Loading...
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