Loading...
HomeMy WebLinkAboutWWP2701901(6) CAG-037-84 S. Tobin St. San. Sewer Bid Prop. & Specs. l+ i BEGINNING OF FILE TITU OAQ 037--,w, 84 1 AWARDED .?-ii Yam_ Contract No.CAG C TO roe., Cnc-%r 7•._ 1 a n RA ta36 - 6citr-Ua 17904Y J9All, .3os Y3a -8aac ��Y O BID PROPOSAL & SPECIFICATIONS 1 FOR 1 1 1 SOUTH T®BIN STREET 1 SANITARY SEWER 1 1 SHATTUCK AVE. S. TO BURNETT AVE. S. 1 1 CITY OF RENTON 1 PUBLIC WORKS DEPARTMENT MUNICIMI INlbINO, 700 Mlll AWi 5 RINTON, WASH. VROS_. • 12061:71 IAP ' BOND W. 028575 BOND TO THE CITY OF RENTON N' )W ALL MEN BY THESE PRESENTS: That we, the uodersI gned EkW CXWMUt.T10N L(WANY as principal, and INCERNATICM, FIDELITY INSURANCE 001VANY corporation ct,anlied i� and existing under the h awe of the State of NEW JERSEY as a surety corporation, and guali'ied 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 C,ty of Renton In the penal so,,, of $211,543,05---------------------- for the payment of which sum on demand we bind our- selves and our successors, heirs, administrators or personal reprr entatives, 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. �LLL Dated at ,7E1d7C"( Washington, this `ork day of /9,'4u ST 19R� Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for 5kAM 'MBIN STREET SANITARY Sf3YtR SFIATRICK AVF:. S. 'IU KR',NETr AVE. which contract Is referred co here n a�nd i—`s made a part hereof as though attached hereto), LLL and ■ WHEREAS, the said principal has accepted, or is about to accept, the said contract, and s undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said 1,"W LCV1SIRt VI'l(MI C(MI'ANY shall faithfully perform all tithe provrsron� said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, ono shall hold said City of Renton harmless from any loss or damage o-casioned to any person or property by reason of any Care- lessness or negligence on the part of said principal, or any subcontractor In the per- formance of sold work, and shall Indemnify and hold the City of Renton harmless from ' any damage or expense by reason of failure of performance as specified in said con- tract or from defects appearing or developing In the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof ' by the City of Renton, then and in that event this obligation shall be void; but other- wise it shall be and remain In full force and effect. FOND CIQ 9'N BY: I ANY ' R TERESE AT[C)iNE"/-IN-FACT tRevised: 8/16/83 N.Y Uhl K%M1\4 v u.IM1 COMpANUS Atf ONDING COVERAO[B CorrOon 6 Black, Inc. --- P.O. Box C-34201 A Seattle WA 98124 " Consolidated American Ina Co L L�� %MM Y Lloyd's of Landon —� %1,x WD.wMW of MKMID Ul, x FORD CONSTRUCTION CO. P.O. Box 6289 t1p10. D Federal Way WA 98063 — coW.'I E l(fIIR A\'f b4Mtlly MN WW�NN naxlMl hal,O Wa NYR CR,N YfWh biM inultl lW"tl YIOw MO M•m WgNM\IiIM I�IMweMII wM1nYnl.Wm M[MM°ON M My OaMM Ar WMr M[MMU w1X n\oRl 10 UMN IM ur«NUW'nb a n\I,a1 a InY prWn.NY mwrUw RAwtltl ly Mr ptV{ IwWll n al01Wt b W N Wm\.YYMa Y,I'A1•MIWa M,u[X O nlN• '•W p'.X]UNLMI WXI.FVMWx ItlY1MI WX u•II [4'N WLMWII aenaaai iWatittr Kb I.wlM If 500 t 5100 A (-I,%Y•xlMXalr, mw CAP lidl6l 0-7-85 VMW514 uW M0.14Xt Mg1Y RIvpUUp1 { 250 1 250 CN1tMID J . UXW RLNUUMI NYRNU „MlDU01111 U o UMx11gM n1t1W W%WYIFlUM 1W, JxIRC 1UK M16UIUICI •IgM1111Y { \ B R n:ilui""e1Xy1M. iA 84129 4-3-85 cosawD ( .MNWM1%MI {;LMIRK IUV 1. WIMW4 xLRIM WMOXY YL11111Y 1 SDU Aur0Y0BAa tlaBttttr _ — v---- - eDw.WAxn rrr``` napllpc«aMIIWAWMI " ACDYRRtMMWI rDRa CAP "I01361 4-3-65 uYWo IbOh.W NM eW°I MIt X4«OVMIO PIKMlx1. 4500 ----- WNu I MNR.1M, B UC 83350 4-3-85 nNUWMr uW1w \5.000 \5,000 O pl«{Y IMIM1YYYMLU '014WMD 'Iae gfBl•CONPgiMA i111U1UM eM EtanorrRa•twain WWI.1x (Mf M14XblI1CURNYNNR 115 Re: South Tobin Street Sanitary Saver City of Renton and its Engineer are shown as Additional Insureds as respects this job (Professional Liability exclusions apply). Cancellation: Should any of the above desl llbed poholea be cancel,•n.fore the e•puallon date theloot,the --- panr will Yi1Rt♦Rxa mad It,- dayv wntlen nohce 10 the hell, mled celhbL Ile holder.YYdednoOm %fl�(011tihneAlRaxMllxA7alllll�n Wtlgatilnalol W a161x11al1aalltax� M1W.M Kxx.1-.1.x.l xlnx.il l0.0 tvu / City of Renton °A11°f1MD. Jul 27, WorksPublic MunicipalBuild tmant Building Renton WA 98055 — -- D Minfilill _-- _._.____.._.__.._ Stanley Neydrick TEl II0Ii174,711m POWER OF ATTORNEY ' Internatinnal Fidelity Insurance Company OMEOFFICE SICONNER(ESTRFF,T NEWARR,NEWJERSEY07101 bONDNO KNOW ALL MEN BY THESE FREAN1S Thu Ine,.aWond Elderly Inert".. (.."KY. a ccopopuon wpmoed am uantrs aWUr the Yes of the ma of New Ieatey,and Merry Ib pr,netpd office m the(o)of N.wuk,New Every,does hereby cL mutate wd grge rl ' WILLI" C, NELSON, W,C. NELSON JR„ ROURT N. CARLTON. STEVE JAMS, RIKN 1. UNMAN, JOSEPN S. BUCHANAN, JAMS B, BINDER, TER189 L. MC CONNELL CINDT E. PAULSEN, MARILYN G. WALKER, MARICA DITTPK Suttl/, WBBhi"ton a,true and hsf rt Otmmy(AmJwt to uwup,atd and dobeer for and on its behalf r aretv.any and.0 amide and undanakur,conttuu of m Armmy end o-hm wmmaa oMtµuuy.the namn hereof rhNIK are or may be allowed....red or pennmed h,law.nolun, to ,'matron. ammrwt o other+., and the eew.tem,of ach wwmrubl m pwwance of thus,team.,,a Yt No as bodge,upon the ward, v I.O nole d F W Wry Imunnce Word nw Illt'Lmnpsny.n fully and amply•1.dl mlenlr and porpoise,1111 the esme had Klein duly raw lml and ockwnrHdPd by,a ,m rady•sled ' ofoun or or pmnrp.l off." prewar of An u omel a e:u,ed,and may be n. d to and easy be rerukrd.punt ,and by auth.nt)Of A,I.k t,-Sw m u 1,of the by taws W opted by the Board of Due.ton of Imetnauonal FwjNdy[.,,a.0.pany.1.mn(m,c W ed.a I billion the:Ord day of Dwambnr,1.b, ' The heard..;or any Vera President.:A.culn,Vice haandso,,Swmluy or Arapnt Swretary.shad her,powas and aulhut, (1) To appoint AltmmYrlmfacl,and to I.rthoWee intent to exorure on bshall of the Coeapany,and arpch the Std of the(ompeoy thereto, bonds ad mdenaat.p.C.ntrrm of l.demmly and Other rtomp ,bhµto,y m the noun rhne.l end, 1:1 to neao.e.at.,time,any avh Atlomep,m fact and emote the solhoany µ,ml ' Further,Ihr, Nor,M Alt...Y a opted and Nded by tweimd, not."et 1.m"or,..of the&tad of Doctor,of said Company s loplad et A ea esl m,duty c.ReJ aJ hard on Ih.,tl.Jay mf Fehaary.1911 0l which tM Idlos,n,v•true aaatpl N:p IMpfine tin mp rt.re.of ach aff.re..and the anal of the Company may be dosed to ny ach power of attomry,or any mono,,laMlms ' It ufoto by falatmdt,and an,evah room of.".May.1 fee1thwe aMrrnE Men(.mind,agroo".or f8l,a1md.us,dram as read and hand.,upon Ill.Company and any ach pore,an eX.I.d and dmtdled be financed,signatures and fumm re sad shad M,dsd and t..•d,n,upon the Com,rny. the to..rah.tract to any band or uadevaho,w rVrh It as allwhand IN TESTIMONY WHEREOF, Inum.lton,f F1wWy Imunn„ „mp.ov has.used than oul,rom�,to be WnW and ds 4orpeo.b.ral to M dllatd by,o intimated orto,m.too�.. `\QL Il TY I,yJ,G r ♦7�� q /� EA spa J of Mst AU .0 SL Iw uv { f 904 O h f� IIWSA Wf, STATE of NEW ueSEY nl CJoy a Eraa FoauWn Vue r.esrdem OR Ines It, dey or MrY IvNa before me cone the mdnWud rho naumJ the preceJina m.urummt lmmayer,.bdly ' knn+a and,ban,by ant doo awn,.,word the,he ne Ih,thmem desanb,J and aurhontd of We or m the Innrnab.nd Fulebi,Imn Co unce mp.ny. that said that Q 1 fteld .s ml wuunlent.the(orpmelf Sul of sold I.rap..).that the said Cmrpor.at 5.41 and he War..wan,dWY dl,old by ,odar of the Board of Dvam.n of MW Co.,., •X'�s0`. IN TESTIMONY WHEREOF.I fur.hveunto..t my bond and aNnad my Offatd Sad. NOT ,+ A,�y M U ohs CMY of No.""N.r JerseyIPA dry and Year fear anon rmbnr' O c d-fiQ/ `pVO�.LCi •: Notion,Fab.. MY Cwnmuawm Eastman Ap,1to.IOU CERTIFICATION I, the owd* reed oHr ar of Intslmoond FWdtly Intentional.Company d.heathy cal sort the, I h.,e.mnpar.d me f.n...a caper of the hu e,of Attornr d Im""C and the pO' of 1M a Swtn nl the her Lear of sold Company r set Conn m sold point of Altmnq.With the ORIGINALS ON T ad IN THE HOME OFFICE OF SAID COMPANY,as that the par.n.... t lramcnps Ihnsol,and of the shoe of W ' old orymd.,and that the..F.w.•of attorney has not been rv,obd and a taw Ia full lone and dlwt IN'TESTIMONY WHEREOF,I has,h.reunto He my head no ores:,I .vm.n....rat.. to I>mw_ _der of IB____,b.lw,ms p.rtoraif,crtn Wy\neon Ic 11II b IN dot nyfnIduol dltr-0rd In"Who 1.9LUtad lM rrrlpdrp�nllrufMnl,Ind wknowl.dvd lone that W e.Witll rt twin r fAV ferlenWOn Kpsn_� NotWY K&ic _----- -___. _ ' Sur of co,Cr,ry dl_ iW. On two —.—GeV of__. .. _ 19.._.._..Gaon m,pW»rWtr Won. to h,mamba of des firm of dWn.o,d m and.MO OYIcutd 1M fo,"All 1ry0urrynt.WId M IMnuoon,wknotntlyW 10 fit Mat ho nomosod*A WrW W find ton da wl and dwd of aid firm fN esrWniulm i np rim _____________________ _ Notate k SYle af_ K COlrnry M___. t[ 0+111n_ _d!1'of _. __._.I$—.motors,me prlWtitY'Wrr+ YY ��1�0r rrn du1Y b+'nn.did Mpar rM YY a.t In n IM__ __ ___ i OW oo,twesbr.desw101d In tW wAiN flx V Wd pM Worn m1p.ment ttil his know,the Wool of tad tnrppglen;d1W des Iu10I1 uw y Will m,uwtstnt is vAh cotponW will It r so 0111.6If by wdn of the Buord of Mmos,of,Iid tstrpweslen,ply W4 Swtdews non,dw.to by ld.ttdn ' WY porlellWlorl laptres - - - - ----------------------------------------- 4wu of_'.e1SHlm,.7xN K Counfi OI KIN: On hn de/dl .19_MIers,tow WIWWNV Commit Tf w_qE 1_.. NRN? l t. to Cost known,who,oowq oY rill dulr,+ern.did 40M Ind Iry dul M n.n.tlwrar m I.,of— 1�`P!'f Nq �/N:. E' 11 a 1TY I jti A .r'r QIWIANY IN Moonnnn w,cnb,d.n wld wn"al". C`d oft*"thin frynurMll,tlal In kf m IIIltw Wilt.Wolof,wtl oOlpOf ItW11,dtt w wdl .Nut/10 tfa wnbm mar n.nm n,wn cwponle Wa,Irld that hW signal OII Illdtn1111~1 Mddf,.esf m.,nd WI of ATIwYIvI"-FM a mdwint Of Oa 1"d of I)„KIaI Of Wid and by wmof.jV o'/this offrv.WWV,the San]rrp Resolutions iMrmil. +w oWwM ..Wrw— ';i i n July 25� 1!N � �__�� , •..- ,. ti x Gcar Ms. Ilene Jonea : �. YarrM�Mil11DUM ' v . In response to your request for a license renewal for Ford Construction Company. our records show that R• thr license is current and does not expire unt'l weeks prior t will receive i license notrenewal ec i t reeks prior to this date. If you do not receive it at that time, then you may request a duplicate renewal Thank You. rM �� ott CORPORATIONS DIVISION License Clerk STATE MODMAR OFFICE. BLDG. rations Division KS: MB-11 7"44ATER WA 98504 a° 74 ' CERTIFIED COPY OF RESOLUTION CHARLIE L. FORD and ILENE R. JONES. being respectively President and Secretary of FORD CONSTRUCTION COl1PANY, do hereby ' certify that the within and following is a true and correct copy of a resolution duly adopted by the Board of Directors of said corporation on the 28th day of May, 1981, a quorum then being present+ RESOLVED: That Charlie L. Ford, President, be and ' he is hereby designated as Chief Executive Officer of this corporation with full authority to sign all instruments on behalf of this corporation, such that third parties need make no further inquiry with respect to authority cr capacity of said officer with respect to say instrument executed by him on behalf of this corporation. ' DATED this .?9a day of March, 1982. Pies nt Meretary t - ' 1 DETACH TO DISPLAY CEAOr1CATE ¢as�cucsc��-f�ar.iZsrtiacaacaattii.:>r a W DEPARTMENT OF LABOR AND INDUSTRIES Tn!CRRTIFISS THAT THE RERUN NAMEO HEREON IS REui6TEREO AS RROVIDED BYLAW AS A 1M IT/E1 `'O3FSS f STP.TF. OF WASHINGTON 1.�'•�/T11 � 4606I~ v...A J\ ' .(„rfilf�.lrir.all—rrilrj,1.]�flL.'lay'�j L_ DETACH TO OIf•PIAT CEA,iRCAtli —� A tong 360 ISSUED 01113/oA CITY OF RENTON f SUSiNESS Ul EVaLF NFL! PER • 340.00 1302 S 3414D ST r"ANCE DIRECTOR Licens"hY fobs apphcahun foT E Clty of Renton Bueine"L0.lnse in i6CO,DYI ce vian the ploin - 1F EIonia of Title V.SuAlfuEt RpylatIons CWlw I.Code of Gonew Olomances of the Gfy of Renton C'• and ADTeN le comply wllh ail Mgn,il 1R inYnle of NW olon edits UCaoseu Nall fuTlhM con.?ly*-In any nw ail olnai Clty appiloaDie to lne fullness el RWty Nc~Wilundaw y f� FORD CONSTRUCTION CG 0 dGl( 5036 e.... �bl KINT EW 94064 I t� y �1 • r-'e�i�ilu w� '� ,�Q� �1L.�.:. - ; �f t�' Ep� i 1• � ,t dF. 'ct'L'.i ✓LOCATION � �• '� � 'j�j Y3� •'= �i���� ,� • TI ,,� Ilu � -_. nu•. ,. T 1 ' :r��' �'ttVM � ; �� Y� �� ���l�i. 40 re .01 .R_f, ( i rit,��"•, Iw••!+'11 L •, •.I. `X�--77 LL� � r DI 1 -h 1 1 1 CITY OF RENTON ENGINEERING DEPARTMENT S. rom ST. SANITARY SEWER r 1 LOCATION MAP •f '� i0 ,�• .h , '� � ��:•1/� r' t 4 DEs1anED ____ D•T[ } Q} ni[ e—__ R `{� ,�O I!' it I 01111YM_ SCALE r=�PQ_ SMEE7 _L' 1 .• 1 ' " CNECR[D__., "ROVED 7i 4 CITY OF RENTON BID PROPOSAL AND SFUIFICATIONS South Tobin Street Sanitary Sewer INDEX Summary of Fair Practices/Affirmative Action Program, City of Renton Scope of Work Instructions to Bidder Call for Bids *Certification by Proposed Contractor;Subcontractor/Supplier/ref, EEO *Minority and Womens Bu,iness Enterprise Participation `Certification of EEO Report `Certification of Bidder's Affirmative Action Plan 'Non-Collusion Affidavit 'Certification re: Assignment of Antitrust Claims to Purchaser *Min4mum Wage Form Mid Bond Form *Proposal `Schedule of Prices Bond to the City of Renton Contract Agreement EEO Compliance Report Sample Form and Instructions Environmental Regulation Listing Special Provisions Technical Provisions Detail Sheets;Standard ' Documents marked ` above must be executed by the Contractor. President no Vice-president or Secretary if corporation by-laws permit. All pages must be signed. In the event another persor has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to ' the bid document. ' CITY OF RENTON Public Works Department Renton. Washington 98055 i EXHIBIT "A" ' CITI OF RENTON SUMMARY Of FAIR PRACTICES POLICY ' ADOPTED BY RESOLUTION NO. 23A0 The policy of the City of Renton is to promote and afford equal ' treatment and service to all citisene and to aesure equal employ- ment opportunity to all person regardiees of ra co; creed; color; e tk s n city; national origin; sex; the presence of a non-job-related physioai, sensory, or mental handicap; age; or marital status. ' This policy shall be based on eke priaoiples of equal employment opportunity and affirmative action guidelines as set forth in federal, state and local law. All departments of the City of Renton shall adhere to the following guidelines: ' lil dNPLOYNEN7 PRACTICES - Al' activities relating to amploy- ment •ua as reoruttmen t, ae le0"0"' promotion, termination and training *hall be oondwctad in a non-disariminatory ' manner. Personnel decisions will be based on individual performance, staffing requirements, and in anoordanca with governing Civil Service Laws and the agreement between the City of Renton and the Washington State Council of County and City Ewployses. (2) .COOPERATION WIT& HUMAN RIGHTS ORGANIZATIONS - The City of enton wt cooperate u y witha organisations and ' commi, tons organised to promote fair practices and equal opporunity in employment. (J1 AFFIRMATIVE ACTION PROGRAM - .The City of Renton Affirma!ioa ' Aci on Program will • matntain•d tc facilitate equitable rrpr#sentation within the City workforce and to a#swrs equal empleyment opportunity to all. It shalt be the reeponei tlity and duty of OIL City officials and #mploytes ' to carry o.t the policies, guidelines and corrective measures as set forth by this program. Corrective employment programs may be established by the Mayor on the r.commendation of an Affirmative Action Committee Po- t those departments in vkioh a protected claes of employees It under-represented. (d) CQRTRACTORS- OBLIGATION - Contraatore, subcontractors and eupp ter# cant uettngg usineve with the city of Renton shall affirm and swbscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the Affirmative Action Program. ' Copies of this policy shall be distributed to all City employees, he i si appear tin all operational documentation of the City, inolwding Aid calls, and #hail be prominently displayed in appropriate City ' facilities. CONCURRED IN by the City Council of the City of Renton, Washington, ' this 2nd day of June 1080. CITY OF RENTON: RENTON CITY COVNIIL: t Mayer Council President Attest: ' Issued: July 10, 1972 Rwevioed: Juno u2 y198o 1976 CITY OF RENTON South Tobin Street Sanity Sewer SCOPE OF MORk ' The work involved under the terms of this contract document shall be full and complete installation of the facilities as shown on the plans and in the specifications; to include, but not be limited to, sanitary sewer pipe, manholes, grading, paving, and ' complete restoration of all surfaca material so as not to be a visual detraction. All work shall be as set forth in the design drawings and specifications. t Any contractor connected with this project shall comply with all Federal, State, County and City codes or regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 1 t t 1 r rINSTRUCTIONS TO BIDDERS r 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Nail, until 2.30 o'clock p.m., on the date specified In the Call for Bids. r At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. r No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be •.ubmitted on the forms attached hereto. r 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right r to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by rinspection of the site. 4. The bid price for any item must include the performance of all work r necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a r total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6, The right is reserved to reject any and/or all bids and to waive info-m- ralities if it is deemed advantageous to the r'ty to do so. 7. A certified check or satisfactory bid bond made payahle without reservation r te, the Director of Finance of the City of Renton in an amount not less than 52 of the total amount of the bid snail accompany each bid proposal. Checks will be returned to unsuccessful bidders imsediately foil owinq the decision as to award of contract. The check of the successful bidder will be r returned provided he enters Into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refrae r to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. r B. All bids must be self-explanatory. No opportunity will he offered for oral explanation except as the City may request further information un particular points. r 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. ' 10. Payment for this work will be made in Cash Warrants. ' Rey. 7/15/8I ' (Non-FHW1 Oak) CITY OF RENTON CALL FOR BIDS South Tobin Street Sanitary Sewer Sealed bids .ill be received until 2:30 p.m., June 26, 1984 at the City Clerk's office and will be opened and p-public Ty rea3-l—n tie 4-ti-fT—opF-- conference room, Renton Municipal Building, 200 Mill Ave. South, The work to be performed within 45 working Jays from the date of commencement under this contract shall include_,_Uut not be limited to: Installation of sanitary sewers and appurtenances, grading, paving, and complete restoration as set forth in the design drawings and specifications. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained at the Public Yorks Department office at the Rento.i Municipa� Building for a deposit of 4 35.00 each set plus $5.00 to cover postage, if mailed. The deposit will he re upor return of the Plans and Spe ifications in good mdition within thirty days after bid opening. The mailing charge will not be refunoed. A certified check or bid bond in the amount of five percent (5t) of the total amount of each bid must accompany each bid. The City's Fair Practices and Non-Discrimination Policies shall apply. er ,yr sty ' Published, Record Chronicle: June 12th 6 June 190, 1984 ' Daily Journal of Commerce: June 12th A June 19th, 1984 --M I CERTIFICATION NY PROPOSED CONTRACTOR, SUBCONTRACTOR AND SUPPLIER R6GMDING EQUAL EMPLOYMENT OPPORTUNITY f•PN`,TR Uf TY Q A) 00. `,^JQ PF j' ARP11oIF�o oih TQb)n S Ifsar 0 r ntrae or Project Nam INSTRUCTICNS 1 This certification is required pursuant to Federal Executive Order 11746. The implementing rules and regulotions provide that any Diddef or prospective contractor, or any of their proposed aubcontractora and suppliers, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause and, if 00, wnether it has filed all compliance reports due under applicable instructions. The City has heretofore adopted Resolution 1110 under data of June I, 1980. amending a 'Fair Practices Policy.- AS Implemented by an -Affirmative Action Program` therein amendinq the {olicy of the City of Renton to promote and afford equal trootment and service to all citizens and to aesure equal employment opportunity based on ability aid fitness to all permota regardless of race creed: color: ethnicity, national origin, Sari the presence of a non-job-related physical, manscry or mental handicaps ape or marital status. Th.la policy shall likewise apply to all contractors. subcontractors and suppliers conducting bueinase with the City of Renton who in turn shall affirm and subscribe to said practices and policies. Tne aforementioned provisions •hall not apply to contrects or subcontract• for standard commercial suppliers or raw materials or firms or organizations with less than might employees of 'conta'acts of less than 510,000 business per annur wlth the City. lfhan tha Contrector/Subcontractor/Supplier (hereinafte, referred to as the Contractor) is required by the City of Renton to submit an Affirmative Action Plan, the minimum acceptable peecentage of minority employment will be that percentage which is currently listed in -Appendix I' (City of mania., Goals and iootableel 1n the pub liahed City of Renton AM motive Action Program, I.e. 9.1%. This Program is available for review at the Municipal Building. The undoraigned contractor therefore covenants, stipulates and agrees that during the performance o' this contract he vil not discriminate against any person in hiring, prowoting, discharging, compen- sating or any other tam or condition of employment, by reason of such person's status, reference the (11) categories listed in pare. 1 above. 'Contractor further agrees that he will take affirmative and continuous action to insure full compliance with such policy and program in all respects, it being strictly understood and agreed that failure to comply with any of the terms of said provisions mall be and constitute a material breach of this contract. 'Contractor @hall, upon request and/or as soon ea possible tuereafter, furnish unto the City any and all information and reports required by the City to determine whether full compliance has been made by the eontracto• with said policy and program and contractor will permit access to his books, records and account@ by the City for the purpose of inve@tlgatlon :a ascertain ouch compliance. Contractor further acknowledges that he has received a true and eomplote copy of the City'a -Fair Practices Policy.- _ ontra�7Lcat on r CERTIFICATION BY: CONTRACTOk P or SUBCONTRACTOR or SUPPLIER ANAME: 0? '1) 06AILT"L UC 7-MI J (`p. — _ — ADDRE�S, �r) 419} "'MI, �e 0l Xt L�t lay h iofoL ✓ REPRESENTATIVES. 71-1 N R _ •1(\{p'• .,TITLE. Ci O P ,..K 0 U q PHONE: 2_j r- koi' ri 1. Contractor/5uba:�ntractor/supplier has participated in a previous contract or subcontract subject to the Equal opportunity Clausa. 1 yea _No �I. Coypllance reports Wre required to be filed in connection with much contract or subcontract, Yee No �l. Contractor/SubcontrCstor/Suppllet has filed all compliance reports due under applicaule instructions. Yes No a. If answer to item 1 is -NO', please explain in detail on reverse side of this certification. CERTIFICATION. Th in formay{onrWow is true and complete to the best of my knowledge and belief. ''�// P' Ae.- d` ype or print) a r ama A Titre or Signer (pleas* type r lam~ r gna -" t' a�T—� Mviewo0 by City Authority. Dare. pv, l/A'al Rev. A/H7 PUBLIC. WORK OR IMPROVLNF.NT PARTICIPATION CERTIFICATION: REF. RCW 35.22.650 CONTRACTS EXCEEDING $10,000 (OR $15 000 FOR WATEKMAIN CONSTRULrION) MINORITY BUSINESS ENTERPRISES (MBF.) and WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE) (DUSINESSES OWNED AND OPERATED BY WOMEN) Contractor agrees that he shall actively solicit the employment of minority group members. Contractor further agrees that he shall actively solicit bids for the subcontracting of goods of services from qualified minority businesses. Contractor shall furnish evidence of his compliance with these requirements of mitatity employment and solicitation. Contractor further agrees to consider the grant of subcontractors to said minority bidders on the basis of substantia-ly equal Proposals in the light most favorable to said minority businesses. The contractor shall be required to submit evidence of compliance with this section as part of the bid. As used in this section, the term "minority business" means a business at least fifty-ona percent of which is owned by minority group members, Minority group members include, but are not limited to blacks, women, native Americans, Orientals, Eskimos, Aleuts and Spanish Americana. The City will consider sworn affidavits presented by subcontractors in advance of contract award as one means o! establishing minority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as a part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit thin certification or submission of a false certification shall render his bid nonresponsive. MINORITY BUSINESS ENTERPRISE CERTIFICATION F(12;) t`ON /A?00 /0n1 tr 0 Certifies that: Name of Bidder (a) it (does) (1) s-n-t intend to sublet a portion of the contract work and (has) (has n'o t"�tasen affirmative action to seek out and consider minority bus ineuh enterprises as potential subcontractors. (b) the contacts made with potential minority business enterprise subcontractors and the results twereof are listed below. Indicate whether MBE or WMBF. and identify minority group. (If necessary, use additional shot.) ' MBF. Min. Cr. WMHF 1. (N El of Firm, tlid item, Results of contacts) ' 2. ❑ ❑ ' 3 -- ❑ ❑ A. ❑ ❑ $. ❑ ❑ Mr,/Ms. Tir ,n& y b been designated as the liaison officez for CM admini at cation of the minority busine es enterprise pt•rgram for this firm. CERTIFICATION OF LQUAL BNPLOYNEM UPPORTUNIrY REPORT �1 Certification with regard to the Performance of Previous Contracts or Sub t contracts subject to the Equal Opportunity Clause and the filing of Required Reports. �j The bidder 1� proposed subcontractor hereby certifies that he he* has not participated in a previous contract or subcontract subject tot e1 equal opportunity clause, as required by Executive Orders 10925, 11114 of ' 11746. and that he has has not , filed with the Joint Reporting Committee the Director o t e Office TF`sderal Contract Compliance, a Federal Government contracting or administering agency, or the former President's iCommittee on Equal Employment Upportunity, all reports due under the applicable filing requirements. i F�0�U (!ON•,J A' Uf 11Aq� ( 'q capany tgy:(Ti •,)qt",Idrnl to Date: _ .�iinr 31e. (4 Note: The above certsfica'ton is required by the Lqual Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1). and mus, be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. ' Contracts and subcontracts which an exempt from the equal opportunity clause are set fnrth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) ' Currently, Standard Form 100 (LLO-1) is the only report required by the Executive Ordei■ or their implementing regulations. Proposed primu contractors and subcontrictors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that /1 CFR 60-1.7 (b) (1) prevents ' the award of contracts and subcontracts unless such contractor submits ■ report covering the daliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. I' 0 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN Bidder is to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: t a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." Company thi e BY: ' Title OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. r I)P'1 0 g1k (. ompC any Date BY: ni� ^j�dr�Sld" " Title _— UR c) It is hereby certified that an Affirmative Actic. Plan is supplied with this Bid Package. Said Plan will he subject to review and approval by the City as a prerequisite to the contract award• and it includes: 1) Present utilization of minorities and females by job classificat'on, 2) Goals and Timetables of Minority and Pemale Utilization, and ' 3) Specific Affirmative Action Steps directed at increasing Minority and female Utilization. �pdn_ .. tame BY: Title tOR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (S) working day; of receipt of notification of low-;adder status. isid Plan will he subject to review and approval by the City as a prerequisite to the contract award, and it will include: 1) Present utilization of Minorities and Females by Job Classification, 3) Goals and Timetables of Minority and Pam le Utilization, and ' 3) Specific Affirmative Action steps directed at increasing Minority and Fsmala Utilisation. Company Dats BY: Rev. 919l75 4ON-COLLUSION AFFIDAVIT STATE OF MASHINGTON ) :S COUNTY OF 01� ) (li Rae lip ' being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited eny other Bidder on the foregoing work or equipment to put in a sham bid, or any other t person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN tSubscri hed and sworn before me this day of t`l �),) 1, , 19-IL. ` o ary public in aiK for the state of (.l}Oa�, 1)TJ residing at `uf 4YFZ.t -U therein. t 0 CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER ' TO THE C;TY OF RENTON RENTON, WASHINGTON: t Vendor and purchas— recognize that it actual economic practice overcharges resultir.., from antitrust violations are in fact ' usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, ' except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event ' establishiny the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and ' subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. )CI ni c,r � 7'tur2 ■ ame Or !ro ec / ammmee�of Bid� Firm gnatu u or eprasen a vt 0 tr icf Date i i MINIMUM WAGE AFFIDAVIT FORM 1 City of Renton 1 { COUNTY OF 'l�n� is i1, the undersigned, having been duly sworn, deposed, say and certify i that in connection with the performance of the work of thi• project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing irate of wage or not less than the minimum rate of wages as specified in the principal contract; that 1 have read the above and foregoing istatement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. iSubscribed and sworn to before me on this day of 19fy. 1 i t otary FublIc in nl for the State of Washington iResiding at V�+ n ttfe i 1 i Blo Do,ia roe•+ Herewith find deposit in the form of a certified check, cashiers check, cash or bid bond in the amount of $ . which amount is not less than five ' percent of the total bid. Sign here ' 010 BOND Know All Men by These Present Yt The t we FIORD CCNSTRIICrION COMPANY as Principal. 1 and INTERNATIONAL FIDELITY INSURANCE CCKIANY , as Surety, are ' held and firmly bo,nd.unto the City of Renton, as Obligee, in the panel sum of i rF. PFWfNr (511t) OF "AL AF(Wr HID----------- - Dollars, for the payment of ' which the Principal and the Surety bind themselves, their heirs, executors, ad. ' minlatrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any ' award to the Principal for FQIIH ItZIN S-IHEur SANITARY sD&R. SNA'111t_ll AVFNIIH SOIrIH TO DURNE M AVEM)E SOUM according to the terms of the propose) or bid made by the Principal therefor, and ' the Principal shall duly make and enter Into a contract with the Cbllies in aeeor• ' dance with the terms of said proposal or bid and award and shall gl ve bond for the fal thful performance thereof, with Sureties approved by the Obli gas; or if the ' Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal &mount of the deposit specified in the call for bids, then this W igs- tion shall be null 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 end liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY i9gA71TAOXY- 64 rr: •ANY IN-FACT ' Recolved return of depalt in the sum of S TEL III)WrAD POWER OF ATTORNEY ' Intentational Fidelity Insurance Company HOW OFFICE M NMMERCE TMEE NEWARK.NEW JERSEY 07107 %0NDNO ' ►NUN ALL MEN BY THLSE !RESENTS That International Fidelity Imw.na COmMny, a tarpOL"ioa apnwd and eeratine under the We of the Sure of No.lan.,.and hmng 1M Principal Mike"the all of Newark,Nsw Israel.done Mwby cunetiMM and appoint WILLIAM C. NELSON, W.C. NELSON JR., ROBERT M. CARLTON, SIEVE JAMES, ' HEIEN R. NNW, JOSEPH R, BUCHANAN, ,TAMES S. BINDBR, TERESE L. !C CONTRLL CINDY E. PAULSEN, MARILYN C. BALKER, MARICA 77TTEM Seattle, Washington ' An fish and,wf"wtmMyl Wn{net to waane,lent.w dW.w for and on Its bNMlf was solely.any end W bonde led undMukai,+,Conwwts Of mdsmmry Lead other ryltalp obhplory M the setu"e Awwf,*Nell her of min us W Is,".regd,red of pernuttnd by lei,sWm..Asia,.d"twa, Contract it Ouneree,and the newutiml of nick,iweum.nt0)A,Puna.Me Of thew pf:rnte sAW M as hmdme uPm the Maid international Ffdalaty I=Lmoe(ompany,a,hilly and amply.to W mfeVM and putpor,as'I the warn had been duly s.eeumd ans Asa, rwOdpE by its reeWany Yected .ff....It.prtnupat Art'. ' That Prier of Attorney a executed,and may be fotifed to and may be.sole,pursuant to and by audonly of Artistic 1,-S Adwv J,of de By Laws adopted by the conedof Duwlon of International]Flintily Inw.Me Company at e meetmeCWedand Mid on the 2JOi dw W Dpow ,I ass . ' TM Protestant in any Veto hawdow,Es.c.tm Vie Mande".Saco:nay or Anebant Saint",shag Mye polar and wthority 11 f To appmm AOmoeynuAwt,and to au.hmlae (hem to eAwou on M.MIf of the Company,and wan Ina Seal of the(AM;any thereto. ' hand,and Ond.MM,e#*.cdnmcn.'fndtmmll and other.runty Mnf w.0 m the n.lure In..At and. t211.,omow..f any lime any inch Mmmeyrmlal and.nuke H.iuthmny L... ' Fuwher,de Pv w or Anon"ly a wigs"had"04 by felumd,purwunl tit rroluvoo of the bud of Dustin s of said Company adop od"a Mom.,duly tdlw..it hod On the afh day of Fsb AL 19is of*Inch de following a a tma excerpt Nor unea(M.the admatum of each M.aid 0.seep of the Company may As efLwd to any wcn power of attorney or.nf 01601Ace1.two[" ,link by lxAww'V and nay ""M pow"of"(Area,or ow"Mal,bwnn,Loch fncedmds tenalmne or licensed,L."Midi M 1"1:and bmdwe upAn ' ,he Company and any.,h powm An axtcNrd aid cartNied by infernal.yumrne aAd,aeund.M"LAW M send aid bmd1N upon the(Company a Me Nlun weh rnnerr to any bond o,unda"u►ue 10 which a As attached IN TESTIMONY WHEREOF, Ietw"atim al Fidelity IMww:e t onlpany has..min this tMhumam to be"And W ' Lit consecrate r"W b"fixed by it.outhomad olLur,this Ins `\0\\1IY 6Wn_ A SFJLL f„+ star of May A n I yx:a/ - / 4 1961 SLe 11— �♦' a ,,Ai STATCointy a EssE OF NEW seRxSEY E.elMiw Vice haeJant V On In.Let day ill May Ax:,MLm me on„,tie mdnidu" no Maud the.."is,uatmenant 1.m.personally known,and,het"by O study soma,and Alt be a 1M Martin do cAb.d and wthmwd if..of the In.rnatwnal FidWty Inners.Cump.ny. Mal the r"a(faud to Mali e.Wmul M the Corporate SW of Mid CAmpanY,11.,the Lad('A,.."Seal end Na aynamre,am duly affuod by *I"of Ill.Msccud of Dims n of field Company / �e+\�O�" �.. IN TESTIMONY WHEREOF,i Ms.her.umo w1 my land W"filed m,OIIMW BigJ �. ;9 at the City Of Neww► oe,Noe) y the do) m and new text above*mM 4 r NOTAR}-011 f� o { .� e\!'ate u� If Nwer Pont. My Cif Wail Explore April 14,IOU .y4� Jt ngE{ CERTIFICATION .' dl untlenfped offsdr of him"utan" Fidelity Imusmir Company dw henhY Loved,nmI that t nee. An, the lOryome COPY of the hair of Attarna� ..it afildset,and the nayy M tat trlwn of tha ay-Loot of stud Company m se, forth m stud low.of Altornry,with the ORIGINALS ON FIE!IN THE HOME OfFlt'i OF SAID COMPANY,and test ch.Lem.ul context twnsen Pr,lF,reof,and of the rh Ols of the Mid ArytnW,and Mal the Mid Power of Attorney has not been n.ol.d and be how in fsE(one and effect t1N TESTIMONY W HEREOF,IMw hneanto List my band in. .'o'IWy o1 .'11:11 Id rt� Aartw,>wi.wl to"of 1 CeYllry IF On Mn_ av of .IY_Deface m pe"1a11Y me ca ---- to m know., "Wal 'a known to m 10 o fM indta,dual afnilYd in end oflo e.nuted the loregoing nttrwmrI VW acknowledged tom that he axacu led th Ym. MY eemmwm exprY _„_ -.._____________. _____________ Nolary 4 ——�— V.N 1fotwry N_.. Y ' On mit_. av ot_ Ii__.yfYe m.,'tartan,ram to m.no."known tom to W a mamDu of IhV Wm of—.--- a,n,Ded M and eho executed the loregomg snslrumnt and he IMlauW acknow oulgod to m N.,S.e..,ad the Came Y old Ior the nt YWud d of M.d Lrm fw rmunut�u,e.µrn�__ ' No1YV PwWK wY of Of —1 ' CohntY M On InK —.-_—_aY of— .fi—_Delne m Wrtomw v ram t0 m known, of It fYYtg DY m tlulY Iwpn,d�tl apoY Yd MV that hall the_ the t Wf in W WI.b d,n Y1d ea,.m e.efuled the aDarf intlrumnl that he knawr the Mel 01 M.d CYpo,auw,that the Mal AH..ed W ' wd mu.mnt n t.ch o,l W,l•Y.I.Thal❑wu Y afl�eed Or war o11M BpYd of DIMdr,of Md CorlYlnon,OM that he p od hd new dwnla DY ilk,oral YY anYlKPon Penh ________ __.._ ___ _ np1 Y Y 7u W K ---------------- W11N Washington 1 GwryN KinR IS. Om My 26th dev of JmK r;.l Defoe m parao"',cam TF71h.:tik: I., f4'[YXSR71. 10 m known.Yrtta,Oautp DY m du1V t",n,bd OCpaY arhtl YY 0,1 ' he.t an attWm, n ha of International Ftdell Insur,m:c l'.hmpauY_ • V1e cYpOlation dews-bed m and wh.ch e.ftuled dta wil6�n mlrYmnl.the,he know,Vw COlpo,ale Malol Y Md CpnpY etron.Nat le,"Il a"'1 10 dN w lnm inllNmnl p lath CYpYaw Mal and thai M 1p"d the YdmtlnWhnf YWef lged the Mid Ya/as Altol wv m FY ' a"thwitV of pe good of Do"ims of tad Corporal on"be aulho"ly 01 lh.,off"Yna,the Slni. g Rnobl�wa drred. `RM 1 13 ?5M 5/82 Nol.rY a„yiK rPROPOSAL TO THE CITY OF RENTON RENTON. WASHINGTON Gentlemen: 1 The undersigned hereby certif ie.; that 1" has examined the site of the proposed work and ha_ read and thoroughly understand= toe plans, specifications and contract governing the work embraced in this improvement, and the method by which parnent will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all ' extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Signature M4 '+r'- /e9+a+ fir Address' "0 >;U `Z1 :b Names of Members of Partnership: K4. nT/ (A V - OR 11 t Name of President of Corporation situ• �. V, L Co W .I ' Name of Secretary of corporation 1 1 - ♦`? - a A` ' Corporation Organited under the laws bf LA.)r, 111 0 n With Main Office in State of Washington at fMdr,rj I Lon U SCHEDULE Of PRICES SOUTH TOBIN STREET SANITARY SEWER (Note: Unit prices for all item, all extensions and total amunt of Did "t be shorn. Show unit pry w rn Dotty words and fayurr.• and where conflict occurs the wr.ttar or typed words snail prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be written rn words DOLLARS_ CTS. DULLARS CTS. 1. L.S. Mobilization 4 . H S, „� r • �,� G o() /O 0o 0 00 Per L.S. �.ords figures 2. L.S. Clearing 8 Grubbing 4 Per _ 3. 2000 TONS Select Trpch Bac fill 't M $ ,v 4 " lon pf'r dt> Per Ton 4. b00 TONS Foundation Material 4 ^+ ru GU l00 u U Per ToR1 5. 1200 TONS Gravel For Pipe Red di g Class "B" "f S 00 r G � Per TOW 6. 5 EACH Manholes - 48" Standard p I $ C�Mt, a'isua(bwl tine �uivt1,. / 200 00 : 06'O frU Per Each ' 7. 50 V.F. Manholes - 48' Extra Depth too 0 Per V.F. 8. 1246 L.F. 15" anitary ,Se�wer pipe $ 1 - 1/wx e /ti 72 OD 1`/ 7/.2 td d Per LJ. 9. 1000 L.F. 6" S $anttary Se�y / er Dipq fzL7 4 M / r rw�-- Ors /S 0 en n u Per L 1F`�"`-�L 30 EACH 15"x 6" Toes 4 S /00 Ue 3Uron Ov Per tach 11. 1 EACH Connect to Existing Manhole Per ac ' 12. 1 EACH Connect % Existing Metro Tr nkllne S_lca�.r�u�u, •?�r``V- -- !C� C+ad 0 /�CrO Du Per Each �i SCHEDULE OF PRICES SOUTH TOBIN STREET SANITARY SEWER ' (Note: Unit priaea for all its=, all extelYione and total amourt of bid axis[ be shown. Shaw unit Pticea an both words and fiyurox and where conflict occurs the written or typed words snail prevail.) jITEM APPROX. ITEM WITH UNIT PRICED BID ]NIT PRICE AMOUNT NO. QUANTITY unit Prices to be written in Words � rLLARS CTS. DOLLARS CTS. ' ._ __. s______..._ _ _— _ __— 13. 1200 L.F. Sawcutting� / N ' 3 ' / �v r✓w / Per L.F. jNor s gures 14. 400 TONS. Asphalt Concrete, Cass ..8" Per Ton ' is. 625 TONS Crushed Surfa�ing (1- 4"-) Per T0fV ' 16. 3540 S.Y. Roadway Excavation f nn 7OS' o 00 � ' Der S.Y. 17. L.S. Construction Staking ' $ *k t I' Ou.,.l," 4iY ov q) oo0 o o Par 18. L.S. T.V. Inspection Per i 19. L.S. Finishing avid Cleanup -.- Per L.S. ' SUBTOTAL S 1 8.11 Sales Tax -' TOTAL 810 ` 10, I, SCHEDULE OF PRICES 1 (Mote: Unit prices lot all Item, all estensao s and total asount of �1 Dad must be shown. Show unit pracss in Note words and figurer and w4ere aonflicc occurs the written of typed words shall prevul.l ITEM APPROX. ITEM WITW UNIT PRICED BID UNIT PRICE AM^'JNT NO. QUANTITY snit Pracw to he Written in Words DOLLARS CrS. DOLLARS CTS. ' THE UN ERSIGNED Bl DER HEREBY AGREES TO START CONSTRU . ION WORA 0 THIS PROJECT, I AWARD HIM, NO LA ER THAN TEN (101 DAYS AFTER FINAL E)ECUTION AN TO C LE:E WI IN ' f5 WO ING DAYS ER STARTING CONSTRUCTION. ' DATED T r'Jtnu (11G Gb;^. 'MIS '�t-�-� DATO C Uri _, 198 N ' ACKNOW JDCEMENT OF CEIPT OF ADOWA= NO, A.E NO ATE ' NO ATE SIGN ED TITLE i t'f " I �n��� NAME OF COMI'ANY i C 0 `,7491f%/OAJ `o ADDRESS_ pt /}, CITY/STATE/ZIP tt� �A) ��, 1 rot, TELEPHONE t CITY 0 RENTON STATE CONTRACTO S BUSINES LICENSE LICENSE 1 _� i-O( 0 ' I 1 ' P^MD TO THE CITY Of RENTON KNOW ALL MEN BY THESE PRESENTS: ' That we, the undersigned as pr nclpal, and corporation organized ' and existing under the laws of the State o as a surety corporation, and qualified under the laws bit he Sta t r Washington to become surety upon bonds of contractors with municlpal corporations, as surety are jointly and ' severally held and firmly bound to the City of Renton in the penal sum of S for the payment of which sum on demand we bind our- selves and our successors, heirs, administrators or personal rep,esents-ives, as the ' case may be. This obligation is entered into in pursuance of ,he statutes of the State of Washing- ton, the Ordinance of the City of Renton. tDated at , Washington, this day of 19 Nevertheless, the conditions of the above obligation are such that; WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for (which contract is referred tb here n and is made a part h ereOf as though attached hereto), and ' WHEREAS, the sold principal has accepted, or Is about to accept, the said contract, and undertake to perform the work therein provided for In the manner and within the tine set forth; ' NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract In the manner and w th n the time therein set forth, or within such extensions of time as may be granted under said contract, and shall ray all laborers, mechanics, subcontractors and materialmen, and all persons who shale supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of P -ton har�less from any loss or damage Occasioned to any person or property by reason of any care- lessness or negligence on the Part of said principal, or any subcontractor in the per- formance of said work. and shall Indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified In said con- tract or from defects appearing or developing In the material or workmanship provided or performed under said contract within a period of one year after Its acceptance thereof ' b. the City of Renton, then end In that event this obligation shall be void; but other- wise it shall be and remain In full force and effect. ' Revised: 8/16/83 4 1of7 4 CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this /�_A day of ue; , 19 t" by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Fee ra (ems. � rT❑ ' L,O)IA`s . hereinafter referred to as "CONTRACTOR." MITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 4-5 working days from date of commencement hereof as required by the Contract, tof 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 the City's Project (identified as No. CA v 037-b'4 for improvement oy construction and installation of: .5cidgr, .tn J_a.gpgrlfe ,and S.. 4 f 's �a, Owy,"f a.1,1 All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ' ifi .ations, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all ' applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having ,jurisdiction thereover. it 1s 1 turther agreed ano stipulated that all of said labor, materials, ' appliances, machines, tools, equipment and services shall be fw^ished contracts of 7 Other Than Federal-Aid FHWA and the construction instal'ation performed' and canpleted t satisfaction and the approval o the ' being in such confomni of the City's Public Works Director as ty with the plans, specifications and all merits of or arising under the Contract. 1 require_ ' Z) The afor±said Contract, enter ed bid and signing of this a grunt, by the acceita,ce of the Contract-,,, consists all of which are component of the following documents, ' thereof parts of said Contract and as full as if herein set out it f.11, y a Part and if rot attached, as if hereto attached, ' a) This Agreea*nt b) Instruction to Bidders c) Bid Proposal d) Specifications e) NPs d Plans f) Bid 9) Advertisement for Bids h) Special Provisions, if any i) Technic 1 SPecitications, if any 3• If the Contractor refuses or fails to prosecute the work or any Dart thereof, with such diligerce as will ins time specified fn this ura it` completion within the lortract, or any extension in writing or fails to complete said vdrk with such thereof, shall be adjudged • 6enkrupt, or if he sh trroe or 'f the Contractor for the banefi ould make a general assi t of his creditors, or if 9"ment account of the Contractor- a �'eceiver shall s insolvency, or if he or an , of his aDpointed on Rev. ..'R Contracts Other Than Federal-Aid FNwA 3 of subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of v provision of the Contract shall cease and satisfa^tory arrangement the correction thereof be made, this Contract, shall, upon tee iration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right t0 lake over and perform the Contact. Provided, however, that if the surety within fifteen (15) days after the serving upon it of such otice of termination does not perform the Contract or does not commence performance,thereof within thirty (30) ' days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to Completion ' by Contract or by any other method it may deem advisable, for the as 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 dvent, the City, if it so elects, may, without ' liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of ' the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. Contracts Other Than Federal-Aid FNWA a of T 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract ■ to be pen ormed hereunder, including loss of life, personal injury and/or damage to property arising from pr out o` any occurrence, ' omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on Account of any patented or un- patented invention, process, article or appliance manufactured for use t in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party ' to any litigation commenced by or against Contractor, then Contractor ' shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City r 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 6 S of 7 Contracts Other Than Federal-Aid FNMA 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 ma,l. 1) The Contractor shall commence performance of the Contract no later than ' 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 4 5 working days from the date of commencement. For each and every working day of delay ' after the established day of completion, it is hereby stipulated and agreed that the damages to the ppCity Occasioned by said delay will be ' the sum of _( Ste i�`ca�ians as liquidated damages ;and not as a penalty) for each such day, which Shall be paid by the Contractor to the City. ' 8) Neither the final certificate of Payment nor any provision in the tContrac'. nor partia! or entire use of any installation provided for by this Contract shall relieve the Contractor of liability ir, respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to reme, i any defects in the ' work and pay for any damage to other work resulting therefrom which ' shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City ' will g`ve notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be 1 6 of Contracts Other Than Federal-Aid FHWA obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. t ' 9) The Contractor and each subcontractor, if any, shall submit to the ' City such schedules of quantities and costs, progress schedules, pay• ro1.s, reports, estimates, records and miscellaneous data pertainu-1 ' 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 Contract, including the payment of all persons and .firms performing labor on the construction project under ' this Contract or furnishing materials in connection with this Contra�.t; said bond to be in the full amount of the Contract price as specified ' in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. ' 11) The total amount of this Contract is the sum of ($Z,1543.0 4d; " rea a'► irot W01AIINich includes Washingtoi t Ctw toll I )Cate Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ' Nov. ales Contracts Other Than Fedcral-Aid FHWA 7 of 7 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. ' CONTRACTOR CITY OF RENTON A -fio4// r (n artner ner mayor ATT e retary t,ty erk d/b/a ' irm Me Individual_' Partnership _Corporation ✓ A W/ Corporation �t ate oTfnc'oirporation Attention: If business is a CORPORATION, name of the corporation should be listed in ' full and both President a,:d Secretary must sign the contract, OR if one Signature is permitted by corporation by-laws, a co_ of the by-laws shalt be furnished to the city and made a part of the contra-.t document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. ' If business is an 1NUIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by dib/a and name of the company. CONTRACTOR/SUBCONTRACTOR .�Y ,;��iti REPORTING PERIOD MONTHLY MANPOWER UTILIZATION REPORT ..y Nont h: Year: To be submitted to the City's Project Goals and Timetables as committca Engineer during the let week of following n r`�. in Contractor's Affirmative m ■ onth while contract is in progress. Prim C Action Plan ■ Contractor is responsible for obtaining and lll��! submittinq all Subcontractor Reports. or per City's Plan 9.1 lb: IN— And l,tetlon of Caaplience Agency oept l From: (Noce And ]ouUon of contractor) -- tThis report is required by Executive Ordor 1124A, Section 203. Failure to report caa result in sanctions which include suspension, termination, cancellations or debarmen• of !nt ract. ' P. 3. min,- Total otal Mork Hour. of E..Ployment (Se. footnote; city number ueber ' c1Aea1 .e .. . of of a. Mie_ er. Aston/ total NT of minartt Er.PbY t teo- total C=Paay.. xrme (I.D.I Trad. Tote Black nalan heifl< ?e- ".Ploy- •ea •tone panic to Lon .ale wT. .P ' C A 1'r C _ ' A Tr A Tr ' Tr AL AD Tr AD Tr Ag Tr CcnDAgv cfficl&La igna t-.re An e Dote Signed 9 a epnor, b.moer (Include ArN l•Neles G females, --Minorities a N,n-minorities)7%80 (Submittal Requirements E City's Goals/Tim Page _, of _ -0 1 INSTRUCTIONS FOR FILING ENPT')YMENT UTILIZATION REPORT CITY OF RLNTON) ' The Employment Utilization Report is to be completed by each subject contractor ' (both prime and subcontractors) and signed by a responsible official of the company. The repores are to be filed on the day required, each month, during the term of the contract, and they shall include the total work-hours worked on the project for each employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its work :once and shall collect and submit reports for each subcontractor's work force to the Compliance Agency that is funding their construction project. , Reporting Period . . . . . . . . . . . Self-etplanatory Compliance Agency . . . . . . . . . City of Renton (administering department) Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying ' construction contract with the City of Renton. 1. Company's ;lame . . . . . . . . . . Any contractor or subcontractor who has a t qualifying contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicabit , EEO bid conditions. 3. Work-hours of F.mplovment . . . . . The total number of hours worked by all ' employees in each classification; the total number of hours worked by each *minority group in each classification and the total , work-t. ire for al: women. Classification . . . . . . . . . . The level of accomplishment or status of the worker in the trade. (r - Craftcorker Qualified, AP - Apprentice, It - T-iinee). 4. Percent of minority work- , hours of total work hours . . . . The percentage of total minority work-hours worked of all work-hours worked. (The sun of columns b, e, d and a divided by column a.) , 5. Total Number of Ml norlly Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during , reporting period. ''. Total Number of Employees . . . . Number of all employees working in contractor's aggregate work force during reporting period. ' * Minority is defined as including Blacks, Hispanics:, American Indian., and ANian , Rod Pacific Islanders - both awn and women. ' PPFE UIREMENTS FOR THE PREVENTION OF ENVIROYMENTAL POLC CES ' In accordance rith the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with a:.l provisions of the follow- ing laws, ordinances, and resolutions: king County Ordinance No. 1527 requires Building and Land eve opment ivisior. a'i yydraulics Division review of grading ' and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design sta„dards to be incorporated into p-aject design stand- ards to be ircorporated into project design by Engineering Services. Reivew by Hydraulics Division. King Count • Ordinance No. 800 No. 900 No. 1006 and Resolution o, o. U 116864 &Ed No. IITU contained in KingCounty Code lities a an a-- provisions or disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid Waste. Pu -t Sound Air Pollution Control ABeucy Regulation I : A regu- Ia n to contra tT emission o7 air contaminants from all sot. �s within the jurisdiction of the Puget Sound Air Pollution Control Agency (king, Pierce, Snohomish, and kitsao Counties) in accordance with the Washington Clean Air Act , R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, perioiically 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 ensure t e purity of all pater of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, bir game, fish, and other aquatic .ife, and the i4.,strial .evelopment of the State, and to that end require the use of all known available and reasonable methods t by industrie- and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into ane of the water of this State any organic or inorganic matter th. t shall cause or ten:' ' to cause pollution of such waters. The law also provides for civil penalties of 35,000/day for cacti violation. t R.C.W. 70.95: Establishes uniform statewide program for ! .Idling sV i wastes which will prevent land, air and water pollution. Nukes it unlawful to dump or deposit solid wastes onto or under ' the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.M. 76.04.370: Provides for abatement of additional fire haz- ar an, s upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buil,;ing, roads, campgrounds, and school grounds) . The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditio,s. R.C.W. 70.94.660; Provides for issuance of burning permits for ' alTating or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76.04.310: Stipulates that everyone clearing land or ' Tartng TtgTit=ef-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the ' department may specify, and in compliance with the law requiring burning permits. R.C.W. 78, 14: Lags governing surface mining (including sand, t grave_, -atone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. ' W.A.C. 332.18: Delineates all requirements for surface mined al�rec-Ta—maLion, t W.A.C. 331.24: Codifies requirements of R.C.W. 76.04 pertaining to a— n3 clearing and burning. ll, S. ARMY CORPS OF ENGINEERS ' Section 1 of the River and Harbor Act of June 1.3, 190_ : Author ' ize`�s ecietary-o Army an Corps o ngineets 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 'P%_SooSoo , tii. tat. ut prizes t o ecretary o t c Army, acting roug t e Jrpa of Engineers, to issue permits for th- discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may he denied if it is determined that such 1 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 a roved March 3 1899: Provides that isd c fttge o-f r-else without a permit i- -nto aTgable , waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share % por- tion of the fine. , - 7- 1 PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: 1 KINC, COUNTY BUILDING AND LAND DEVELOPMENT DIVISION Kin Count Resolution No. 25789 requires an unclassified use 1 perm`it or .t `ing, gnarry`ing `includ.ng borrow pits and associ- ated activities such ss asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subset 1 quent to these activities. A copy is rvailable at the Department of Public Works or Puildirg and Land Development Division. 1 Shoreline Mara ement Act 1971 requires a permit for construction OF tate s ore Ines, Permit acquired by Public Works and reviewed by Building and Land Development Division. 1 King sCounty Ordinance No. 1488 requires permit for grading, land f`ill , grave Ptts--3umptng, quarrying and mining operation; except on County rig ht-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GMIE 1 Chanter 112 Laws of 1949: Requires hydraulics permit on certain projects. tng ounty epartment of Public Works will obtain. ) 1 WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 13-220: Requires a National Pollutant Discharge Elimination 1 ystem 'P6ESj 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 1 waters `into tate surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity. ) 1 W.A.C. 508.12-100: Requires permit to use surface water. 1 W.A.C. 508.12-190: Requires that changes to permits for water use e rev ewe y tIiie Department of Ecology whenever it is desirad to change the purpose of use , the place of use, the point of withdrawal and/or the diversion of water. 1 W.A.C. 508.12-220: Requires permit to use ground water. 1 iV.A.C. 508.12-Z60: Requires permit to construct reservoir for water storage. W.A.C. 508 12.280: Requires permit to construct storage dam. 1 W.A.C. 508-60: Requires permit to construct in State flood con ro zone. King County Public Works secures one for design. 1 Contractor secures one for his operation (false work desigi, etc. ) . 1 -r. 1 PEDIITS, RE UIRED FOR THE PROJECT WASIIINGTON STATF. Continued , DBPARTd+ENT OF NATO t0rk.0 76.04. NATURAL RESOURCES dosRpsma our '� fRequires burning Permit 768res 0h, S1tion,, for a 70 re78 rl�[hburn Pn,04: 18gtment res for e Decof a Natural Pur osesfor lYard edebris Prevent restriction0,fand 7 under the provisio Resources reserves the , 0.9< due to exteme' . R.C.W• visibility and excessive ire weather R•C•11• 76.08.030: Bather or to a e tIm er, Cuttin air Pollution. ' R C W 2)5, 8 Permit required before cutting merchant . 76.08. R CeW e�81A4ent in dad orownrtimberqulrcd re operati , Operating It before icon Inc u Ing0sanRequireelPe rnut an n8 for y surte 1 UNITED STATES ARMY stone, and earth from mining opera- s ectio_- CORPS OF IKEERS m borrow pits) . ENG r 10 of- Rive ' Guardtadm�oi- ns—`tao� Notbor Act of_FtFaMarch tme FIRErPR07E OftPubliered ceWorks)w,ilnobtgable waterse(KinB county Coast CTION DISTRICT , 1 - es aut 010 52-28.020 52,en' 0 ' Protectionadfirrtpermit forubuiM Is30 , 5an Pena 5'••28.050: " Ict. din p, tIe cr UNITED STATES COAS_GU1- g an open fire within a Tir,ure Section 9 of River ct 0 Riv , M1arc and Harbor Act u ust a an enera Of March3 1890 Gen nI) quires ruc Ion o , obtain) , e Katers (King Countrermlt or c��oonst ruct_��'�'asramenrld e rertinent slog Counot� DepartmentPoftpetit publ ' e mentio ections ub1 . rksrwill on Act, rued permit: Secthonfd110win8 laws w•hilrk� will , Improvemental Environmental Po lief Department of G0mp1y with ecuring the afo Act of lg7p Y Act of Transportationre- PUGET ]969, IYa[er Quality , SOUND AtR POLLUTION Section CONTROL AGENCY tlon 'gp d gtionsoareoPn com'On ensIiy� ReOulation I: Re ' U2 (outdoor fires) with Regulantrar or Should for verifica• a�dh5ection ) • with 9 OC tion I, Particulare his opera.rne), g' 15 (Preventing particulateimattee ly dustSection , mattar-- From becoming a- t 1.;AITS REQUIRED FOR THE PROJECT - Continued EM'TRONMENTAL PROTECTION AGENCY ' Title < ', Ch��appter Ic Part 61 : Requires that the Environmental riotec- n ency a not to S days prior to the demolition of any st,, Lure containing asbestos material (excluding residential ' structures having fewer than 5 dwelling units) . The above requirements will be applicable only where called for on tie various road projects. C, ,% of these permits, ordinances, laws, and resolutions are 4— table for inspection at the Office of the Director of Public ' We � +. 900 King County Administration Building, Seattle, W�biington, 98104. It shall be the responsibility of the Con- tr.ctor to familiarize himself with all requirements therein. A" costs resulting therefrom shall be included in the Bid Prices a no additional compensation shall be made. A L permits will be availahle at construction site. 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 01 19d4 OCCUPATION: CEMENT MASCNS LOCATION. CLALLAM, GRAYS HARBOR, JEFFERSCN, KIN. (THAT PURTIGN SOUiH OF AN EAST-WEST LINE ON 1901H ST. S.w. WHERE IT A ARTS AT THE PUGET SOUND AND EXTFNCS EAST TC THE COUNTY LINE), KITSAP, LEWIS. MASON, PACIFIC (THAT PCRTION NORTH OF WAHKIAKUM COUNTY NORTHERN B. INJARY EXTENDED WEST TO THE PACIFIC OCEAN), PIERCE AND THURSTON COUNTIES. FRINGE BENEFITS ' HEALTH AND WELFARE 1.20 •/HR. STATE PENSION 1.50 3/HR. STATE TOTAL HOURLY BENEFITS 2.55 $/MR. FEje:RAL TRAINING FUND .10 $lHR. STA E WAGE RATES OCCUPATION OCCLPATION STA1. FEJERAL CCDE DESCRIPTION RATE RATE ' GROUP 1 390-0260 APPLICATION OF SEALING CGMPCUNO 17.8b 17.86 ' 090-0015 CEMENT MASCN - BUILCIN(, GENERAL 11 .86 I7.d6 090-0210 CONCRETE PAVING 17.60 11.86 090-0240 CURB AND GUTTER 17.66 17.86 090-0230 CURING CONCRETE 17.6b 11.86 ' U90-020 PATCHING CCNCKETE 17.86 17.d6 090-0250 SIDEWALKS l/.bo 17.86 ' GROUP 2 090-033U APPLICATION OF UNULRLAYMENT 19.11 18.11 090-03SO COMPOSITION MASTIC 18.11 16.11 090-0200 CONCdEIE SAW (SELF PGWERCD) 16.11 1J.11 090-0360 EPDXY 18.11 16.11 090-0310 FINISH CCLCRED CONCRETE 18.11 18.11 ' 090-CC75 GRINDER, HAND POWERED Id•I1 19.11 090-G370 GUNITE N022LCMAN 1R.11 10.11 D90-0270 PLASTIC ld.11 18.11 090-C290 Pu WER TCCLS (GRINDERS AMU ALL CTHERSI ld.11 id.11 090-0300 SANDBLASTING ARCHITECTUAL FINISH I'd.II 1'j.II 090-C320 TUNNEL WORKERS ld.11 18.11 LITY OF RENTON SCUTH TOBIN STREET SANITARY SEWER PAGE 1 H►Y-R12320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY IS. 1964 OCCUPATION: CEMENT MASONS LOCATIJN: CLALLAM. GRAYS HARBOR. JEFFERSON, KING (THAT PURTION SOUTH OF AN EAST-WEST LINE ON 190TH ST. S.W. WHERE IT STARTS AT THE PUGET t SCUND AND ENTENCS EAST TO THE COUNTY LINE), KITSAP, LEWIS. MASON. PACIFIC (THAT PCRTION NORTH OF WAHKIAKUM COUNTY NURT:ERN dU'JNUARY INTENDED WEST TC THE PACIFIC OCEAN), PIERCE AND THURSTON CCUNTIES. M►GE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RAZE RATE GROUP 3 090-0340 TKOWE♦ " '.CHINE CN CCLCRED SLABS. 19.36 16.11 COMPOSITION OR KALMAN FLOORS t ' CITY OF RENTON SOUTH TOBIN STREET ' SANITARY SEWER PAGE 2 HWY-431A20-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 19tl4 OCCUPATION: FLAGGERS tLOCATION: CHELAN, CLALLAM, DOUGL►S, GRAYS HARBOR, ISLAND, JEFFERSON, KING. KITSAP. KITTILAS. LEWIS. MASON, PACIFIC. PIERCE, SKAGIT, SNOHOMISH. THLRSTUN. WHATCCM AND YAKIMA COUNTIES. FRINGE. BEKEFITS ' TOTAL HOURLY 'ENEF►1S 3.33 A/MR. STATE WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL (.DOE DESCRIPTION RATE RATE 260-0010 FLAGGER 10.78 -- LlIY OF PENTON SOUTH TCBIN STREET SANI TART SEWER PAGE 7 H0-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15. 1934 OCCUPAT IUNI LAaWRERS ' LOCATION: CLALLAR. GRAYS HARBOR. ISLANU. JEFFERSON, KING. KITSAP, LEWIS, MASON. PACIFIC (NORTH OF WAHKIAKUM COUNTY NORTHERN BQINCARY ' EXTENDED DUE WEST TO THE PACIFIC GCEAN). PIERCE, SKAGIT, SNOHOMISH. THURSTON AND WHATCCM COUNTIES. FRINGE BENEFITS HEALTH AND WELFARE 1.75 $/HR. STATE PENSION 1.45 $/HR. STATE TOTAL HJUdLY BENEFITS 2.88 A/HR. FEDERAL TRAINING FUND .13 $/HR. STATE WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL L CDE DESCRIPTION RATE RATE GROUP 1 ' 3';1-21OU WINDOW CLEANER 6.4b 10.13 GROUP IA 3SO-P350 CLkAN-UP LABORER e.rb 15.16 GROUP 2 350-0090 BATCF WEIG14MAN 14.78 15.16 350-046D CRUSHER FEEDER 1J.78 15.16 3SO-1260 PILOT CAR IJ.78 15. 16 350-1870 TOOLROOM MAN TAT JOB SITE ) 1J.7tl 15.16 GROUP 3 350-C1/0 BROUMER 44.9b 15.16 350-0130 BRUSH CUTTER 14.96 15.16 350-0150 BRUSF HOG FEEDER 14.96 15.16 350-C190 BURNERS lr,90 15.16 350-0220 CAR AND TRUCK LOADER 1r.96 15.16 ' )50-0280 CEMENT HANDLER 14.9b I5. 16 350-0300 CHANGE-HOUSE MAN OR DRY $HACKMAN 14.96 15.16 550-0320 CHOKER SETTER 14.96 15.16 350-0360 CONCRETE AND MUNULITHIC LABORER 14.96 15.16 ' 350-C390 CONCRETE FCRM STRIPPER 14.9b 15.16 CITY OF RENT OK ' SCUTH TOBIN STREET SANITARY SEWER PAGE B HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCCUPATION. 14tl0RER5 MAY lSr 1984 tLOCATION, Cl4L LAM• GRAYS HJ RB MASON. PACIFIC Ok• HS1ANOr JEFFERSUN• KIN,;. EXTENDED p (NORTH OF WANKIAKUM COUNTY NORTHERN TS 4i• IcWIS• S NGHOM UE WEST TO THE PACIFIC DC EANIr PIERCE B0UNDAAV ISH• TMURSTON AND WHITCCM CUUNTIES, • SKAGIT• ' WAGE RATES OCCJPATIJN CODE OCCUPATION ' DESCRIPTION S1ATL F,. Ek AL GRUUP 3 RATE RATE 350-047J LURING CCNCkETE 350-O571 DFMCLITCHARRED CN• WRECKING AND MOVING IINCL. CHARRED MA TE RIALSI 14'96 I5.16 350-0550 Cl iCH DIGGER 14,96 15.16 350-0550 OR IERMAN 350-C660 DUMPMAN 14.96 15.16 35O-C700 ELEVATOR FEEDER 14.96 15.16 ' 350-07-75 FALLER AND BUCKER - 14'96 15.16 350-0750 FINE GRACERS - HAND 14.96 15.16 350-0780 FORM SETTER 14.96 15,16 350-0820 GENERAL LABORER 14.96 15.L6 350-OF70 GRCUT MACHINE Ht1UER iENUER 14.96 15.16 350-C940 HE AUER 14.96 15•16 350-0970 H LABORER AND GUARD NAIL ERECTOR OLSE WRECKER 14.96 15,16 !SU-IIOJ MATERIAL Y4ROMAN II NClu01NG I4 6 13• 16 350-1160 NIPPER-SWAPPER EIECIRlCALI 14,96 15.16 350-IiSD PITMAN 14.96 15.16 350-137U PUT TENDER 14.96 15.16 350-1530 RIPRAP MAN I4.96 15.16 350-1643 SLALEM�n 14.96 15,L6 350-1690 SK IPMAN 14.96 15.16 350-17?J SLOPER SPRAYMAN 14.96 15.16 350-1790 STOCKPILER 14.96 15.16 350-I89U TRACK LABORER 14.96 15.16 '50-1930 TRUCK SPOTTER 14.96 15.16 350-y130 VINYL SEAMINu 14.96 15,16 14.96 15.16 GROUP 34 14.96 15.10 350-OCIO ANCHOR MECHINES 350-OCSO B;,LLAST REGULATOR MACHINE 350-C740 CARPENTER TFNUER 14.96 15.50 14.96 15.50 14.96 15.50 CITY OF RENTCN SCUTH TOBIN STREET SANITARY SEWER PAGE 9 i iHWY-R 32720-AA PREVAILING MINIMUM HUUhLY YAGE RATES MAv 15, 19d4 OCCUPATION: LABORERS itOLATION: CLALLAM, GRAYS hARBOR. ISLAND, JEFFERSON. KIND. KITSAP, LtWIS, MASUN. PACIFIC (NORTH OF WAMKIAKUM COUNTY NORTHERN BCUNDAd( i EXTENDED DUE WEST TO ThE PACIFIC OCEAN), PIERCE, SKAGIT, SNOHOMISH. THURSTON AND WHATCCM COUNTIES. WAGE RATES iOCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE GROUP 3A i 3SO-C310 CHIPPER 14.90 15.50 350-0330 CHOKER SPLICER 14.96 15.50 350-0340 CHUCK TENDER 14.96 15.50 350-0710 EPDXY TECHNICIAN 14.96 L5.50 i 390-CdIO GABION BASKET BUT JF4 14.96 15.50 350-086J GRINDERS 14.94 15.50 350-COPO GR06TMAN (PRESSURE). INCLUDING POST 14.96 15.50 i TENSION CEAMS 350-I250 PAVEMENT BREAKER, UNDER 90 LBS. Ir.Y4 15.SU 350-132J PIPE POT TENDER 1..v6 15.50 i 350-1340 PIPEWRAPPER 14.Y6 15.50 150-1390 DOWDERMAN HELPER L4.96 15.40 350-1400 POWER BUGGY CPERATOR 14.96 L5.50 350-1410 POWER JACKS 14.96 15.50 i 350•IS10 RIBBON SETTER, MEAD 14.96 15.50 350-1550 RIPRAP MAN, HEAD 14.96 15.50 350-I580 RUDDER 14.Y6 I5.50 i 350-1710 SL OPER IGVER 20-1 1..100 1�.SO 350-1765 STAKE HOPPER 14.96 15.50 350-1830 TAMPER IMUI T IPLEI 14.96 15.50 3S0-IBBO IOPMAN - TAILMAN 14.Y6 15.50 i 350-200 VIBRATING SCREED IAIR, GAS OR ELECTRIC) 14.96 15.50 ISO-145J WHEELBORRCW. POWER CRIVEN 14.96 15.50 iGROUP 3B 350-0270 CEMENT FINISHER TENCER Lr.vo 15.64 i 350-OS70 DRILL UCCTCR AND BIT GRINDER 14.96 15.64 350-ICOD LASER BEAM OPERATOR 14.96 15.64 350-1379 POWOERMAN 1'.96 L5.64 350-194J TUGGER OPERATOR 1r.V6 1`,.64 I CITY OF RENTON i SCUTH TOBIN STREET SANITARY SEWER PAGE 10 1 1 ' 4WY-R 12370-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 19d4 OCCUPATION: LABORERS r LOCATION: CLALLAM. GRAYS FARBOR, ISLAND. JEFFERSON, KING. KITSAP, LEKIS, MASON, PACIFIC INORTH Uf WAHKIAKUM COUNTY NORTHERN BOJNDAAY EXTENDED DUE NEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT, rSNOHOMISH, THURSTON AND WHATCCM COUNTIES. WAGE RATES rOCCUPATION OCCUPATION STATE FEJLRAL CODE DESCRIPTION RATE RATE GROUP 4 !SO-0050 ASPHALT RAKER 15.44 15.64 r 350-C250 CEMENT DUMPER - PAVING 15.44 15.64 350-0650 DRILLER - NAGON AND AIR TRACT CPERATOR 15.44 15.64 350-0720 FALLER ANC BUCKER - CHAIN SAW 15.i4 15.64 )SO-C840 GRADE CHECKER AND TRANSIT MAN 15.44 15.64 3i0-0950 HIGH SCALER 15.44 15.64 350-IC90 MANHOLE BUILDER 15.44 15.64 ISO-120J N022LEMAN ICONCRETt PUMP, GREEN CUTTER WHEN 15.44 15.e4 ' USING COMBINATION OF NIGH PRESSURE AIR AND WATER CN CONCRETE AND ROCK, SANDBLAST, GUNNITE. SHOTCRETE) WATER BLASTER r 3SO-1254 PA:EMENT BREAKER. OVER 90 LBS. 15.44 15.64 350-12BO PIPELAYER AND CAULKER 15.44 15.64 350-1E10 SEINER 11MBERMAN 15.44 15.64 r 350-1740 SPREADER ICARRIES GRADE WITH RODJER) 15.44 15.64 350-2000 VIBRATOR 15.44 15.64 GROUP 4A r350-0423 CUNCRETE SAW OPERATOR 15.r4 15.50 350-C980 JACKHAMMER h.44 E5.50 r 350-1460 RAILROAD SPIKE PULLER U.44 15.50 150-115U SPREADER - CLARV POKER UK SIMILAR TYPES 15.44 15.50 350-1E40 TAMPER IMUITIPLE AND SELF PRLPELLEDI 15.44 15.50 ' 350-1020 TAMPER AND SIMILAR ELECTRIC, AIR AND GAS 1>.44 15.51 OPERATED (COLS 3SU-1905 TNACK LINER (POWERI 15.44 15.50 35U-2C90 WELL-POINT MAN 15.44 15.50 rGROUP 40 r350-1315 PIPE RELINER INDT INSERT TYPE) 15.44 15.14 CITY OF RENTOK SCUTH TOBIN STREET rSANITARY SEWER PAGE ll r 1 1 HWY-Ri2320-AA PREVAILING MINIMUM HOURLY •AGE RATES MAY I5. 1934 OCCUPATION: LABORERS 1 LOCATION: CLAILAM, GRAYS FARBOR, 1SLANU, JEFFERSON, K1No, KIISAP, LEWIS, MASON, PACIFIC INORTH OF WAHKIAKUM COUNTY NORTHERN BCIJNOARY 1 EXTENDED DUE WEST TO THE PACIFIC OCEANI, PIERCE, SKAGIT, SNOHOMISH. THURSTON AND WHATCCM COU"TIES. WAGE RATES 1 OCCUPATION OCCUPATION STAIE FEDERAL CODE DESCRIPTION RATE RATE 1 GROUP S 1 350-0200 CAISSON MORKER 15.80 15.74 350-IC30 LASER BEAM OPERATOR (TUNNEL) 15.80 15. 4 350-1110 MINER 15.80 15.74 350-1380 PU„OERMAN 15.80 15.74 1 350-1500 RE-TIMBERMAN 15.80 15.7♦ 35U-1730 SPADER (TUNNEL) 15.8O 15.74 1 OTHER 350-9355 STATE : OVERTIME: ALL WORK PEKFORMED IN 1 EXCESS CF W HOURS IN ANY GNE DAY OR IN EXCESS OF 40 HULKS IN ANY ONE WEEK, MCNJAY THROUGH SATURDAY, SHALL BE PAID AT ONE AND ONE-HALF TINES THE EMPLOYEES REGULAR RATE. 1 35C-S356 STATE= OVi RTIME: ALL WCRK PEKFCRMED UN SUNDAYS AND HOLIDAYS SHALL BE P410 AT TWO TIMES THE EMPLOYEES REGULAR KATE. 1 WOKKING FUREMAN: 50 CENTS PER HOUR ABUVL THE HIGHEST CLASSIFICATION SUPERVISED 1 1 i 1 1 CITY OF RENTON 1 SCUTH TOBIN STREET SANITARY SEWER PAGE 12 1 ' W f-132320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, ►93♦ OCCUPATION: LABORERS ' ISEWEA L WATER LINE CONSTRUCTION, LOCATION: CLALLAM, GRAYS HARBOR. ISLAND. JEFFERSON, KIN4, KITSAP. LLyI„ MASON. PACIFIC (NORTH OF THE MAHKIAKUM COUNTY NORTHERN BDJNi:w. EKTENDED OUE WEST TO THE PACIFIC OCEAN(, PIERCE, SKAGif. SNOHOMISH. THLRSTON, WHATCOM AND PARTS OF THE FOLLOWING CDUhI ,,� ' LYING WEST OF THE 120TM MEl 10 TANI CHELAN, KITTITAS. OKANGbAN AnJ YAKIMA CGUNTIES. FRINGE BENEFITS MEALTP AND WELFARE PENSICN 1.75 0/MR. STATE TOTAL HOURLY BENEFITS 1.45 t/MR. STATE 3.33 A/MR. STATE TRAINING FUND 3.11 A/MR. FEJERAL WAGE RATES .13 A/HR. STATE OCCUPATION OCGUPAT10h ' CODE DESCRIPTION STATE FEDERAL 360-OO11) GENERAL LABORER RATE KATE t 360-0023 PIPELAYEP U.BU 114.00 360-CC30 TUPMAN 14.14 14.40 N.2W 14.34 1 CITY OF RENTOK SCUTH TGBIN STREET SANITARY SEWER PAGF 22 i 1 1 HWY-R32320-AA PREVAILING MINIMUM HUVkLY WAGE RATES JCCUPAI ION: MASON TENDERS' MOD CARRIERS AND MORTARMEN MAY 15r I984 1 LOCATION: CLALLAM EXtENOEI) 11Ci (NUkTH,OF ISLAND, COUNTY KING' KITS AP, LEWIS, 'OF S NOHOMI S�:, TMURSTC ST TO OA THEND PACIr IC DCEANI, PN RT ERN 80U VDARY WMATCCM COUNTIES. , SKAGI I, FRINGE BENEFITS iHEALTH AND WELFARE PENSICN 1,15 F/HR. 1 TOTAL HOURLY BENEFITS 1•A5 i/HR. STATE TRAINING FUND 2.88 F/HW. STATE w AGE RATES •13 A/HR, FEJERAL 6 OCCUPATION STATE CODE OCCUPATION aDESCRIPTION St TE FEUER µ r30-OOIJ MOD CAkR1ER R 7E RATE 430-003) MORTARMAN 1 1S 4` 15.6♦ 15,81 1 1 1 Fr� ■ a 1 CITY OF RENTON SCUTH tcoll SIR E E T SANITARY SEWER PAGE 25 HWY-R 12320-AA PREVAILINU MINIMUM HOURLY WAGE RATES MAY 15, 1984 OCCU^4TION: POWER EQUIPMENT OPERATCRS (St WER C WATER CONSTRUCTION) LOCATION: CHELAN• CLALLAM. OOUGL-- (THAT PORTION WHICH LIES WEST OF THE AYS ' R 1 TSAP NITTITAS. LEWIS. MASON,HARBOR.PACIFIC I(NORTH OFF AE STRAIGHT MLINE I FROM, THE SOUTHERN POUNCARY OF LEWIS COUNTY EXTENDED WEST TO THE ' PACIFIC OCEAN) PIERCE, SKAGIT, SNOHOMISH, THUKSTON, W�ATCDM AND YAKIMA COUNTIES. FRINGE 8 NEFITS ' HEALTH AND WELFARE I.BU $/HR. STATE PENSION 2.00 A/HR. STATE TOTAL HOURLY BENEFITS 4.01 $/HR. FEJtRA� TRAINING FUND .21 $/HR. STATE WAGE RATES OCCUPATIJN OCCUPATIDN STATE FEDERAL I caouv' LD DESCRIPTION HATE RATE 580-0040 BACK FILLEP 16.92 Lb.92 580-CCIO BACKHCE 1780 CAST TYPE AND LARGER WITH 16.92 16.92 ATTACHME NT SI S80-C100 CLAM ' 580-0120 CRANE 16.92 16.92 580-C13J DI i(HING MACHINE 16.92 Lb.92 lb.92 16.92 5BU-0150 JOZER (ALL CAT. TYPE D-3 AND LARGER) 16.92 16.92 500-C160 ORAGLINE l6.92 16.92 58?-C190 FRONT-ENC LOADER 12YOS. AND OVER) 10.92 16.92 58 ­C210 MECHA1.1C ►6.92 1b.92 580-C223 MELHa,.iL wELOEK 16.92 16.92 580-C240 MOTCR GR )DER !6.92 16.92 SBO-0310 SCREED 16.92 16.92 580-033J SHGVEL (3 YOS. AND UNDER) 16.92 L6.92 ' 580-C35) SIDE BUOM 1ALL CAT. TYPE 0-3 AND LARDER) 16.92 16.92 GROUP 2 58U-CC20 BACKHOE (680 CASE TYPE AND SMALLER -ITH 1b.425 16.425 AT , CHMENTSI 580-00J BENLING MACHINE b.425 16.425 580-CO61 BOOM TRUCK (STATIONARY) 10.425 16.425 CITY OF RENTON SOUTH T081)' STREET SANITARY SEWER PAGE 26 ' HWY-R32320-AA PREVAILING All .MUM HOURLY WAGE RATES NAY 15, 1994 OCCUPAIICN: POWER EQUIPMENT OPERATLRS ' (SEWER C WATER CON^TRUCTION) LOCATION: ChELAN, CLALLAM. DOUGLAS (THAT PORTION WHICH LIES WEST OF THE ' 120TH MERIDIAI) , GRAYS HARBOR, ISLAND, JEFFERSON, KING. K17SAP, KITTITAS. LEWIS. MASON. PACIFIC (NORTH OF A STRAIGHT LINE FROM THE SOUTHERN BOUNDARY OF LEWIS COUNTY EXTENDED WEST TO THE PACIFIC OCEAN) PIERCE, SKAGIT, SNUHCMISH, THURSTON. WHATCOM AND YAKIMA COUNTIES. WAGE RATFS ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATL RATE GROUP 2 580-0073 bOftING MACHINE L6.425 L6.425 58U-CC90 COMPACTORS 16.425 16.425 580-C140 D0ZER ZANY TYPE SMALLER THAN CAT D-31 46.42S 1.:.425 500-C170 DRILLS ILER01 TYPEI 16.425 16.425 t 580-CIR0 FRLN7-ENC LOADER (UNDER 2 YD.! lb.425 16.425 580-U200 GIN TRUCK 16.420 lb.425 580-0230 MECHANICAL GREASER (LARGE GkEASE TRUCK) 16.425 16.425 1 580-0270 PAVING MACHINES 16�425 16.425 580-C260 POT FIREMAN (ENGINE CPERATEC ABOVE 3 Bt?L.) lb.%25 16.425 SOU-0300 ROLLERS 14.425 16.425 580-C320 SERVICE PLCW 16.4 :3 16.425 580-C340 SIDE SOUP, ZANY TYPE SMALLER THAN CAT D-3) 16.425 16.425 580-C360 TRACTAIR 1b.42o 1b.425 580-C380 WELL POIKT SYSTEM 1b.42� 1, 425 GROUP 3 ' S80-0C10 AIR COMPRESSOR 14.4b 14.46 580-CC80 CHAIN TYPE DITCHER (DITCH WITCH) 14.4b 14.46 580-(,110 CONCRETE SAW 14.4b 14.46 580-C26) OIL-GREASER 14.46 14.46 580-0250 OILER 14.rb 14.4b SBO-C290 PUMP 14.4b 14.46 580-0370 WELDING MACHINE 14.4b 14.46 ' CITY OF RENTON SOUTH TOBIN STREET SANITARY SEWER PAGE 27 HYY-R32320-AA PREYAILIHG MINIMUM HOURLY WAGE RATES MAY 15, 1904 OCCUPATION: SURVEYORS LOCATION: CLALLAM. GRnYS hARSOR. ISLAND. JEFFERSON. KING, KITSAP . LLWIS, MASJN. PAC3fiC, PIERCE. SKAGIT. SNOHOMISH. IH�IRSTUN AND WHATCOM COUNTIES. FRING lFNEFITS TOTAL HOURLY BENEFIT - PARTY CtiIEf 1.25 AJHR. STATE TOTAL HOURLY BENEFIT - INSTRUMENT .75 SJHR. ;TAIi PERSON TOTAL HOURLY BENEFIT - CHAIN PERSON .55 AJHR. STATF WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE OESCRIPTION 4ATE RATE 720-0010 CHAIN PERSON i.UO -- 720-0040 INSTRUMENT PERSON (JUNIOR ENGINEFRI 9.85 120-0070 PARTY CHIEF (ASSISTANT ENGINEERI IL.40 i CITY OF RENTON SOUTH ICEIN SIREET SANITARY SEWER PAGE 34 ' HYY-R3232C-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15. 1984 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR. ISLAND. JEFFERSON, KING. KITSAP, KITTITAS, LEWIS. MASON, PACIFIC INCRTH OF THE WAHKIAKUM COUNTY NORTHERN ' BOUNDARY EKTENCED DUE WEST TO THE PACIFIC_ OCEAN), PIERCE, SKAGIT, SNOHOMISH, THUk STCN. WHATCCM, YAKIMA AND THOSF PARTS OF THE FCLLOWING COUK71ES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND OCUGLAS COJNTIES. ' FRINGE BENEFITS ' HEALTH ANC WELFARE 1.89 A/HP. STATE PE NSICN 1,75 T/HR. STATE TOTA1. HOURLY BENEFITS 3.64 A/HR. FEDERAL TRAINING FUND .00 FEDERAL WAGE RATES OCCUPATION OCCUPATION STATE FEVER►. CODE DESCRIPTION RATE RATE ' GROUP I 730-C69J LEVERMAN AND LOACERS AT BUNKERS AND 17.00 17.06 BATCH PLANTS ' 730-1010 PICK-JP TRLCK IT.Oo 17,06 730-I2UJ SMAMPER 17.00 17.06 730-1810 WAREHOUSEMAN AND CHECKERS 17.06 17.06 GkUUF 2 ' 730-1300 TEAM DRIVER 17.11 17,11 GROUP 3 ' 730-0110 PULL LIFTS. OR SIMILAR ECUIPMINT USED IN I7 16 17.16 LOADING CR UNLOADING TRUCKS, TRANSPJRT►NG MATERIALS EN JOB SITES:WAREHOUSING 730-014t) BUS OR EMPLOYEEHAUL L.le l7.lc ' CITY OF RENTON SOUTH TOBIN STREET SANITARY SEWER PAGE 35 t ' N..Y-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY :S. 19" OCCUPATION: TEAMSTERS LOCATION: CLALLAP. GRAYS HARBOR. ISLAND. JEFFERSON. KING, KITSAP, KITTITAS, LEWIS. MASON. PACIFIC INCRTH OF THE WAHKIAKUM COUNTY NORT,ERN SCUNUARY EKTENCED DUE WEST TO THE PACIFIC G:;L .ShOYCMISH. THLRSTCN, WHATCCM, YAKIMA AND TO.' L AN1PANPIERCE. SK4 U1), HO�EIS OF THE FCLLOWING COUNTIES LYING WEST CF THE 120TH MERIDIAN: CHELAN AND DCIIGLAS COUNTIES. WAGE RATES ' OCCUPATION N C OCCUPATION CODE DESCRIPTION STATE FEDERAL GROUP 3 FATE RATE t 730-0203 DUMPSTERS. AND SIMILAR EOUIPMENT.TOURNLr ' ROCKERS, TCURNOWAGON, TOURNOTRAILER. CAT DW 17.16 17.16 SERIES, TERRA COBRA, LETCURhEAU, WESTINGHOUSE A. HEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER T H TRAILER AND SIMILAR T OP— LOADEU EQUIPMENT IPMENT TRANSPORTINC MATERIAL AND t PERFORMING WORK IN TEAMSTER JURISOILTION:DUMP TRUCKS, SICE. ENC AKD BOTTOM DUMP, INCLUOING ' SEMI-TRUCKS AND TRAINS OR COMBINATIJNS THERECF:UP TC AND INCIUDI INCLUDING 5 WARDS US 730-C46J FLAHERTY SPREADEM T30-Jc90 ATBED TRUCK, SINGLE REAR AXLE 11.16 17.16 11.16 17.16 ' 730-C610 FUE- TRUCK, GREASE TRUCK. GREASER, BATTERY 17.16 17.16 SERVICE MAN AND/OR TIRE SERVICE MAN 130-1IOJ SCISSORS TRUCK 17.16 11.16 ' 730-1350 TRACTOR, SPALL RUBBER-TIREU IWHEN USiD WITHIN ll.lb 17. 16 TEAMSTER JURISOICTICNI 730-175U VACUUM TRUCK ' 730-20UJ 04TER WAGON AND TANK TRUCK: UP TO 160D 17. 16 17.16 GALLONS 17.16 17.16 SINGLE REAR AXLE 730-2220 WRECKER, iCW TRUCK ANC SIMILAR EDUIPMENi 17.1b 17.16 t l/.lb lT.lo GROUP 41 73C-0500 FLATBED TRUCK, DUAL REAR AXLE 17.27 11.27 GRO JP 5 t730-Coda BUGGYMOBILE AND SIMILAR U.33 l7.)3 CITY OF RENTOK SOUTH TOBIN STREET SANITARY SEWER WAGE 36 tHWY-R32320-AA PREVAILING MINIMUM MOURN PAGE RATES MAY IS, 19d4 OCCUPATION: TEAMSTERS ' LUCATIUN: CLALLAM. GRAYS HARBOR. ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS. MASON. PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT, ' SNOHJMISH, THLRSTCN, WHATCOM, YAKIMA AND THOSE PARTS OF THE FLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DCUGLAS COUNTIES. tWAGE RATES UCCUPATIJN OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE GROUP 5 ' 730-U610 HYSTER DPERATORS IMAULING BULK LOLSE 17..3 11.33 AGGRECATES) ' 730-1190 STRADDLE CARRIER IRCSS, HYSTER AND SIMILAR) 17.33 11.33 730-2011 WATER WAGON AND TANK TRUCK: 16UO GALLONS 11.33 17..33 TO 3000 GAILCNS ' )UP 6 730-1503 TRINSIT-MIX. 0 TO AND INCLUDING %.5 YUS. 11.37 17.31 GROUP T ' 730-C210 DUMPSTERS, AND SIMILAR ECUIPMCNT:TOURNO- 17.3d 17.16 RUCKERS. TCURNUWAGON. TOURNUTRAILER, CAT UM SERIES, TERRA COBRA, LETCURNEAU, WESIINGHOUSE ATHEY WAGON, EUCLID, TWO ANU FOUR-WHEELED ' POWER TRACTCK WTF TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAI AND PERFORMING WORK IN TEAMSTER JURISUICTION:JUMP t TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR CCMBINATIUNS THEREOF:CVER 5 YARDS TO AND INCL. 12 YARDS 130-041) EXPLOSIVE TRUCK (FIELD MIX) AND SIMILAR 11.3d L1.30 ' EQUIPMENT 73. -0713 LOWBED ANU HEAVY DUTY TRAILER: UNDER 50 17.38 17.38 TUNS GROSS ' 730-r910 OIL DISTRIBUTOR DRIVER IRCADI 17.38 17.36 730-1140 SLURRY TRUCK DRIVER 17.30 17.38 T30-1160 SNO-GO AND SIMILAR EQUIPMENT 17.3, 17.38 t730-2210 W114CH TRUCK: DUAL REAR AXLE 17 38 17.38 ' CITY Of RENTON SCJIH TOBIN STREET ' SANIT .RY SEWER PAGE 17 ' HMY-R3232O-AA PREVAILING MINIMUM MGURLY WAGE RATES MAY 15. 19o4 OCCUPATION: TEAMSTERS LOCATION: CLALLAM, GRAYS I-ARBOR, ISLAND, JEFFERSON, KING, KITSAP, KIT F11AS. LEWIS. MASON. PACIFIC (NCRTh OF THE WAHKIAKUM COUNTY VORIHERN BOUNDARY EKTLNCEO DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT. ' SNOHOMISH. THU2STEN, WHATCCM. YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DOUGLAS COUNTIES. ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE GROUP B 730-022J OUMPSTERS. AND SIMILAR EUUIPMENT:TOURNO- 17.4r 17.44 ROCKERS, TCURNOWAGON. TOURNUTRAI.ER. CAT OW SERIES. TERRA COBRA. LETCURNE4U, WESTINGHUUSE ATHEY WAGON. EUCLID, TWO AND 1'JUR-WHEELEJ POWER TRACTOR WTH "ILER ANG SIMILAR TOP- LOADED ECUIPMENT T/....SPORTING MATERIAL AND ' PERFORMING WORK IN TEAMS7ER JURISUICTION.UJMP TRUCKS. SIDE. END AND BOTTOM DUMP. INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREJF:CVER 12 YARCS TO AND INCL. 16 YARDS GROUP 9 73U-0133 BULK CEMENT TANKER 11.49 17.49 730-0230 DUMPSTERS, AND SIMILAR EQUIPMENT:TOVRNU- 17.49 17.49 ROCKERS. TCURNOWAGON, TUJRNLTRAILER. CAT DM ' SERIES. TERRA COBRA. LETCURNEAU, WESTINGHOUSE ATHEY WAGON. EUCLID, TWO AND FOUR-WHEELEJ POWER TRACTOR WTh TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISO1C110N:UUMP TRUCKS, SIDE. ENC AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREOF90VER L6 YARDS TO AND INCL. 20 YARCS 730-2015 WATER WAGON AND TANK TRUCK: OVER 300J GALLONS 17.49 17.49 GRUUP 10 1 tCITY OF RENTON SOUTH TOBIN STREET ' SANITARY SEWED PAGE 38 ' HWY-132320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY IS, 1984 OCCUPATION: TE o4STERS ' LC ATION: CLAL _AM. GRAYS HARBOR, ISLAND. JEFFERSON, KIN4, KITSAP, KITTITAS. LEHIi. MASON. PACIFIC INORTH OF THE WAHKIAKUM COUNTY NORTAEKN ' SCUNDARY EXTENCED DUE WEST TO THE PACIFIC CCEANI, PIERCE, SKAGIT, SNOHOMISH. THURSTON. WHATCCM. YAKIMA AND THOSE PARTS OF THE FOLLOWING LOUN71ES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND COUSLAS COUNTIES. ' WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE OESCRIPT.UN BATE RATE GROUP 10 730-C12J BULL LIFTS. OR SIMILAPY EQUIPMENT USED 1N 17.51 17.51 LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS CN JOB SITES:OTHER THAN WAREHOUSINU GROUP ll ' 730-1510 TRANSIT-MIX USED ExCLLSIVELY IN HEAVY 17.5, 11.54 CONSTR.:CVFR 4.5 YUS. TO AND INCL. 6 YOS. GROUP 12 730-0010 A-FRAME OR HYDRALIFT TRUCKS OR SIMILAR 11.64 17.64 ' PQUIPMENT WHEN A-FRA' ; OF HYDRALIFT OR SIMILAR EQUIPMENT IS IN USE GROUP 13 730-0240 OUMPS.TERS. ANO SIM1'.AP ECUIPMENT:70URNU- 17.66 17.66 ROCK"RS, TCURNUWAGOK, TOURNOTRAILER. CAT OW ' SERIES. TERRA CCBRA, LETOURNEAU, WESTINGHOUSE ATHEV WAGON, EUCLID, TWO ANU FOUR-wHEELEO POWER TRACTOR WTh TRAILER AND SIMILAR TOP- ' LOADED EQUIPMENT TRANSPORTM, MATERIAL AND PERFORMING WORK IN TEAMSTER JURISUICTION:UUMP TRUCKS. SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEKEOF:CVER 10 YARDS TO AND INCL. 30 YARDS 730-0720 LOwBED AND HEAVY DUTY TRAILER: OVER 50 TUNS 17.6c 17.66 4ROSS TO AND INCLUDING 100 TUNS GROSS ' CITY OF RENTON SCUTH TOBIN STREET ' SANITARY SEWER PAGE 39 HMY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 19b4 OCCUPATION: TEAMSTERS ' LUCATIUN: CLALLAM. GRAYS HARBOR, ISLAND. JEFFERSON. KING, KITSAP, KITTITAS. LEWIS. MASON. PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN SCUNDARV EXTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT, ' SNOHOMISH. THURSTCN. WHATCOM, YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND OCUGLAS COUNTIES. WA RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE GROUP 14 730-1520 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 17.70 17.70 CONSTR.:DVER 6 YOS. TO AND INCL. B YDS. GROUP 1`. 730-0253 DUMPSTERS, AND SIMILAR EQUIPMENT:TUJRNO- 17.82 I7.82 ROCKERS, TCURNOWAGON, TUURNGTRAIIER, CAT OW SERIES, TERRA COBRA, LETCURNEAU. WESTINCHOUSE ATHEY WAGON. EUCLID, TWO AND FOUR-WHEELED ' POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED ECu1PMENT TRANSPORTIN.: MATERIAL AND PERFORMING WORK IN TEAMSTER JURISOICTION:OUMP TRUCKS. SIDE, ENO AND BOTTUM DUMP, INCLUOING SEMI-TRUCKS AND TRAINS OR CLMBINATIONS THEREOF-OVER 30 YDS. TO AND INCL. 40 YDS. 730-073U LUWBED AND HEAVY DUTY TRAILEk: OVER 100 17.82 11.82 ' TONS GROSS GROUP lE ' 730-1530 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 11.86 17.86 CCNSTk.:CVER 8 YOS. IC AND INCL. 10 YDS. t CITY OF RENTUN SCUTH TOBIN SIREET ' SANITARY SEWER PAGE 40 1 HMV-R 32320-AA PREVAILING MINIMUM HOURLY WAGE RATcS MAY 15, 19d4 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM. GRAYS HARBOR. ISLAND. JEFFERSON. KING, KITSAP, KITTITAS, LEWIS. MASON. PACIFIC INOR7f OF THE WAHKIAKUM COUNTY NORTHERN SCUNUARV EXTENCED DUE WEST TO THE PACIFIC OCEAN$, PIL31Ck. SKAGIT. ' SNOHOMISH, THURSTCN, WHATCCM. YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DCUGLAS COUNTIES. WAGE RATES OCCUPATION OCCUPATION STATt FEDERAL CODE DESCRIPTION RATE RATE GROUP 17 730-G260 DUMPSTE'RS. AND SIMILAR EOUIPMEhT:TOURNO- 17.98 17.98 ROCKERS, TOURNOWAGOK, 70URNOTRAILER. CAT DW ' SERIES. TERRA COBRA. LETOURNcAU. WESTINGHOUSE ATHEV WAGON. EUCLID, TWO AND FOUW-WHEELED POWER TRACIOR WTH TRAILER AND SIMILAR TOP- LOADEu ECUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS. SIDE, END AND BJTTOM DOWD. INCLUDING SEMI-TRLCKS AND TRAINS OR COMRINATIUNS ' THEREOF:CVER AO YARCS TO AN' INCL. 55 YARDS GROUP lB 13U-1540 TRANSIT-MIX USED EXCLLSIVELY IN HEAVY 1B.03 18.03 CONSTR. :CVER 10 TDS. TG AND INCL. 12 YDS. GROUP IS 130-1553 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18.19 18.19 ' LONSTR. :CVER 12 YDS. TC AND INCL. 16 YDS. GROUP 20 ' 730-1560 TRANSIT-MIX USED EXCLUSIVELY 1N HEAVY 18.35 17.7u CONSTR. :CVER 16 YDS. TC AND INCL. 20 YDS. GROUP 11 730-1570 TRANSIT-MIX USED EXCLLSIVELY IN HEAVY 19.51 1 1 ' Cfu' TR. :CVER 20 YDS. C17Y OF RENTON SCUTH TOBIN STREET SANITARY SEWER PAGE 41 r 'NWY-R32320-AA PREVAILING MINIMUM HOURLY PAGE RAILS MAY 15, 1984 OCCUPATION. TEAMSTERS 1 LOCATION: CLALLAM, GRAYS HARBOR, ISLAND. JEFFERSON. KIN.:, KITSAP, KITTITAS. LEWIS. MASON. PACIFIC (NCRTF OF THE MAHKIAKUM COUNTY NORTHERN ' BCUNDARY EKTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT, SNOHOMISH. THURSTCN, WHATCGM, YAKIMA AND THDSE PARTS O' THE FCLLOWIhG COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DCUGLAS COUNTIES. ' WAGE RATES t OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION KATE RATE GROUP 22 730-0400 ESCORT DRIVER 11.06 12.00 730-l020 PILOT CAR 17.06 11.00 ' GROUP 23 ' 730-3810 MECHANIC HELPER L4.91 -- GROUP 24 730-0800 MECHANIC 17.50 OTHER ' 730-9735 STATE: FCK OCCUPATION 730-0260 1N GROUP 17 ADO .15 A/Hi. FOR EACH 10 YARD INCREMENT OVER ' 55 WARDS 730-9736 STATE : ALL TYPES OF TRUCKS OR EQUIPMENT USED TO HAUL PORTLAND CEMENT READY-MIX SHALL BE GOVERNED BY THE TRANSIT-MIX SCALES t `ry ■ CITY OF RENTOK SCUtH TGBIN STREET SANITARY SEWER PAGE 42 i i 1 1 1 1 SPECIAL PROVISIONS 1 1 i 1 1 1 1 i t CITY OF RENTON ' APWA STANDNtp_SFtCIFICATION5 THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARED BY THE WASHINGTON STATE CHAPICR OF THE AMERICAN PUBLIC WOHHKS ASSOCIATION, 1981 EDITION, SMALL BE HEREINAFTER REFERRED 70 AS THE "STANDARD SF`ELIFICATIONS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF THE 57ATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF RENTON. SO FAR AS APPLICABLE, ARE HEREBY INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR EN1IPLIY AND SHALL APPLY EXCEPT AS AMENDED OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS HEREIN. ' A COPY OF THESE STANDARDS SPECIFICATIONS IS ON FILE 1N THE OFFICE OF THE PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDIN-, RENTON, WASHINGTON 98055, WHERE THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY. ' WHEREVER REFERENCE IS MADE 1N THE STANDARD SPECIFICATIONS TO 14 OWNER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY OF RENTON, AND WHERE REFERENCE IS MADE TO THE ENGINEER, SUCH REFERENCE SHALL BE CONS7RULG 10 MEAN THE DIRECTOR OF PUBLIC WORKS, CITY OF RENTON, OR HIS DULY AUTHWItED REPRESENTATIVE. ' NUIE: THE SPECIAL AND TECHNICA', PROVISIONS HEREINAFTER CONTAINED SHALL BE IN ADDITION 10 OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN CONFLICT HEREWITH. HEAUING� ' HEADINGS TO PARIS, SECIIDNS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INIERPRETAIION OF THE CONTRACT DOCIUENIS. SPECIAL AND TECMviCIF PR(LVj510NS STRUCTURE tTHE SPECIFICATIONS NOTED HEREIN ARE. IN ADDITION 70, OR IN LIEU OF, DIVISION 1, 11. 111 ANO IV OF 14 SIANIINRO SPECIFICATIONS. WHERE SECTIONS ARE MARKED ' "REPIAC:MENI SECTION" OR "PARTIAL REPLACEMENT SESIION," THE SPECIFICATIONS HEREIN ARE TO RL✓LACf, OR PARTIALLY REPLACE, t E STANDARD SPECII ICATIONS NOTED. MERE SECIIUNS ARE MARKED, "ADDITIONAL SECTION," THE SPECIFICATIONS HEREIN ARE 10 BE AN ADDITION TO THE STANDARD SPECIFICATIONS NOTED, MERE ' SECTIONS ARE MARKED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS. ,� Revised 3184 SPECIAL PROVISIONS , INDEX gCTIl1N SECTION 1 SP 1 SPECIAL PROVISIONS SP 1 ' STANDARD SPECIFICATIONS SP 1 11 ACT OF GOD SP SHOP DRAWINGS SP 2 OR OAAL SP 2 ' APPROVAL SP 2 SECTION 2 SP 2 , PUBLIC OPENINGS Of BIOS iP 2 SECTION 3 SP 2 CONSIDERATION OF 8106 SP 2 ' SECTION 4 SP 2 PROCEDURE AND PROTEST BY THE CONTRACTOR SP 2 ' USE OF MATERIALS FOUND ON THE PROJECT SP 3 MASTS SITES SP 4 HOURS OF WORN SP 4 , CONTRACTOR'S COPIES OF CONTRACT DOCUIf.NiS SP 4 SECTION 5 SP 4 SUBMITTALS SP 4 , CONSTRUCTION $,WING SP S FINAL ACCEPTANCE SP 6 ME THOO OF SERVICE OF NOTICE SP 6 ' ERRORS AND OMISSIONS SP 6 SECTION 7 I SP 6 LOAD LIMITS , L SP 6 OAD L SP 6 EMPLOYMENT OF STATE RESIDENTS SP 7 WAGES SP 7 ' SUUCONIRACIfNG SP 9 RECORDS AND REPORTS SP 9 CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10 t RF>PONSIBILITY FOR DAMAGE SP 11 PtOTECTION AND RESTORATION OF PROPERTY SP 11 RESTORATION OF STRUCTURES AND SURFACES SP 11 ' U1.LI11ES AND SIMILAR FACILITIES SP 13 t Revised 3/84 1 tPUBLIC LIABILITY AND PROPERTY DAMAGE SP 13 GENERAL SAFETY REQUIREMENTS SP 13 FLAGMEN, BARRICADES, AND SIGNS SP 14 DUST CONTROL SP 15 RIGHTS OF WAY SP 15 ' EMPLOYMENT OPENINGS SP 15 SE TION B SP 15 PROGRES: SCHEDULE SP 15 ' PRE-CONSTRUCTION CONFERENCI SP 16 NOTICE TO PROCEED SP 16 TIME OF COMPLETION SP 16 LIQUIDATED DAMAGES SP 17 OVERTIME WORK BY OWNER EMPLOYEES cP 17 CONTRACTOR'S PLANT AND EQUIPMENT 5P 17 ' ATTENTION TO WORK SP 18 SECTION 9 SP le MEASUREMENT OF QUANTITIES SP le ' SCOPE OF PAYMENT cu .g OWNER'S k1GM1 TO WITHHOLD CERTAIN AMOUNTS SP 19 Revised 3/84 t r 1 r IDF_1. r 1-1.31A SPECIAL PROVISION,A( ODIt aONA� SECTION) ALL PFUVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO AND PROVIDING r FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORT( PERFORMED ARE DELETED AND VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE DOCUMENTS SHALL r BE THE BASIS FOR PAYMEN. OF AIL Wpm PERFORMED UNDER THIS CONT%ACT. 1-1,399 STANDARD.SFECIFICAT IONS (ACOITIONAL SECTION) r OTHER CERTAIN REFERENCED STANDARDS, Aa JSED IN THIS SPECIFICATION, ARE FROM 1HE LATEST EDITIONS OF: r AWWA AMERICAN WATERWORKS ASSOCIATION ANSI AMERICAN NATIONAL. STANDARDS r ASA AMERICAN STANDARDS ASSOCIATION ASTM AMERICAN SOCIETY FOR TESTING AMU MATERIALS r }:.I,V ACT OF G(A1 (REPLACEMENT SECTION) "ACT OF GOD" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC r PHENOK NON OF NATURE. A RAIN, WINOSIORM, HIGH WATER OR OTHER NATURAL PHENOMENON OF UNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY Of THE WORT(, WHICH r MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISIORICAL RECORDS OF THE GENERAL LOCALITY OF 1HE WORK. SHALL, N01 BE CONSTRUED AS AN ACT OF CAD. 1-1.51 $HOP DRAWINGS (REPLACEM .NT SECTIONS r THE TERM "SHOP DRAWINGS' SMALL REFER TO THE PICTORIAL DESCRIPTION OF THE r DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR OTHER CONSIRUC.TION PREPARED BY THE CONTRACTOR, A SLBCONIRACTUR, OR A MANUFAL UFREN AND SUBMITTED FOR THE APPROVAL OF THE OWNER. r 1-1.52 OR E2JAL (REPLACEMENT SECTION) WHERE 111E TERM "OR EQUAL" IS USEC HEREIN, THE OWNER, OR THE OWNER ON r RECOME.NDATION OF THE ENGINEER, SHALL BE THE SOLE JUDGE. OF IHE QUALITY AND SUITABILITY OF THE PROPOSED SUB.5TITU110N. r SP 1 Revised 3/84 r r ' L-L3.L_�VAL (REPLACEMENT UCTION) THE TERM "APPROVAL" JR "APPROVED" SWILL MEAN APPROVAL GIVEN BY OR GIVEN PROPERLY ON THE BEHALF OF THE OWNER. 1 SECTION_Z: BIO PROCE'111RE5 AFU CONDITIONS OPENINSS QF BIDS (RED ACEMENT SECTION) ' SEALED BIDS WILL BE RECEIVED BY THE CITY Of RENTON, WASHINGTON, BY FILING WITH THE CITY CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL FOR BIDS AND WILL BF OPENED AND PUBA.ICLY READ ALOUD. SECTION 3 3-1.01 CONSIDERATION OF BIDS LnD�1 ANAL &E l 1QN) AWARDING OF CONTRACT Will BE BASFD ON TOTAL SLIM OF ALL SCHEDULES OF PRICES. NO PARTIAL BIDS WILL BE ACCFPIED. ' YfCT10N 4 ' A-LQ�_FRR�EDURE qND PROTEST BY TIE CONTRACTOR (REPLACE!&NT SECIIONI ANY "STIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR HIS SUPERINILNOENI OR FOREMAN AS TO THE WANING AND INTENT OF ANY PART OF THE t PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCLRENI, SWILL BE IMMEDIATELY BROUGHT TO THE AITENTION OF THE PUBLIC WOWS DIRECTOR OR HIS REPRESFNIAT IVES FOR INTLRPRETAIIDN AND AUJUSTMENT, IF HARRANTED. ' FAILUW ON THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS FLPRESENTATIVE IO DISCOVER AND CONDEMN OR REJLCT IMPROPER, DEFECTIVE OR INFERIOR WORK OR MATERIALS, SHALL NOT HE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK OR WAIEPIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME WAY HAVE BLEN USED. TO PREVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARIIES HERETO ' THAT 'HE PUBLIC WORKS DIRECTOR OR HIS RLPRESEN1A11VE SHALT. DETERMINE THE QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMStACki) IN THESE IMPROVLM&NI$. ME SHALL DECIDE AtL QUESTIONS RELATIVE TO THE EKLCU1fON OF THE ' WORK AND THE INTERPRETATION OF THE PLANS AND SPECIFICATIONS. ' SP 2 Revisf'; 3/84 1 0 IN THE EVENT THC CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED By SUN t INTERPRETATION, HE SHALL, WITHIN 3 DAYS, NOTIFY 'RE ENGINEER AND 14 CI�Y CLERK IN WRITING ON THE ANTICIPC'ED NATURE AND AMIUNT OF THE DAmAGL. A ' DAMAGES. TIME IS OF THE ESSENCE 1.H THE. GIVING OF SUCH NOTICE. IN THE EVE 47 AN AGREEMENT CAMINO' THEN BE REACHED WITHIN 3 DAYS, THE CITY AND THE CONTRACIO WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL SELECT A THIRD WITHIN 30 DAYS THEREAFTER. ' THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SMALL HE FINAL NO BINUINC ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLEN S5 1 THE FINDINGS AND OECISIO! BY SERVING AND FILING A PETITION FOR REVIEW BY ME SUPERIOR COURT OF KING COUNTY, WASHINGIUN. THE GROUNDS FOR THE MlITION 'OR REVIEW ARE LIMITED TU SHOWING THAT THE FINDINGS AND DECISION: 1. ARE NOT RESPONSIVE TO THE GUE SI IONS SUB II TLD; Y. IS CONTRARY 70 THE TERMS OF THE CONTRACT OR ANY COMPONENT THEREJF; , 3. IS ARBITRARY AND/OR 15 N07 BASED UPON IMF APPLICABLE FACTS AND TIE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION. 1 THE BOARD OF ARBITRATORS SHALL. SUPPORT ITS DECISION BY SEI7ING FORTH IN WRIIING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED AT ANY , SUCH HEARING. THE ARBITRATION SHALL BE CONDLICIED IN ACCORDANCE WITH THE STATUTES Of THE STATE OF KASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE. , 7HE COSTS OF SUCH ARBITRATION SHALL BE BORNE EQUALLY BY THE CITY AND THE CONTRACTOR UNLESS 17 IS THE BOARD'S MAJORITY OPINION TWAT IMF CONIRAC'OF's , FILING OF THE PROTEST OR ACTION 15 CAPRICIOUS OR WITHOUT RLASO'ABLE FUUNDATION. IN THE LAITER CASE. ALL COSTS SHALL BE BORNE BY THE C,ONIRACTO . THE VENUE OF ANY SUIT SHALL B 1N KING COUNTY, WASHINGTON, AND 1F THE CONTRACTOR IS A NON-RESIDENT OF THE SIAIE OF WASHINGTON, HE SNAIL DLSIGNA E AN AGLN', UPON WHOM PROCESS MAY Elf SERVED, BEFORE COMMENCING WORK UNDER THIS CON'RF , 4 # 10 USE QLIfILRJA, . FORD ON THE PROJECT (REPLACEMENT SECTION) ' ALL SALVAGE MATERIAL AS NOTED OR THE PLANS AND TAKEN -ROM ANY OF 111E DISC.ROED FACILIIILS SHALL, Al THE ENG1Nf.LN'S DISCRETION, BE CAREFULLY SALAVAGEC AND DELIVERED TO THE CITY SHOPS. , ALL SALVAGED WAI;R MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, (ITCH BASINS, AND STORM AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND OEl1y:REO , TO THE CITY SHOPS. ANY COST INCURRED IN SAI..VAGING AND DELIVERING SUCH ITEMS SHALL BE CONSIUMED INCIDENTAL TO THE PROJECT AND NO COMPENSATIDN WILL BE MADE.. • SP 3 Reviso0 3/B4 4--' .12 *STE SITES (ADDIIIONAL SECTION) All MATERIALS DESIGNAIED BY THE ENGINEER TO BE WASTED SHALL BE HAULED, DUPED, „4C SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR. THt rONTRACTOR SMALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE SITE. A.... WORK INCLUDED IN THIS SEC170N SHALL BE CONSIDERED TO BE INCIDENTAL TO OTPtR ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE. THE ROUTE TAKEN TO THE WASTE SITE SMALL BE MAINTAINED SOLELY BY THE CONTRACTOR IN A MANNER AS DESCRIBED BELOW: THE CONTRACTOR SMALL BE PREPARED 10 USE WATER TRUCKS, ROPER SWEEPERS, AND RELATED EQUIPMENT AS DEEMsO 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_l,l' HOI1R5 OF WpRK (REPLACEMENI SECTION) THE WORKING MOWS FOR THIS PROJECT WILL BE LIMITED 10 WEEKDAYS DARING THE PERIOD FROM 8:00 A.M. TO 5:00 P.H . THE HOURS OF WORK WAY BE CKANGED AT THE DISCRETION OF THE ENGINEER WHEN 11 IS IN THE INTEREST OF THE PUBLIC OR THE CONTRACTOR DUE TO REASONS OF SAFELY, HEALTH, OR WELFARE. 4-1.14 CONTRACTOR'S COPIES OF CONTRACT DDLLMENTS THE CONTRACTOR WILL BE SUPPLIED BY 1HE OWNER WITH 5 SETS Cc PLANS AND SPECIFICATIONS. AT LEAST ONE COMPLETE SET Of CONTRACT DOCUMENTS, INCLVOING ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSi RUCTION IN GOOD CONDIi1DN ANO AT ALL 11*5 AVAILA&.E 10 THE OWNER AND THE °NGINEER. A0011IONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL RE FURNISHED BY THE OWNER AT NET COST Of REPRODUCTION. CT Of ` 5-1.07 SUBMITTALS (REPLACEMENT SECTION) THE CONTRACTOR SHALL FURNISH All DRAWINGS, SPEC IFICAI IONS, DESCRIPTIVE DATA, CERI IF ICATES, SAMPLES, TESTS, ME.LHOO, SCHEDULES, AND MANUFACTURER'S IN51RUCIIONS AS REWIRED 10 DEMONSTRATE FULLY THAT THE MATERIALS AND EQUIPMENT '0 BE FURNISHED AND THE METHOD OF WORT( COMPLY W'TH THE PROVISIONS AND INTENT Uf THE SPECIFICAIIDNS AND DRAWINGS. IF 14 IN JRM ATIDN 5,405 ANY DEVIATIDN FROM THE CONTRACT REQUIREMENTS, THE CONTRACTOR SHALL, BY A 51AIEMENI IN WRITING ACCOMPANYING IHE INFORMATION, AWISE IRE ENGINEER OF THE DEVIATION AND STATE THE REASONS THEREFORE. SP 4 Rovis-.d 3184 5-1.05 CONSTRUCTION S16KLNCRFcLACEMEN' SEC'ION) THE ENGINEER SHALL HAVE THE RIGHT TO MAKE RLASONABI.E CHANGES IN THE GRADES AS THEY ARE SHOWN ON THE DRAWINGS. 7ig0E5 WILL BE ESTABLISHED IN THE FORK OF 'OFFSET STAKES AT GiSTANCES NOT GkEATtR THAN 50 FEET. SET IN ADVAN OF THE Y1DRF(. WHENEVER WORK IS IN PROGRESS THE CONTRACTOR SHALL HAVE IN HIS EMPLOYMENT A WORKER Ln PECENT 10 aFI A BATTER BOARD OR OTHER CONSTRUCTION GUIDE FROM THE LINE AND GRADE STAKFS GIVEN BY THE ENGINEER. SUCH EMPLOYFES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND MAINTAINING SUCH CONSTRUCTION GUIUES. A BATTER BOARD SET WITH AN ENGINEER'S LEVEL SHALT. BE USED FOR ALL LIMES SET ON A GRADE OF 0.50 PERCENT OR LESS, AT LEAST THREE BAITER BOARDS SHALL REMAIN IN PLACE DURING PIPE LAYING DES OPERATIONLIGENCE, ANY STAKES SHALL BE TROY DS. IF, THROUGH IFIE AND REWIRE RESETTING, A SUM ISOHRA SL BE DEDUCTED FROM THE CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING REQUIRED FOR SUCH ' REPLACEMENT. THE LASER METHDO OF ESTABLISHING GRADE MAY BE USED PROVIDING: ' 1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE ,SUBMITTED FOR CITY REVIEW AND 10 USE. APPROVAL AT LEAST FIVE DAYS PRIOR 7. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 TIMES DAILY BY CONVENTIONAL METHODS 3. PROPER ANCHORING OF PIPE IS PERFORMED IN 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 FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK rIELAyS WHILE WAITING FOR CGNSTRUC110N GUIDES. TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASUREDTHE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FL YR O<ipILEU DIMENSIONS AND t FROM SUCH STAK AND MWn(S. DEL; •S BY REASON OF LArx OF StP'iS OR A TIME REQUEST FOR SURVEY '_ESS THAN 3 DAYS AHE DEEMED A RISK 10 THE CZ;N'RACTOR AND SHALL NOI BE THE BASIS FOR CLAIMS FOR ADDITIONAL, COMPENSATION OR CONSTRUCTION TIME, ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTAL TO OTHER BID ITEMCS IN THE PROPOSAL, AND NO FARTHER COMPLNSATION WILL BE MADE, UNLESS A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED 1N THE SCHEDULE OF PRICES. ' SP 5 Revi,ed 3/84 MENNEN ' 5-1,12 FINAL ACCEPTANCE (REPLACEMENT SECTION) t THE CONTRACTOR SWILL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WOMB( IN ACCORDANCE WITH THE TERMS OF THE CONTRACT, AND SWILL THEREUPON RECOMMEND TO THE OWNER THAT THE WORK 15 ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE WORK SH ILL BE MADE BY THE OWNER. 5-1.15 METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTION) WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON TO THE INDIVIDUAL, OR 1C A PARTNER OF THE FIRM, OR TO AN OFFICER OF THE CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSINESS ADDRESS SHOWN IN THE CONTRACT DOCUMENTS. 2Z.L17 ERRORS AND OMISSIONS (REPLACEMENT SECTION) IF THE CONTRACTOR, IN i,:E COURSE OF I1, WORK. BECOMES AWARE OF ANY ERRORS OR OMISSIONS IN THE CONTRACT DOCUMENTS OR 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 SWILL IMMEDIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE DEEMS IT NECESSARY, SWILL RECTIFY TM N"TIER AND ADVISE THE CONTRACTOR ACCORDINGLY. ANY WORK DONE AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE AT THE LONTRACTOR'S RISK. SECTION 7 7-1.04 SANITATION (ADDITIONAL SECTION) ' ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION IALILITIES SHALL BE CONSIDERED INCIDENTIAL TO 1HF. PROJECT ANU NO COMPENSATION SWILL BE MADE. 7-1.07 LOAD LIMITS (REPLACEMENT SECTION) ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS %.ALL STRICTLY ADHERE TO CH. 46.44 OF 1NE MOTOR VEHICLE LAWS OF THE STATE OF WASMIPPo ON (1%7 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGHT, AND LOADS OF MOTOR VEHICLES. PAYMENT WILL NOT BE WADE FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF THE LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED. ' SP 6 Revised 3/84 u ANY VIOLATION OF THESE RFGULATIONS SWILL BE REPORTED TO THE AFFEC"ED LAW ENFORCEMENT AGENT. THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL , HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE MIME LICENSE NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS. 7-1.08 EMPLOYMENT OF STpTE_RESIDENTS (REPLACEMENT SECTION) THE SECTION ON EMPLOYMENT OF STATE RESIDENTS I5 DELETED IN ITS ENTIRETY. , 7-1.09 WAGES (REPLACEMENT SECTION) THIS OC' 1RACT IS SUBJECT TO CHAPTER 39.12 RCN, AND AMENOMENTS AND ADDITIONS THERETO RELATING 10 MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEDERAL WAGE LAWS ' AND REGULATIONS ARE ALSO APPLICABL-. HOURLY MINIMUM RAILS OF WAG'.:S AND RRINGE BENEFITS AK SHOWN IN THE CONTRACT. WHEN FEDERAL WAGE RATES AND FRINGE BENEFITS ARE LISTED, THEY ARE IN ACCORD9NCE WITH THE UNITED STATES UEPARTMENT , OF LABOR DECISION NUMBER WA 03-5110. THE CONTRACTOR, Ali, SUBCONTRACTOR, OR OTHER PERSON DOING THE WOR,, OR ANY PART ' OF 17 SHALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE REQUIRED HOURLY MIN1MIM RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH HOURLY RATES MAY BE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE FMPLOYEER SHALL CONTRIBUTE FOR EACH COMPENSABL.E HOUR THE FRINGE BENEFITS , LISTED. IT IS SPECIFICALLY UNDERSTOOD AND AGREED THAT THE WAGE RATES AND FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJECT TO CHANGES, THAT THE BIDDER ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY INCREASED LABOR COST , BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY r"ES NOT WARRANT OR REPRESENT THAT LABOR CAN BE PRDC RED FOR THE MINIMUM RATES _' T FORTH OR AS CHANGED. IT IS THE CONTRACTOR'S RESPONSIBILITY 10 ASCERTAIN ' THE WAGES ABOVE SUCH MINIMUM AS HE WILL HAVE TO PAY. THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE TO THE CITY AND INDUSTRIES, A COPY OF THE APPROVL! STATEMENT OF INTENT TO PAY PREVAILING W'GE," A COPY OF THE PREVAILING RATES FOR THE PROJECT UPON WHICH THE CONTRACTOR HAS INDICATED Tl , Ar!',:OXIMATE NUMBER OF WORKERS IN EACH CLASSIFICATION; AND THE ADDRESS AND TELEPHONE NUMBER OF 1M INDUSTRIAL ' SINIISIICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES WHERE A C(MPLAINT OR INQUIRY CONCERNING PREVAILING WAGES MAY BE MADE. ON PROJECTS GOVERNED BY WAGE RATES DEIERMINEU t. 'HE STATE OF WASHINGTON ' 'ARIMENT OF LABOR AND INDUSTRIES AND BY THE U.S. SECRETARY OF LABOR, IF THERE 15 A DIFFERENCE BETWEEN THE TWO IN THE PREVAILIN6 RATE OF WAGE FOR A SIMILAR CLASSIFICATION OF LA30R, THE CONTRACTOR SHALL PAY NOT LESS THAN THE , WAGE WHICH IS THE HIGHER OF THE TWO. SP 7 Revised )/54 Y IF THE. CONTRACTOR MWRES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE DEPARTMENT OF LABOR AND INDUSTRIES, HE SWILL PRESENT TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM APPROVED BY THE STATE APPRENTICESHIP COUNCIL AND THE PERIOD OF PROGRESSION FOR EACH SUCH APPRENTICE EMPLOIEE. IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY MADE RATES DETERMINED BY THE U.S. SECRETARY OF LABOr HE SHALL PRESENT TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH cMPLCfEES IN A PROGRAM OF A STATE APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RErHGN1ZED BY THE U.S. BUREAU OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE CONTRACTOR SWILL SUBMIT EVIDENCE OF Arr'ROVAL 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. TF ANY DISPUTF ARISES AS TO WHAT ARE THE PREVAILING RATE`' OF WAGES FOR WORK OF A SIMILAR NATURE TO THAT CONTEMPLATED UNDER THE CONTW T AND SUCH DISPUTE CANNCT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVES, THE MATTER SHALL BE REFERRED TO THE DIRECTOR OF THE DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE STATESUNITED HAI OFFICE ARE INVOL ED)T�AND HISA�IS ON THEREINL SHALLA AElf FINAL. CONCLUSIVE LAND BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE. IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SHA'_L REQUEST THE DETERMINAIIC' OF THE APPROPRIATE WAGE RATE FOP THE CLASSIFICA110N AND FOR THE AREA 1N WHICH WORK IS PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR CND INDUSTRRES. ' ON FEOER(NL-AID PROJECTS THE CONTRACTUR AND EACH SUBCONTRACTOR 5W1LL FURNISH WEEKLY PAYROLL STATEMENTS 70 THE ENGINEER. IF WEEKLY STATEMENTS ARE NOT UTI IL 7ED TIME CON7RAC10R SHALL FIMRNSSH A CERT iFICAT ION• PRIOR TO EACH PROCRE�S ESTIMATE PAYMENT CONFIRMING THAT PREVAILING WAGE RATES HAVE BEEN PAID IF THE CONTRACTOR UTIIIZES THE OCCUPATION LOOE WHEN SVBM1iTING PAYROLLS AND WAGE AFFIDAVITS. AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE ,'OJECT, THE JLBRISDICT'ONAL AREA INVOLVED SNAIL BE SHOWN IMMEDIATELY FOLLOWING OCCUPATION CODE NUMBER, I.E.: 10-OD10 YAK.E. THE CONTRACTOR'S RECCROS PERTAINING TO WAGES PAID AND PAYROLLS SHALL BE OPEN TO 1NSPECIIJN OR AUDIT BY REPRESENTATIVES OF THE CITY DURING THE LIFE OF THE CONTRACT AND FOR A PERIOD OF NOT LESS THAN THREE (3) YENS AFTER THE DATE OF ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS FOR THAT PERIOD. WERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE CONTRACT ARE MAINTAINED BY SUB'ONIWLCTORS OR AGENTS OF THE CONTRACTOR, THE CONTRACTOR LKPRESSLY GUARANTEES THAT THE RECORDS OF SUCH SUBCONTRACTORS OR AGENTS SHALL BE OPEN TO INSPECTION AND AUDIT BY REPRESENTATIVES OF iME CITY ON THE SAME TERMS AND CONDITIONS AS THE RECORDS OM TO L:UNTRACTOR IF AN AUDIT IS 10 B COMMENCED MORE THAN SIXTY (60) DAYS AFTER THE ACCEPTANCE DATE OF THE CONTRACT, THE CONTRACTOR WILL BE GIVEN A REASONABLE NOTICE OF THE TIME WHEN SUCH AUDIT IS 10 BEGIN. ' SP B Revised 3/81, BEFORE PAYMENT IS MADE BY THE CITY CIF ANY SUMS OIJE UNDER THIS CONTRACT, THL , CITY MUST RECEIVE FROM THE CONTRACTOR AA; EACF SUBCONTRACTOR p COPY OF "STATEMENT (IF INTENT TO PAY PREVAILIN': N11GE5" (FORM L L I NUMBER 700-29 ' HASH?NGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES). UPON COPLETION OF THIS CONTRACT, THF. CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L L 1 NUMBER 700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT ALL PREVAILING WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADOITION, THE CITY MUST RECEIVE FROM THE PRIME CONTRACTOR A COPY OF "RELEASE FOR THE PROTECTION OF PROPERTY OWNERS AND GENERAL CONTRACTOR" (FORM L L I NUMBER 206083 THE STATE DEPARTMENT OF LABOR AND IN)USTRIES). THESE AFFIDAVIT$ WILL BE REQUIRED BEFORE ANY FUNDS RETAINED, ACCORDING TO THE PROVISIONS OF RCM 60.28.010 ARE RELEASED TO TIE ' CONTRACTOR. FORMS MAY BE 08TAlNED FR(N IRE DEPARTMENT OF LABOR AND :NDUSTRIES. A FEE OF f12• PER EACH -STATEMENT OF TNT NT.TO PAY PREVAILING WAGE$" �, "AFFIDAVIT WAGES PAID" i5 REQOU REC TO ACCOMPANY CACH FOU7 SUBMITTED TO THE OEPA_R HfNT OF LABOR AND INDUSTRIES. THE CONTRACTOR 15 RESPONSIBLE FOR PAYMENT OF THESE�F ES SMALL WE ALL-AM CAi-j DIRECTLY TO THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE FEES SHALL BE :MCIDENTAL TO ALL THE 81D ITEMS F THIS W.T. , IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT 10 THE WASHTNGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PPOVIDED BY ' THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE NEQUIREU BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.20.010 ARE RELEASED TO THE CONTRACTOR. 7-1.111 SUBCONTRACTING (ADDITIONAL SECTION) , BEFORE PAYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT OF , AMOUNTS PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARIILIPANIS ON iH/E FORM PROVIDED BY ;ME CITY; CERTIFYING THE AMOUNT PAID TO MINDHI'Y BUSINESS ENIERPRISE AND/'JR WOMEN BUSINESS ENTERPRISE PAR1ICIFANTS. , 7-1.1 .,CORDS AND REPORTS (REPLACEMENT SECTION) , THE CONTRACTOR /7, .1 BE REQUIRED 10 COMPLETE AND SL04II THE FOLLOWING DOCUMENTS EEFORE PROGRESS AND/OR FIM.AL PAYMENTS TU THE CONTRACTOR WILL HE APPROVED BY ' THE PUBLIC WOW" DIRECTOR: 1. EACH MONTH - OEPARINENI OF L.Ab')R STANDARD FORM 257 2. EACH JULY - STATE HIGHWAY FORM PR-1391 , THE OWNER WILL FURNISH THESE FORMS 70 THE PRIME CONTRACTLR OWING THE PRECONSIRUCTICN MEETING. ;,P s Revise0 !/84 AN 'QUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SHALL BE i .,,TED BY THE BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH C .: WITHIN THE PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULAIIONS OF THE SECRETARY OF LABOR AS REVISED .AY 21, 1Y68. THE FORM OF CERTIFICATE WIL' BE FURNISHED TO THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO WHETHER HE, HIS FIRM, kSOCIATIO+, CO-PARTNCRSHIP, OR CORP'1RA710N HAS PARTICIPATED IN ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF SO, WHETHER OR NOT HE HAS SUBMITTED ALL REPORTS DUE UNDER APPLICABLE FILING REQUIREMENTS, ' FAILURE ON THE PART OF fit BIDDER TO FUPNISM THE REQUIRED CERIIFICAT% WILL BE DUE CAUSE FOR REJECTION OF THE BID. ' 1F A CONTRACTOR TO WqM AN AWARD IS ABOUT TO BE MADE, EXCEPT FOR LACK OF AN EQUAI EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS 10 PROMF7LY EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE BY THE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKI4C FROM HIS PROPOSAL. THE PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, OR CASH WITCH ACCOMPANIED THE BID. WILL BE FORFEITED TO THE CITY. ' WHENEVER A CONTRACTOR REQUESTS PERMISSIOI TO SUBLET A PART OF ANY CONTRACT AND SUCH CONTRACT COMES WITHIN `ME PROVISIONS OF THE EQUAL OPPORTUNITY IEGULA7IONS ' OF THE SECRIT'RY OF LABOR, REVISED WAY 21, 1968, HE SMALL OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD 11 TOGETHER WITH SUCH REQUEST. NO tl-U8CON7RAC7 WILI. BE APPROVED BEFORE RECEIPT OF SUCH ' CERIIFICA710N FROM THE SUBCONTRACTOR. FOR THIS PURPOSE, CERTIFICATION FORMS MAr BE UBUAINLD FROM THE PROJECT ENGINEER ASSIGNED TO THIS PROJECT. 7-1.13 CONTRACTOR'S RU.S.F'ON;IBILITY FOR_WOilf (REPLACEMENT SECTION) 1 THE WORK SHALL BE 'JNDER THE CONTRACTOR'S RLSPONSI&E CARE AND ClAF;,L. THE CONTRACTOR SMALL BEAR ALL LOSS AND DAMAGE WIAISOE.ER AND FROM WMATSpLVER CLAUSE, EXCEPT THAT CAUSED SOLELY BY THE ACT OF THE OWNER WHILH WAY OCCUR ON OR 10 THE. WORT( DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR DAMAGE OCCURS, THE. CONTRACTOR SHALL IMEDIATELY MAKF GOOD ANY SUCH LOSS OR DAMAGE, AND IN THE EVENT OF THE CUNTRACTOR REFUSING OR NEGLECTING TO DO 50. THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME 01HER PERSON MAKE (AW ANY SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SMALL BE CHARGED TO THE CONTRACTOR. THE CONTRACTOR ALONE SMALL Al ALL TIMES BE RESPONSI&.E '- + THE 'ETY OF HIS AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND MIS SUUCONTHALIOR'S PLANT W■� AND EQUIPMEN! AND THE METHOD OF PROSECUTING THE W(AK, ■ DURING UNFAvJRA&_E WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL PURSUE ONLY SUCH PORTIONS OF THE WORK AS SMALL NOT BE DAMVLUD THEREBY, ' SP 10 Revised 3/54 NO PORTITW OF TIE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE , AFFECTED BY UNFAVORABLE CONDITIONS SMALL BE CONSTRUCTED MALE THESE CONDITIONS EXIST, UNLESS BY SPECIAL DEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE ' CONTRACTOR SMALL BE ABLE TO OVERCOME THEM. 7_1 14 RESPONSIBILITY FOR DAMAM (ADDITIONAL SECTION) ' THE CONTRACTOR SMALL BE RESPONSIBLE FOR CONTROLLING OUST AND MUD WITHIN THE PROJECT LIMITS AND ON ANY STREET MACH IS UTILIZED BY HIS EQUIPMENT FOR THE ' DURATION OF THE PROJECT. THE CONTRACTOR SHALL BE PREPARED TO 115E 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 COISIDERED AS INCIDENTAL TO THE PROJECT, AND NO , COMPENSATION W111- BE MADE FOR THIS SECTION. COMPLAINTS OF DUST, MUD, OR UNSAFE PRACTICES AND/OR PNtDPERTY DAMAGE TO PRIVATE. OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PRMPT ACTION IN CORRECTING WILL BE REQUIRED. WRITTEN NOTICE OF CORRECTION OF COMPLPiNT 17'.M5 ' WILL BE CALLED FOR SHOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE CITY. 7-1.16 PROTECTION AND RESTORATION OF PROPERTY 'REPLACEMENt SECTION) ' THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE PROJECT. THE CONTRACTOR SHALL LIMIT HIS OPERATION 10 THE AREAS OBTAINED AND SMAL,. NOT , TRESPASS ON PRIVATE PROPERTY. THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE WORK , UNDER THE CONTRACT 106ETHER WITH THE RIGHT OF ACCESS TO SUCH LANDS. THE CONTRACTOR SHAM L NOT UNREASONABLY ENCUMBER THE PREMISES WITH HIS EQUIPMENT OR MAIFRIALS, THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY ADDITIONAL ' LAND AND ACCESS THERLTO NOT SHOWN OR DESCRIBED THAI MAY BE REQUIRED FOR TEMPORARY CUNSTRUCTION FACILITIES OR 510RAGE OF MATERIALS. HE SHALL CONSTRUCT ' ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS REQUIRED BY HIS OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT, STORAGE OF MATERIAL, AND OPERATION OF HIS WORKLRS TO THUSE AREAS SHOWN AND DESCRIBED AND SUCH , ADOII ;ONAL AREAS AS HE MAY PROVIDE. RESTORATION OF STRUCTU-M AND SURFACES ' A. GENERAL. ALL CONSTRUCTION WOW UNDER THIS CONTRACT ON EASEMENTS, RIGHT-OF-WAY, OVER PRIVATE PROPERTY OR FRANCHISE, SMALL BE CONFINED TO THE ' I IMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WOW SMALL 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 14LNCHES ' ACROSS EASEMENTS SMALL NOT BE LEFT OPEN DURING WEEKENDS OR HOI.!DAYS AND TRENCHES SMALL NOT BE OPEN FOR MORE THAN 48 HOURS. <c 11 Revised 1/54 t ' STRUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY BE If CESSARY HR THE PERFORMANCE OF THE WORK AND, IF REQUIRED, SHALL RFBUILD ' THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FIXMD WITH MINIMU MREQUIREMENTS AS HEREIN SPECIFIED. HE SHALL ALSO REPAIR ALL EXISTING STRUCTURES WHICH MAY BE DAMAGED AS A RESULT OF THE WOW UNDER THIS CONTRACT. ' C. EASEMENTS - CULT VAI TED AREAS AND OTHER SURFACE IMPROVEMENTS. ALL CULTIVATED AREAS, EITHER AGRICULTURAL OR LAWNS, AND OTHER SURFACE IMPROVEMENTS WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACIDR SHALL BE RESTORED AS NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDITION. PR10R TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR ' SWILL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE 11 IN SUCH A MANNER THAT IT MAY BE REPLACED BY HIM, UPON COMPLETION OF CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH ' THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPLANTED IN THEIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES DESTROYED OR DAMAGED, SHALL BE REPLACED BY THE. CONTRACTOR WITH MATERIAL OF EQUAL QUALITY Al NO ADDITIONAL COST TO THE OWNER. IN THE EVENT THAT I1 1S NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHAL!. 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 EA."H AND DEBRIS. ' THE CONTRACTOR SWILL USE RUBBER WHEEL EQUIPMENT 5,ilLAR TO THE SMALL TRACTOR-TYPE BACKHOES USED dY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING EXCAVATION AND BACKF'!.L, ON EASEMENTS OR RIGHTS-OF-WAY WHICH WYE LAWN AREAS. ALL FENCES, MARKERS, MAIL BUXES, OR OTHER TEMPORARY OBSTACLES ' BALL BE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS %k�KH ILLED IN THEIR ORIGINAL POSITION. THE CONTRACTOR SWILL NOTIFY 1H CWMLN AND PROPERTY OWNER ' AT LEAST 24 HOURS IN ADVANCE OF ANY WORK DONE ON EASEMENTS OR RIGHTS-UF MAY. ALL CONSTRUCIION WORK UNDER THE CONTRACT ON rASLAINli, RIGHT-OF-WAY OR FRANCHESE SHALL BE CONFINED TO THE LIMITS OF 5ULf! EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORT( 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 DARING WEEKENDS OR HOLIDAYS, AND TRENCHES SWILL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS. DAMAGE 10 EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SHALL BE RESTORED 10 ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDIIION SHALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION WADE PRIOR TO ' CONSTRUCTION. ALL SUCH WORK SHALL BE DONE 10 THE SATISFACTION OF THE PROPERTY OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR. ' D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION OF THE SURFACE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED. IN TM EVENT THE CONTRACTOR DOTS NOT RAVE LABOR OR MATERIAL IMMEDIATELY ' AVAILABLE TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM THE OWNER. THE OWNER WILL MAKE THE NECE55ARY REPA'RS AND THE COST OF SUCH REPAIRS SHALL BE PAID BY THE CONTRACTOR. t 1 SP 12 Revised 3/B4 7--1.17 DES A U SIMILM FACILITIES (ADDITIONAL SECTIONu LOCATION AND DIMENSIONS SHOWN ON THE PLAN' FOR EXISTING UNDERGROUND FACILITIES ARE IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING ANT , MEASURING. THE =MNF.R DOES NUT GUARANTEE THE SIZE AMU 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 CONSTRICTION AREA. THE CONTRACTOR IS WARNED THAI CITY OF RENTON WATER, STORM DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL UNDERGROUND ' UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS. IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING ' SURFACE DRAINAGE, SEWERS, UNDERORAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND STRUCTURES, OR PARTS 7HEREOF, THE CONIRACIUK SWILL BE RESPONSIBLE FOR, AND , SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTEC' AND PROVIDE TEMPORARY SERVICES FOR SAME. THE CONTRACTOR SMALL, AT HIS OWN EXPENSE, REPAIR ALL DAMAGE TO SUCH FACILITIES OR SIRUCTLIFES DUE TO THIS CONSTRUCTION OPERATION TO THE SATISFACTION OF THE DIY; EXCEPT FOR C17Y OWNED FACILITIES WHICH WILL BE , REPAIRED BY THE UTILIT' DEPARTMENT AT CONTRACTOR'S EXPENSE, OR BY THE CONTRACTOR AS DIRECTED BY THE CITY. 7-1.18 PL9LIC LIABILITY ANL PROPERTY DAMAGE (REPLACEMENT SECTION) ' THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS: , THE AMOUNT OF COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF $500,000 - BODILY INJURY INCLUDING DEATH All) PROPERTY DAMAGE PER OCCURENCE. IN ADDITI. , AN UMBREIlA INSURANCE COVERALL OF NOT LESS THAN $5,000,000 SHALL BE PROVIDE. WITH THE OWNER AND ENGINEER THE NAMED INSUREDS. THIS LIMIT SHALL APPLY TU COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VEHICLE LIABILITY INSURANCE. , THE CONTR-9CTOR SHWI.I. FURNISH THE CITY WITH SAIISFAC70RY PROOF Of CARRIAGE 7F THE INSURANCE REWIRED. 7-1,23A GENERAL SAFETY REUUIREKNTS (ADDITIONAL SECTION) THE CONTRACTOR SMALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION AREA, BY MAIL, PRIOR TO CL �TRUC110N. THE CONIRACTUR 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 14011FY EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO CONSTRUCTION IN FRONT OF EACH PROPERTY. 1 i SP 13 Revised 3/84 1 ' 7-1.23C FLAGMEN. BARRICADES AM[ SIGNS (REPLACEMENT SECTION) ' FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR MOVIDE:.`. SHALL CONFORM TO THE STANDARDS ESTABLISHED IN THE LAMES- ADOPTED EDITION OF 'HE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES," PUlBLIS! , BY THE U.S. DEPARTMENT ' OF TRANSPORTATION. COPIES MAY BE PURCHASED FROM THE SUPERINTENDENT OF DOCUMENTS, U.S. GOVERNMENT PRINTING OFFICE, WASHINGTON D.C. 20402. THE CONTRACTOR SHALL IMPLEMENT THE TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS APPLICABLE. IF THE CONTRACTOR'S PLAN OF OPERATIONS IS IN CONFLICT WITH THE CONTRACT TRAFFIC CONTROL PLAN, HE MAY PROPOSE MODIFICATION OF THE TRAFFIC CONTROL PLAN BY ' SHOWING :HE NECESSARY CONSTRUL.IION 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 A-1- BE REQUIRED. ' THE STRIPING OF NO PASSING ZONES THAT ARE TO BE OBLITERATED IN EXCESS OF 150 FEET BY PAVING OPERATIONS SHALL BE REPLACED BY "DO NOT PASS" AND "PASS `1TH ' CARE" SIGNS. THE SIGNS SKILL BE LOCATED NOT LESS THAN 2 FEET OUfj10E THE USABLE SHOULDER NOR LESS THAN 7 FEET ABOVE THE EDGE OF PAVEMENT. UNLESS OTHERWISE SPECIFIED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SHALL PROVIDE POSTS AND BE MAINTAINED BY THE CONTRACTOR UNTIL CONSTRUCTION OPERATIONS ARE ' COMPLETE, WHEN THE PROJECT INCLUDES SfRIPING BY THE CONTRACTOR, THE SI:jNS AND POSTS SHALL BE REMOVED BY HIM MEN THE NO PASSING ZONES ARE RE-ESTABLISHED BY STRIPING. THE SIGNS SALL BE RETURNED TO THE CITY AND THE POSTS WILL BECOME THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL. MEN THE CONTRACTOR 15 NOl RESPONSIBLE FOR THE STRIPING, THE POSTS AND SIGNS WII L OECD* THE PROPERTY OF THE City AND WILL BE REMOVED BY CITY FORCES MEN THE NO PASSING ZONES ARE RE ESTABLISHED BY STRIPING. ' THE CONTRACTOR SMALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES, GUARDS, FLAGMEN, AND EQUIPNENI, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN ORDER TO PROTECT TARP PUBLIC AT ALL 11 ES FROM INJURY AS A RESULT OF HIS OPERATIONS. IF THE 6ONIRACIOR 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. WORIL SHALL BE RESTRUCTURED, THE ORDER OF WORK MODIFIED, THE ;OURS OF WORK MODIFIED OR THE WORN( HALTED ALTOGETHER AT THE ENGINEER'S DISCRETION MEN THE ENGINEER FINDS SUCH A COURSE OR COlRSES OF ACTION ' NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, AND WELFARE. tALL SIGNS RE;4OVE0 SMALL BE SALVAGED AND DELIVERED TO THE CITY YARD. TRAFFIC MOVE HENT SHALL BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND ' PEOESIRIAN iHAFFIC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MOVEMENT SHALL BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALL BE MAINTAINED AT ALL 1IMES TO ADJACENI PROPERTIES OUTSIDE OF THE RIGHT-OF-NAY LINE. ALL ROADS WILL BE OPEN HO TRAFFIC "ING PEAK, TRAFFIC PERIODS, 6:30 TO S:30 A.M. AND ' 3:30 TO 5:00 P.� SP 14 Revised I/Gm NO WORK SHALL BE DONE ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY SIGNS ANU ' TRAFFIC CONTROL DEVISES ARE IN PLACE. THE COST OF FURNISHING AND PLACING ALL CONS'RUCIION AND IDENTIFICATION SIGNS ' SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE. 7-1.23E DUST CONTROL (ADDITIONAL SECTION) ' THE CONTRACTOR SHALL PROVIDE A MINIMUM 1,500 GALLON CAPACITY WATER TRUCK WITH , A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SWILL 8L CLEANED OF DUST AND DE6HHI5 Al THE END OF EACH WORKING DAY. IN ADDITION, THE CONTRACTOR SHALL PROVIDE SPRINKLING, AS NECESSARY, TO ALIEVIATE DUST NUISANCE , OR AS DIRECTED BY THE CITY. 7-1.24 RIGHTS OF WAY (AODITIOWI4 SECTION) ' THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE CONSIRUCTI^N OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL COSTS , OF THE SAnE. COPIES OF ALL EAStMENTS AND ACCESS PERMISSION WILL BE PROVIDED TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WORK ON PRIVATE PROPERTY IN STRICT COMPLIANCE WITH 14 IEEMS AND L7ND:TIONS OF THE EASEMENIS AND ' RIGHT-OF-ACCESS DOCUMENTS. 7-1.28 EMPLOYMENT OPENINCS (REPLACFPt NT SECTION) t 01 IRE SEC'ION OF STANDARD SPECIFICATIONS ON EMPLOYMENT DPENINGS IS DELETED. SHCTION 8 8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION) ' IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACI AND BEFORE THE FIRST , PARTIAL PAYMENT IS MADE, THE CONTRACTOR SHALL DELIVER 10 THE ENGINEER, AN ESTIMAIED CONSIRUC11ON PROGRESS SCHEDULE IN FORM SAIISFACIORY TO THE ENGINEER, ' SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLLTION OF CH OF THE VARIOUS PAY ITEMS OF WOW( REQUIRED UNDER THE CONTRACT OOCUW AND THE ANTICIPATED AMOUNI OF EACH MONTHLY PAYMENT THAT WILL BECOME uL TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SWILL ' ALSO F PtNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE OF MAKING OARI IAL PAYMENTS THEREON. THE COSTS EMPLOYED IN MAKING LIP ANY OF THESE SCHEDULES WILL BE USED ONLY FOR UEIERM!M'ING 'HE BASIS OF PARTIAL PAYMENTS AND ' WILL NOT BE CONSIDERED AS FIXING A BASIS FUR ADDITIONS 10 OR DEDUCTIONS FROM THE CONTRACT. SP 15 Revised 3/84 ' SHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS WILL OR NAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR SHALL, ' UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS SPECIFIED HEREIN. F' TTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED LABOR FORCES OR WORKING SHIFTS, NIGHT WORK, ETC., BY WHICH TIME LOSS MILL BE MADE UP, AND CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF THE ORIGINAL ' SCFEOLL£ HAS BEEN SECURED. FURTHER, IF AT ANY TIME A PORTION OF THE ACCEPTED SCHEDULE IS FOUND TO CONFLICT WITH THE CONTRACT PROVISIONS, IT SMALL, UPON REQUEST BE REVISED BY THE CONTRACTOR AND THE WOB( SMALL BE PERFORMED IN ' COMPLIANCE WITH THE CONTRACT PROVISIONS. PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH PEQUEST 15 MADE AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED By THE CONTRACTOR MAY BE WITHHELD. EXECUTION OF THE WOW ACCORDING TO THE ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, 15 HEREBY MADE AN OBLIGATION OF 1rE CONTRACT . PX-GONSTRUCTION CONFERENCE (ADDITIONAL SECTION) PRIOR TO 'HE START DF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL SUBCONTRACTOR, UTILITY DEPARTMENT, 7ELEPHONE. COMPANY, AND OTHER INTERESTED ' DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTIDN 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 OAIL TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE. *. 8-1 04 NOTICE TO PROCEED AND PROSECUTION OF WORK (ADDITIMk SECTION THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTOI AT LEFST 48 HOURS PRIOR TO COMENCING WORN(. THE SAME NOTIF1CA110NS SHALL BE PROVIDED TO THE POLICE AND FIRE AUTHORITIES AND 7HE SCHOOL DISTRICT MIEN WORKING WITHIN A ROADWAY RIGHT-OF-MAY. THE CONTRACTOR SHALL ALSO NOTIFY PROPERTY OWNERS ADJACEN' 10 THE CONSTRUCTION AREA, LNOICA71NG THE OURAIIDN AND PROPOSED TIME OF ACCESS ' CLOSURE TO THEIR PROPERTY. ' 8-1.05 TIME OF COMPLETION (ADDITIONAL SECTION) THE CONTRACTOR 1` EXPECTED TO D1LIU•.ILY PROSECUTE 14 WORK TO COMPLETION IN ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE COMPLETED WITHIN THE lIr{ NOTED IN THE CALL FOR BIDS. SP 16 Revised 5/94 1 MH PROVIDED, HOWEVER, THAT THE CITY COUNCIL SMALL HAVE THE RIGHT :IPON REQUEST OF THE PUBLIC MONKS DEPARTMENT, CITY OF RENTON, WASHINGTON. TO EXTEND THE TIME OF COPLETION OF SAID NOW. NO EXTENSION SWILL BE VALID UNLESS THE SANE HE IN , WHITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY ON THE BOW OF THE CONTRACTOR. TIME LOST IN REPLACING I'PROPER WORK OR MATERIAL SHALL HOT FURNISH ANY GROJNOS TO THE CONTRACTOR FOR CLAIMING AN EXTENSION OF TIME FOR THE COMPLETION OF THE WOK, AND SMALL NOT RELEASE THE CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO CAMPLETE THE WORK WITHIN THE TIME REQUIRED. RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: HEM YEAR'S DAY, LINCOLN'S BIRTHDAY, ' WASHINGTDN'S BIRTHDAY, MEMOPIAL DAY, JULY 4, LABOR DAY, VETERANS (WAY, THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. THE DAY BEFORE CHRISTMAS SHAII, BE A HIOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY , OCCRFNS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SMALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY, WEOMESOt OR THIUt50AY. WHEN CHRISTMAS DAY OCCURS ON A SA'URDAY, THE TWO PROCEEDING WORKING DAYS SHALL BE OBSERVED AS HOLIDAYS WHEN CHRISTMAS DAY OCCURS ON A SUNDAY. THE TWO WORI(TNG DAYS FOLLOWING SHALL BE OBSERVED AS HOLIDAYS. ALL REFERENCfc 10 RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE 0ELETED AND VOID. 4-1.09 LIQUIDATED DAMAGES (ADDITIONAL SECTION) Y THE LIQUIDATED DAMAGtS DO N0T INCLUDE, AND ARE IN ADDITION TO, DAMAGES ROM ' COS15 FOR INSPECTION, SUPERVISION, I.EGAI. EXPENSE, AND COURT COSTS INCURRZO BEYOND CONTRACT COMF'It TION NILE . THE COST OF ADDITIONAL INSPECTION AND SUPERVISION SHALL EE At AMOUNT EQUAL 10 ACTUAL SALARY COST PLUS 100 PERCENT FOR OVERHEAD. 8-1_�11._OVER?IME WOIE( BY OWNER EMPLOYEES (REPLAC�MENT SECTION) WHEN THE CONTRACTOR PLHFORMS CONSTRUCTION WORK OVER THE ACCEPTL, B HOURS PER DAY OR 40 HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES t INSPECTION. THEN THE CONTRACTOR SHALL REIMBURSE THE CI-Y AT THE RATE OF $50 PEP. HOUR. THE CITY SP"'.L HAVE THE 501E AUTHORITY IN DETERMINING THE NECESSITY OF HAVING THE OVLRII E INSPECTION, AND SHALL NOIIFY THE CONTRACTOR Of INTENT AND 4410 COSTS WILL BE UADUCIED FHOM MONIES DUE THE CONTRACTOR ON EACH MONTHLY ESTIMATE, 8-1.12 CONTRACTOR'S PUNT AND EQUIPMENT (REPLACEMENT SECTION) i THE CONTRACTOR ALONE SHALL Al ALL TIMES BE RESPONSIB_E FOR THE BC ADEQUACY, ' EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUONIRACTOR'S PLANT AND EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO HAILE USE OF THE CONTRACTOR'S PJWI AND EQUIPMENT 1N THE PERFORN,dOE OF ANY WCft ON THE :ITE OF THE WOK. SP 17 Revised 3/S4 ' THE USE OF SUCH PLANT AND EQUIPMENT SWILL BE CONSIDERED AS CXTRA WORK AND PAID FOR ACCORDIN(7 Y. tNEI,rER THE OWNER NOR THE ENGINEER ASSUC ANY RESPONSIBILITY, AT ANY TIME, FOR THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE COMMENCED UNTIL FINAL ACCEPTANCE OF )ME WORK BY THE ENGINEER AND THE OWNER. THE ' CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADD:TIONAL FENCING, BARRICADES, AND WATCHMAN SERVICE, AS HE OEM NECESSARY FOR THE PUBLIC SAFETY AND FOR THE PROTECTION OF THE SITE AND HIS Pi.ANI AND EQUIPMENT. THE OWNER WILL BE iPROVIDED KEYS FOR ALL FENCrr SECURED AREAS. ' 8-1 1J ATTENTION TO WORK ( Mai ACEMENT SECTION) THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHALL SUPERVISE THE WOO( TO THE END THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT ' PERSONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES TO REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL Aulmmi TY TO EXECUTE THE SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR W;THOMT DELAY, AND i WHO SMALL BE THE LEGAL RFP"ILSENTAIIVE OF THE CONTRACTOR. THE LONTRACTOR SHALL BE LIABLE FOR THE FAIIHFJL OBSERVANCE OF ANY INSTRUCTIONS DELIVERED TO HIM OR TO HIS AUTHORIZED REP _S_NIATIVE. 1 SECTION 9 1 9-4,01 MEASUREMENT OF pSMTIT1E5 (ADDITIONAL SECTION!) iALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING QUANTITIES FOR PAYMENT MUST BE. RECEIVED BY THE ENCINEER AT THE TIME OF DELIVERY. NO PAYMENT WILL BE WADE ON TICKETS TURNED IN AFTER DATE OF DELIVERY iOF MATERIAL. A. BY TRUCK iPAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND INSPECTOR'S iINIT.„LS. SCALE CERTIFICATION SHALL BE SL84ITTED AS EARLY IN THE PROJECT AS POSSIBLE. iEACH WEIGHT STATION SHALL MAINTAIN A RECHIRU OF THE TRUCK NUMBER, TIME, DATE, AND WEIS7HT OF ALL TRUCKS PROVIDING MATERIAL TO THE FROJECT. THE i WEIGHT LIST SHILL BE MAINTAINED IN DUPLICATE WITH ONE SIDED COPY TRANCMITTED DAILY TO THE CITY BY THE SCALE ATTENDANT. IN ISOLATED CASES WHERL SCALE WEIGHT IS NO/ AVAILABLE, THE INSPECTOR SMALL MEASURE THE TRUCK VOLUME AND CERTIFY AS 10 ITS FULL LOAD DELIVERY. SP 18 Revls;d 3/a4 i i B. BY OTHER MEANS METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BRCUGH' TO THE SITE BY ANY OTHER MEANS WII L BE DETERMINED BY CONTRACT CR/OWNER AGREEMENT BEF NE AWARD OF THE CONTRACT. 9-1.03 SCOPE OH PAYMENT (ADDITIONAL SECT ALL COSTS AND EXPENSES FOR ITEMS OF WORK, EQUIPMENT, OR MATERIALS, INCLUDING ' INSTALLATIONS, NOT IDENTIFIED AS 810 ITEMS IN THESE SPECIFICATIONS SHALL BE INCIDENTAL TO THE PROJECT. NO SEPARATE PA'fMENT OF ANY KIND WILL BE MADE FOR THESE INCIDENTAL ITEMS. ' 9-1.098 OMER'_ RIGHT TO WITHHOLD CERTAIN MO NTS (ADDITIONAL ;ECTION) , PARTIAL PAYMENTS ON ESTIMAI�S MAY BE WITHP,LD UNTIL A WORK PROGRESS SCHEDULE, AS DESCRIBED 1N SEC11014 8, HAS BEEN RECEIVED AND APPROVED. IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET T,E REQUIREMENTS t OR SPECIFICATIONS, THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH MATERIAL OR WORKMANSHIP IF THE DIRECTOR OF PUBLIC WORKS DEEM, SUCH :A-EPTANCE TO BE 1N THE ' BEST INTEREST OF THE CITY, PRCVIOED THE CITY MAY NEGOTIATE PAYMENT OF A LOWER UNIT PRICE FOR SAID MAIERIAL OR WORKMANSHIP. t 1 SP 19 Revised 3/B4 , r r r r r r TECHNICAL PROVISIONS r r r r i r r r r r r r ' TECHNICAL PROVISIONS, trEN,RAL ' To facilitate the Installation of the sewer mein and stubs In S. Toblr Street between Shv tuck Ave. S. and Logan Ave. S. , the contractor shal remove the ex:stil,g asphalt concrete pavement and repave the street after ' sewer Installation In accordance with the plans and these specifications. It shell be the contractors responsibility to maintain a drivable surface for vehicular traffic during the sewer construction. This may be accomp lashed by the use of crushed rock or cold mix asphalt at the dlscrstion of the Engineer. All costs associated with maintaining the roadway shall be considered Incidental to the project and no further compensation shall be made. ' All pavement restoration east of Logan Ave. S. , Including the concrete pavement within the Intersection of S. Tobin St. and Logan Ave. S. , shall conform to "TRENCH E%CAVA• IONr id "TRENCH PAVEMENT PATCHING" these technical provlslvns. 1008111 ZAT ION This bid Item shell provide compensation for costs Incurred by the contractor for moving equipment to the job site, securing suitsble storage areas, providing a field of, ,ce, If desired, providing sanitary facilities for the workmen, rotating equipment during the project, and removing all equipment and facilities from tha project area upon completion. The lump sum bid for mobilization shell be full compensation for all labor and equipment, and alp other costs necessary for the contractor to perform mobilization as specified. Partial payment for this Item will be paid only when the owner determines that sufficient progress of the project warrants such payment . ' CLEARING AND GRIBDIN . The lump sum price for this Item shall be full comp, sation for all labor and equipment required to remove from the sits all tress , brush and items Of a similar nature which must be removed In order to Instal ; the sewers and all appurtenances. The disposal of all material shall be the czmplste respons:bllity of the Contractor . Any salvageable material shall be the property of the owner and shall , upon removal , be immedlately loaded and hauled to the owrerrs designated yard and there shall be carefully unloaded and neatly stocked or stored In the area designated. ' The disposal of Inflammable material such as frees, stumps, brush, etc . , shall be the responsibility of the contractor . There shall be no burning on the site. The Contractor shali be responslble for all arrangements , ' maintenance, d clean-up of all disposal sites required for the disposal of all Inflammable and other waste materiel . -I- CAG-037-84 S. Tobin St. Sanitary Sewer Bid Prop. & Specs. 2 TECHNICAL PROVISIONS CLEARING AND GRUBBING - (CONT .) ' Tt.ere will be no payment for overhaul for any Did Item or portion thereof , In these contracts All Did Items either dealing directly with, or implying movement of, and material to or from the project area or in the project area itself ale hereby understood to Include full payment for all ' movement of material . The Contractor shall schedule the work to be done within the easements so that all work will be completed within S consecutive working dews. Upon ' completion of the pipe Instill the disturbed area shall be immediately re-sodded and restored to Its original condition. The unit price for clearing and grubbing shell include all costs of labor, equipment and all Incidental costs In connection with clearing and grubbing, Clearing and grubbing shall DP done Ir strict compliance with Section 12 of , the Standard Specifications, M£OMANICAL TAMPING , Mechanical tamping shall consist of nand-obe�ated mecharlcel or pneumatic , tampers as Outlined in Section i!-2.01\ of +he Standard Specificatiors and .hall be rsgalred whale called for In these Specifications, on the plans, and where directed by the Owner , , Mechanical tamping shall be considered as Incidental to the construction and oil cost thereof shall be Included by the contractor In other psy Items within this contract. No further compensation shall be made. , rLiu water shall be acquired and place in strict compliance with Section 16 of , the Standard Speclflca+ Ions. Water shall De considered incidental +o the projects and no further ' compensation will be made. S(L AND/OR SUBSURFACE CONDITIONS ' The bidder %hall rdake his own decisions end concluslOrt as to +te nature of the matailals to be ewcave+ed, +he olfflcu!+ les of making and meinte'r 'ng required eacavotlons, the difficulties which may arise from subsurface ' conditions, and of doing any other work affe0orl by the subsurface conditions and shall accept full responsibility. To assist the bidder 'n determining the subsurface conditions for the project, a copy of to:• , beraing analysis Is Included In +rose sPecifica+lons. -2- ' TF[MNIOAL PROVICIONC SOIL AND/OR SURSURFArf QMITJQNS (Cont .) Extra compe ssat ion aI II not be made for the udverse conditions that may be encountered. REMOVAL OF PRIVATE PROPERTIES ' Removal and replacement of private p- opertles shall be assigned as the contractor 's responsibility to restore private properties to property owner 's satisfaction. This Is not to be considered as new replacement, but only reitoratlon of existing facilities, In case of danage by contractor or ' rertoratlon caused by necessity of removal . Such removal and replacement shall be considered incidental to the project ' and no compensation will be made. SAW CU11I1G ' The Contractor shall saw cut existing asphalt concrete pavement , cement concrete pavement, and eee_ni concrete sidewalk where shown �n the plans or as directed by tb,. Engineer . iThe depth of the saw cut shall be a minlmum of 1-1/2 Inches and such additional depth as may be required to effect a uniform break . ' The method of saw cutting shall be approved by the Engineer . The unit price per linear foot for saw cutting shall be full compensation ' for all labor, materla ,s, equipment and Incidentals necessary for the corpletlon of the work as spe: lfled. Where other methods of breaking other than saw cutting are utilized, the price for saw cutting shall IIat be charge. ' GRAVEL FOR PjPE BEDDING - CLASS "B" Gravel for pipe bedding for PVC, concrete or ductile Iron pipe (pee gravel ) shall have 100% passing the U.S. Standard 3/4 Inch opening and not more than 3 lathes will pass the U.S. / 200 (wet slave) , 0-8% will pass the U.S . No, 8 Steve and 95-100% will pass the U.S. Standard 3/8 Inch opening with a minimum send equivalent of 30. ' Class "8" Uedding shall conform to Section 61-303.A2 of the Standard Specifications. Pipe bedding material for concrete or ductile Iron pipe ' shall be placed to a minlmum depth of 1" below the bottom of the pipe and extending up to the spring line of pipe. ' -3- TECHNICAL PROVISIONS ' SiUdl- F,QR PIPE BEDDING - CLASS "A" (cony] ' Pipe bedding material for PVC pipe shall be placed to a depth of 6" below the bottom of the pipe and extending up to IB" above the crown of the pipe. The unit price per ton shall be full compensation for all labor, ' materials and equipment necessary for curilete instal Iat Ion . SELECT TRENCH BA .KEIfy Select trench backflll shall be used only If the Engineer de-ermines the ' native materiel to be unsuitable for trench backflll . The cc,t for excavating and disposing of unsuitable materiel shall be considered ' Incidental to the pipe. Select trench backflll for the pipe shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The , source and quality of the material shall be subject to approval by the Engineer . Select trench backflll shall most requirements for bank run gravel Class "B" as outlined In Section 26-3.01 of the Standard t Specifications. The horizontal limits for measoring select trench backflll In place shall , be the side of the excavation except no payment will be made for m •terlal replaced outside of vertical planes 2.0' feet outside of and parallel to the barrel of the pipe and not the bell or collar. The bid price for Select Trench Backfill per ton shell be full compensation t for selecting, transport Ing, placement and compact Ing the backflll . No further Compensation wlII be made. ' MAKHOLE - aB" STANDARD a(,NITARy Manholes shall conform to Section 63 of the Standard Speclficatlons and t Standard Drawings as per these Spec if lcat Ions except as modified here'n. All manholes not located within a public right-of-way shall have a locking type cover . Rubber joint manholes shalt be used for proper moisture ' tightness. A minimum of one ( I ) course of 8" wide brick shall be placed under the frame to allow for adjustment. The completed manholes shall be rigid, true to dimension one watertight. ' 1 After the barrel has been constructed, the channels shell be Completed. Shaping shall be such that Channels conform to slope and grade and join together with wall rounded junctions. Channel sides shall be brought ir ' vertically to the crown elevation of the pipes. The shelf shall be smOOthly finished and evenly warped, sloping to drain to the Channel . Concrete for shb; ing the bottom of the manholes shall be 3/e Inch maximum , aggregate size. The bid price for Sanitary Manholes shall be full compensation for all labor , equipment, materials, Including adjusting frame to final grade, ' excavation, backflll and all Incidental costs necessary for furnishing and placing manholes. -4- ' IECHNICAL PROVISIONS MANHOLE 48^ EXTRA DEPfH ' section 63 shall be amended as follows. "Extra Depth" shall mean that portion required for Installation when Invort shall be greater than seven (T) feet below finish grade. The unit price per foot of extra depth shall be full compensation for all labor, egolpment and materials required for complete Installation of standard ' 48' diameter manhole sect loi per vertical foct per plans and no further compensation will be made. ' FOUNDATION MATERIAL Foundation preparation shall consist of all work below the foundation lave' necessary to provldr a base suitable fo, the Installation of bedding, pipe and beckflll . The material shall be clean high quality fractured rock passing the 3" square ' sieve and shell be appre,:ed by the engineer. The unit price per ton fcr foundation materiel shall be full compensation for removal and disposal of unsultable material , hauling, placing foundatlon material , mechanical comcactlon and all Incidental costs necessary for furnishing foundation ma,e• lal . SEWER PIPE P.Y.C. PIPE (Alternate) P.V.C. sewer pipe shall conform to A.S.T.M. 03033 or D3034 except as otherwise provided. Rubber gaskets for P.Y.C. pipe shall conform to A.S.T.M. 01869. ' Fittings shall be of the same material and class as the pipe. P.V.C. pipe shall be furnished and Installed In accordance with Sections 60 and 61 of the Standard Specifications except as modified herein. Six (6") Inches of bedding material shall be required under all sewer pipe. Bedding material shall be the same material as described In these technical provisions . ' Section 61-3.05 shall Include the following . The hand-placed bedding around the pipe one to a point 16" Inches above crown - hall be foot-tamped until It Is unyielding . The remaining beckflll shall i,e .�eehanleally tamped with ' hand-operated mechanical or pneumatic tampers, to 95% density. -5- 1 TECHNICAL PRO,IISIONS P V C PIPE (AITERNATF) OIT All excavation, placing of pipe, and backfllling shall he done In 'accordance with State of Washington Safety Standards for Construction Work , t Part C of the latest edition , To !n sure a watertight connection between P.V.C. pipe and concrete manholes, couplings or a rubber ring corresponding to a sewer size shall be ' used unless otherwise specified. The unit price oar linear foot shell const Mute complete compensation for all labor, material , fittings, tools, and equipment necessary for Its Installation; Including excavation, bedding, backfllling, placing of plea, and mechanically tamping the backflll mnterlal . No further compensation will he made. , DUCTILE IRCIN PIPE - fAlterrl Ouctl .e Iron pipe shall be thickness Class 50, thin wall ductile Iron Pipe. In accordance .Ith AWWA C-151-71 , ductile Iron with cement lining as specified In the Standard Plans and Specifications. Joints shall be of s!ng le rubbor gasket type per AWWA C111-77. Push „n Joints (Tyton) . ' Ductile Iro,, pipe shall be furnished and Installed In accordance wits, Sections 60 and 61 of the Standard Specifications except as modifleJ herein ., Four Ls; Inches of bedding material shall be required under all sewer PIP*. Bedding material shall be the same material es described In these technical provisions . ' Section 61-3.O5 shall Include the f�llowing; The hand-placed backflll around the pipe and to a point six Inches above the c,own shall be 1 foot-tamped until It is unyielding. The remaining backfil ' whether native material or select backflll , shall be mechnlcally tamped with hand-operated mechanical or pneumatic tampers, to 95% density. All wxcevatlon, placing of pipe, end backfllling shall be done In t accordance with Sate of Washington Safety Standards for Construction Work, Part C, of the latest edition . ' The unit price per linear foot shall constitute complete compensation for all labor, material , fittings, tools, and squlpmer• necessary for Its 'Installation; Includlrg excavation, Class B bedding, backfllling. placing b Of pipe, and mechanically tamping the ackflll material . No further compensation will be made. t -6- ' i f FSMMICAt DJWxWnrc TEES/STORK TeesCon shell Do Installed -here required to Intercept axI%ting serer stubs. The t-of-votor Shall D! required to remove the exi5ting serer stub to the ' plant-Of-way line and Install a new 6" stub and cleanout As shorn on the plan. The unit bed price per each To shall be complete compensation for all I ebor, material , fittings end equlpment necessary for complete Installation The unit Did price per L.F . for 6" sorer DIDe shell be complete 1 compensation for all labor, materials, fittings and equipment necessary for complete Installation; Including excavation, Deeding, batkflll , plectra D 1pe, It. and Including connection to existing side serer, Installation of ' _ lean out, end remove ) and replacement of concrete curbs and gutter and sidewalk . No tunneling under the curbs, gutters, sidewalk or driveways will be allowed. ' CONNECTION TO EXIITIhC AETan jE INK LIN Where shorn on the pidn: , the contractor shell De required to core-drill •he cresting concrete Metro serer trunk and Install a positive seal gtaket co nforming to Metro speClflcatlens . Re or to data sheets /Gass Contractors shallr typ sub.1t f of seals required, or approved aqua; . The Contractor D e sample of the sae) to be usBu to the RuD1 !c Works De t. for approval prior to Instellat !on. The unit bid rice complete coa;ensatlonr, for nnection alllaborfa Ealmi^*:, Metro Truneiine^ shell be Including Dore-drlllin Cu D e materials, f !ttings. compaction all in accordance withoMetroto MeIr regO rementlne, have', Illing 6 ' spec l flcations. NO further compensation shall®benmade. s and these NOTICE: The contractor shall be required District 48 hours prior to exposinto notify Metro Serer g the Metre trunkline CONNECTION TO EXIKTl r s ANHOIF where shorn on the plans, or as dip shall con- acted by tth Engineer , the contractor act the new sanitary serer line to the existing manhole, provide e -upper serer plug to be removed upon acceptance of the construction by City of Renton and channel existing manhole. ' The Lump Sum pr 'ee bid shall be fell compensation for all work and material to make the connection, end rechannel the existing manhole. r■O ■ -7- i 1 TECHNICAL PROVISIONS _ 1 CRLSHED SURFACIhG COURSE ( 1-1/4" MINUS) Crushed surfacing course ( 1-1/4" minus) shall meet t-,e requirements as i outlined In Section .3 of the Standard Specifications . The Contractor shell select the source, but the source and quality snail be approved by i the Engineer . Where additional "fines" are required the engineer may require 5/8" minus crushed rock , meeting sneclflcatlons, In lieu of 1-1/4" minus at no change 1 In price. The unit price per ton for crushed surfacing course ( 1- 1/4" minus) shall be 1 full compensation for all labor, material , equipment, and all Incidental costs necessary to complete the work as specified, No compensation shall be made for crushed surfacing used for trench patching or sidewalk sub-base.i ASPHALT CONCRETE CLASS "B" Asphalt Concrete Class "B" (AR-4000) shall be In ecccrdence w'th Section •4 i of the Standard Specifications except as herein modified. S$pHALT rnNCRETE CLASS "„.". Cant, SPECIFICATION DESIGNAIIQB AR-440 ,,. i Absolute V scosity 1 1400 F . polio "C i Kinematic V,scosity 4 2750 F . CS, min. 275 i Penetration at 77o F .. 100 g/5 sec. , min. 25 i Percent of original penetration at 770 F . , min. es Ductility at 770 F ., CM, min . 75 i JUI—ON ORIGINAL ASPHAu 1 Flashpolnt, Spensky-Mertens, Deg . F . ,min 44L` Solubility In Trlchlorethylene 1 mlr . 99 1 1 1 -8- 1 TECHNICAL PROVISIONS ASPHALT CONCRETE CLAcc "R" MINT) t Instal let ion shell be any l lod determined by Contractor as adequate to Place asphalt concrete and compacted to withstand loads Imposed by vehicular traffic present . ' Care shall be taken to Insure free Vehicular movement as much as Is possible when restoring existing asphalt roadway, and to prevent undue ' roadway settlement after contractor has ccmpleted contract. The unit bid price per ton for Asphalt Concrete Class "B" shall be full compensation for furnishing a' I labor, materials and equipment necessary to Install asphalt concrete Class "8" as specified. No compensation shall be made for asphalt concrete used for trench patching, east of Logan Ave. S. ' TRENCH PAVEMENT PATCHING ' Trench pavement patching shall be done In accordance with standard plan No. 18 of the Standard Spec if lcat Ions . Concrete pavemen! patching shell Conform tc alternate 'A� standard plan No, 18. ' Trench pavement patching shell De considered Incidental to the project , and no further compensation shall be made . COINICRETE CUREA GUTTER RFFLACFMFAJ Where necessitated b; the Installation of sewer stubs the contractor shall t sawcut, remove end replace a potion of the existing concrete curb, gutter', sidewalk d driveways as required , The disposal of surplus material and removal and replacement of concrete t curb antl gutter and or concrete driveways shall be Considered Incidental to the project and no further compensation shall be made. ' The construction of concrete curb! 6 gutters, sidewalk or driveways shall be In accordance with the Standarc Specifications. No tunneling under the curb, gutter , sidewalk d driveway will be allowed. ' COLD MIX ASPHALT PATCHIh • Cold mix asphalt shall be placed and compacted as directed by the engineer. ' Coid mix asphalt patching shall be aonsldered Incidental to the project and no fart, , , compensation shall be made. Cold mix asphalt shall be placed at ' I/2" maximum depth and rolled. The removal of cold mix asphalt from the trenches shall be incidental to the project and no further compensation will be made. ' -9 IECHNICAL PROVISIONS ' CEMENT C,hCRETE CURB AND GUTTER Cement concrete curb and gutter shall be constructed In accordance with Section 40 of the Standard Specifications and shall conform In shape to Standard Plan No. I except that it shall be constructed of 14 day Class 5 ( 1-1/2) air-entrained Portland cement concrete, as per Section 37, Standarc Specifications Depressed cu-b and gutter In front of dri .eways shall be In accordance w!tr , City of Renton Standard plan Tor "Standard Depressed Driveway Curb and Gutter - typo 0" . Concrete shall be 14 day class 6 ( 1-1/2) air-entrained ' Portland cement concrete as per section 37 of the Standard Specifications . Gutter section shall be 10" thick. CEMENT CONCRETE SIDEWALK , Cement concrete sidewalk shall be type "B" and shall be constructed in strict compliance with Section 43 of the Standard Specifications and as , shown on typical sidewalk detail . CEMENT CONCRETE DRIVEWAY Conerol- dr !veways shell be constructed In accordance with Section 4; et the Standard Specifications, and per detail tlese speciflra+ lnn�. All cement concrete driveways shall be Csta +04 •o a 1t' , �e-•s 'f . e (6) Inches. Section 41-2 Is amended to requlre tP.At the concrete mix shall be as specified for Class 6 ( 1-1/2) H.E .S . , CjjjISHING AND CLEAN-UP Finishing and clean-up shall be performed In strict compliance with Soctlor ' 4 and 57 of Standard Specifications. The lump sum Dip for finish and clean-up shall be full compensation fcr all , labor and equ 1pment, and all other costs necessary for the contractor to perfom such. No partial payments will be paid on this 'ter. The restoration of disturbed areas and planter areas, Including replacement of plants, trees, shrubs, seeding, beauty bark , sod, repair or replacement of sprinkler systoms or other private utllltles shall be considered Incidental to finishing and clean-up and no further compensation will be ' made. ROADWAY EXCAVATION ' As shown on the plans the contractor shall remove the existing asphalt pavement on S. Tobin St, between Shattuck Ave. S. and Logan AvP. S. -10- , TECHNICAL PROVISIONS RQAONAY EXCAVATION (CONT.) ' Roadway excavation shall be in accordance with Section 61-1 .02 of the Standard Specifications and shall include all excavation, disposal of surplus and unsuitable material and all other work required to excavate the roadway to subgrade. The unit price per square yard for Roadway excavation shall be fui ' compensation for all labor, equipment and Inc IdentaI costs necessary for roadway excavation in accordance with these specifications and no further compensation shall be made. ' TRENCH EXCAVATION Trench excavation shall be in accordance with section 61-1 .02 of the Standard Specifications and shall Include all excavation, Including aspnalt and for concrete pavement disposal of surplus and unsuitable material , and all other work Incidental to the construction of the trench for sewers, ' manholes or other appurtenances which are a part of the pipeline. Trench excavation shall be considered Incidental to the pipe and no further compensation shall be made. CONTROL OF NATE The bidder Is cautioned that considerable dewatering may be required on this project. To assist the bidder In determing the subsurface conditions, a copy of a toss boring analysis Is Incicded In these specifications. 'Intro) cf wltc- s"all teas specified In Section 61-3.02 of the Standard bete a Jewatering the Contractor shall submit to the Engineer a statemert of the method, Installation and details of the dewatering system he ( ioposes to use. ' Oewatering of the trencn shall be considered as Incidental to the constuction and a. costs thereof shall be Included In various unit contract prices in : he proposal , unless otherwise specified. ' TELEVISION INSPECTION After completion of construction, but prior to acceptance by the City, the Contractor shall flush the mainline and utilizing television facilities, inspect and video tape record for the Engineer's approval all mainline sewer pipe. Said video tape to be compatible with the Cltyrs system. ' This Item shall be lump sum pr-:.e and Include all equipment, facilities, manpower and all other appurtenances necessary for complete and permanent record of Television Inspection. No further compensation will be made. t -II- 7EChNICAL PROVISION CONSTRUCTION STAKING , Section 5-1 .05 of the Stande d Spec • ` iratlons Is hereby deleted and tic , following submitted: The Contractor shall be responsible for securing the services of a , professional land surveyor who shall provide all survey staking needec In conjunction with the project. This staking shall consist of, but not be limited to: roaaway centerline, grading and paving, sanitary sewer system, plus all other staking needed +c construct tre Improvements. The Contractor shall assume full responsibility for the accuracy of the staking and replacement or restaking. If needed. The City will provide the Contractor with horizontal and vertical co^trol needed to perform the ' constructi,�n staking. The surveyor will also be required to provide a copy of his notes which ' reflect es-constructed Information on Inverts and all changes In line or grade. The Lump Sum unit price for construction staking will be full compensation ' for all surveying needed to construct the Improvements to line and grade per the approved plans. Partial payments for this Item wlil be made In connection with the moethiy pay estimates based upon work completed as , determined by the Engineer . DISPOSAL OF SURPLUS MATERIALS All materials designated by the Engineer to be wasted shall be hauled, ' dumped, and spread at the locations selected by the Contractor. The Contractor shall have the responsibility of obtaining his own waste ' site. All work Includec In this section shall be considered to be Incidental to other Items of work and no further compensation will be made. 1 The route taken to the waste site shall be maintained solely by the Contractor In a manner as descrlted below: The Contractor shall be prepared to use water trucks, power sweepers, and t related equipment as deemed necesuary by the Engineer to alleviate the problem of lost spoils alrng the route. Prompt restoration of the route Is ' mandatory. The Contractor shall be req^ fired to obtain a fill permit prior to , depositing any material at the waste site. A copy of the fill permit shall be provided to the City of Renton Public Works Department prior to commencing work . 1 ' STANDARD DRAWINGS 1 1 to\nwuo 5/18/84 SUMMARY. BORING NO. 2 a.arnq. Approx. 30.0 8 G �•' `l�A,`. . N�.... ....1.. ................ ........a........... ........ awrw woa+w Conlan.c+ 0 1 asphatayer GRAVELLY SANn (Fill); gray-brown, SW moist loose ' 1 I fine to coarse, trace silt 11A 6 I SANDY SILT; mottled brown 8 gray, SKI moist soft 5 fine, occasional lense of ML organics and sand 1 12A 1 grades to dark gray wet I soft 10 2 5/21/84T 3 SAND, dark gray, fine to medium. SP wet loose 3A 4 trace sett 15 3 — -- SILT; gray, some fine sand, with IN/ wet soft 2 laminations of peat, thinly bedded ML I 4A 4 with fine to medium sand r1u1 20 2 5A 3 ' Pie:ometer installed to depth 20.0' with 1.8' slotted tip at bottom, backfilled with pea gravel to 4.0' , ' I hentonite seal placed to 2.0' , backfilled with to surface with pea gravel and cast iron monument installed. Survey Station 0.10, 6E South 1 �. YOMI_,Nw\.NW OIM N.V 0 !•O.0 IM•..11\M\Nr C k�1.4'0.0 .1'1:1•ayr ••\ \IIVw\C'.\I.,W,I..I.Oa 0..1 0 f., t•00 yM\M NI..NNE \ NNN.V N\.MN a-1.N...+.4N.1V.\. NrV.,Nlq aN,.N1V IN PROPOSED TOBIN STREET SEWER INTERCEPTOR ' for The City of Renton 84-517;, Converse Consultants 2 o.n wan 5/18/84 SUN-MARY. BORING NO, 1 nn..gN Approx. 27.5 }�fd a O' a` .......'.....................,..,.,»........�::...,».. i N* r o .` f a\urT1QY fTMG wMlT cW1N.lK. 0 �1 4" asphalt layer GRAVEL A COBBLES (Fill); trace silt moist very 1 dense IA 3 SANDY SILT; mottled brown d gray, ML moist soft S 2 some gravel graces to gray; trace gravel wet very 0 soft 2A 1 10 11 GRAVELLY SAND; gray-brown, fine to SW wet dense coarse, trace silt 17 3A 17 grades to gray 18 26 6 SAND; dark gray, fine to median, Sp - wet loose 4A 3 trace silt, thinly bedded with 20 4 clayey silt layers $A Pieiometer installed to depth 20.0' I F with 1.8' slotted tip at bottom, `F backfilled with pea gravel to 4.0' , , bentonite seal placed to 2.0' , r Dad h lied to surface with pea ' gravel and cast iron monument installed. Survey Station 1*50 k r k a'\M•YNM\\WN. N\w Nw \ a•ea Nr•N\Y c n l•.+\•=\ 1•. �. ••\ \NV\raa•aMY\\IwryM••Y,r.r. n. e Pwrr Y.\.T.W,wl\•N.NMU.1 W N.Ua.N e.\laer fw �EdER INTERCEPTOR 84.5170 ' for ne City of Renton ��� Converse Consultants .�»'�«""' i KEY 10 SOIL SYMBOLS AND PERMS ' IINr HI\ Il lrit\PYI IN Nllll\IN Mhl"two" II UM IIIINI N N.0 1111 bpI1N.IM1 Na NY.ua• 11 u1 W.•11 Nb III .."III Xia N4\PIIp IN 1'1'1• XIrI Nn\Iwt N.II4 NMI RSMS ma low Emilio%, CMISSLQI#a vriKSS _� Ur 4ty.M pr•. INNI. <WN N11W MILL �elN .a nu1N1 x !M n.r./ : •- .N NNrgr. 111\I•V 4 Nal•NI (11 J4\NW • .11 r114 n INp N'Nh. 4. 111 N4. NII:. a11HJ.r .Ir•r111 r N IN\IINNI II • Irl.aNN1y �� • Ir• blur Nu ql. n NN•oY.4 4YrNN1 Nr4 L; Nwun•r bn LN•tlu x `� NW prYll, Ny IMr 1 N O\a•fip� L M ;:2:;{::W.1.I1••.I. 11,. .11 i !�r F IIN ..•rl 1»l. j xNw N.0 Y 1. IN •F r IUb p•NI.,\oN{aM• Mw it. NI L 3 L � IM NlNnl lar Nn. 11 N INI L •F rL • Ipl N.W\Xul :MNr NrnN N.NN N W Hpll IN{NN Fj C ❑r aNNNy NI NNl .Nu.N Iql. 111 N....... .... Y tlrHr INNIr..NMI-NN. 1111 a1Nl.rN 111 {./;:11111 fN\IINNI Ir NN.NNNIy IIN NpPn N I4.rIN NgNI•.N Nu1N 4 »N Vlrpr NNayl N N t/ .vN1.Nr• Vlll. ' �� � • w xu•1•ll.•xN Wrr prN•p Irpl _ N NILprN1 N•N. Pm111 Nrr NII INI \N.1!1 F• j F .W\. Intl.N N 11»I WI L j Ir )wrl 1•.»I 4•N. N.N 1.N N t N F: i••�til••o u, uuN F ( : • pq.nN LM N•.N S f NN 6.0 1" .I0.• i N U111»4I, uN•.IH IKI I•<b4a ypal. aW 1N, rN\. 4110. •N NINII L NINN. Yll•NII 4N•Na N NNIN .r 144 N.1111 NIIr.N•NNNI L YN•INr NIN i �p;i L C INn1.n4 LN LIn u.Nnl..u.. Ln .< t1NN ..N.. ..N..{y N.I 4.b N ..N a I. l. ... ■ .I.I.w .. .,..«; r»N.N) IrINL, 1 • M '•N.Nglr 4N •ur .NI••N r li a•r»Ir IN.pge 1114.N Ny ♦N�IJ oN. bYN 4IYe ' q :nr M.. NI.I N•. tlN. a n jS IrHJ \111r N IINN NN N.ry I r Ur LNN NI, • .INN<111 :•N.. NII rN IrINr .N1• r1N1 .I r•r .rN.ly • FwNNNN a1.1..1 \N 1. 11.Nua _ fl .�N.1ra111u1. 1•.I.111 ••I .NI IaralaN.; �Ir .p. rN1 II.J1. .11I1 r�rl ur 1 . .1••�N'1 lr L <I4b l4r .Iql ran rIN Nrrr N• � j .INua1N • , • 1 p=t =_ � IN. r Pllr, LN IN a np N.u I .uN 1. 1•.•N4..r p .INo Nt = T N 'r N•I.Y•4N n4 I V F S : Ina xw Np rlrl • .1..21:N. 1.1 .1.,. ' 6125 rganlw5 Ina.., r..N •1 i •• •.. LT. ••'Na11 Irw ' 1 i 1 •pru NO. ' wig%Ill OIs/LIW11m 3 1„ A � 1D i 2J�Y A +' I PLAN ° NTS 1"R GENERAL NOTES SECTION A-A le' JOINTS: DUMYr 404NTS SMALL BE PLACED NOT T� NTS EXCEED 15'VC NOR LESS 'MAN 10 C/C CONCRETE CONCRETE SHALL BE 14DAT CLASS V! 12) -- AIRW( RAINED Ao ATLAN CEMENTCgV:RETE N`G,T•IING TO S[CTION�T-2 q/OR H•GH-CCARCY UCEMENT CITY OF RENTON PROCEDURES ALL WON' SMALL BE IN ACCURD►NC[ ovAPTrRMT o. •uRLIc wowa. ' WITH APWA PLANS S SPE:IFICATIONS OR AS DIRECTED By THE ENGINEER STANDARD DEPRESSED DRIVEWAY CURB B GUTTER - TYPE D crcm�_ Revised 7/1!83 ALTERNATE I 1 � _ XPANSION JOINT SLOPE i I ' ITYIt —EAPANSION JOINT ITT•, EXPANSION JOINT ITTP, Sao 'OPY Of Rankin' Standard Detail VAR VAR ' 1 Por Deproaed Driveway Ow0 9 EXPANSION 'POINT J e, Gutter -Type D yox L K 6" ' bt _ _ _ SECTION A—e E:PAN51oN ,aN T ' ALTERNATE 2 Aa� EtPANSION JONFT 1TVF 1 • 9NERAL NOTES JOINTS Jo-.r. .Ny, be P.coe a Mown CITY O f R[ N T O N M n e.VXMd of /M Ene"", as►Aat■aNT eI PYaUA NOPAa CONCRETE concr.r. W41, a laoq clousol.l STANDARD— ' all ."t'°'"oo ►ortlene tarn.", c."or.r. CEMENT CDNC. DRIVEWAY P t0CEDuEtES All PM MtlI be ," occo,f Arco Woo A PN4 �•••"• •.a.LlZ__ •rc.o__—_. Poe one .nc.ticU 6 w". ar so •.XN. y ww r•" F.T..", e".cu•. •u.A NONE "u.�_.... P.o.&x fli5 — .Acoma,tAwA. o -- v-7s -- ee111,c -- -- TOWN CUNNIFFK PIPS.INC. Z' KOR•N•SEAL e.o.wca neu.row}kAwD.on[Dow e>rn •pon.a rI'll n+.1,1a+nnra.»"`ts' [atwrw+nvo aa--wAtw,t,rtw For Pipe Connections up to 2 h O.D Rue+n•ka aw: qr t waow nownw rear. wu.. o.ouwer Data Sheet No 101- 1 tt 1 � If; , Mra,apinr kart M wp�•� Yoe ! �.• "[Y� �4fj� Y .. V .. L i tetwnM told f,... ni>.a KOR N SEAL prokkidee a wateglgN effect the goal around the oonotcting • l 1po} may b. cut to Irngnl 1, 11,n ' connection by 011,01 true Ilexibih!r pipe,Is also made anlbely of 300 gar,} field and I"a'al:aA dustily loin Ibo and satisfies all olhur condil ons that nonmagnetic,corrosion resistant slain pool efect a posture pipsdo-manholy can. Its, sleet A acrewduwr IS used to • The that may be Insists to the nechon The unlouenosf of this con 6011.10 a warm pear drive producog In$ eked pert In look ink- Tp aaayia, nechon Is a system whim util:es a ele'nping pressure In contract the band through Inc use of a ai+q'r hyd,uhe ' cored hotel and a flssibl,nabMr boot A and seal the book to the pipe, tack note Is care doped Into the cured can The note Joint that may be ppmd,,4,d ► coats wall of a manhole providing an KDK-N SEAL Advantages olov- In the manuf"IWPk►plinl of 1n 7 opening dal Is preelsdy controlled In • The gpotlolly lermutetod "to Inc hull, fV size,shape.surface finish and locapon. PRENE EPUM btontlad compound These ate odvanbgae oI No%" A boot Is Installed Into this cured muldad boot oftura auperlor"Nistance S ' Advanlag#$not by hceldokk%but note Which Is knotted from a specialty to water, "wage, oil, oelds, ozone, 1:, . planning and onol"Asab,p formu4led NEOPRENE-EPW blendod w#$Ihermg and aging. All :,gar with pfovett pred,,!6b4 ' compound meeting aSfM Gal,with a • Up Io I!•sogi flexibility In any pedarmnnce 10"minimun.vat,V,-tness. direction and g" vertical dbpta..emtol Manhole ttilkeGonr An Internal expanding band clam" can be accommolned dopnnding on P and saki. the boot 10 the port using a pipe O.D. igWl"y In, castpot #$q tYh #$Ih10eling loggia action which 1010,s + A sepansllol1 of Inc p:Po from Ins g"tiro It,' be uA„rd unllo•mly,•A, ' ilk,band to Increase in d-amelar,Mere manhole, proved#$ a Cushm 11 Iyhi0 exmi far hlhng holes. mote al.- b! generoi ng a circumferential clamping abambs woral,on and stati.e move al,etai",of o1"c 111e':9nlooll•M is pressure to affect the sear Seta of Mont between the pipe and the the form to disturb the now at en•,�Mlo j circumfoendal ridges are .handed Into manhob,thus preventing the formation a sAuoe o flong of ion wires ' Inc boot suriece} which contact the of Icak producing tracks After Inc actions halt Gu/a Nalr}wW port ane pipe These fldgaa deform • 0II5119% and oubotround condl be cos shied tl the plant 19"Nan t5 in We'cr cfamping pm}au a to till gvrfAC^ lion}M plpesCen Mp["emTnllared tot field All bet" pf"UC ad aheh inspufarities in If,# part w pipe The • 6hws In pip, mtlo url call. I'. aatpt a canieonteq ftoxythy goal Into oopaoding Send Is made of 0f10 made.361 ut Chang#$In pal of"at goal wool allow for Were' and engW:u ' 6Miek, "on.1lHpnene, co",,i " to • 1101, may be owed on,t bell allgpinen a% Inc 0i00 tonnaeho, Is alstanl et flat it dha elnl"s stool. A band of fl Witalled u1 the bold ""Poetry ma In hold changes.oddnat hot.. TIC I.avoiMble ns An option s DAmagnd or vandalized pools can be m be •.Ided e•a 1". a The#$lurnA band,wlacn Is used to easily ,placed opv<du.aon., 0%a—kw a".a•a Cook u g M tw•'s"."aril rw,tls ty wall I`.I,.•ne rw..am coo'.Lo'. f` SEAL ASSEMBLY SIZE WORMO-ION I� ' PIPE CLASSIFICATION(For reference only)' \ \ 5" Asbestos 6" Asbestos 6"Asba>tns 10' Asbestos 12-Asbeslos 12"Concrete 12, Concrete 15` Concrete Cement Cement cement Cement Camen! 14" Asbestos 15" truss 1 6" D.CI'm 6" Concrete B' Ducide 10" Ductile 12`buc111! Ceme'1 6" Asbe nt Iron 15" Clay l Cemfnl 6" Clay d Iron Iron Iron fa" Insr, Clay 18 Duuue 6" Plastic Clay 6" Concrete IR"Concrete 12" plastic Iron 16" Asbestos c Iron 5 Asbe stos 8' Plaslm 6" Plmtic 10'Truss 12" Truss 15' Asbeslos Cement iE' Vnnbed Cementnt u' Truss 10" Vtlriiied 12' Vn•med Cement 16" Duclde Clay C C l 6" V'uJ ed Clay Clay IS' plastic Iro'• 20"- Asbestos Clay Clay iT Duc!ile Cement to' Plaslm Iron 20" Ducbie 17'Plastic iron PIPE O.D. RANGE Set" min 7" min. S 7y16" min 1015" min. 12' min. 1qK" min 15Yr"min. 191A' min 7N` mes. 9" mar. tON" mn. O.•' msx. 1aYs" mac 17" ma.. Ir Ni,mas 22W" mas. HOLE DIAMETER 12" 17" KOR•N•SEAL ASSEMBLY NUMBER" 6106123 510842A 510612 SIOF-164 610816 610620A S10522 S1052d A106178 A10612A A70512 A10615A A106.16 A10620A A10620 A10624 For KOR N SEAL s@e requirements,Wo,to pipe 0 D.range "Seal assemblies are suppbad with stalnless steel Korband(PL X 6)as Standard. Aluminum Korband Is ax411ab1e as an option To specify aluminum,use prefix"A" assembly number. I 1 I SEAL PART MUIMBER INFORNIATIO"i ' KOH•N-SEAL ASSEMBLY NUMBER" S10612R 510612A 610642 610916A 610616 $10620A 510971, SIC-24 A105426 M067A A10612 A10616A p106-IB AI08.BRA AtRi 20 A106i4 1 STAINLESS STEEL KORBAND PART NUMBER (illustrated) 145-12 10116, 145.20_-_ 1 ANODIZED ALUMINUM KORBAND PARTNUMBER v 156.12 11 _ 175.16 v _ 13 UM-24 2 BOOT ONLY PART NUMBER 26 ._JL_ 102-1 102-12A 102-12 11 10216A 102-16 10D20A 10220 '{-V 7 STAINLESS STEEL PIPE CLAMP PART NUMBER 121.12n 1!1.17 12416 �_. 124-20 124.21 �• STAINLESS STEEL 0 POWER SLEEVE t COLLAPSED INSiDF. GASKET BEFORE .� INSTALLATION ' POWER SLEEVE INSTALLED IN EXPANDED INTER- LOCKED POSITION PATENT Pfl.. r,, MATERIALS SPECIFICATION DATA t6ASKEI : THICKNESS OF GASKET MATERIAL .350" TENSILE STRENGTH OF R',:BSER 1,800 PSI MIN ' ELONGATION OF RUBBER 451% - ;505 DUROMETER OF RUBBER 42 ♦/- 3 ALL RUBBER MEE75 ASTM C-923 REQUIREMENTS. POWER SLEEVE: 1 .5" X .120" TYPE 304 STAINLESS STEEL TENSILE STRENGTH OF STEEL 85,000 PSI YIELD STRENGTH GF STEEL 35,QC0 PSI ' POWER SLEEVE STAINLESS STEEL MEETS REQUIREMENTS OF ASTM C-923 . TAKE UP CLAMPS: BAND, SADDLE AND HOUSING MADL OF TYPE 302 SCRF6 MADE 0° TYPE 30� STAINLES- S-EE-. PSX STAINLESS STEEL CLAMPS MEE`. . 57M C-923 ' REQUIREMENTS, //2 ' PSX - SINGLE TAKE UP CL'VN` PRG4IJtL tOw PIPE OD'S RANGING LP TO 16.5" I"�X-'1 - DOUBLE TAKE UP C:sN1P5 PRLY�IDED rOp PIPE OD'S OVER 16.5" RFP-R TO PSX ORDERING R7FO�:MIT ICVL I PSX ' POSITIVE SEAL GASKETING WITH POWER SLEEVE EXPANSION n e • ee e • ' e a � s 6 9 e ' A FLEXIBLE, WATERTIGHT PIPE TO MVJHOLE CASKET SYSTEM. EACH GASKET SIZE WILL ACCOMMODATE KYNY DIFFERENT PIPE SIZES. ' UP TO 20 DEGREES AXIAL DEFLECTION. INSTALIATION IN M+V1HpLE WALL IN TWO MINUTCS OP LESS. WETS <awi fXCEEOS ALI. REQUIREMENTS CV ASTM C-923-79. AVAILABLE TO ANY AND ALL MA HOLE MAMMFACTAERS. ANOTHER INFILTRATION FIGHTER FROM f ' + C PRESS—SEAL_ __ _ P.ad.cl dalo bulletin v PSX 8101 _ l �7 GASKET CORPORATION •o.+ ».. rr A A ;'1 44 page 208 $Itmdnrd Drawings Ytrxtl\ tOMIN i( OY pItY1110Yt ' 11AN1 FI• YIrIYIIM X\ IYIIM % : Il ll[Yl Arrp 1- YUOYI 1o051YU AfrNYI\ SIAYI L.1 Xr LINES Xf OlY{l qp. IIu ri Yll[4lY / cpx<•nI ulse uc CONSISTSnruui (nnl+t Asrxul r+r u[u t01LYAtlto IIUINID YOtA I Y'Si uL LILIO Pf(' L„ Sr 1Ml IMLIMI[Y p. M xrA[rte lY[+Lx UCYllll L-- ASIMAIT COYIAI Op IITWIM011t CRT INAll II VIAT If YI HaI1 IIIY rAV UtYI YVIAU MMI ART IN ftYA1GY\ 11Y{t ' !A I(M • TNIf Y+[Sf Or UISTIMC /AS olAttnp CUT Yld rX10N01C YAYIM•\ DO,,[• IAr(•4i llUf t" In to NO I OX O[Il 111(IIYL ASINALI /�fA rl NlNl rA YI NIYT ' It15T1Y4 9I910 IIS(— /• ` NAM .1tio pY Wt. If ' LISS TNAX Y // 5/d'MINUS NYllt WON If A' pl./ 0�D$MED NxN .00, IN Y101. ' tp»a<np TIIYcx IAarnl-�/ ( b- Y^ I2. vuustt 1!^ L'• p• ' YILIO rnYf N[A' A". ASINALI� (OY<LI l T I A N A 1 ( I IIII [ A1 • Arta Ip • YILIO vYvtn ( xf APFLLI COY(Al 1{ 0A II\U x!NpYs _i(ISil+4 Asl FAN IDMI a r{ r1AVi NIY AI I4A<PINI rLi[Y � N1 fYNIAf( T L1 1•IfrIY( 014 M!l � � � y(YISIIML pAll yI�"MNUS ��-r tO M A<\IO rAI YIY p[YI IIL ctlusttED tNx(t _ lYrlrll plT [ N Ipll YL [ flpLt . AYIN ( M1 ' 6UIx Al +ITl DO Rol Styli (OM(Y111 A11 SNAU I( IINS L.S(1.1/IIN.(.L. pp (SYSI SII-II11 YYI(MI YLY IL Srl(Irllp. lA_IN, CITY OF RENTON tl !"CO tOACll11 CUSS 1 1 r00 •AY P[+\ •Alp". ,1A :" ,AID. PaYlmllt1 POithing .AN 10.t•rTr tLass '1. r0I ...1.ul 'Al[x". ' ox Ilea+'+OVS KAMT MIC ILY YAVUINI pAT[Y". •IY tOM 1 ' StDndord Pion No 10 ' SEWE Cosnnq-Olympic Fdrv'5920 or equal ' Adjustment- 12"Ma. 24' Cone 19,. ' r *� Precast Section ! 4"M,n y. Steps 3/4' D001MIC Bar i I 7'Min ' 48" ' Mai Pipe$iit-21' LD. n Ladder-Standard Aluminum or 301vam:ed Steel SeeM Mortar F.ilet Precast Base Seceon or - Cost in Plot.* mike SANITARY MANHOLE TYPICAL DETAIL ENDING OF FILE HLE TlTu O.,A dAO.� To V � I r