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