell provide a flushing water pressure of 12M
psi. The outlet out of the downstream manhole all 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 comoensa-
tion for all labor and equipment necessary for sanitary sewer flushing, setup,
traffic control, sewer debris removal and all incidental costs. Sewer debris
disposal shall be paid on a separate pay item.
SANITARY SEWER TV INSPECTION
The Contractor shall provide TV inspection video recording tapes of the Sewer Tele-
vision 'nspection, or sewer television during the sanitary sewer ,Joint testing and
grouting work. The Contractor shall record the video tapes on a reel to reel video
q.,
Technical Provisions Cont.
SANITARY SEWER TV INSPECTIONjCont_)
equipment compatible to the City's Sony Reel TV player. The Contractor shall
provide the video tapes, tape box and index each tape on its boxes binder. The
Contractor shall complete the TV Loq Sheet (See standard drawings) noting any
One failures or deficiencies.
The unit price per 'inear foot for Sanitary Sewer TV Inspection shall be full
comensation for all labor, equipment and materials necessary for setup, traffic
control, video recording, providing video tapes and all ircidentol costs.
SANITARY SEXER DEBRIS REMOVAL AND STORM_.SEiiER DEBRIS REMOVAL
The Contractor shall collect all removed sanitary sewer flushing debris and dis-
pose of this rateri3l it an approved disposal site.
The unit price per ton for Sanitary Sewer Debris Removal shall be full compensation
for all labor, equipment, materials for setup, traffic control, dryinq, weighinq,
dump fees, waste hole excavation and backfillinq.
The unit price per cubic yard for Storm Sewer Debris Removal shall be full
compensatior, for all labor, equipment, materialls for setup,traffic control,
dryinq and dump fees, wastehoie excavation and backfillina.
r
r
r STANDARD DRAWINGS
r
r
r
r
r
r
r
r
r
r
;
, � 1
1 '
�....----f• i �.. ...`¢may,«, f
• 1 J
C sue.. Y� �.-3 ,.••,�Q.O .•:• a . ` _ •,�},• 1
•p
�• 1
•. • • ��".
'
;
• SEWIEV 7",
I
5 �� � N'P �e e. •f ee ,dam' P,f 1 a
•
r. Ri'JCt ' I•
PHUT / � '+bl,'K Ur7TV
Zyay Q r ��` tti 38wre TY
0 1,,•
6tM
•
e �
4
'p fff aa' e
p• a1 �+ I �d t n S7. P• , ,
ri
T-Af?71 lei a
{,
CLEAN t
�•....`AAA;_j�y.._
tZ
CL
r^ .. V \ /pl � (♦� —�"-_ _ -R"r' _ 4 w �d Wr'M'arr!au �� i sY r+fp
if $ ) .Y..rc N iwwwi[�s•
..�,,._. tiI �l3333�. 1 ! �. A' }e /l.tw it • s ` Iwrr ar
` f i� �/ ��. + �rw r'B..M� ih �[W M•[r.rIQ ��rA4�.
.iJlC3 i• )
[.N qnr r-r't' F.N- [M1 �r.n➢ca i Arrr<be.ips' I / 1 / M1 c 1/we wl�4w p, .{•
[.'rr:A I«N...Al ...r.e r satnY w Are s ..^.w..!.'wa.e I / _ •Ly q• 9./A�..rw/.AF+w'Ado.Y<:•.r a..[ir��.w.r r.. n �:!5�{. tm—l
0.AN[we ON a.qvAw �r ♦ ,I I�� _ �� y. .a- a �r_.. __
TM C+.. RV rbv)NreYr A lAr YArI MIr [y»/ diV h"r �'••) /
A Anr w.. .Ws.[�M nMYW AM/M rM1�++rw✓, .nrvb✓n.I.rin✓v+ r i Ir �) U �1. -..._F -•I�•'C- N
rw'4Me 6•.rwv' A TAr tiwArr••v I A441
•nrr•wN•tJ/ 9r.« ro.<n•�•.vwv d' .rNv..o.uw.t�a..w w+ • CCN/�r���D
rwe A WM GIl Mt-MY%O)f[1+M{-JMf-np•Ja-Aa �r/OAIC) YA✓ ,�
..w.wa.r✓.... « [sr...rruvur«vnr[w.`.r)m.... .+... � F
[.ere Oiwvw•• ^FP"W>✓A/ws AM Ca.ye•).fwe 18�p
,«•w✓ Nr[/m Aer a.7Ar T�'y�/[,p4,/Ye4 rn.t ir,..ca, � j t�
6[.Rawwri 4w//nw(NI/4a OMA'G1w�R OLYa 6..roo,
—h.rt Avww'� ---- __ r.1..ry/.Mw` � q'./G..{q✓.w •s k - �y
vecd"
Do
se
rrn
ui r ^ r[«.....yr [.sr r•rwn��L--__[.w°..{_ jJ l.N.�r wvr t.n. ,.—o -�—� �y�AII,, wee
rr«r uN.a. A
2
I �1 -KrINAy✓[rF..rws .'w`T7Pl.X.'T �L ie An-.rtf.•
IV • f i r�r...or-nree [Yrar rr �. y,.l,c u. .-�Ii[1'1-Y['dwru.w
� - 1� J— rc rrr [wsrar. I r[ �*+.' r re•M/+r
a a«• uw)rr •
ri.Iiny I .an Ktl
CANAISS rWrSE TA�r •'£T L/G /T 294: 60'RCP BS-ar71723 (Ycss ZP) /1W 60'RCP EJ•JiA713 y.--'='- —`- A�[s
TOUNDAT/ON DETA/, '
�•a.0o"` RENTON MUNICIPAL AIRPORT
j r: 7"` ` .. Y..Iir,.. I..... .. ....... NORTH ENTRANCE ROAD
_.. »� ••r{ .�,. .,.,,,, ,. ... PERIMETER ROAD 8 FENCING r
• .,Ar. wna.r..wla.� r;;,u'•Er.yl.
y
Aft
/ «, rJ.
,
---•� Alias [M ,: J 1 °' br•.N h
10
14
Al—
!^ - �1
V _.._. � __yam �___.. _._. ate' Y a.+ i4✓ti.N NaPnr, F� ~
i „•[.•t.PrY �tl
��rr Yr u.0 tt•H •�,vw•h./•r.,Wr dOf/VG AAR]Y
PLP/wL>'C
j✓ Wf7t.[[nf✓ ' w. [w[•...Lti. ('aw..a„r Yiwn.w/Iwr.N ,S►s i.wi+�
f 4U4A
•.�.J`Y gw.LwSA1 Hwf >[ tK hAiN.YY,vi tlw=I
4 I I
i w
};f r
.• t YMM� � 1
f•P(ot �
abs 4P A In.M " Si'M.L 11i(tHU
iorvwc A i•YPfA t(P'PfP
..------- -- —w_�— ��-s0" RCC i 3•aaa?3 /rl.b:Y aZ _---...----- --- — ---_....__.
I y
....V i... A-a.m
. 'r• YI11tM W.
- --- - - - �`yw•.o� Y — RENTON MUNICIPAL. AIRPORT L
+
....,,. ....,,w NORTH ENTRANCE ROAD �7. ....,.w
------ _ �• ... .w.wo. ... w. PERIMETER ROAD 8 FENCING
'TEN" Y.<NMjiAt
YP N•1
. .
RAINIER
AVE.
M
= 4 vr•'w
f
d
s, ✓—:.�..,. _� --woo. 0•
.wr[. \n r..wrrawwaN•ca I --_ _ .. o .
I rna-ill.aw4r/ ar e..r o.rwr Y rrr.•�a•�a w .I
w I
Rfpwz"t PAWI.... j• TlR /src !I w rk.ra.a /tMAV A"(A.t MIT16 ; '�^
ro:awr+uasrn•+a i N.an a.w.iATu7.
S
e•.are aw..Y, a'c.w. Nnw. _ sw.•rrMli.w.a..
[N My • IM' N•r 0.rw' • as YAI `• R
L./-.` rLml�r L1�a1a a..•ia j,�...r�\ -_[Wn/rr tv.rww..r
N'lr.,r✓F�fauan S Y✓.fY••alp.•/
t0 tD N r M
fo k4k
rNrr✓rr a+m4� -w•ncR %COL.6
�0
aVa110VEO
arar oxuw san
RENTON MUNICIPAL AIRPORT
c. ..X r....�... vtORTH ENTRANCE ROAD
,..
a PERIMETER ROAD d FENCINGWF• � I ai•� 'a 11[Mi DM M\S4TOM
hr RAINIER AVE N
r
At, Joe
40
if
-
•r
—.---a' • y _�____ 1n...M.....y-=-- 7tr
its + ♦.. _ - 1Mss
»r.reera•rs- _ - - _--� ' _ : -ce -
♦ --d --...--------- a"aN^'4''♦et wr� '.ev♦�^rn �- n ,e•.rrcuro♦rr •a' a - � � `L
} • / ayr 6,ee J+ f-rcv t:Y �'-'—��-� •�... �X_-. -y'-- ... - -td.a
b ea...<r ti..rr./rr iw...s•. , IyW.�'-_ . Jy �•�a'cv
, se4A•-y✓I Rwrr*lw.br �� � 1 ' C �,i l � �Mi�w•1r �.+.s.�rr.w.M/M.
`a�rUa a»/Ar, 1
4✓48 ss.r ✓nw..c q„v ^ � it r. .[ia.-,r•r �,
;� y �` `r.r.>w.w s•r w,v[H..wr•
w .,.r•.r w A.wren .�
tl ._.._..
E
2tt IN IXFT.i
a
R sr.rsv.►..iw-� Y� � N�Tt �>.
e•-emf ••aa»f ; St?d
2 --
to AD
PCA
io n •tt.ov
t'Xcu its- ti E •� ilk!
APPROVED�'-so' PC!' s s-a«,v. ri4�J
Fs-eacv
- - _ / tv" „ RENTON MUNICIPAL AIRPORT
NORTH ENTRANCE ROAD
8 �- ..•.. ...»... ... .. PERIMETER ROAD 9 FENCING
�• P•rr w.w»w»� fCN*ON rwf•.N:ON ���yT��M'Lf4.'f•
RAINIER .AYE. N
'.<
low�1�11
84 so
rt3'
_-_��_v _ — __ .._ ..._�- .! _.__—.—•--.�� eye+ � _ ��N I IYl
_ ___-__...___1 — ~
r-rwsiv[s
31 p W p pr,all
.c....rs
GPM LSVIr
.o MM 13�P(OAl aF 8�X pl
80
to
ly.N M IW,.\ �a Y � •�S
__________-_______________ C�-�__.___._ �, µme• � c�
1
A�V
<a
— --- <,.)<,<• aim
- RENTON MUNICIPAL AIRPORT
NOF—H ENTRANCE ROAD
• .r ......... ... PERIMETER ROAD d FENCING
�l�lZ4 AM rwra.....a..� [[MIOM YLN9V YI
•Ab w)
RAINIER AVE. N
1- "•! _ _ � __ -._�_ -mod w..+. vrs:.�_. _�
s ne rsns.w p,rr —
s.
A f• Y r't•IfOIb�
RAWf/!r♦♦f♦O \ � 1�...
Iw fYw/ftl
M » M » K p M
.wm: /yam.ee
As,4Xw,..t[yw/Ailar,a,/d n,.s-a�. -"+•VR.�I f..�i1rE.!.. �� ��� �11T'L)M
YIVrw`/Y!/nd?Il.'i/l.{(YyyfCbr•A,Y.ILV R.y.-.4�R
W fIr/%'VI .r/rw�M•IArAm.'4b..w�Ce w..,.. OF W-0
/,cnek:r//4r'/}N i,er/I brr a Jb,♦v I Mw,a/AMe )•.. i....4.w en Sa X W
Nr.r-'fiW/burl A 6w.✓f.M Ar.Ai I MM�i4 f d R•'.1NIl�!!IV/O
Q
Rq v e�
10 V V ;yA ,♦ 11� p
C2i�..-__ � �Y .Tr✓fYM.q�M
w
a lC I�IICt•�Y/
tt uMpr[D
O
'- 7,S_so, ULA as•QAO/ _ ava.w wn
RENTON MUNICIPAL VRPORT
_ __ + t ✓�` NORTH ENTRANCE ROAD
_ G � ,..�....�..... .. PERIMETER ROAD FENCING
.� I'♦sMa MIR\,.W-V as XFMTD,. WSNMYTDN ♦.El�l4Sr'!:
wy I,AtyyER AV N - o
t, . ,
----------------------
R•... n..t r ew lr � �-- '��
} AM'a.[w.I✓MJ _ — -t.•M !iw l+Y i.�wr ��A—_
_ .—
Z !>tr✓n'b✓f MRM&rw rwo
0 _..�. _ 4y.e• )e.wnH ayr� L ._Y p .
Y Y � 4w..[.rnhen•/na�Nr.I! f p•ct N
NIICw+I+kw n rwa..b ..c A.s..t M t•.s..rr I
1 re,r.t..•+ W C✓I L✓F!A•i.w.M.wt
rl R 4$ ii 40 M .�
Noiw:
'O 1M'MYt./ ' Cr41YJ I..nt,/OI1 N.M lA.3
b
i e��twiw•as<w wwo
Y
t IY M N1•M♦ .1
OM _ Ii
V
IR
1
2 '
lrrlr0.[D
RENT
i
-1 - --- -.-- � .�•'- � iR'1
_
ON MUNICIPAL AIRPORT
........... ....a.... ..,..�.. NORTH ENTRANCE ROAD ,
PERIMETER ROAD P. FENCING "'
s RAINIER AVE. N �' fo o�;. -�, ;,•
,J
57.
,��....- ��-T _'„r T.7�•>—�tl•- - -�- ����r►.4Yns+iw.�ti,liGi..f We � =_ w —�_�'r—.fit� �.'�" _.
A •aF h4dr,. �. �.r✓�,��. _ ..r - s - - -! a+oYua-+st
sHi
"— - -- J—rrir`r:ca.r�..��` _ _ ---- -- - ..•- ,::frro - / � 1717i7>,ii�ir� � �4.1
V `f{, leef.Yre•1 •.NFW rh .TM1 •IK }}Iti � = t O
jj5�•ii / Z{
l T.xrM.Buw-dM/,Ar SAO+n Cn J+el ll,
I •� —, I,AN end 4fe/hw•i
�i j Alf r /N S WW l"'r� 71 L.st Hs/s SI•tf
FVnPLOWt fM i.1I3 A�3'ILAV7 n N a p t s•bhlr.PwFm Nsfw'Yh M p
• mrw,f-R'�•I Arr.wl4 0.Tla�.
S Mw r.4rrr 0.f rtarh.r.wrPf»-
hry GT Wr dh./,JiY.•s
ro
w
d 6urr LEeEt,. = 7 W.K
1 N Rj7-rom OF B ly c
>o ,J
ilk
1 ry .f ru.s 2 Ana
v C.-"c.E f� r
p
I ssMOr[0
. . rocs.:.•
t '-7Y 3' b. G.hd Q J.QQW .LI'• 71. Sri.. Wit
Bo. 11 ,r
B 3•UM
its
RENTON MUNICIPAL AIRPORT
».,»,..,». l•..,.., .,..,.. NORTH ENTRANA ROAD
,... .�. .. ... ... PERIMETER RJAD 9 FENONG
—_._�_--___ ti.. �'.�.--."'f' .wrr ro......e,� .[«-w �•L•w*al rfa.A.+s
SAN-1 Sanitary Sewer Project S-379
1985 Sewer Cleaning, TV & Grouting 2 of 2
,fWf y
VE-
_ wl" I wy� — " —'
>."„'\ RAID R A a ---� .^ �:.:---l1 `� -�.. ..._... r_ 1 ,` +''..f''"r �'- -za•-
M{ t y�1 • 1}y"
0
l.... � rye• \\� _,• K..i a ,, �r•�eM.tiers r y -_�F '-._....i e� -� ��' .. -
w.r.wwwr' 'wrrw..l. 1 ;.fir !I� • It"
�. ._- `-_ 4. � _..._ ..a __ �a • ry ra.....+Atir.'h.w IiY M.,/ A fA• r.r A71MrQ MO i � �` .- I / '� h
�• ' 6Nw /wr ww.•r 1 I
' + ��,rr���+�✓� �` ' t-I CMW'iwv�..�.Mr Y.r�Y 3r /I•L ,A•►rQHo � / j �..�� /.M �1�1'•rr
1 y�M M•fb ii � Aw.r. 6v.Mrw•,t � �
1 AS so:T itt1AA iYil(l 1-A..r/..J wr+..gy p. w-.e,�M�M sw.,�rvN + frwf.ywr,r��.w-�rur+rw +ar cv r•r r1..r M.r.'A� s�•
M4--4 4,MY •�"�" Mhf Nw it rr+, r..w,J Iw ey�'°7
SN//-ran ArWvT .aw....,r,.+I�.rti.�«AIr/Artt, •_Y+wr. far+ys>V r.mr. aw M•.,v.•
lc. w6sr F,OkM PCRr.. - MY L/L; ,,.,war spa..µ•w•.a.w,....a. ,i...rw ..r.A... w..a
>t .. A wf%r 710otyL 4.ff y.. Ir..•.Y 7-r�.,lt e'1.'.A.1..4wr o..r.Ar.r�.r++►. s«
caw•li..i lM+rr M..f}+e-a�awwwsi'wl.My�'r�y�rn�yyyp[w(i_ _ y A
C
J;-
J
zt
_ 1.1
T.._- ��
w.+s. —,w....re'n ea,+ ' T nr•a�s s•.�w-� _l A
yKNYI� .r,°vf0'4t
cr',
RENTON MUNICIP
AL AIRPORT
NORTH ENTRANCE ROAD
„� ,,, `�^�+ ��� �4PERIMETER ROAD 8 FENCING �.
•� / `` .1 5 . \ tom. - •✓.Awa�TY�I� ��— ._. . _ `
•� � .=._ _.-_ - ." -- _ �+-``_�`_.._� - �_._-.----_^'- 1 —'�--� �� ten` -
.�
i F- �- rw'^' p.a �'./°' - _. J1�✓A .]M per_ R \,
�^-�.. ♦-�". . .M M `^ G.F rA1J1►J.-� �� ��'� � .•As.IM r„yArt1 � .1 _ ' _.�\\�\
o ,
4073S AN
M M K
Karel: te•
<1'arn<rr,wr�.w.„at la.xtriY.le.i wars Nrwt : --� �/��D �
40 t .dw.�1r-�PwrM r.0 [ Y a1.A ,�.._—�GI• _... '-_
J. x.n ,s. i CLSOMV 6- +-ry
4,
IVoT
ti
f a
p sy.N
Re n11114r M+ .._.
Q1S Ao+CYbrI `'-GIOrNr!_ .__ _. Cwwrra� •L Cxi✓_Ii CMc.��s� c1.�w-Ir•r��.TT677r�-rw rr
_---�___ _—__..__—��_--__ ---.--.� S1•/fIi -�I',P.p�/ ACC dM PN IMfO i-0T
I RENTON MUNICIPAL AIRPORT
NORTH ENTRANCE ROAD
PERIMETER ROAD d FENCING ate'
\� - _ � "-=",. _ I.»W p„w.s n• _. „t»rtw V11: „{lOM .. Wc. ne
As
.,r A,n Y
Vy
Jt[rlav L-C
A
w
PLAN
JAG'C/AL MAhWACE
M.IbY-JN NiM —iD'!R
/W Ir.M1r A.r JW. f
O.
�........ ^ Q �e r_fyr r Pt7 /N�NG
n.
� 11
.wsn �I a�t�.y a..w .4 __ r :•.: _ .. . ra' � ,...nn•.M..N.A^ne•+.+..o✓«s .w
t ,w,r,-+. i ...tee w \ _- hr A' � r'r'0• "_._
P.P�J.{M �¢ _-•M RED
JEL•rl4w E_a Jf[riay A-A
RENTON MUNICIPAL AIRPORT
_ _ r •••«.,,•,w•..•,,. .,.,. CONSTRUCTM DETAILS
M�r^ .�r.wlr� w[wRM1 wl e,ar•o.. f.�w
a•
.r •Ir^�•k../+-' a).,.,...w.Mal� )y.wnsM,lN•er.1 4
e�
��� .r.e•.. rr� aI I •..0•4 � 1 • ��.:._ S' a ft.lvr• ...�r t�
IT
• A' Art
M• aa•sr s9'�• I -
rse o••.
1�a' �2
Ne+••a _
�, •' . i !• ___- YP . w L4C Al.
r-•i-. _.} .tii" t
r s.va
•..1•a. + L rsea'Gc. �'' Gun• ! •a,w�.'-u a.8.e
f-N %
16,
lI 10%21, �oFwti Iw.F4•Owf✓e r'
7:S' box CucvERr 5 er/o )t,f..•, .0roo &r&:au C✓LvfRr S cr/QN sa N• _ r nt „e u.M j�h J!•!<�S,
O/ NlaHo Li N•N
aW O• 12
I W. Anie
er
f too
TIT
EWE
Hi
� Ms � f ' nf•
-. a feel,
( e•N . �a• �M� -.- -. - - .- -__ ' __. ._..— .-N 1. .- ask —T_ � .. �.••
60'RCP ro y 5'box Gu x 5'box C4&V6Atr 7C d S'Qox CUL R
/cr(, —a N /T ;,5 T f __.SECT/UN 6 _.. CT/ON ' �v `
•r
- — _--
�� 1 _ •• low T
RENTON MUNICIPAL AIRPOR 22
T
STRUCTURAL DETAILS
..f • ��� aw.�.•w.� scale. w.f.isc•oa .. wn,
nn
IN _
r.
r!<
J
t
Ar JNrriv/— � �sr
Tom• Darer wrI r.nC
TTAILFWRtrV/i�1fGN0 --rlr,1•.e.
err a..hr. °L- fr•T / t- I.02
� M Aw 4.' tor' ro•e• \�
N•y-w . M Ott- Ne• fe• {t•
'•a{ c r+o• �r +r e0•
N.I•Y . •.^.tY•K. I n[• rim• JY• r •t..P.•.Gaw
�- - {-
� �J1..p.•X'rK. ' JY Mr � tlJr I.ft N' .f[M• [SOFJ• [tt/J'
.91/�Jwt Alt tA. wM M•e f _ _
..t"i.h S./fA"' rA./...J a• .werJ .r• I .ry .... F
q �!� FJI JyAn./nW PfGv/
IrI..yMMwY w I/..nw. s.1M.uA.w4t✓ (' � � JV✓NJ fa.(e!/"� �
M rr..l ab•�...NMp YAr _
AXIM r`a.H Wrl Aa Y _ — _ - -f .wn✓(
_ yb
GRAVTI- RL T4#MG WALL RLIU'Wf RLTAMA(C RWLL /7N
j! N•b ro tl JA'r{ ;/®IfrtS h r/r 2T /
%.fE w sI•m _
RE'rA NImG WALL T /L A �n .I.
y - -
F raw Fw:.u� PUN �!-•rY ro
.n•�twA IL we.f.a AnJau ���tggpyyy���
TVA/CAL QETA/L 97 P_/P CVFNIN6
•/.lyrhw r:i'sb. •I •).):O HJn L— ' rM• 4 .t1� _IN!vm wAL __..
IW JIH.J 1
r .10*80t•Y.w•ow NrwM..f•r•/Aw A.r.lr _ .. (,/� X..fw,....
6fNJ[AL hJT(J hNj sTwKTV,GI WA,,Al
'Ode*R.
JM M H rw[I•w[J. \\\ . AI/w CrM..b Wr N p•H«N.Y)1r Aw+vn..
_ .1L.._ I I ✓..I.rv./ JH tl.tf
l _.. —•yi
_AOL-- • • t h»AY 4A..w'n.AN Guhlla u+s'•+Mn f
ACCFit AMNwC]S.i�_rN 2v..s .nG.)s �. �--ram.. .rxN✓..wwl yr...►- ..r.
Bog CL'L VLRT N.lo y...r ) —__._._ —._i, .Jy� .•.r.-.ee
Js.fo .N..J e
1 CwV.r1 JAu'Y CNJI•A• 'IL•J•OON•f
DET / C Nrab •n.Y• SLCTrOIJ F SJCTION I`R J Mnw-Guy J../M.ti w./.m. h AIIM JNfywr r0
• a1• I...o •»H/q "�. [ lyw.aaw/ /%uI,«r.a.r..
f.•t. .nHr u
Sf.fO Y..I It Iot Gu/r.el JO rY;G../R OI..I M .fGG•.NMJI
41 � � SO tN:GrIX Jwa.v h. .l wJr..J
Ill w h..w YM reHTrPLS BA'WNHOLE Mool/IL. T. 6 '�'v"7 wXbJK'u.n
.. . M x
CONNELTgN TO E%f5T BOX .ULKRT°'[
T.C" O
!
Yc :9.d1.It
A).. ' RENTON MUNICIPAL AIRPORT �3 .
3
9
-1 - •« a "•"'""""" STRUCTURAL DETAILS
11C MTON wJ yYN4TOn " w.aG �
UTILITIES COMMITTEE REPORT
March 11, 1985
1986 SEWER CLEANIN;, TV INSPECTION AND GROUTING
The Utilities Committee concurs in the.recomnendation of the
Public Works Department to accept the bid of Gelco Grouting
Service of Salem, Oregon for Schedule A in the amount of
$70,793.61.
The 'omnittee also recommends that the Mayor and City Clerk
be authorized to execute the contract documents.
i
Robert Nu9hes, CTiairman
E ei'1-�iyue r•, Vice- airman
Katliy�eulker, tknber
BIDDERS
BID TABULATION GEL CO u•e78 se,� RN/Sr�awsr 6�
1?65 sEwE.e r4l"w / PO BO.Y 7247 1"o CALK AXMP ICWCAL5 , Al/c
//YcT/!lSCT/Q+y'/ikY,TYn'6 ENCINEEP"S ESTMIPTELE/T} 0A! I A'A:/Y7Z�! +UA N
•S4VSET py/I7P SM ! AA[4w ,w,61.
•Clete&IPOMP X 97.303 I, S ftS77
•�RlL'KT.19'ICgtJ61Vf.G:L�. . _
'UNIT PRICE UNIT TOTAL LINIT PRN:TJ IIIIR TOTAL ,IUNIT PRICE UNIT TOTAL % PRIC[ UwT TOTAL
SChEGIflLt: A
sdw SO _.r
/ Frz. AV6 ,3".. _ f .. /.
T✓"^L5P.ECTvCri/ A9,000 0- 72AO 0-� /O 01XI.-AH-SOMAIR AA
Nwr 7w-4W` .1754 .-__ � 29.F75.'-' ;! �S LP..GS6
_ _ .
4 w-s ,E-0nHr7'sewcs ,ZOd �. `` 7La0.`*` it / 3do•`-`n 7 yar.3°
/_SEWER- ._ ..
_. 'S.fF.NpY�O/SP_. •¢ �.___.. --__- .. �. v� '/S.�. �7.w i� /50. 4co oe
..yUV.SEWEA EA-
V ..."ssAdLV6 _,3/ _ 250.`�' 7750.`-" 230. "-� 7,/SO.o0 4250-` /5,/75,E9
c SS*40 A (.so89. 7o,5Gs,`Lo
---, --- r,4r g./..�a .. S,3o f`. "- S, 750. �-�:-. Sst1�
70,795. 76 70-S. 7JLdGL°d
I
/ �aus+u+s!cuiwrvs A41
Lv 5 3. /!GO/. - S. UU /4,Z75. /G a
$
s>c+a T sEruu o -� r—s A�.3lil,
�7-V/^t3?WS- -4fz5. < lOBSO. o. �O� SVZ_�
srMnr-Si AW Ly f _ . _ « _ - -------
affi V V iD P _&OC 20. r /Z,GYb. " "-' /LYJLCb.�
37,217. ;: BSL. _
3 fSa. - .. + soli.4Lz 23,Y7d.�
46,:06.;.0.. 444z 23Z_� __._
'77TAL SUlEO A 70,_7�i3. 4=� 7G,74S. �0 �8
73,9f. -
-rorAL -5CAIELT /3 ¢4, 10&. Qo ¢A,2 3Z
jVrAL_SCNEos A=.Q //b,t�y9 �/ I/4, f77• �Z 387 200.
ENDING
OF FILE
FILE TTu kSA N � I
r �
•
4V4 �.
1
e