Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WWP2701901(7)
CAG-037-84 S. Tobin St. San. Sewer Bid Prop. &, s<c 1+ E BEGINNING OF FILE FILE TITL.EeA 01033*-84 60%, v7 I AWARDED � �--� x,� Contract No.CAG,� 03fl.&c TorZkQ E•y $ 3l1, 543•CS 43E-a',^•c Y BID PROPOSAL $ SPECIFICATIONS FOR SOUTH TOBIN STREET SANITARY SEWER SHATTUCK AVE. S. TO BURNETT AVE. S. 1 CITY Of RENTON PUBLIC WORKS DEPARTMENT MVNICIPAI EUI\DING, 20C MI{l AVE S RENTON, WAS" oRoS$ • I1001275 1631 t BOND N0. 026575 l� BOND TO THE CITY Of RENTON KNOW ALL MEN BY THESE PRESENTS: That wa, the undersigned FUIRD C"iSIRUTION C01441ANY as principal. and INT£RNATIC AL FIDELITY It6URAWE CEY4WANY corporation organized and existing under the laws of the State of NEW JERSEY as a surety corporation, and gualif led under the laws c the State o V•shi ngton to become sure,y upon bonds of contractors .+Ith municipal corporations, as surety are jointly and severally held and rirmly bound to the City of Renton in the penal sum of S211,5413.05---------------------- for the payment of which sum on demand we bind our- selves and our successors, heirs, administrators or personal representatives, as th• case may be. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. Dated at &Ii-IroN Washington, this F>If day of ?1U,47c S7 19JOV• Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for S(NIIR TOWN STRXr SANITARY SEVER SIWTIVCK AVE. S. TO RRIRNEM AVE:. S. which contract ;s referred to herein and is made a part harm a though attached hereto) . and WHEREAS, the said principal has accepted, or Is about to accept, the said contract, and undertake to perform the work therein provided for Ir the manner and within the time set forth; NOW, THEREFORE, if the said Ft)HD CONSTIRl1CTION LUVANY shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, tar within such extensions of t'me as may be granted under said contract, and shall pay all laborers, •echanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and suoplies for the carrying on of said work, and shall hold said City of Renton harmless 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 perfon,ance as specified in said con- tract or from defects appearing or developing in the material or workmanship providad 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 n full force and affect. FURL) 8Y: _ i f`f ml i ANY BYr ?n TERF_Sb -Ct A.1_,Y-IN-FACT Revised: 9/16/8) �d +vw w unwea Ie _.. COMPANIES AFFORDING COVERAGES Corroon 6 Bla�ki Int. --- - -- - — ---------- P.O. Box C-34201 A Seattle WA 98124 S:"nt?ojiatd American Ins. Co. MM N. `r^I" Lloyd's of London Imm'Y C FORD CONSTRUCTION CO. If11lN P.O. Box 6289 cwMY D U rtix Federal Way WA 98063 �' -- LITY.WWII l 1p1MM xi it cvllilM11g4a !Ke iNb4 p4.W M•I IIIw.� iW bIM�n..mi IMINY Attlee,axiste.111b � p1y.11O1� 1 Ii.qTpxx,xF. M Fpl p ollyl pi 11,rexR,Ix eN[n in,p.Trxiw n4,y ixveF le NIM A1MN,bl NNNYW.IbMll el. aYpa.F II...N It WOIY1 b Y NI. allllx.e.iwi+llN e..e 1pc:oxi a.sun racvi __ _ _ fiMt ..MJ a IYV[Y 111N �.xxwl ...uvNuap" IMynOq lxq 1WH Ki4MW1l — pNIx.IN,Ux. A 1pswlNeNSM .uw CAP 178361 4-3-85 t SW t 500 ewwY..algrwa rgnxl.oMpa F 250 t 250 ItRglUr.MD COl\YFl Weq UNp W WVND N1IM0 1VINIU:IN IYRIIIU \WNiIIUNi W.q .J.N•�MIUNIxq leDia,11u4 1MWNKf MaV1immemp B �d rgM.l• DC 84129 4-3-85 coswYn wotnxaMl aulllwcla., MII.eKx Nxiet w MJNM �FI.xY I 5DD A+TOYOML[ [watrr A laslaimaeaw low CAP 178361 4-3-85 w e n p.NO m".1np1A F lxl ll glNrpw.N iW 15�eMy"ll W Aia arewa EM8\Irr ---'- U 1 8 [7r ulrwu.row llu.I•UC 81350 4-3-85 1"xr ,Nn pvlNr./p/.cl 15,000 s Sr000 ❑OIyMINM11Wl.\\. IINY c11MpN1U Flla'COMP[NBArf0h ------- slxrulom ..a [MROVIRS LIABILITY s OTNEa q 1l MIgN Jr U%Mlyxf.i VL11 r,IMMxN1l> Re: South Tobin Street Sanitary Saver City of Renton and its Engineer are shown as Additional Insureds as respects this lob (Professional Liability exclusions apply).___ CanCN4tka: Shuuld ally of the above described pel4Jes be canl..11ed belore the expiration dale the Issuing lun> Daily will Mtape®ta maa _'ft days w.dlell nuhce to the belUw named .e. ':al*h0l0el fltltlatessidp 1fVO110ymOWtRRas1 71tMpNOMsmtY>•Omigl xx Pub µi c Works Department � bill' Municipal Building Department P 8 -_-._--98055 Stanley 8sydrick 4Ip till lx� 1 TEL tNHICC' k POWER CF ATTORNEY International Fidelity Insurance Company HOMEOFFICE B,COMr'-4CESTREET NEWARK,NEW X tSE.Y OfHII BOND NO KNof '.H OW ALL MEN BYFSE PRESENTS That international IAlst, Ie m urano Cop-,me, a cap a m otellon gated and existing undo the I- ehe Suite Of New Jersey.and seeing m Preen Pal office To he Cdy of Newark.Nor JArnY.don MMbY camuen and appoint WILLIAX C. NELSON, W,C, NELSON JR„ ROBERT N. CAKLSYNI, SIEVE JAMS, RKLEN R. NE MAN, JOSEPH B, BUCHANAN. JAMZS B. 31MR, '19EEEE L. NC C01=11, CINDY E. PAUISEN, MARILYN G. WALKER, NARICA DITTER BNeTIB, WBBhtneloo it.true and lawkl itt WneYbNndect to execute,seal end deliver for and do Its behalf as n rely,any and W bonds and undortakup conitactr of ndemmty and whet wntu.p obhytay AT the.,lure hvI oluch are or may be glowed rtgwred or Montned by law,statute.Title,rutWnn, �omra,l el nllearwne,end the tAKntnm of inch tmlTmemUl Intun purce of Then Visitors srs as binding upon the d Intersest oriel FMrsty Imutance(ompon),At NIIY and aniPly,to all intent'and purpoem,as if the game had been duly executed and acknowledged by its T."Hy Marled Offices at Its yrmnpal office Z hu Poaat of Attorney u exa.uled,and may be cutifiaA to and may he reockcd,puuuant to and by amhonty of n Aile 2,-Sectam J.of The By- Lasa adopted by the bud o(Dur:ton of International Fldehty lemteme lbmPlAY.1.ATI nn,cWed and hold on the:)id day of Deemhaq I%tl. 1 h.haaldenl a any Vie hesldent.Eaeculne Vie hwdlm,Siculuy Or Aun(om S.MoVy.shut htn powor Ind authority I 1 To.ppolm At'W"Yt404"t.gad to"Thorua them to uecuf. if behalf of the ComyAnY.and nf.ch the So.)W 1`,Company Ihenm, bondund und.n.logs.vomncta of mdemmly end(het a,iunp-IbhVlmy or the tenure thereof slid, 12) In 1 mote.It any game.any tech AUcneyamlw,and Tons.the outhomy given AT Further,this Nisl$of AUtu Iet is upied and ruled by f6Y,",purNanf to nadlnllbn.1 Ili:Bond Of Denton of field CJmpxny adopted n e 'Y nnlm,duly called..it held on t►a Atli day of FsENuy,1975 of yhich the fotnv uM U.true natpt Now thuatore the unaturss of inch oDnas end the real of the Company may be.(fi red to Any ocb Power of attorney of any ern tf,4te relelmg ' them.by lianmde.and gI uch poor.,of attorney Or connate Ewonn,rs.ch fu:atmtle signatures or feuum.N seat shill we valid and binding upon the('un,pant and any such riser m mauled and cnULed by Ieatem a signatures and Matmd.nil NW be valid and hmden,upon Th.fdmeey A. the future wuh re:epeat to any bond or urut nepnl m which B is Mtachod IN TESTIMONY WHEREOF, Into net omt FWeh v tnuuoce orepany has ,.,it Thu To I nmant to be signed and ' 1.:orponte red to be affixed by huuthWued mt.o.lh'.let tA0{,UTY J, g Y1. SEAL ^ ems„ d:y .:I MAY x U t,In: f �904,AN !ISTATE un NEW JERSEY W1` fuunti of Ewa Lxwuuoa Vue U.this it As,of MAY IUB:I before m, an'.the oloAdual who executed the Placation,instrument,to not personally ' known,.red being by me duty same, aid that he u Th.Though deschled and oudh.rued olOuf Of rho Innrnallunel Fidelity Imunna Company the,the feat Afued to Told manu...nl is the CurponT Steel of se d Compoy,that The and Corpunl.Steel and Toy agreatW.won duty offuW by Will$of the Be fit it Duecton of sand Company IN TESTIMONY WHIT REOF,I hate h....to n1 my hand and alleged III,Offictell Sale At the City of Newark,Nor Ju Bre rmu tay the day slid year t ones n. NDTAR r 4 17 Ll'J J/ G �a \PVBLIC. e.' Naarypublte 4 A FJJ;. e�,.,. MY Cdaulerslon Esperss April la,I969 ' E n�.' CERTIFICATION 1, Ih, undanle" oilier Of International FWelny Ined"Aa f orn Pant do hereby tend)and that I have compared the fotegung copy of the po o Of Anion.y end affidavit, and the .Op it the Station,,,the By-laws of said Company oI it, forth and Pow of Attart with the URIGINAI S ON FILE IN THE HOME OFFICK Of SAID COMPANI' m god d that the game sat cortut tracn Pt.1hor.o1,and O1 th.whole of the ' aid o,nonels,and that the find Power of Attorney has col been evoked and a nor in full lane and effect IN11,IIIIONY WHEREOF,lhavehrfnntOnf reyhodthla d6 of lu ' Auser nt bµlel\d Sun ol_ Croup Of------- - -l� On this------___ tety Of .1B—belowe me p•torWly tanv — ---------.---- -- �._—to me know,, end known to In to be w indiyiduw dow bed in and who executed dA fafepeinq monument.wA acknowlWBtd tome that he e.eabd de.eemeMy continuation exp,"— Note y _Public Sun of—._ — County of II On tltit_ _...___._dey of IB_ belowt me par4eWiv owM o me known and knoww to Ott w oaame be,of the him of dualbed m and who eaeaund the fw@Wng Instrument,end he t:Areupwi witrowletlOed to In that he executed the Nine■well fee On act and dead Of no fim. key tam '".0'expose- -.._ _ Noury Pudlic ' Sun of M County Of_ On d,i1 dp Of IB_—_tom i me penonwiv dome, to me know+. who being by me duly roman.did dcm.and wY l.yt le,it the d4 rdrporatim wacilbo,n w,tl+Burl,exe<utW dy.bore instrument.that ha knpwa\ha del of uid[Orporttw,:d,at Un aew alhxd b id utttrumant o such ewpaote 4d,that It",q.Hued by wife,of ma Boer.of Oloaws of sod r wation,and that he dived he, name tf4lelo by like Ord., ' My conmwtm nPun _ . - -- ---------------------------------------------_---_._11 ' Syw of WASHItJCTIyYJ__ W faarOM W K+N^^. ON'sis 4"of_ _. IB afore me Jentanwly came ' RF_SF t hYti`q,Q?'11 .M know,,who,being by me duly fyewn,did oapow 4d wry that M nan wtorney�n fact Of I tYJAt. Flfl©.1TY :NS wAn'F lY.iL&U _— c tlw yniPwe40n de¢natl m and which execuud Iha wdhin instrument.ihtt M Yrtows the rorW,ale Net of witl Cpipptappn,that me,1e11 .Hued to t1y within matru,ham it such ca,pogn 441,and met ha tiOn ee the yidmstrumant andaff,%W me mid dal at Attw'.-4,, Nit Fact by aumw1h of the Bowd of Oneciw,pl mid cwitogbon and by tumonly of this office untdan the Saw"Natnfutfcnt oe,Rof. ' fOr aommi4�w+e. 14rM'b(/j�� • Dear Ms. Ilene Jones, * I y+ y In response to your request for a license renewal for Ford Construction Company. our records show that the license is current and does not expire until weeks prior will receive a license renewal to t weeks prior to this date. If you do not receive it at that time, then you may request a duplicate renewal ?hank lou. CORPORATIONS DIVISION L`cenae Clerk SIATE MODULAR OFFICE BLDG. Corporations Division NS: MB-11 TUMWATER WA 98504 sf 79 M CERTIFIED COPY OF RESOLUTION MCHARLIE L. FORD and ILENE R. BONES, being respectively President and Secretary of FORD CONSTRUCTION COMPANY, 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 heino present : RESOLVED: -hat 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 M that third parties need make no further inquiry with respect to authority or capacity of said officer with respect to any instrument executed by him on behalf of this corporation. tx DATED this aiP day of March, 1982. J Pros Ili— secretary . � OETACH fO IAERAr LEATYI(,ATE —+ a • _ L11i1� — 94PARTMENT OF LABOR AND INDUSTRIES r THIS CRRIYIN 71NTTHE P[II{pal 14ME0 HEpEON 15 REGISTERED AS FRUVIDED BY LAW AS A • , ffM; x0}faf STATE OF WASHINGTON R *PANt rf naoe�` MACH TO DtiFIAl Cf11TlF!CATE —} c k • 64 G 36 ISSUED C 1/1}/B, CITY OF RENTON S OUSIMESS LICENSE N• HU' AHY FEE S40.OG 1102 S 3q)kO ST. , FINANCE OIREC•OR ii UpMM naa made A Dllutlon lot a CRY of INntw BW!Mat Ucww m accotOyip with tM Ig, uuna o1 TC1a V.Sualnr a•Rpulalkna Cnaolm 1.Coca 01 GanwNOrdman<ia of the City of Ranitln �'� WptMaI4 COTD!Y•11�1NI INAtpu�llmtlnlaul N!o Dtdnlanl• LlpnaN aM11iW11W COtnoIY W�IA 1 MW and all otrw City CoGra.(�idnEnua1.1}l, �Nuyu!a1l0DF avlµ iaiw to the Wamaaa ac ! 1 tHltT#c~Iwwt r .M� r� FORD CONSTRUCTICN 0 0 d0Y S036 16 1 EENT wA 94Oo4 1 S� a¢ 7ic7tiECJ� t u 1 �I�yl�Y,I a f' J V I� \ II, ,' _.. IVY• )� 1�L. I I I Scggq 141 l 'T ,•� ; ,aQ.PARg .ti�•���•4`•SyS'-yam '.J;M y 4t � � :I:* � ���•�1�yS`�� / - t y /'yJ .✓, �'c c 1.-�Div i.:. _' ! 1 S i � H u ,,'' � f��' w • : at I I r `. .P C EERO F RENT 0 N ENGIN / �--- ,.,. .••• SANITARY DEPARTMENT ST. S SEWER i �EE t -.. ?;' i! LOCATION MAP ' 1i.'a 1� , •�, ...i. .i&. . .tt DESIGNE'O DATE--d ILE No CALI P"OVESMEET_ O, ED—�.__ CITY OF RENTON 819 PROPOSAL AND SPECIFICATIONS South Tobin Street Sanitary Sewer INDEX Summary of Fair Practices/Affirmative Action Program, City of Renton ' Scope of Work Instructions to Bidder Cali for Bids ' *Certification by Proposed Contractor/Subcontractor/Supplier/ref. EEO *Minority and Warrens Business Enterprise Participation *Certification of EEO Report *Certification of Bidder's Affirmative Action Plan *Non-Collusion Affidavit *Certification re: Assignment of Antitrust Claims to Purchoier *Minimum Wape Form *Eid Bond Form *Proposal *Schedule of Prices Bond to the City of Renton Contract Agreement EEO Compliance Report Sample Form and Instructions Environmental Regulation Listin_1 Special Provisions Technical Provisions Detail Sheets/Standard ' Documents marked * above must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person 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 ' NnIIRIT "Al' CITY or MENTOR SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 Th. policy of the City of Renton is to promote an4 afford equal ' treatment and service to all citimens and to assure equal employ- ment opportunity to all persons regardless of race; speed; color; a t hni city; national origin; sac; the presence of a non-job.relat#d physical, ♦en&ory, or mental handi sap; age; or marital status. This policy shall be based on the principles of equal employment opportunity and affipmati vo action guidelines as set.forth in federal, state and local Laws. All departments of the City of Renton shall adhere to the following guide Zinas: ' (I) EMPLOYMENT PRACTICES - All activities relating to employ- ment sus as recruitment, ee lee inatory tion, promotion, termination and training shalt be conducted in a non-discrim manner, personnel decisions will be based on individual parformanoo, staffing requirements, and in accordance with governing Civil Service Lou* and the agreement between the City of Renton and the Washington State e Council of County and City Employees. (E) COOPERAT'ON WITH NUMAN RIGHTS ORGANIZATIOAS - The City of en ton wi cooper*to y wit a organ aatione and commiset ns arganiaod to promote fair practices and equal oppor uni ty in •mpIDymant. (JI AFFIRMATIVE ACTION PROGRAM - The City of Renton Affirmccira ' Action Program Will e maintained to facilitate equita2Ze representation within the City workforce and to *sour* equal employment opportunity to all. It shall be the roepomsibitity and duty of all City officials and employees t to carry out the pclioieq guidelines and corrective maaeuros as eat forth by this program. Corrsctips employment programs may be estabZioh#d by the Mayor on the recommendation of an Affirmative Action Committee far ' those do eartment0 to which a protected class of o.,ploye¢s is undar-reprosonted. (e) CONTRACTORS' OBLIGATION - Conirastcre. subcontractor# and t * tare con noting u#inoss with the City of Renton *hall affirm and •ubecribe to the Fair Practice& and Non- Disoriminatiot, policies got forth by Lau and in the Affirmative Action program. Copies of this policy shall be distributed to all City employee*, a halt appear in all operational documentation of th♦ City, including bid cads, and shall be prominently dfoplayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton. Washington. this tad day of June 2980. CITY OF RENTON: REEN�NtTT�ON C.TT COUNCIL: Nay,:r Council Preeident Attest: Issued: July 10, 1972 Revised: February 9, 1976 q sr •efe'arm— Revised: Funs 2, 1990 CITY OF RENTON South Tobin Street Sanitary Sewer SCOPE uF dORK The work involvod 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 surface material so as not to be a visual detraction. All work shall be as set forth in the design drawings and specifications. ' 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. t 1 1 1 INSTRUCTIONS TO BIDDERS I. Sealed bids for th:s proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Mali, until 2:30 o'clock p.m., on the date specified in the Call for Bids. ' At this time the bids will be publicly opened end read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. ' 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 ' to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies attained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by ' inspection of the site. 4. The bid price for any item must include the performance of all work ' 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 tc a t total amount.. In the event of errors, the unit price bid will govern. Illegible figures will Invalidate the bid. 6. The riqht is reserved to reject any and/or all bids and to waive inform• ' alit!*$ if it Is deemed advantageous to the City to do so 7. A certified check or satisfactory bid bond made payable .without reservation to the Director of Finance of the City of Renton in an amount not less than 5T of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately fall�winq the decision ' as to award of contract. The check of the successful bidder will be returned provided he enters Into a contract and furnishes a satisfatt,rty 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 refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further Information nn particular Points, 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. Rev. V15181 r 1 (Non-FW4A Dh,, rCity OF RENT_ Cud FOR 61DS rSouth Tobin Street Sanitary Seer Sealed bids will r the Cf be ice .onference rya office and will it 2.Jf1 P.m., Renton Njnict be °Pend and pu CTJune_26 1984 r to be Pal Building, 200 Ni11 Y reams^ _ at The work - 3tpfToorunder _. ct ln, tsconoFrasanit Performed rthu�- b_, working be the date hof omrnce l rest include kin day, rom and r L1°n c ment restoration as set forth inthe des,a^odrawingses grading. pavig ad coop le to r rThe City reserves all "formalities. the right to reject r appro approved d SDecifi,ations any and/or all bids and to waive any and/or plans an depoSl and f y deposit °f l 35.o0s achrtaient office at r" °fRcontract doe Condition Set Plus $5,00 the ton Muni ci uments may obtain refun d^ withi �{rty dday, return pTthe to Cover to gpali Building fo,, a obtained amount loffd check or bid mailed. Th after bid opening. Th. ^b plinq is hd 9nsw In good each bid bund in the be The City's F must atc0apanv each bid, of rive Percent (52 Fair practices and � °f the total d Non.Discriminatlor polic es ;hall apply. publisher: C ty � _aad;e� Record Chronicle: Daily ournal of June 12th 8 June 19tn, 1984 famrerce: June 12th & June 19th, 1984 �C91TIFICATION by PRUPOSSD COMPACTOR, SUBCONTRWTOR MID SUPPLIL NGWIMO !DUAL SMPLCTzmm OPPORTumiT' r o�D C`Pe.+e.rR Ur Pth Tobin i�42err �4 n+ICA if ( ama o ncrsctor ro oct same INSTRICTIONS rThis Certification In required pursuant to Federal E.aecutiv* Order 11246. Th0 implementing rules and regul*tiomo provide U41 any b10,4et or prospective contractor, or any of their proposed subcontractors and suppliers. shall state AS an .11tial part of the bid or negotiations of no contract whether it has pstticipat*4 in any previous contrast or subcontract subtoct to the equal opportunity clausal and, It 20, whether it has filed all comptleaae reports due under applicable instructions. �The City has heretofore adopted Resoluti.n 2360 under date of June 2, 1980, smanding a 'Fa.r Practices POlicr,' ea Implemented by an -Affirmative Action Program- therein amending the policy of the City of Renton to promote and afford equal its&sent and service to all citizens and to &$sure equal employment opportunity based on ability and fitness to al. persons regardless of race, caned: color: ethnicity, national origin: sex the presence of a non-job-related physical. Sensory or Rental handicap; Sam or marital status. This policy shall likewise apply to e'1 contractors, Subcontractors and suppliers conducting business with the City of Renton who in turn shall affirm and aubacriDe to said practice• and policies. The aforementioned provisions shall not apply to contract, or subcontracts for standard commercial suppliers or raw materials or flru or organizations with lobs them eight employees or ,contracts of Sees than $10.000 business per annuel with the City. When Ua Contractor!Subcontractor/Sopplle[ thereinafter referred to a, the Contractor) to required by th City Of Renton to submit an Affirmative Action Plan, the minimum acceptable procentage of minority ,u ployment wlil be that percentage which is currently listed in 'Appendix I' (City of Renton Goals and Timetables) in the published City Of RIWAW Affirmative Action Program. I.e. 9.1%. This Program to available for review at the Nunielpal aullding. The undersigned contractor therefore coverants, stipulates and agrees that during the performs nce of this contract he will not discriminato against any person in hiring, prolGting, discharging. compen- sotlnq or say other tare or condition Of employment, by reason of such person's status, reference the (11) categories hated in par&. 2 above. Contractor further agrees that he will take *f fi rma Live and continuous action to insure full compliance with Such policy and program in all respect*: it being strictly understood and agreed that failure to comply with any Of in* term Of Said provisions shall be and cons situte a material breach of this contract. Contractor *hall, upon request andior at Soon as possible thereafter, furnish unto the City any and all lnf Ormation and reports required by the City to determine whether full comoliance has been made by the contractor with aid policy and program &rid contractor will permit access to his books, records and •ocounto by the City for the purpose of investigation to &*certain such compliance. tContractor further acknowledges that he he, received a true and complete ropy of the City's -Felt Practices Policy.- _ one tractIdentification Number CERTIFICATION BY, CONTRACTOR a or SUBCONTRACTOR o[ SUPPLIER ME NA : f01d1l C at A)Lrk,OrI(00u r•_ A fl DDRESS: _[ 0 TJi r103f, C I It r -t J f %dUG V .- REPNESENTATIVIS, T(Ja.r' So iir I ITLE: K O.` /1 Ott _. PHONE: 8.38 1 ci.' ri 1. Contractor!Subcontractor/Supplier has pa tt lclpab0 in a previous contract or Subcontract Subject to the Equal Opportunity Clause: V Yes _No 2. C??��ffPPlianc* repots sere required to be filed in connection with such contract or subcontract+ TT*$ —No 1. ContractordSubconts*pto/Supplier he& filed all compliance reports due under applicable instructions; vi YSs No a. If answer to item I is 'No', pISSSO explain in detail on reverse Side of this certification. CERTIFICATION: Th informs tiun above a true and complete to the beat of my knowledge and belief. ,l 1`Ae.. 4.nfir.. ,Jel r4 —e a i t oPTignarr-Ip as* type or pr ne 'Revievad by City Authority) Date, _ Nv, t-iL aJ G PUBLIC WORK OR IMPROVEMENT { PARTICIPATION CERTIFICATION: REP. RCW 35.22.650 CONTRACTS EXCEEDING $10 000 (OR $15,000 FOR. WATERMAIN CONSTRUCTION) MINORITY BUSINESS ENTERPRISES (MBE) and WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE) (BUSINESSES OWNED AND OPERATED BY WOMEN) ' Contractor agrees that he shall actively solicit the employment of minority Rroup members. Contractor further agrees that he @hall actively solicit bids for the subcontracting of goods or services from qus)Sfled minority businesses. Contractor shall furnish evidence of his compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of chcon,roctora to said minority bidders on the basis of substantially equal proposals in the ilght most favorable to said minority businesses. The contractor shall be required to submit evidence of compliance with this auction as part of the ! bid. As used in this section, the term 'minority business" mans a business at i' least fifty-one percent of which is Owned by minority group wombats. Minority stoup ambers include, but are not limited to blacks, women, native Americans, Orientals, Eakimos, Aleuts and Spanish Americans. The City will consider sworn ' affidavits presented by subcontractors In advance of contract award as one means of establishing minority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as ta part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. i1 MINORITY BUSINESS ENTERPRISE CERTIFICATION POOP[) ooly-,7A? 0/U ('a Certifies that: ' Name of Bidder (a) it (does) ( intend to sublet a portion of the contract work and ' (has) (has not Gakan affi,a Live action to seek out and consider minority bus hens enterprises as Potential ■ubcontrt.:tore. (b) the contacts made with potential minority business enterprise subcontractors ' and the results thereof are listed below. Indicate whether MBE or WMBB and identify minority group. (If necessary, use additional shoot.) ME E Min. Gr. WMBE 1. ❑ ❑(Name Of Firm. Bid ltim, Reeul[• o[ Contacts) ' 2 ❑ ❑ 1. ❑ ❑ o. -- ❑ ❑ s. ❑ ❑ Mr./Na. 'officer A° ;� �„ has been designated as the ramtfor this fi for the adminiectat ion of the minority businras enterprise program for this firs. CERTIFICATION OF EQUAL LMPLOYMNT OPPORTUNITY REPORT 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. �f ' The bidder n proposed subcontractor ___, hereby certiflea that he has has net participated in a previous contract or subcontract subject tut e equal opportunity clause, as required by Executive Orders 1092S, Mlle or ' 11246, and that he has }� , has not , filed with the Joint Reporting mm Coittee the Director o t e Office TTederal Contract Compliance, a yaderal Government contracting 017 administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. ',ieuri/OA. ( pA company , Bf: � I j t my Date: �-)u ne itp 60 Note: The above certification is equired by thn Equal Employment Opportunity Gi ulations of the Secretary of Labor (el CFR 00-1.7 (b) (1), and must be submitted by bidders and proposed subcontractor% only in connection with contracts and subcontracts which are subject to the equal opportunity clause. ' Contracts and subcontracts which are exempt free the equal opportunity clause are sct forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of 510,000 or under are txempt.) ' Currently, Standard Fe rm 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors 00 have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that el CFR 60.1.7 (b) (i) prevent% the award of contracts and subcontracts unless such contractor submits a report covering the deliquent ratted or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract ' Compliance, U.S. Department of Labor. CERraiuT10N OF BIDDERS AFFIRMATIVE ACTION PLAN Bidder is to indi.ate by check-nark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: ' "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." Company Date BY; Title OR b) It is hereby certified that an approved Affirmative Action Plan is on Y-" file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company Date ' BY: i i'FCidnrj( Title OR c) It is hereby certified that an Affi rmatlte Action Plan is supplied with this Bid Package. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes: 1) Present utilisation of minorities and females by )ob classification, :) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directeG at increasing Minority and Female Utilization. Company Date OY: Title OR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (S) working' days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it will include: 1) ?resent utilization of Minorities and Females by Job Classification, 2) Goals and Timetables of Minority and Female Utilization, and i) Specific Affirmative Action steps directed at increasing Minority and Female Utilization. Company _..----"'— Date BY: Title Rev. gl Vj 7S r NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ' COUNTY OF i(inq SS ' being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bio is ' genuine and not sham or collusive or rude in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not to any manner sought by collusion to severe to himself or to any other person any advantage ov-• other Bidder or Bidders. SIGN F� t Subscribed and sworn before me this d0 day of CTu n e, , ' Notary Public in OlWfor L e ate of residing at therein. 1 t CERTIFICATION RE: ASSIGNMENT Of ' ANTITRUST CLAIMS TO PURCHASER 10 THE CITY OF RENTON ' RENTON, WASHINGTON: ' Vendor and purchaser recognize that in actual e:enomie practice overcharges resulting frwc 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 ' establishing 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 ehe aforementioned exception. (_- )Ctnilar )e- a ' ame o ro ec ' � otrA Coil�,la (it-ho&i Co Fame of Bid4orA4 rin Signatu ut or epresen at ve of Bidder ,J u n r, 1. 14 AY • e 1 r ■ MINIMUM WAGE AFFIDAVIT FORM 1 City of Renton ' COUNTY OF kw;..; ss I, the undersigned, having been duly sworn, deposed, say and certify t that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing 1 rate of wage or not less than the minimum rate of wages as specified ,n the principal cortract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. N �ur;s Subscribed and sworn to before me on this day of Tt,q r, 19 y. otary a41n;,,��.r t o t� ate of Washington ' Residing at a Zt1e ' 010 C0.0 FORH Herewith find deposit in the form of a certified check, cash ers check, cash or bid bona in the amount of $ _which amount is not less than five percent of the total bid. Sign here BID BOND ' Know All Men by These Prosentst That we FORD CONSTRUCTION CrWANY as Principal, and I' rEUNATICe1AL FIDELITY INSLRAW-E CCWANY , as Surety, are theld and firmly bound.unto ttit City of Renton, as Obligee, in the penal sum of FIVE PERCUr, (5%) OF TOTAL AMD" BII)-_-_____ Dollars, for the payment of ' which the Principal and the Surety bind themselves, thelr heirs, executors, ad. ministrators, vucessors and assigns, jointly and severally, by these presents. The condition of this obligation Is such that if the Obligee shall make any ow rd to the Principal for SOUR IUBIN STREEIT SANITARY ?EWER. SIIA'PAJOK AVENLIEJ S(%ITH 'ft) RIJRNETI'E AVENUE SOMIi according to the terms of the proposal or bid made by the Principal therefor, and ' the Principal ahoil duly make and enter Into a contract with the Cbligee in actor. ' dance with the terms of said proposal or aid and award and s!.all give bond for the faithful performance thereof, with Sureties approved by the Oblige#, or if the Principal shall, in case of failure so to do, pay and forfeit to the Dbligee the penal amount of the deposit specified in the call for bids, then this obiiga. tion shall be null and void; otherwise it shall be ar.d remain in full force and ' effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amaunt of this bond. ' SIGNED, SEALED AND DATED THIS _th DAY OF 1h,ywe j _ 9 84 ITJRll l' h1' PR(NCl I d, IJRANCF. ANY 5 _ SURETY J ,. ATRNRNhy-IN-FACT 19-- Received return of deposit In the sum of $ PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif LrL: that L-11 has examined the site of toe proposed work and ha= read and thoroughly understand_= the plans, ' specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said wore, 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 1n writing and in ' figures.) Fnkj N T riieA``J, fuel ' Signature l !Ka•� Address 0.i:',y $ ?G tNames of Members of Partnership: 'fi w o ` A , v Eci n OR ii Name of President of C rporation (tla er r . 1 n �. a k. d tName of Secretary of Corporation . !. 1_r'ii r_ t• ly(, ��r Corporation Organized under the laws of L�)c s {i „ o., With Main Office in State of Washington at fF,f.•.ry L bin � Ter (*I)M?M POWER OF ATWRNEY ' International Fidelity Insurance Company HOME OFFICE M COMMERCE STREET NEWARE,NEW JERSEY RIIM BOND NO ' CHOW ALL MIN BY THESE PRESENTS That International "dWty Irani('Om,k a curPominn apnuad mul eaanno under tks hew of the Suitt nt New ferny,and harm/ns P ouIPW offee In the City of Newark,Now Jmei.don,hereby cnronNte and oppoml "LLIAM C, NELSON, W,C, NEISOK JR. , ROBERT N. CARLTON, STEVE JAMES, HELEN R. NNNAN, JOSEPH B. BUCHANAN, Jk'IES B. SINUER, TERESE L. MC CONNELL CIADY E. PAULSEN, MARILYN C. WALKER, HARICA DITTER •,attle, Washington tIts True and levfel eltanoyCPm fact to execute,lea and dahur lot and on'.la bWlf An eemty.Any and all boon,and undanLLtnw,watracu of wrleark and other vRlhy,oMyatory is lha nature hereof,rNch are w may be Wowed,reOmred Or book by law,alatute,nun,resulelwn contact Or mherrae,end the.cation of such batemumtW m punwn.of them pneenre,Mai:be a badea/upon the wed Inlematmad FWGIny Imtuance C'cnpanr,An a,By and amply,to W intent;and puro,aer,.if the more had been duly exacuud And"knowledoed by its reaalerly Reeled ' Offvore et is pMOpR bk Thu Porn,of AtlOmey,u macuted,and mein be certified in and may be rooked.pupuam to and by Authority of Arlecle 3,-Section d.of lee Bp I�rs edaptad by Me sound Of Dueclor of law...ttonat Fdanty Itauramw Compmy a1 a meetly called and hatd on the 23rd day of Dewmber,14b1 ' The Rmeent w my Vice Readmi.Emcume Vice headent.Secretary Or"intent Seentery,shed bare PPwer and.whom, 01 To app"nl AlrmnsyHndn,l,ae to wthorkew them to saacula on behalf of the Company and attach the Seat of the ComMay Nuero. ' booda and undm Ikins,concoct.of mJemmry end other wormer obhptom in the nature•hereof mil, ID to remote.a•.my lime.any such AnOmey-in fact and revoke the aulhonrY Wren ' Election,thh Powaa of Atto,.y IA ups and"ad by fe[Rmde purwnt to moducRo Of the ROecd of Oveeton of mid CPmranY anw,"at e meetmk drily coned and Lind on Mo qh day of FaMumy,1975 of which the fellow W a e true em", Now thenefoae the sipatnen,of such ofD"rt and Channel of the Company MAY be offixad to any ouch power Of attomey or any nrtlBcate routines ' there"be foreande,and any such rune,Of oil""Or cereleAte beery such local cy.tere or fammub mat RteL he laud and bander/upon Me('or," and any such power.AR.Cod and cn,tefied by lacomda.ynatum and h"Imde seat NW be mhd and bwd,ty upon the Cooranny w the low.With nef ect to min bond Or andarMk.atc,rhldl it In attached IN TESTIMONY WHEREOF. Intanatic.l Fidelity Inuilm.Compmy hat caned Ihu utetiumen,rat be mane and ' Ito dotporem.at to be atnued by its outhomed olbcar,this In A\�EIITY yrf` !s SEAL - Im d.y of MAY AD Iva: a' 1904 Se t�j�•'`nNC �! STATE OF NEW JERSEY frJ • �� County o/F•a Eaeeuvre V¢e trn,tdem Ontha is, day of May 198$,before me"me the endlndual who.eeund the rcodm/Contumm,,to me pwaee"Y ' known,and.bey by me duly-turn,wed that he a the ther.i described and Authorize offers of the Iwt.,Wwoat Fldekly In, n.:e Compmy. that the SAWaf/l ad to axed,.vumon,a the Cwporete SeAI of MM CotnpenY.that the wed Corporate SW and Can, - te were duly af wed by Orden of the Bun,A of Ditett.of wild Conakey / -M�,q IN TESTIMONY WHEREOF,I lure heunto m,m,hand and affund my Office Snail J 4 4lGNQTA4 9• art the City of Nortek.Now ln,eay the day and you Coot aeon written ✓/J / /` �"•y�•,VOLIG y ,�' Noun,FYNIc My Con,•aonee Eaptm Awl IC 19U '`••,�E R�� CERTIFICATION 68 fwel of FO ft I Anown,eel elf of"'"t'nternational and ,be wpFidelity yy��t of thelS"J"n't Of the ByJAw•s of onto CComaanY n,scl lwHt compared row.of Yam/copy of e the the ORIGINALS ON FILE IN THE HOME GPM OF SAID COMPANY,and that the isms am cwreel ttmecn",thereof and of in, whole oftee said ortpnW,and that the had Frivol of Atto,..ry One not been mated and a Pow In fu8 force and Affect ' IN TESTIMONY WHEREOF.I Wen haeanto ul.,hand tale 1611Wyof ,Tull" ' �ertem hacnt�';� 6ua d w 1 �f,;pntY d 'u On lark d.r of_ , Il balm*IM larfon.11y CKM —' — _to mk known, and kngrfl to the to be dkKhbad m and vA1P e.Ku1.P IM IOapo�ny IPstlwm.l And K4nOw'dpd 11"that M..Ku1M the I.nY Perm, sm,uP"" _ Pehc u _________________________________________Notary____ _ _________________ Suo of CPunty of N On au _akr of .t9__.balm*in, n W korh.lir unit, — -- —IO nY known kno known to rry to be a me,obar of She firm of Owb•oK ro and who kkkcumd IM lurkpo�nP murumrm.and n,tnokuoon Kknawarlpkd to rta that M ukwhpd to ,1 Y arY III,IN ' M arY OKd of kid ham Or ownlnati k.,i ------ - ____ 4101arY PuWY $Na of 1 ' Countr ol___ /a. Otr than d.Y ol___ 19_._balm*mk pknfmWlY Fe,ra whP balffl by tq duly Iwonn,do dkooY and Nr that M n of ' to korPpat"On dkKnbad In old Mech..Kulkd the abonk inllaumant.that M knOwl the Will OI mid OppyNUOn,that to Yal.Rukd So Wd intuumknl U Such carom.,,Y.1,NMI J akl to.If..W oY radar Of the fokrd of OrfKlpk of NW CmopknOn,and that he SIX"hY rYnhk INMI.oy Irk•pile,. ' IIv ownern."wi upon -F1�Yv l balm Sara d Washington ' Countiv of King �u. On Shia tbth felt of .tune r� bafpk M",orNt,CMY 'I'F7ikSF; 1,. hL1YX�M]1. to"N known who b"O or mk duly fwpn,did dkpua tend YY that Mrt.natpMr,nfutol Inttrnatlonal Ftdaltty_IIaurance C_hmpdnv it .fp Po.lion OeKnbad y d wn c1 a.KY 1d IM wlln n hSlrumknl that M know.tM ror —_—_— ' kfl ukd nP thk wnnin mNrurMnl if Wff cp POr.0 fn101 Yid carPp k4on.that that WI Ppk11 WI.Md Inp M upMd IM Y•d mflNlnMt kndkll,kkJ Ink W0 WI tl MlptiY'n{Kr W kullhonty of Ink loved of�aKlpf of kkd eppp kbOn.rW toy kuN anir of Nq Plhu�hm,the$unlm R p tnWul�oM IMrkd ' YY commnuon k.wm T R4 117 :�... 5�F. Walary OuWK SCHEDULE OF PRICES SOUTH TOBIN STREET SANITARY SEWER (Note: Unit Prlcea for ail item, all art Qlal One and total amunt Of Did mat he shown. Sher unit Prices in both words and fay -es and where conflict o "a the written or typed words shall Prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Priros to be written in Words DOLLARS CT'S. DOLLA^S CTS. 1. L.S. Mobilization L ' Per L.S. (Words) (Figures) 2. L.S. Clearing 5 Grubbing 4. n i per T 0 Jvr o2, � Per L-3. 3. 2000 TONS Select Tr#uch Bac fill k ^f S ' o- v 4 i uw 100 5 8-Cd o V Per on 4. 600 TONS Foundation M#terial nw ov 6 00 00 Per TorV 5. 1200 TONS Gravel For Pjpe Beddtng Class "B" ' $ r"� 8 0o v Ccc, Per Tofj 6. 5 EACH Manholes - 48" Standard / ' s 'Y ! t , /'kuvlU.( / 2 oC) pr> Oro [YU Pr Each T. 50 V.F. Manholes// - 48" Extra/s- Depth S Per . ' 8. 1246 L.F. 15" Sanitary Sewer Pipe $ Gw� (! 7Q po 119 7/2 c) l Der L.F. 9. 1000 L.F. 6" Sanitary SZer Pipg $ r• .4 Mf ru 0!) /S 0 �O 0 u Per _ 15. 30 EACH 15"x 6" Tees ' s Dui d-u.l 4i ~�, /00 oo .3 00 0 ou Per tech 11. 1 EACH Connect to Existing Manhole f b'0 Aa v _ 4't �✓� � b-be fJ'-p O'a9 aJ � Per Eac 12. 1 EACH Connect to Existing Meiro Tr nkline t I s�,�7! 4 a• l0 c°rf o l0 Cno pc Per Each ' SCHEDULE OF PRICES SOUTH TOBIN STREET SANITARY SEWER ' (Note: Unit Praoee for all at*=, all artensams and total amount of Dad exist be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevril.) ITEM APPROX. ITEM WITH UNIT PRICED dID UNIT PRICE AMOUNT ' MO. QUANTITY Unit Pricesto be written an words DOLLI.RS CTE. DOLLARS CTS. 13. 1200 L.F. Sawcutting KJ ' s /ww l no Per or s (Figures) ' 14. 4DO TONS. Asphalt Concrete, CLss "B" ka Per Ton is. 625 TONS Crushed S/urfaF.ing 1) Per (pi``C la ♦ O t� .5 � 00 0t/ / rij 16. 3540 S.Y. Roadway Excavation M $ �n u i Per . 17. L.S. Construct16n Staking E Lt,"V t a,.i- 4hc W o. of DOD t7 0 .,7. Ot-u 9 C Per 18. L.S. T.V. Inspection Aa'� Per ' 19. L.S. Finishing �d Cleanup . s . h. ..c tit f(Io 00 )or n n Per L.S. ' SUBTOTAL /c$ ' 8.1% Sales Tax TOTAL BID 5-N3 oS �t ,1 I � 4 SCHEDULE OF PRICES 1 (Note: wait Prices for s11 at*=, all erte:urons And total saount or Dad must be shown. SAW unit pracss in ootA words and liqure. and w"re ocnllacc occurs the wrattan or typed words shall prevail.) i ITEM APPROX. I ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Vu ut Prices to be wr:ttan in Wordsj DOLLARS CTS. DOLLARS 'ITS. TK% L ERSIGNED BE DER HEREBY AGREES TO START CONSTRU ION WORK 01 THIS PROJECT, IJJqq AWARD HIM, NO LAI ER THAN TEN (10) DAYS AFTER FINAL 10 ECUTION AMI TO COMPLETE WI IN 45 WO ING DAYS ER STARTING CONSTRUCTION. ' DATED �,'Jt No IAIO V�SA. TH15 DAY 01 198 I ' ACKNOW EDCF-MENT OF RECEIPT OF ADDENDA: NO DATE 1 , ATE NO ATE _ ' SIGNED Y( TITLE t tNAM OF COMPANY �7 1 ) C P ;7411 Ir l/61U �o ADDRESS CITY/STATE/ZIP TELEPHONE I� CITY OF RENTON STATE CONTRALTO S '' BUSINEZ LICENSE 1 LICENSE 1 3-O/ 70 V D - a i K IofI CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this ' ,.+ day of r4ur p-s 19 . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and cco �.� , Cnn1PPn1v hereinafter referred to as "CONTRACTOR." ' WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within 4 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the ilabor, 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. <:AV 0.97-84 for improvement by construction and installation of: tia",rir 1v�.N'H�I""S 'PR.0 pI���J�tII r)c•Ncc c...�l�.l[6Q_��HQ e7il�l ' .,L',gC� /e�c res Sara Pion T All the foregoing shall be timely performed, furnished, constructed, installed ano completed in strict conformity with the plans and srec. ' ifications, 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 jurisoiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, toots, equipment and services shall be furnished ' 2of 7 Contracts Other Than Federal-Aid FHWA end the construction installation performed and completed to the ' satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all require- ments of it arising under the Contract. t 2) The aforesaid Contract, entered into by the acce�)tacce of the Contractor's bid and signing of this agreement, consists of the following documents, ' all of which are component parts of said Contract and as fully a part ' tl.ereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps S Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any 3. If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the ttime specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjulged a bankrupt, or if he should make a general assignment ' for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Contracts Other Than Federal-hid FNMA 3 of 7 subcontractors should violate any of the provisions of this Cuntrect, 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 any provision of the Contract shall cease and ,atisfactory arrangement ' for the correction thereof be m14e. this C ntract, shall, upon the expiration of said ten (10) dey period, cease and terminate in every respect. In the event of any such termination, the City shall immediatel-v serve written notice thereof upon the surety and the Contractor and the surety shall have the right to t.ke over and perform the Contract, provided, however, that if the surety within fifteen 15 da s after the serving upon it of such notice of termination does not perform the Contract or does not commence erformance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing ■ said Contract such materials, machinery, appliances, equipment, plants ■■ and other properties belonging to the Contractor as may be on site of the project and usr�ui therein, 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. t Contracts Other Than Federal-Aid FHW,, A of t 5) Contractor agrees and covenants to hold and save the City, its officers, t agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability c* every type and nature including all costs and legal expenses incurred reason of any work arising under or in connection with the Contract to oe performed hereunder, ircluding less of life, personal injury and/or damage to property arising trom or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. this hold harmless and indemnificathon provision shall likewise apply for or on account of any patented or un- patented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be 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 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 cr by its duly authorized representative of such party. Any such r 5 Of 7 Contracts Otner Than Federal-Aid FNIaA notice as heretofore specified shall be given by personal delivery thereof or by depositing some in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the fLll performance of the Contract not later than 45 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 ,greed that the damages to the�LC''ity//occasioned by said delay will be 1 the sum of �SCG J�JLc/>TlysltOnS as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 1 9) Neither the final certificate of payment nor any provision in the ' Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one it) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be Contracts Other Than Federal-Aid FHWA 6 of 7 ' obligated to take immediate steps to correct and remedy any such defect, ' ' fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit •o the ' City such schedules of ouantities and costs, progress schedules, pay- rolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from tine 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 tthis Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified ' in Paragraph 11. The surety or sureties on Such bord or bonds must be ' MY licensed as a surety in the State of Washingt, i. 11) The total amount of this Contract is the sum of' f2y/543.O r"Z) f� �aki11-Zkeoft ; rvt,�Ci.r/s "Y' �fdc_ !�Vsih ich includes Washington ' State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. 1 ' Rev. 4/81 Contracts Other Than Federal-Aid FNMA 1 of ' IN WITNESS WHEREOF, the City has caused tnese presents to be signed by its Mayor and attested by Its City Clerk and the Contractor has hereunto set this hand and seal the day and year first above-written. LO TRACTOR ' ^ CITv Of RENTON ,p r artne ri ner im"bdxw'� s _ .S'�1.e.1 f�mC h t �� r ATTEST; �c�•etar � J d/b/a --/CVQ Cow5r, p_ t rm Me Individual` nersship Corporations A ✓j �� Corporation State OT incorporation Attention: If business is a CORPORATION, name of the corporation Should be listed in full and both President and Secretary must sign the co signature is Permittedntract, OR if one by corporation by-laws, a copy of the by-taws shall be furnished to the city and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be 1'.sted followed by d/b/a (doing business as) and firm or trade name; any one partne may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the compacy. RT1N0 PERIOD REPO year- CTOR UR. Month as cotmeitted TRACTORISUBCONTRA Timer►bees rive CON REPORT a .ogls and s Affirms r ytR UTIl12AT ION in Contracto T� P tgMTNI MA« � the C,s�k Prole lowing FrE'� �� Act ion Pl g.l!__--- of tot T C.tyIS Plan e�sni read t° let ro9lee►. PT1P.e o`r 4e of caaarecta* duTin9 tl1° 1n F ainin9 and ineaT ntrac< la obt � tecetton nth whlla °O rer-'Onaible for Re a From. lwea' Is" la cont rac tot A epcY WPM i t n all Sub Tune t report Can eeme sod teaat tan of G.�P uC t ►11ure t0 debarment l0 240. ection 20 anclllat ions or r er 11 'Ion, o. utive flrpina e, Sotal deal Exec SUSFlnelOn. refer Te4u1rld y cludt vino' nu*�eT of is repo tefions rh>ch to te, rttY of gYnPY+r' in S9nc ISee Tooth ran of r•nort nee .� .• C Ortract. ' Route of top1°teen • ASten/ -oV1 soul y.'1eY- yo TK a. tire- Sr. PA'if" Tit• r ' c�anel n61an f1]Y"1 !tt✓ Tota Hle<R parts ae tlone e " L Co PdW A TY Tr f 1 Ty 1': C 1 � Tr Tr ,., pyre 516nea 11nt,ude Are'- a1,e 16:�ar.rr nn _ of on9a� 0 Tte= F,tyc, tea y°n'mtnorie .,..fetab lesl ,.pUnollc s„oats'... Fen►les. ► City. `.461ee g R89u1 Tetaenta s„ '`yupntltta/ INSTRUCTIONS FOR FILING EMPLOYMENT UYILIZATI0t' R2PORT (CITY P' RENTON) ' The Employment Utilization Report is to be completed by each subject contractor ' (both prime and subcontractors) and s_saed by a responsible official of the company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total work-hours worked on ' the protect for each employee level in each designated trade for the entire reporting Period. The prime cuntractor shall submit a report for its work force and shall collect and submit reports for each subcontractor's work force to the Compliance Agency that " the'r construction project. ' Reporting period . . . . . . . . . . . Self-eaplanatory Compliance Agency . . . . , . . . . . City of Renton (administering department) , Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying construction contract with the City of Renton. 1. Company's Name . . . . . . . . . . Anv contractor or subcontractor who has a , qualifying contract. 2. 'Trade . . . . . . . . . . . . Only [.lose crafts covered under applicable ' EEO bid conditions. 3. Work-hours of Employment . . . The total number of hours worked by all t employees in each classification; the total number of hours worked by each +mi•icrity group in each classification and the total , work-hours for all women. Classification . . . . . . . . . . The level of accomplishment or status of the worker in the trade. (C - Craftworker Oualified, AF - Apprentice, Tr - Trairee). 4. Percent of minority work- t hours of total work-hours . . . . The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c, d and a divided by column a.) ' 5. Total Number of Minority Employees . . . . , . . . . . . . Number of minority emplovees working in contractor's aggregate work force during reporting period. 6. 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- id Asian and Pacific Islanders - both men and women. r REQUIREMENTS FOR THE PREVENTION OF ENVIRCIMEENTAL POL LCES ClU1TT'TT In accordance with the provisions of Chapter 62, Laws of 1973, H.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: King County Ordinance No. IS27 requires Building and Land eD velopment� Division an3—FTyy—aulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to he incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. ' ling Count Ordinance No. 800 No. 900 No. 1006 and Resolution o. o, o. Z483i,' NB�6 ab anti NO. contained an ling County Code Titles 8 and 10 are provisions for disposi- tion of refuse and litter in a licensed disposal site and Pro- vide penalties for failure to comply. Review by Division of Solid Waste. P�uge��tS2o !ndd Air Pollution Control A encv Re ulation I : A regu- atioI n to controlthe emission of air contaminants rom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.D4. WASHINGTON STATE DFPARTMENT OF ECOLOGY W.A.C. IS-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically re- port to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation 1 . R.C.W. 90.48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds, game, fish, and other a4uatic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of SS,000/day for each violation. 70.95: Establishes uniform statewide program for handling Solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a vali permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES , R.C.W. 76.04.370: Provides for abatement of additional fire Naz- ar (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near building, roads, camlgrounds, 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 o orest fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning pernits for , abating or prevention of forest fire hazards, instruction or silvicultural operation;. R.C.W. 76.04.310: Stipulates that everyone clearing land or clearing rig t-of-way shall pile and burn or dispose of by other satisfactor,• means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses , or at such other times as the department may specify, and in compliance with the law requiring burning permits. R.C.N. 78.44: laws governing surface mining (including sand, gravel,stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. , W.A.C. 332-18: Delineates all requirements for surface mined land rec amation. , W.A.C. 332-Z4: Codifies requirements of R.C.W. 76.04 pertaining to -an c ;ring and burning. , U. S. ARMY CORPS OF E14GINEERS Section I of the River and Harbor Act of June 13, 1902: Author- izes ' secreta---y oT Rimy an�rps o ngineers to rssue 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 CP 92-500 o86 tat, 91Authorizes-the Secretary o the rmy, as ring through t e Orp6 01 Engineers, to issue permits for th, 4scharge of dredged or fill material into the navigabV. waters At specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 0 of the River and harbor Act approved March 32 1899: rove e' that discharge o refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine. -2- t PERFIITS REQUIRED FOR THE PROJEOT ARE AS F0Li,OWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION ' Iinj Count Resolution No. 25789 requires an unclassified use permit or ing, quarryin ow its aced activities such as asphalt tplants. rock ncluding rccrushers)nandssoci- refuse disposal sites and provides for land reclamation subse- t OfePubnt to lictWorksao, Building andties. A oLandsDevelopmentaDi visiont the , ' Shoreline Mana ement Act 19' 1 requires a permit for construction on rate score In ermit acquired by Public Works and reviewed by Building a;id Land Development Division. Kin Count: Ordinance No. 1488 requires permit for radio u s, grave its, q P grading, land except or. ..ounty right-of-wayquarrying and mining operations went Division. • Review by Building and Land Develop- WASHINGTON STATE DEPARTMENT OF 'FISHERIES AND GME ■ Chapter 112. Laws of 1949: Requires hydraul c on ert.;in protects.- ng ounty epartment of Publiicsc Wopermit rks will obtain.) ' WASHINGTON STATE DEPARTMENT OF ECOLOGY 9 —stem 113-220: Requires a National Pollutant Discharge Elimination yste permit hefore 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 was e waters into Late surface or grourd water (such as gravel washing , pit operations, or any operation which results in a discharge which contains turbidity. ) W.A.C. 508-12-100 -------_.__. Requires permit to use surface water. ' W.A.C. SOR-12-190: Requires that changes to permits for water use e revtewe y the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of ' withdrawal and/or the diversion of water. W.A.C. 508-12-220• -----�_• Requires permit to use ground water. 1 N.A.C. 508-12.260 water s�rage Requires permit to construct reservoir for W•A.�8_IZ-280: Requires permit to construct storage dam. W.A.C. S08.60: Requires permit to construct in State flood works nt ic ' design Contractornsecuresgoneufor hisloperationsecures(false workodesign, etc. ) . .3- PERMITS REQUIRED FOR THE _ Continued ' WASHINGTON STAT5 DEPARTMENT OF NATURAL RESOURCES R•C•M'. 76.(j4.150: Requlrea burning permit for a 0 •saa out oor fires for recreational all fires di debris sposal. Also r f Department of re Purposes or except rig ht to restrict burning under theaprovi Resources reserv6.04. I t 76.04.1. 0. 76.04.180, and 70.94 due provisions . R.C.N,Pr; restriction of "tome fire w 76.04. 150, visibility and excessive air we or to , R.C.W. 76.08.030: Pollution. a e tim er. Cutting permit rey,iired before cutting merchant- R.C.W. 'G 08.275� Operatin ' puwer e�Pment in downrmit required before operating R.C.W, 8.44.080: Requires permit for any surface mining Opera. ' Lion inc u ing sand, gravel, stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS t Section 10 of River permit and Harbor Act of March 3 1899: or construction of er t ' C ua rd or permits) Requires Department of Public Works) O° navigablegwaterse S. Coast will obtain) , (King County FIRE PROTECTION DISTRICT ' R.C.W. 5Z.28.010 52.28.020 52.28.030 rovi es aut ority or, requirements o 52.28.D40 52.28.050: ' to secure a fire permit for buildin a° Pena ties or allure Prot district. R an open fire within a fire UNITED STATE_S COAST GUARD ' Section 9 of River and Harbor 189J u ust arc anei�ofrMaPeh 3 9 General Hrid,e e ui t o a�amcnde ' navi s e w i rco a Permit for cons"-tructio� obtain) • King (King County Department of P O-F-bYIJ-9c on R County Department Of Public Worksiwillrks will ' pertinent sections of the following laws while securin the mentioned comply with Act, KationalmInvironmer,tal4Fo) of Department of R afore- Improvement Policy Act of Transportation , Act of 1970. 1964, Water Quality PUGET'AIR POLLUTION CONTROL_AGENCY ' Section 9,02(d 2 iii Lion o p�°p"u-�at,on of Re ulation I: Request [ions resit should he for verifica- 9 02 are in compliance with Renulac or sure his o '(outdoor fires) , with 9R00etion I, particularly Sections and Section o. 15 (presenting particulaielmatter fatter•- airborne) . dust) , rom becoming -4- ' r PERMITS UQUIPED FOR THE PROJECT - Continued rMIRONMENTAI- PROTECTION AGENCY r Title CO Cha ter Ic, Part 61 : Requires that the Environmental tote,; on genty be notitied S days prior to the demolition of any structure containing asbestos material (excluding residential r structures having fewer than 5 dwelling units) . The above requirements will be applicable only where called for on the various road projects. rCopies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public r Works, 900 King County Administration Building, Seattle, Washington, 98104. It shall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. r All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. 1 r 1 r r r 1 r r r r r HWY-kD232D-AA PREVAILING M,N'MUM HOURLY WAGE RATES MAY 15, 19d4 ACCUPATION. CEMENT MASCNS LOCATION: CLALLAM. GRAYS HARBOR. JEFF SLN, KIN. (THAT PORTION SCUT,t OF AN EAST-WEST LINE ON 190TH , S.R. WHERE IT STARTS AT THE PJGET t SCUND AND EKTENCS -AST TC T/-'. COUNTY LINE1. KITSAP, LEWIS. MASON, PACIFIC ITHAT PCRTIUh NORTH OF WAHKIAKUM CLUNTY NJRTHERN BOUNJARY EXTENDED WEST TO THE PACIFIC OCEAN), PIERCE AND THURSTUN ' COUNTIES. FRINGE BENEFITS ' HEALY, ,ND WELFARE 1.20 A/HR. STATE PENSILJI 1.50 A/HR. STATE TOTAL HOURLY BENEFITS 2.55 S/HR. FEjLRAL tTRAINING FUND .10 l/HR. STATE WAGE RATES DEC UPAT ION G(CUPAIION STATL FEJERA; CCOE `ESCRIPTIDN RATE RATE tGROUP 1 390-0260 APPLICATION OF SEALING CLMPCUND 17.86 17.86 ' 090-0015 CEMENT MASCN - BUILCING GENERAL 17.86 17.06 090-0210 CONCRETE PAVING 17.86 11.86 090-0240 CURB AND GUTTER 17.66 17.86 090-023'J CJRING CONCRETE 090-U270 PATCHING CCNCRETE 17.06 17.86 090-0250 SIDEWALKS 17.86 17.86 ' GROUP 2 090-0310 APPLICATION OF UNUERLAVMENT 18.11 18.11 090-C350 COMPOSITION MASTIC 13.11 ld.11 09C-C2d0 CJNCRETF SAW (SELF FCWEREO) 16.11 1d.11 090-0360 EPDXY 18.11 18.11 090-0310 FINISH CCLCREU CONCRETE 16.11 18.11 090-CC7c GRINDER, HAND POWERED 13.11 IR.II J90-C370 GUNITE N022LEMAN 11A.11 lull 090-C270 PLASTIC 18.11 18.11 090-C290 Pu►ER TCCL5 I.R INDERS ANU ALL CTHER5 ld.11 18, 11 090-U300 SANDOWil LNG 4RCHI TECTUAL FINISH 18.11 14.11 090-C320 TUNNEL WCRXERS 18.11 18.11 CITY OF RENTON ' SCUTH TOBIN SIRFET SANITARY SEWER PAGE 1 1 HWY-R 32320-AA PREVAILING MINIMUM MUUOLY WAGE RAILS MAY 15. 1984 OCCUPATION: CEMENT MASOKS LOCATIJN: CkALLAM. GRAYS HARBOR, JtFFERSON. KING ( THAT PORTION SOUTH OF AN EAST-WEST LIKE ON 190TH ST. S.M. WMEKE IT STARTS AT THE PJoET SOUND AND EXTENCS EAST TO THE COUNTY LINE). KITSAP, LEWIS. MASON. PACIFIC. (THAT PCRTIUN NORTH OF WAHKIAKUM COUNTY NORTHERN BUUNUARY EXTENDED WEST TC THE PACIFIC DCEANI. PIERCE AND THURSTON CCUNTIES. WAGE RATES OCCUPATION OCCUPATION STATE FEuERAL CODE DESCRIPTION SATE RATE GRUUP 3 090-G34U TROWEL MACHINE EN CCLCREO SLABS, 19.36 1B.11 COMPOSITION OR KALMAN FLOORS 1 1 1 1 1 1 I CITY OF RENTOK SOUTH TOBIN STREET SANITARY SEWER PAGE 2 1 ' HWV-032320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 198*t OCCUPATION: FLAGGERS LOCATION: CHELAN, CLALLIM, DOUGLAS* GRAYS HARBIR, ISLAND, JEFFERSON, KING. KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT. ' SNOHOMISH, THLRSTON, WHATCOM AND YAKIMA COUNTIES. FRINGE BENEFITS ' TOTAL HOURLY BENEFITS 3.33 8/MR. STATE WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE 260-0010 FLAGGEF. 10.70 -- 1 t 1 CITY OF RFNTON ' SGUTM TCBIN STREET SANITARY SEWER PAGE 7 ' Hwy-R32320-AA PREVAILING MININUM HOURLY WAGE RATES MAY 15. 1934 OCCUPATION: LABORERS ' LOCATION: CLALLAM, GRAYS HARBOR. ISLAh D, JEFFERSON, KING, KITSAP . LEIS, MASON. PACIFIC (NORTH OF WAHKIAKUM COUNTY NORTHERN BOUNDARY ' EXTENDED DUE ►EST TO THE PACIFIC GLEAM, PIERCE, SKAGIT, SNOHOMISH. THURSTON AND WH ATCEM COUNTIES. FRINGE BENEFITS HEALTH AND WELFARE PENSION 1.75 A/MR. Sf4 ' TOTAL HJURIY BENEFITS 1.45 A/HR• E TRAINING STATE FUND 2.88 3/HR. FEDERAL WAGE RATES .13 $/HR. STATE OCCUPATION C OCCUPATION CODE DESCRIPTION STATE FEDERAL GROUP 1 RATE RATE ' 350-210o WINDOW CLEANER GROUP IA 8.4b 10.13 ' 350-0350 CLEAN-UP LABORER GROUP 2 8.46 15.16 ' 3SO-DO90 BATCH WEIGHMAN 350-0460 CRUSHER FEEDER 1J.7B 15.16 ' 350-1260 PILOT CAR 10.76 13.16 350-1870 TOOLROUM MAN (AT JOB SITE( 1J.7B 15. 16 GROUP } 1J.78 15.16 350-Clio BROUMER 350-0130 BRUSH E TTER 14.96 15.16 350-015o BRUSH HUG FEEDER 14.96 15.16 350-CISO BURNERS 14.96 15.1b 3SO-C220 CAR AND TRUCK LOADER 14.96 15.16 350-0280 CEMENT HANDLER 14.96 15.16 350-0300 CHANGE-HCUSE MAN OR DRY SHACKMAN 14.96 15.16 150-0320 CHOKER SETTER 14.96 15.16 3SO-0360 CONCRETE AND MUNULITHIC LABORER 14.96 15.16 350-C390 CONCRETE FORM STRIPPER L4.96 15.16 14.90 1S.16 CITY OF RENTOK SOUTH TOBIN STREET SANITARY SEWER PAGE B HRY-R 32320'4A PREVAILING MININGk HOURLY OCCUPATION: LABORERS PAGE RATES NAY 15, 19tl4 IOC4i1UN: CLAlL4M E}TSON. PACIFIENDED DUEC (No ISLAND. JEFF S NDH0NISH, THURST WEST TO THE PAC PACIFIC WANKIAKUN COUNTY NORIHERITSAP, LER1S. RAGE UN AN RHAiC OM CUCEAN) ,PI N BWNOARY RATES EKCE, SKAGIi OCCUPATIJh CODE OCCUPATION .:ROUP 3 DESCRIPTION STATE FEJEkq RATE RATE 35p-D52j DURING CCNCRETE 35J_052J HARRE 71M4iE R1�EL31 NG Ah0 MOVING I1NCL, 14.96 053J CHARRED Cl iCH DIGGER 15.16 350-C6 0 DRIERMAN 14.96 15.16 C660 OUNpliAN 350-C7OO ELEVATOR FEEOL^ 350-0725 14.90 15.16 FALLER 14.96 15.16 350-0750 FINE GRADERS uI 14.96 15.16 350-082D FORM - h4N0 14.96 15.16 ' 350-Of2D SET7ER 350- GE NERAL LABORER 14.46 15.16 Of 7J GRCUT MACHINE H 96 350- 14. 15.16 CS70 HE AUER LABORER E4J•R TENDER 14.96HULSE 14 15.16 ' 3SO-0970 MATERIAL RR FY4REpNAh NO GUARD RAIL ERECTOR 1 .96�•96 15-16 150-1109 N47ER141 3SO-1350 PIPPE R-SRAYR ER 11 hCl UOING ELECT 14.96 15.16 3S0-137J IINAN Rl CAI! 6 lS.lo 350- PUT TENDER 14,96 15.16 1530 RIPR AD MAN 14.96 35D-l6kaego AN (4,90 15'16 350y f9J SK IP04 14,96 15.16 350-1720 SLOP 14.V6 15. 46 350-1790 FR SPRAVMAN 14.96 15.16 3S0-1B9U 'RACK P1l ER 1i•96 15.16 350-193D LABORER 14.90 15.16 350-2130 VINYL SEANINo 14,g0 15.1, GROUP 3A 14.96 15.16 14.40 15.16 OC10 ANC wOR 1'•.96 15.10 350- 3S0-OOBO BALLAST REGULATOR NACh1NE 3SD-C2Ap TER TENDER 14.96 14.96 15.50 15.50 14.96 l 5.50 CITY OF RENTON SCUTH TOBIN STREET S4NITARY SERER PAGE 9 Hwr-R3232o-AA PRE VAIL ING OCCUPATI MINIMUM HOURLY ON: t4BORERS w AGE RATES MAY lS. 19d4 LOCATION: CLALL4M• GRAYS CR ' Sho, 1SHOUTH6 STL7toHTHE SpAHNDFAKUM FCC) NORFM KITSAP. LEw11. SNUH ' *AGE BATES SIGN ANO wHA TCGMCCOUNT, S•PIERLH. SK;G 3TDAIY UCCUi ATIUN CODE OCCUPATION GROUP 3A DESCRIPTION STATE EEDEgAE 35p- 330 CHIPPER RATE RATE 3Sp_033J CHOKER SPLICER 034J CHUCK TEA D ER 350-0710 FPOkY iE CHA 14,96 15.50 50'CP10 CAB ICIAN I4.9e 350-CBRD ION BASKET BUILDER 14.96 1S•50 GRINDERS I5. Ikh I AN IPR lv.9e 15.50 35D- TE hSION ESSUAEI, INCLUDI%u p,)ST 14.96 350-I250 PAVEMENT eBR NS 14.91 t5.50 132J PIPE P01 7 EAKER. UAUER 9p 14.9e 15.50 350-174o PIPF wR AP PEN ND ER LBS. IS•50 1390 POwDERMAA HELPER 1�.96 150-1400 PU wER 1�.9° 15.50 350-15jp POWER UACKS OPERATOR 14.96 15,50 350- RIBBON 14.96 350-1550 R1 PR4P SETTER, 4f4D 14.9e 15•50 350-1580 ROOOER AN. Hi40 14•V6 1S•50 3SO-1110 SI GO 14,96 15•50 350-1765 STAKE /OVER 20.1 14,9 15•50 350-1830 7ANPEq HOPPER 14.96 15•SU 350-IPBU fUPHAN IPUETIPIEI 14. 1S•50 350-2C30 VIBR - iAlLN4h E., 06 I5.50 350-145J wHFEIBONG SCREED FAIR, GAS 14.9i, 15.50 • POWER CR GR ELECTRIC, I4.90 15.50 GROUP 38 CA;,"' 14 96 15.50 1'. 15.50 350-027J CEMENT 15.50 350-0573 DRILL FINISHER FENCER 350-1COJ DOC T CR 4ND 817 GRINDER 350- IA SIR BE OPERATOR 1379 pOwUERM4N I4.90 35p-194J TUGGER 14.96 15•64 O PE RAiUR 14.9e 15.64 Iv.Ve 15.64 14.96 15.64 15.64 "TV OF RENTUA SCUT" TOBIN STREET SANI7ARV SEMER PAGE 10 ' HMY-R32320-AA PREVAILING MINIMUP HOURLY WAGE RATES MAY 15, 19d4 OCCUPATION: LABORERS 1 LOCATION: CLALLAM, GRAYS FARBOR, ISLAND, JEFFERSON, KING. KITSAP, LEA S. MASON, PACIFIC INORTH OF WAMKIAKUM COUNTY NORTHERN BOUNDARY EK'.ENOEC DUE WEST TO THE PACIFIC OCEANI, PIERCE, SKAGIT, SNOHOMISH. THURSTON AND WHATCCM COUNTIES. WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL COJf DESCRIPTION RATE RATE GROUP 1 3SO-00S0 ASPHALT BAKER 15.44 15.6♦ 350-02SO CEMENT DUMPER - PAVING 15.44 I`.64 3SO-0650 DRIVER - WAGON AMC AIR TRACK CPERATOR 15.44 15.64 350-0720 FALLER AMC BUCKER - CHAIN SAW 15.44 15.6♦ ' 350-CB40 GRADE CHECKER AND TRANSIT MAN 15.44 15.6♦ 3SO-0950 HIGH SCALER 15.44 15.6♦ 350-1C90 MANHOLE GUILDER 15.44 15.64 3SO-1200 N012LEMAK (CONCRETE PUM►, GREEN CUTTER WHEN 15.44 15.e4 USING COMBINATION OF I.IGH PRESSURE AIR AND WATER EN CCNCRETE ANC ROCK, SANDBLAST, ' GUNNITE, SNOTCRETEI WATER BLASTER 3SO-1154 PAVEMENT BREAKER, OVER 90 LBS. 15.44 15... 3SO-1280 PIPELAYEP ANC CAULKER 15.44 IS.b. 350-1670 SEWEP TIPBERMAN 1S.44 15.64 t 350-1740 SPREADER (CARRIES GRADE WITH RODJERI 15.44 15.64 350-2000 VIBRATOR 15.44 15.64 ' GROUP 4A 350-0420 CONCRETE SAW OPERATOR IS.44 U.50 350-G980 JACKHAMMER 15.44 15.50 ' 350-1480 RAILROAD SPIKE PULLER 15.44 15.50 350-1750 SPREADER - CLARY POWEP OR SIMILAR TYPES 15.4♦ 15.50 JSO-1P40 TAMPER (MULTIPLE AMC SELF PKCPELLEDI 15.44 1S.S0 ' ISO-1f20 TAMPER AND SIMILAR ILICT41C, AIR AND GAS I5.4♦ 15.5J OPERATED TOOLS 3SO-1905 TRACK LINER (POWER) L5.4♦ 15.50 35J-2C90 WELL-POINT MAN 1S.44 15.50 GROUP ♦8 t350-1315 PIPE RELINER (NOT INSERT TYPE( 15.4♦ 15.7♦ C17Y OF RENTON ' SCUTH TGBIN STREET SANITARY SEWER PAGE 11 r rHWY-R32320-AA PREVAILING MINIMUM HOURLY ►AGE RATES MAY 15, 1984 IICCUPAT1ON: LA*ORERS LOCATION: CLALLAM. GRAYS FARBOR, ISLAND. JEFFERSON, KING. KTTSAP, LEWIS. MASUN. PACIFIC (NORTH OF WAHKTAKUM COUNTY NORTHERN BOUNDA'(Y r EXTENDED DUE *EST TO THE PACIFIC OCEANI, PIERCE. SKAGIT, SNOHOMISH, THLrR51ON ANO AHATCCM COUNTIES. r MA:E RATES OC:UPATIUN OCCUPATIUN STATE FEDERAL LODE DESCR1PTIUN RATE RATE rGROUP 5 r 35D-0200 CAISSON WORKER 15.80 15.74 ,50-1CJO LASER BEAM OPERATOR ITUNNEL) 15.60 15.74 350-1110 NI NE 15.80 15.74 350-1380 PO.DERAV, 15.80 15.74 350-1SOO RE-TIMBERMAN 15.8D 15.74 350-1730 SPADER ITUNNELI 15.8J 15.74 ' OTHER 150-9355 STATE: OVERTIME: ALL MCRK PEAFORMEO IN ' EKCESS GF d HOURS IN ANY GNE DAY OR IN EXCESS OF 40 HUOAS IN ANY GNE MEEK. MCNOAY THRJUGN SATURDAY. SHALL BE PAID AT 9NE AND UNk-HALF TINES THE EMPLOYEES REGULAR RATE. 35C-53$e STATES OVc RIIME: ALL MCRK PEKFCRMED UN SUNDAY$ AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE EMPLOYEES REGULAR RATE. WOAKING FUREMAN: 50 CENTS PER HOUR AOUVE THE HIGHEST CLASSIFICATION SUPERVISED r r r CITY OF RENTON SOUTH TOBIN STREET SANITARY SEWER PAGE 12 HYY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 1931# ' OCCUPATIO6: LABORERS ESEWER C WATER LINE COWS7RUCTIUNI LOCATIONS CLALLAM• GRAYS HARBOR, ISLAND, :FFERSON, KINL,, KITSAP, LEWIS, MASON. PACIFIC INORTH OF THE WAHKIAKUM COUNTY NORTMERN BOUNDARY EKTENDEO DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT, SNOHOMISH. THLRSfON• WHATCOM AND PARTS OF THE FOLLOWING COUNTIES e VAKIN TEST OF THE 120TH MERIDIAN, CHELAN. KITTITAS• OKAN04AN AND YAKIMA EST OF f.S. FRINUE BENEFITS HEALTh AND WELFARE PFNSICN 1.75 A/HR. STATE ' TOTAL HOURLY BENEFITS 1•45 f/HR. STATE 3.33 $"R. STATE TRAINING FUND 3.11 F/HR. FEJERAL WAGE RATES . 13 A/HR. SLATE ' OCCUPATION CODE OCCUPATION DESCRIPTION STATE FEDERAL 360-0010 GENERAL LABORER RATE RATE 360-0020 PIPELAYER Ie,BO 360-CC30 TUPMAN 111.00 Lti.IA 111.5e 14.2B 14.34 1 r� S CITY OF RENTOA SOUTH TOBIN STREET SANITARY SEWER PAGE 22 HWY-R32720-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15. 1Vtl4 OCCUPATION: MASON TENDERS. HOD CARRIERS AND MORTARMEN LOCATIUN: CIALLAM, GRAYS HARBOR. ISLAND, JEFFERSON. KING, KITSAP, LLWIS• MASON. PACIFIC INURTH Of WAHKIAKUM COUNTY NORTHERN BCUNDAKY EXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT. SNONUMISN. THURSTON AND WHATCOM COUNTIES. ' FRINGE BENEFITS HEALTH AND WELFARE PENSICN 1.75 A/HR. STATE TOTAL HOURLY BENEFITS 1.45 $/HR. STATF TRAINING FUND ..BB f/HR. FEJERAL WAGE RATES .13 3/HN. STATE ' OCCUPATION' OCCUPATION LODF DESCRIPTION STATE FEJERAL. "O-OOIJ HOD CARRIER RATE RATE 430-003) MORTARMAh 15.rr 15.64 t15.4r 15.64 t t CITY O/ RENTON SCUTH TCBIN STREET SANITARY SEWER PAGF 25 I HMY-R)2320-A4 I PR EV Atl1hGOCCUPAiION: POWER EQUIP NIN I X UN rojUNIY GAGE RATESISE PENT OPELOCATION: MNR RAICR 1 N RUCTi0y MAY 15, 19d IAN, 20rMCtALLMlNE OOU LA . GRAYS RASON PACIFIC NF XITtIrAs. LEWIS OC TOLE NN 1JohrARY OFMP PACIFIC/I NORTH A NOAEFFEXSONIIES KESi OF t IE COUNTIES ERCE, SKAGIT, OF A STR 1i'K'. KIr iAD FRINGE 9ENEFI TS LEWIS SNOMONI SM, ENDED TMJ S1ESr TiO JNL F 'UM• HEAL rh 4ND Oh' r'Vr"M AND PENSIGN WELFARE TOTAL Hn TRAINING UFUND BENEFITS !•8J S/MA, . WAGE RATFS 2 Op 4•01 A SrArE .1A f/Ng FIATE OCC UPA TI3N EJtA L COOS SrA Tc OCCUPAT IN s GROUP 1 0FSC RlPT OON ■ 590- 3 ST AiI it ER AC BACK F/TIER KA it l BAGKMOE Art E S gp_0100 AT TAC NNE I1? 0 CASE TYPF AND TAX CLAN 580- ,13) CRANE GEM r17H 16,y1 58U-0150 33 01 rC RING MA lo,9p 16 92 580_C1A U01ER JAIAGIINEL CHINE 92 50--C19j FRCNt-ENC CAT, TYPE PE p�3 ANG LARD 16.92 16. 91 5h0,C2jJ ME CMANIC ER J2YDS. TOAD ER J 10.91 40. 92 5b0-CP4j Np 1MANIC WE I OEM 10. .AND UYpRI 46.92 It. .2 580-5@0-0310 SC RE EDCR GRAO ER lb 9.2 16.'1 0330 SM Uh0 16.91 Ia.%? 580-C35p SlDEEL JAL AND 16.9., 16.9. FRJ 16.9. GROUP 0 2 CAT. TYPE U-3 AhO IARut Aj 16,92 16.91 CC20 BACKNOF 02 In.91 le gp 1u. te.92 Sa0-OOSJ SEND,trAcii RENTS) CASE TYPE ANkINkp O'[060 BDOM TRUCK CISrAIlUNAR YI SMAIIER r1TM •A, A25 lo.A2a �1a le.�15 CITY OF6.425 46. MENTpA SANI JIM COIN SIMEEr Y SEWER PAGE 26 ' MMY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15. 1984 OCCUPATICN: POWER EOUI►PENT OPERATORS (SEWER C WATER CONSTRUCTION) LOCATION: PELAN. CP.ALLAM, DOUGLAS (THAT PORTION WHICH LIES WEST OF THE ' I..OTH MERIDIAN), WAYS HARBOR, ISLANO, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS. MASON, PACIFIC INCRTH OF A STRAIGHT LINE FROM TnE SOUTHERN BOUNDARY OF LEWIS COUNTY EXTENDED WEST TO THE ' PACIFIC OCEAN) PIERCE. SKAGIT, SNOMCMISH. THURSTON, WHATCUM AND YAKIMA COUNTIES. WAGE RATE: OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE GROUP 2 ' 580-0073 BORING MACHINE 16.425 16.425 580-CO90 COMPACTORS 16.425 16.425 SSO-C140 DOZER (ANY TYPE SMALLER THAN CAT 0-3) 16.425 16.425 SSO-CIIJ DRILLS ILEROI TYPEI 16.4Z5 16.425 580-CL80 FRLNT-ENL LOADER tUNDER 2 Y0.) 16.425 16.425 580-U200 GIN TRUCK 16.425 16.425 580-0230 MECHANICAL GREASER (LARGE GREASE TRUCK) 16.425 16.42S SOO-CZ70 PAYING MACHINES 16.425 16.425 SSG-C2bO POT FIREMAN (ENGINL OPERATED ABOVE 3 BBL.) 16.425 16.425 580-0300 ROLLERS 16.425 16.425 ' 580-C320 SERVICE PLC% 16.42a ' s 425 580-C340 SIDE SOUP ZANY TYPE SMALLER THAN CAT 0-31 16.425 16.425 580-C360 TRACTAIR 16.425 16.425 580-C380 WELL POINT SYSTEM 16.42i 16.425 GROUP l ' 560-OGIJ AIR CGMVRESSOR 14.46 14.46 580-CC80 CHAIN TYF� DITCHER IOITCH WITCH( 14.46 14.46 580-C110 CONCRETE SAW 14.46 14.46 S80-C26J OIL-GREASER 14.46 14.46 580-0253 OILER 14.46 14.46 560-C290 PUMP 14.46 14.46 580-0370 WELDING PACMINE 14.44 14.46 1 CITY OF RENTON SCUTH TOBIN STREET SANITARY SEWER PAGE 27 Hwy-*32320-AA PREVAILENG MINIMUM 4OURLY MAGE RATES MAY 15. 1964 rOCCUPATIOK: SJRVEYORS LOCATIUN: MASON•N, GRAYS RAY Sk9ARBOR RC E.ISKAGIT.J SNCHOMDISH.K THUR STUNS AND MHATCJR CCL)NT IES. rFRIVGE BENEFITS STATE .TOTAL HOURLY BENEFIT - PARTY CHIEF 1.15 S/HK. STATE rTOTAL HOURLY BENEFIT - INSTRUMENT STATE P ERSGN TOTAL HOJRLY BENEFIT - CHAIN PERSON •55 A/H WAGE RATES STATE FEDERAL r OCCUPATION BATE RATE OLCUP411JN DESCRIPTION CCOE 3.00 720-0010 CHAIN PERSCN 9.85 '- 720-0040 1NSIRUMENt PERSUN (JUAIOR ENUINEERI LI #0 _- • 720-0073 PwRlY CHIEF (ASSIST Mi ENGiNEERI r r r r r r r r rCITY OF RENTON SOUTH %9IN SIREET ' SANITARY SEWED PAGE 34 r HYY-R3232C-AA PREVAILING MINIKUM HOURLY ►AGE RATES MAV 15, 1984 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM. GRAYS HARIOR. ISLAND, JEFFERSON. KING. KITSAP, KITTITAS, LEWIF. MASON, PACIFIC INCRT,, OF THE WAHKIAKUK COUNTY NORTHERN SCUNDARY EXTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT, SNOHOMISH. THURSTCN. WHATCCM, YAKIMA AND THOSE PARTS OF THE FCLLOWING COUNTIES LYING ■EST Of THE 120TH MERIDIAN: CHELAN ANU OCUGLAS COUNTIES. FRINGE BENEFITS HEALTH AMC WELFARE L.89 S/Hk. STATE PENSICN 1.75 S/HR. STATE TOTAL HOURLY BENEFIT. 3.64 S/HR. FEDERAL ' TRAINING FUND .00 FEUERAt. WAGE RATES ' OCLUPATION OCCUPATION STATE FE JERAI COCE DESCRIPTION RATE RATE ' GROUP I 730-C69) LCVERMAN AND LOACERS AT BUNKERS AND 17.04 17.06 1 BATCH PLANTS 730-1010 PICK-UP IRLCK 17.Ob 17.06 730-12UO SWAMPEP 11.06 17.06 730-1810 WAREHOUSEMAN AND CHECKERS 17.06 17.06 GROUP 2 -130-1300 TEAM DRIVER 11.11 17.11 GROUP 3 ' 730-OIIJ BULL LIf TS. OR SIMILAR ECUIP04LNT USED IN 17.16 1i. 1, LOADING CR UNLGACING TRUCKS, TRANSPJRTING FATENIALS EN JOB SIIEStWAREHCUSING 730-014J BUS OR EMPLOYEEHAUL 17.16 l " i ' CITY OF RENTON SOUTH TOBIN STREET ' SANITARY SEWER PA,.E 35 t4WY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 1984 OCCUPATION: TEAMSTERS eLOCATION: CLALLAM, GRAYS HARBOR, ISLAND. JEFFERSON, KING, KITSAP. XITTIIAS, LEI.IS. MASON. PACIFIC INCRTH OF THE WAHKIAKUM COUNTY NORTHERN ' BOUNDARY EXTENCEC DUE WEST TO THE PACIFIC CCEANI , PIERCE, SKAu11. SNOHOMISH, THCRSTCN, WHATCCM, YAKIMA AND THOSE PARTS OF T'7E FCLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND ' DCUGLAS COUNTIES. WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION kATE RATE ' GROUP 3 730-0203 ROCKERS.STOURNOWAGONI.R TOURVOIRAILER.RC T DM lT.lb 17.16 SERIES, TERRA COBRA, LETCURNEAU, WESTINGHOUSE ATHEY WAGGN. EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILEk AND SIMILAR lOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:OUMP TRUCKS. SIDE. ENO AKO BOTTOM DUMP. INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THERECFSUP TO AND INCLUDING 5 YARDS 17.1b 17.16 730-C46J FLAHERTY SPREADER 17.16 I1.16 130-0490 FLATBED IRLCK, SINGLE REAP AXLE 730-C610 FUEL TRUCK. GREASE TRUCK. GREASER, BATTERY 17.tb 37.16 SERVICE MAT. AND/OR TIRE SERVICE MAN 17.16 17.1b 730-1100 SCISSORS TRUCK 130-1350 TRACTOR. S►ALL RUBBER-TIR,U (WHEN USED WITHIN 11.1b 17. 16 TEAMSTER JURISDICTICNI 17.1b 17.16 730-175U VACUUM [RUCK ' 130-2000 WATER WAFC6 A;;D TANK TRUCK: UP TO 1600 17.16 17.16 C-.LUNS 730-2200 WINCH TRUCK: SINGLE REAR AXLE U.lb l7.lb L■� 130-2220 WRECKER, 1CK TRUCK ANC SIMILAR EQUIPMENT 11.16 17.16 GROUP A ' 73C-0500 FLATBED TRUCK, DUAL REAR AXLE 17.21 17.27 GROUP 5 ' 730-0083 BUGGYM081LE AND SIMILAR 17.13 17.33 ' CITY OF RENTON ' SOUTH TOBIN STREET SANITARY SEWER PAGE 36 1 HWY-R32320-AA PREVAILING MINIMUM HOURLY KAGE RATES MAY 15, 19d4 OCCUPATION: TEAMSTERS ' LOCATIUN: CLALLAM. GRAYS HARBOR. ISLASO. JEFFERSON, KING, KITSAP, KITTIIAS, LEWIS. MASON, PACIFIC INORTH OF THE WAHKIAKUM COUNTY NDRTHERN ' BOUNDARY EXTENCEC DUE WEST TO THE PACIFIC OCEAN), PliRCE. SKAGIT, SNOHOMISH, THLASTCN. WHATCOM. YAKIMA AND THOSE PARTS OF TML FCLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DCUGLAS COUNTIES. fWAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' GROUP 5 730-G170 HYSTER OPERATORS (MAULING BULK LOGSE 17.33 11.33 AGGRE.AT�S ) 730-1190 STRADDLE CARRIER IRCSS, HYSTER AND SIMILAR! 17.33 17.33 730-2011 WATER WAGON AND TANK TRUCK: 1600 GALLONS 17.33 17.33 TO 3000 GALLCNS ' GROUP 6 730-1500 TRANSIT-MIX, 0 TO AND INCLUDING 4.5 YDS. 17.37 17.37 GROUP 7 730-OZIO DUMPSTERS, AND SIMILAR ECUIPMENT:TOURNO- 17.38 17.3b RUCKEKS, TCURNUWAGON. TOURNUTRAILER, CAT DW SERIES. TERRA COBRA, LETCURNEAU, WESTINGHOUSE ' ATHEY WAGON. EUCLID. TWO AND FOUR-WHEELED PGWER TRACTCR Wfh TRAILER AND SIMILAR TOP- LOADED ECUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISUICTION:UUMP ' TRUCKS, SIDE. ENC AND BOTTOM DUMP. INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:CVER 5 YARDS TO AND INCL. 12 YARUS ' 730-041) EXPLOSIVE TRUCK IFIELD MIX) AND SIMILAR L1.36 11.3b EQUIPMENT 73J-0713 LOWBED ANU HEAVY DUTY TRAILER: UNDER 50 17.38 17.30 TONS GROSS 1 730-0916 OIL OISTPIBUTUR DRIVER (RCAD) 11 .3b 17.38 730-1140 SLURRY TRUCK DRIVER 1f.38 17.38 730-1160 SNC-GO AKD SIMILAR EQUIPMENT 11.36 17.36 ' 730-2210 WINCH TRUCE: DUAL RFAR AXLE 17.38 17.38 C.TY OF ^ENTOA SCUTH TOBIN ',T4EET ' SANITARY SEEP PAGE 37 ' HMV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 13, 19u4 OCCUPATION: TEAMSTERS tLOCATION: CIALLAM, GRAYS TARBOR. ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS. MASON, PACIFIC INCRTh OF THE WAHKIAKUM COUNTY NORTHERN t BOUNDARY EXTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE. SKAGIT, SNOHOMISH. THURSTCN. WHATCCM, YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING HEST OF THE 120TH MERIDIAN: CHELAN AND DOUGLAS COUNTIES. WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION STATE FEDERAL RATE RATE GROUP 8 1 730-0220 DUMPSTERS. AND SIMILAR EUUIPMENT:TDURNO- ROCKERS, TCURNUWAGON. TOURNaTRAILER, CAT DM 17.44 17.44 ' SERIES. TERRA COBRA, LETCURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID. TWO AND FOUR-WHLELEJ POWER TRAC70R 011 TRAILER ANC SIMILAR TOP- LOADED ECUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DJMP TRUCKS, S,CE. ENO AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREJF:CVER 12 YARDS TO AND INCL. 16 YARDS GROUP 9 ' 730-0133 BULK CEMENT TANKER 73D-0230 OUMPSTERS. ANO SIMILAR EOUIPMENT:TOURNU- 17.49 17.49 MOCKERS, TGURNOWAGON. TOURNLTPAILER. CAT DM 1/.49 17.49 ' SERIES. TERRA COBRA. LETCURNLAU, WESTINGHOUSE ATHEY WAGON. EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTh TRAILER AND SIMILAR TOP- e LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE. ENG AND BOTTOM DUMP, INCLUDING t SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREGF;OVER S TO AND INCL. 730-2015 WATER WAGON AND TANK TRUCK: OVER JOOU GALLONS 17.49 17.49 ' GROUP 10 CITY OF RENTON SLOTH TOBIN S -REET ' ..ANIIARY SEWER PAGE 38 1 tHMY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 1964 OCCUPATIL,N: TEAMSTERS LOCATION: CLALLAM. GRAYS HARBOR. ISLAND. JEFFERSON• KIN4. KITSAP, LEWIS. MASON. P KITT IiA Sr IC If IC (NORTH OF THE WAHKIAKUN COUNTY NORTHERN ' BCUNOARY EXTENCED DUE WEST 10 THE PACIFIC CCEANI. PIERCE. SKAGIT, SNOHOMISH. THURSTON. WHATCOM, YAKIMA AND THOSE PARTS OF THE F CILOwI NG COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN A40 CM,LAS COUNT IE S. WAGE RATES tOCCUPATION CODE OCCUPA) ION DESCRIPTION STATE FEDERAL n ATE MATE GROUP 10 730-C123 BULL LIFTS, OR SIMILARY EQUIPMENT USED IN LOADING OR UNLOADING TRUCKS, TRANSRORTINU 17.51 17.51 MATERIALS Ch JOB SITES:OTHER THAN WAREHOJSINu GROUP 11 ' 730-1510 TRANSIT-MIX USED EXCLLSIVELY IN HEAVY CONSTR.:CVFR 4.5 YDS. TO AND INCL . 6 YDS. 17.54 17.54 GROUP 12 730-0010 A-FRAME OR HYDRAIIFT TRUCKS OR SIMILAR ' EQUIPMENT WHEN A-FRAME OF HYDRALIFT JR 11.64 17.64 SIMILAR EQUIPMENT 15 1N USE ' GROUP 13 730-0240 JUMPSTERS, ANU SIMILAR ECUIPMEhT:TOUMN0- ' ROCKERS. TCURNUWAGON. TOURNOIRAILER, CAT ow 11.66 17.66 SERIES. TERRA COBRA• LETGURNEAU• WESIINGHOUSE ATHEY WAGON. EUCLID. TWO AND FOUR-wHEELED TRACTORPOWER H TRAILER AND SIMILAR i op- LUADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISUICTION:OUMP TRUCKS, SIDE, ENO AND BDITDM DUMP, INCLUDING AND TRAINS THEREOF:CVER 20 YARDS TOR M UN S AND INCL. YARDS 730-0720 LOWBED AND HEAVY DUTY TRAILER. OVER 50 TGNS ll.bo 17.66 DROSS TO AND INCLUDING 100 TUNS GROSS CITY OF RENTON SCUTH TOBIN STREET SANITARY SEWER PAGE 39 1 iH►Y—R32320—AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15, 1964 OCCUPATION: TEAMSTEI.S iLOCATION': LLALLAM. GRAYS I-ARBOR, ISLAND, JEFFERSON. KING, KITSAP, KITTITAS, LEWIS. MASON. PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN i BCUNDARV EXTENCED DUE NEST TC THE PACIFIC OCEAN), PIERCE. SKAGIT, SNOHOMISH. THURSTCN, WHATCOM, VAKIMA AND THCSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND iDCU3LAS COUNTIES. WAGE RATES i ULCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE - eTF iGROUP 14 730-1520 TRANSIT—MIX USED EKCLLSIVELY IN HEAVY 17.70 17.70 CONSTR.:OVER 6 YOS. TO AND INCL. 8 YDS. iGROUP 1` i 730-025) DUMPSTERS, AND SIMILAR E9UIPMENT:TOJRNU- 17.62 17.82 ROCKERS, TCURNOWAGON. TOURNOTRAILER. CAT DW SERIES, TERRA COBRA, LETCURNEAU, WESTINGHOUSE i AIHEY WAGON, EUCLID, TWO AND FOUR—WHEELED POWER TRAC10k MTh TRAILER ANC SIMILAR TOR— LOADED ECUIPMENT TRANSPORT'NG MATERIAL AND PERFOkMING WORK IN TEAMSTtR JURISDILTION:JUMP i TRUCKS, SIDE, END ANC BOTTOM DUMP, INCLUJING SEMI—TRUCKS AND TRAINS OR COMBINATIONS THEREOFIUVER 30 YDS. IC AND INCL. 40 YDb. i 730-013U LUWBED AND HEAVY DUTY TRAIIEk. OVER l00 11.62 17.82 TONS GROSS GROUP 1t i730-1530 TRANSIT—MIA USED EXCLUSIVELY IN HEAVY 17.86 17.86 CUNSTK.:CVER 8 YDS. IC AND INCL. 10 VDS. 1 1 1 iLily OF RENTON i SCUTH TOBIN STREET SANITARY SEWER PAGE 40 1 HMY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 15. 19d4 OCCUPATION: TEAMSTERS ' LOCATION: Ca ALLAM. GRAYS FAMBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS. LEWIS. MASON. PACIFIC INORTH OF THE WAHKIAKUM COUNTY NORTHERN ' BCUNOARV EXTENCEC DUE WEST 10 THE PACIFIC OCEANI, PIERCE, SKAGIT, SNOHOMISH, THURSTCN, WMATCCM. YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND nCUGLAS COUNTIES. ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE GROUP 17 730-L260 DUMPSIERS, AND SIMILAR EQUIPMENT:TOURNG- 17.98 17.98 ROCKERS, TOURNOWAGOK, TOURNOTRAILER, CAT DW SERIES. TERRA COBRA. LETOURNCAU, WESTINGHOUSE ATHEY WAGON. E..'LID. TWO AND FOUR-WHEELED POWER TRACIDR WTH TRAILER AND SIMILAR TOP- ' LOADED ECUIPMENT TRANSPORTING MATERIAL ANU PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS. SIDE, END AND BJITCM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR CLMBINATIUNS THEREOF:CVER 40 VARCS TO ANU INCL. 55 YARDS GROUP IB ' 730-1540 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18.0.1 I8.J3 CONSTR. :CVER 10 YDS. TO AND INCL. 12 YOS. ' GROUP IS 13D-155J TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18. 19 ►8.19 ' CONSTR. :CVER 12 YDS. TC AND INCL. 16 YDS. GROUP 20 730-1560 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY L8.35 17.7U CONSTR.:CVF.R 16 YDS. IL AND INCL. 20 YU>. ' GROUP 21 730-1570 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18.51 16.51 ' CONSTR. :CVER 20 YDS. ' CITY OF RENTUN SOUTH TOBIN STKEET ' SANITARY SEWER PAGE 41 HWV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 1S, 19H4 OCCUPATION: TEAMSTERS iLOCATION: CLALLAM, GRAYS FARBOR. ISLAND. JFFFERSON, KING. KITSAP, KITTITAS, LEWIS. MASON. PACIFIC (NORTH OF THE WAHKIAKUK COUNTY NORTHERN i BCUNDARY EXTENCED DUE WEST TO THE PACIFIC OCEANI, PIERCE. SKAGIT, SNUHOMISH. THURSTCN, WHATCGM. YAKIMA AND THOSE PARTS OF THE FCLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND OCUGLAS COUNTIES. WAGE RATES i OCCUPATION OCCUPATION STATE FEJERAL CODE DESCRIPTION kATE RATE t GROUP 22 130-0400 ESCORT GPIVER 17.06 12.00 T30-1023 PILOT CAR 17.06 12.00 iGROUP 23 i733-0610 MECHANIC HELPER 16.91 -- GROUP 24 i110-08J0 MECHANIC 1T.50 -- OTHER i730-9735 STATE: FCk OCCUPATICN 730-02b0 1N GROUP 11 ADD .15 A/HR. FOR EACH IO YAKU INCREMENT OVEK i 55 WARDS 130-5736 STA7Z: ALL TYPES OF TRUCKS OR ECUIPMENT JSEO TO HAUL PURTLAND CEMENT READY-MIX SHALL BE GOVERNED BY THE TRANSIT-MIX SCALES 1 1 1 i iCITY OF RENTON SCUTH TOBIN STREET iSANITARY SEWER PAGE 42 1 ' SPECIAL PROVISIONS 1 1 CITY OF RENTON ! ! APMA STANDARD SPECIFICATIONS THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARED BY THE WASHINGTON STATE CHAPTER OF THE AME.RICAN PUBLIC WORKS ASSOCIATION, 1981 ! EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF THE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF RENTON, SO FAR AS APPLICABLE, ARE HEREBY 1 INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR ENTIRLTY AND SHALL APPLY EXCEPT AS MENDED OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS HEREIN. 1 A COPY OF THESE STANDARDS SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055, MERE THEY MAY BE EXAMINED AND CDNSULTEO RY ANY INTERESTED PARTY. 1 WHEREVER REFERENCE 15 MADE IN TFE STANDARD SPECIFICATIDNS TO THE OWNER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY OF RENTON, AND WHERE REFERENCE 1 IS MADE TO THE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE DIRECIDR OF PUBLIC WORKS, CITY OF RENTON, OR HIS DULY AUTHORIZED REPRESENTATIVE. 1 NOTE: THE SPECIAL AND TECHNICAL PROVISIONS HEREINAFTER CONTAINED SHALL BE IN ADDITION 10 OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN CONFLICT HEREWITH. 1HEADINGS ! HEADINGS 10 PARTS, SECTIONS, FOR95, ARTICLES, AND SUBARIICLES ARE INSERTED FOR CONVENIENCE OR REFERENCE ONLY AND SHALL N91 AFFECT THE INTERPRETATION OF THE CONTRACT DOCUMENTS, 1 SPECIAL AND TECHNICAL PROVISIONS STRUCTURE ! THE. SPECIFICATIONS NOTED HEREIN ARF IN ADDITION TO, OR IN LIEU OF, DIVISION 1, 11, 1I1 AND 1V OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARKED 1 "REPIACEMENI SECTION" OR "PARTIAL REPLACEMENT SECTION," THE SPECIFICATIONS HEREIN ARE TO REPLACE, OR PARTIALLY REPLACE, THE STANDARD SPECIFICATIONSi NOIEO. WERE SECTIONS ARE MARKED, "ADDITIONAL SECTION," THE SPECIFICATIONS HEREIN ARE TO BE AN ADDITION TO THE STANDARD SPECIFICATIONS NOTED, MERE ! SECTIONS ARE MARKED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE lU BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS. 1 Revised 3J54 1 1 SPECIAL PROVISIONS INDEX SECTION SECTION I SPECIAL VISIONS STANDARD PROPECIFICATIONS ACT OF COD SP SHOP DRAWINGS SP 1 OR EQUAL SP I APPROVAL SP 2 SP 2 SECTION 2 SP 2 BIDS PUBLIC OPENINGS OF SP 2 SECTION 3 SP 2 CONSIDERATION OF BIDS SP 2 SECTION 4 SP 2 PROCEDURE ANDTEST SP 2 US' OF MATERIALS OFOUNDRON THE CONTRACTOR CONTRACiDR WASTE SITES HE PROJECT SP 2 HOURS OF WORK SP 2 1 CONTRACTOR SP 3 S COPIES OF CONTRACT DOCUMENTS SP 4 SECTION S SP 4 SUBMITTALS SP 4 CONSTRUCTION STAKING SP 4 FINAL ACCEPTANCE METHOD OF SERVICE OF SP 4 ERRORS AND ,m ISSIOKS NOTICE SP S SP 6 SECTION 7 SP 6 1 SANITATION SP 6 LOAD LIMITS SP 6 EMPLOYMENT OF STATE TATE RE SIDENIS SP 6 WAGES SUBCONTRACTING SP 6 RECORDS AND REPORTS SP 7 CONTRACTOR' SP 7 LITY RESPOND S RF SPONS I91t.ITY FOR WORK SP 9 PROTEC170N TLW CAMAf:E Sp y OF RESTORATION AMC)OFRESTORATION OF PROPERTY SP ID AT AND SURFACES SP 11 UiIU TIES AND SIMILAR TACILiTIES SP 11 SP 11 SP 13 Revis0d 3/84 1 PUBLIC LIABILITY AND PROPERTY DAMAGE SP 15 GENERAL SAFITY REWUIREMENTS SP 15 ' FLAGMEN, BARRICADES, AND SIGNS SP 14 DUST CONTROL SP 15 RIGHTS OF 4AY SP 15 EMPLOYMENT OPENINGS SP 15 tSECTION 8 SP 15 PROGRESS SCHEDULE SP 15 ' PRE-CONSTRUCTION CU,'FERENCE SP 16 NOTICE TO PROCEED SP 16 111E OF COMPLETION SP 16 LIQUIDATED DAMAGES OVERIIMF WORM BY OWNER EMPLOYEES SP 17 CONTRACTOR'S PLANT AND EQUIPMENT SP 17 ATTENTION TO WORM SP 18 tSECTION 9 SP 16 MEASUREMENT OF QUANTITIES SP 18 SCOPE OF PAYMENT SP 19 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 19 t 1 1 Revised 3/54 �crla 11 1_l.)9A _LPECIAL PROVISIONS (ADOIIIONAL SECTION) ALL PROVISIONS OF IHE APWA STANDARD SPECIFICAINNS RELATING TO AND PROVIDING FOR THE lE1,.JD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE OELETEn AND VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE DOCUMENTS SWILL ' BE THE BASIS FOR PAYMENT Of ALL WORK PERFORMED UNDER THIS CONTRACT, 1-1,39B STANDARD SPECIF'CATIDNS (ADOI110NA1, SECTION) ' OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM THE LATEST EDITIONS OF: AWWA AHERICAN WATERWORKS ASSOCIATION ANSI AMERICAN NATIUNAL SIAHOARDS ASA AMERICAN S70 ARDS ASSOCIATION ASTM IWERICAN SOCIETY FOR TESTING AND WAIERIALS 1_1.50 ACT QF G00 (REPtACEHENt SECTION) "ACT OF GUO" MEANS AN EARTHQUAKE, fH DOC, CYCLONE, OR OTHER CATACLYSMIC ! PHENOMENON OF NATURE. A RAIN, WINDSTORM, HIGH WATER OR DINER NATU2AL PHENOMENON OF UNUSUAL INTENSITY FOR 1NE SPECIFIC LOCALITY Of THE. WOW. WHICH ' M1GHI RTASUNAEILY HAVE BEEN ANI!CIPAItO FROM H1SIURICAL RECORDS , THE GENERAL LOCAL ' OF THE WORK, SHALL NOI BE CONSTRUEC AS AN ACT OF GDU. 1-1.51 SHOP WHAWINL.S (REPLACEMENT SECT (j,1N1 THE TERM "SHUP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE ■ OLIAILS OF PHVPUSED MAIERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR 01 �ER i CONSIRUCIION PREPARED dY THE CON1RACTON, A SUBCONTRACTOR, OR A MANUFACTURER AND SUEMIl IEC FOR 1HE APPRUVAL OF THE OWNER. 1-1.52__OR EQUAL (REPLACEMENT SECTION) WHERE 111E ILRM "OR EQUAL" 15 USED IEREIN, 1HE OWNEH, UR THE OWNER ON ' RECOMMLNDAIION Of THE ENGINEER, SHIALI. BE THE SOLE JUDGE OF IFE QUALITY AND SUITABILITY OF THE FROPOSF.D SUBSTITUTION. ' Sp 1 Revised 5/64 ' t 1_1.33 AF'9t k (REPL'JEWENTE t j t THE TERN "APPROVAL" OR 'APPROVED" SHALL MEAN APPROVAL GIVEN BY OR GIVEN PROPERLY ON TYE BEHALF OF THE OWNER §SLTLQN2._BID E CEOl1RES LM WNDITtq§ ' 2-1,12 PUDLIC OKNINrc -F §IDS (REPLACEMENT ccrTION) SEALED RIDS 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 BE OPENED AND PUK ICLY RFrZ ALOUD, �CTfOM 3 -1.01 CONSIDERATION 0c BIDC (ADDITIONAL S,F,zTj ' AWARDING OF CONTRACT WILL BE BASED ON TOTAL SLIM % AIL SCHEUULES DF PRI NO PARTIAL BIDS WILL BE ALCEPIED. 5ECTION4 4-1 O PR , .qHC T ST Y THE CONTRACTOR (REPLACLIEN7 SECTION) ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND 14 CONTRACTOR OR HIS SUPERINTENDENT OR FOREMAN AS TO THE MEANING AND INTEN' Uf ANY PART OF THE PLANS AND SPECIFICATIONS OR ANY CONIRACI DOCUENI, SHALL IMMEDIATELY BROUGHT TO THE ATTENTION OF FOR 1NIERPRC IAI ION AND ADJUSilE THE PUBLIC WORKS DIRECTOR OR HIS Nt 1PRESENIgT IVES NT, IF WARRANTED. FAILURE ON THE PART OF THE PUBLIC WORKS D!RECTDR OR HIS REPRESENTATIVE To DISCOVER AND CONDEMN OR REJFCT IMPROPER, OEFLCIIVE OR INFERIOR WORK OR MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WOW OR MATERIALS, OR THE PART OF THE IMPROVE!ENT IN WHICH THE SAFE MAY HAVE BEEN USED. TO PREVENT DISPUTES AND LITIGATION, 11 15 FURTHER AGREED BY THE PART TES HERETO t THAT I E PUBLIC WORKS DIRECTOR OR HIS RLPRESENIATIVE SHALL DLILRMINE THE QUANTITY AND QUALITY OP THE SEVERAL KINDS OF WOW EMBRACED IN THESE IM'ROVLWNTS. HE SHALL DECIDE ALL QUESTIONS RELATIVE TO THE EKECUIION OF LHE WORK AND THE INTERPRETATION OF THE PLANS AND SPECIFICATIONS. ' SP 2 Revised 3/34 IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH INTERPRETATION, HE SMALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY CLERK IN WRITING OF THE ANTICIPATED NATURE AND AMOUN1 OF THE DAMAGE OR DAMAGES. TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE. IN THE EVENT AN AUREEFENT CANNOT THEN BE REAC4D WITHIN 3 DAYS, THE CITY AND THE CONTRACTOR 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 SWILL OF. FINAL AND BINDING E)N THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLENGES 1 THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR THE PETITION FOR REVIEW ARE LIMITED TO SHOWING THAT !HE FINDINGS AND DECISION: 1. ARE NOT RESPONSIVE TO THE QUESIIVNS SUBMITTED; 2. 15 CONTRARY TO THE TERMS OF THE CONTRACI OR ANY COMPONENT THEREOF; ' 3. 15 ARBITRARY AND/OR 1`. NOT BASED UPON THE APPLICABLE FACTS AND THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.. THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED Al ANY , SUCH HEARING. THE ARBITRATION SHALL BE CONDUCTED IN ACCORDANCE WITH THE STATUTES OF THE ' STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEOr,'. THE COSTS OF SUCH ARBITRATION SHAL.. BE BORNE EQUALLY BY THE CITY AND THE CONTRACTOR UNLESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'S , FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE FOUNDAIIDN, IN THE LAITER CASE, ALL COSTS SHALL BE BORNE BY THE CONTRACTOR. THE VENUE OF ANY SUIT SHALL BE 1N KING COUNTY, WASHINGTON, AND IF THE , CONTRACIOR IS A NON-RESIDENT 0, THE STATE OF WASHINGTON, HE SHALL DESIGNATE AN AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COlFNCING WORK UNDER THIS CONTRACT. t 4-1,10 USE OF MATERIALS FOUND ON THE PROJECT (REPLACEIM,N1 SECTION) .TION) , ALL SALVAGE MATERIAL AS NCTLD ON THE PLANS AND TAKEN FROM ANY Of THE DISCARDED FACILITIES SWILL, AT THE ENGINELR'S DISCRETION, DE CAREFULLY SALAVAGED AND ' DELIVERED 10 THE CITY SHOPS. ALL SALVAGED WAIER MAINS, ' IRE HYDRANTS, VALVES AND APPURTENANCES, CATCH BASINS, AND 51" AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND DELIVERED , TO THE CITY SHOPS. ANY COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALT BE CONSIDERED , INCIDENTAL TO THE PROJECT AND ND COMPENSATION WAIL BE MADE. SP 3 Revised 3/84 , 4-1 1Y pILTE SITES (ADDITIONAL ccrY�1 ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SWILL BE MAULED, JUMPED, AM SPREAD AT THE LOCATIONS SELECTEO BY THE CONTRACTOR. THE CONTRACTOR SWILL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE SITE. ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED 10 BE INCIDENTAL TO DINER ITEMS OF WORK AND NO FURTHER COYFENSAT ION WILL BE MAD(. iTHE ROUTE TAKEN TO THE WASTE SITE SHALL BE MAINTAINED SOLELY BY THE CONTRACTOR IN A WINNER AS DESCRIBED BELOW: THE CONTRACTOR Sr1AL1. BE PREPARED TO USE WATER TRUCKS, POWER SWEEPERS, AND RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WOWS DIRECTOR 10 ALLEVIATE THE PPOBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RL570W TION OF ' 1HE ROUTE IS MANDATORY. 4-1.17 HOURS OF WORK (REPLACEMENT SECTION) THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE t PERIOD FROM 8:00 A.M. `O 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED !I THE DISCRETION OF THE ENGINEER MEN IT IS IN THE INTEREST OF THE PUBLIC OR THE. CONTRACTOR DUE TO RLASUNS OF SAFETY, HEALTH, OR WELFkRk. ' 4-1,14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS ' THE CONTRACTOR WILL BE SUPPLIED BY THE OWNER WITH 5 SETS OF PLANS ANTI SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING ONE FULL. SIZE SET OF DRAWINGS, SHALL BE KEPI Al THE SITE OF CONSIRUCIION 1N GOOD CONDITION AND AT ALL TIMES AVAIL.ABIF 10 THE OWNER AND THE ENGINEER. ' ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE FURNISHED BY THE DW14ER Al W ' COST Of REPRODUCTION. SECTION 5 ' S_1.OS Sl1B1IETALS EREPLACE&NT SECTIQN) T1E CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA, ' CERTIFICATES, SAMPLES, TESTS, METHOD, SCHEDULES, AND MANUFACTURER'S INSTRUCTIONS AS REQUIRED 10 DEMONSTRATE FULLY THAT 14.. MATERIALS AND EQUIPMENT 10 BE FURNISHED AND THE METHOD OF WORK COMPLY W17H THE PROVISIONS AND INTENT Of THE SPECIFICATIONS AND DRAWINGS. IF THE INFORMATION SHOWS ANY DEVIATION FROM THE CONTRACT REQUIREMENTS, THE CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION, ADVISE IHE ENGINEER OF THE DEVIATION AMU ' STATE THE REASONS THEREFORE. ' Sp 4 Revised 5/84 1 ` �TimI N STAK MG THE ENCINEE2 SHALL NG REP CEA NT SECiI THEY ARE SN;'WN PVE THE RIGHT To MAK DRAWINGS E Tk EMP rE"TENA4iEwOWORk AHCES is IN Np GRE R ST I HAN 50 REASONABLE TCHANGES IINTIE GRADES AS r HF " R TENT PROGRESS, THE CONTRACTOR SET IN ADVANCE FORM r EGluzLyw. FROM T TO ORApE STAKES ET A By THE SWILL HAVE IN HIS SUCH EA'PLOYFES SHAH HE ENGINEER. OTHER IN MAINTAINING SUCH HAVE r LEVEL SHALL EE USEpOAL�I TION +�IDEDUTY AND RESPONSIBILITY LEAST THREE BATTER All LINES SET A BATTER BOARp SET OF PEAC TIPERATIONS. BOARDS WITH AN ENCIG AND UESiRO IF, THE SWILL REOMAIN GRIN OF 0.50 PERCENT NEER'S r FINAL PAy TN RED RE SSE IIIHC CONTRACTORS NEGLIGENCE PLACOWING DURING pIO MESS, AT REPL,AOEAENT. EQUIVALENT TO T ANY STAKES SWILLPE YIN AE EJfTROMA SMAi-1 BE DEDUCTED FROM T BE COST IN ENGINEERING REQUETRED FOR SUCH r THE LASER ME'HOD OF ESTABLISHING GRADE f• REQUESTS MAY BE USED PROVIDING; r S�IITTED FOR USE, AND TO USE. OR CITY REVIEW A DT'AP OVAL ATMOO OF OPERATION ARE r i. LEAST FIVE DAYS PRIOR GRADES ARE CHECKED Al T IAES DAILY BY CONVENTIINALAET�ES EVERY 3. PROPER ANC 50 PEEi AND AT LE!Si 3 r BEING USED FOR ANCHORING PIPE IS PERFORMED IN CAVATION. LOCATIONS WHERE A BOX IS THE CONTRACTOR STAKE GE HIS r SETTING OF STgKESSHAF Lpp ARRANGE WHILE WAITING FOR CFORONS 7ME NEXT `H WORK HIS AI LOW A REASONABLE 1 THE ACTION GUIDES. OPERATION TO PREVENT f"FOR THE r TRANSFERRING SHALL ASSUME FULL DELAYS ELEVATIONS OR MEASUREMENTRESPONSIBILITY FOR MAYS BY REASON OF LACK OF STAKE OR A SUREU FROM SUCH DETAILEDSQ SK4RKS.AND r ARE DEEAED A RISK TK T FOR ADDITIONAL CONPENSAI ION E OONiRACTOR TIME REQUEST FOR CONTRA ANO SHALL NOT SURVEY LESS THAN 3 r ALL COSTS FOR T UCTION TIME. BE THE BASIS FOR CLAIMS OTHER BIU ITEMS W CONTRACTOR'S SURVEYING UNLESS A BID IT IN T DNO sHAL; PRICES. ITEM FUR SOAVE SURVEYING AND NO F CONSIDERED BE AW DENTAL 0 PROPOSAL, EE IS SPECI FIICCALLY L15�TENS T ONHE ILL E OF r r SP g r Revised )/By r r t5-1.12 FINAL ACCEPTANCE (REPLACEMCN) SECTION) ' THE CONTRACTOR SHALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION ..F THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORN :N ACCORDANCE WITH THE TERMS OF THE CONTRACT, AND SHALL THEREUPON RECOMMEND (U THE OWNER THAT THE WOW IS ACCEPTABLE. FINAL DETERMINATION OF THE ACCEP1ABil.ITY OF THE WOW SHWLL BE MADE BY THE OWNER. 5-1.15 METHOD OF SERVICE OF NOTICE (REPLACEMEMT SECTION) ' WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON TO THE INDIVIDUAL, OR TO A PARTNER OF THE FIRM, OR TO AN OFFICER OF THE CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER 1S A GOVERNMENTAL BODY, OR IF SENT BY RE61STERED UN:TEC STAILS MAIL TO THE BUSINESS ;�DORESS SHOWN IN THE CONTRACT UOCUMEN75. 5-1.17 ERRORS AND OMISSIONS (REPLACEMENT SECTION) IF TWE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS OR OMISSIONS IN THE CONTRACT DOCLIENIS OR IN THE LAYOUT AS GIVEN BY SURVEY POINTS AND INSTRUCTMAS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN THE CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE SHALL IMMEDIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE OEEM6 IT NECESSARY, SHALL RECTIFY THE NATTER AND ADVISE THE CONTRACTOR ACCORDINGLY. ANY WORK DONE AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE AT THE CONTRACTOR-S RISK. 1 SECTION 7 ' 7-1.04 SANITATION (ADDITIONAL SECTION) ' ALL E.:PENSES ' CUMRED IN SUPFLYING ACCESS, PARKING, AND SANITATION FACILITIES SHALL BE CONSIDERED INCIDENTIAL 10 THE Pku.JCCT AND NO COMPENSAIIO1 SHALL BE MADE. 1 7-1.07 LOAD LIMITS (REPLACEMENT SECTION) ' ALL MTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SW-.L STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE STATE OF ' WASHINGTON (1%7 EDITION AND AMENDMENTS THEREOF) IN REGARD 10 SIZE, WEIGHT, AND LOADS OF MOTOR VEHICLES. PAYMENT WILL NOT BE MADE FOR ANY MATERIAL THAT IS DELIVERED IN EXCFSS OF THE ' LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED. ' SP 6 Revised 5/54 1 ANY VIOLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTEC LAW ENFORCEMENT AGENT. THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF A:_L HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS. , 7-1.08 EMPLOYMENT OF STATE RESIDENTS (REPLACEMENT SECTION) THE SECTION ON EMPLOYMENT OF STATE RESIDENTS I5 DELETED IN ITS ENTIRETY. 7-1.09 WAGES (REPLACEMENT SECTION) THIS CONTRACT IS SUBJECT TO CHAPTER 39.12 RCW, AND AMENDMENTS AND ADDITIONS t 'HERETO RELATING 10 MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEDERAL WAGE LAWS AND REGULATIONS ARE ALSO APPLICABLE. HOURLY MINIMUM RAZES OF WAGES AND FRINGE BIHEFIIS ARE SHOWN IN THE CONTRACT. WHEN FEDERAL WAGE RATES AND FRINGE BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE UNITED STATES DEPARTMENT ' OF :A"X)R DECISION NUMBER WA 83-5110. THE CONIRAC'UR, ANY SUBCONTRACTOR, ON OTHER PERSON. UOIPG THE WORN OR ANY PART OF I1 SHALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN 1HE REQUIRED HOURLY MINI" RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH HOURLY RAILS MAY BE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE ' EMPLDYELR SHALL. CONTRIBUTE FOR EACH COMPENSABLE HOUR THE FRINGE BENEFITS LISTED. 11 IS SPECIFICALLY UNDERSTOOD AND AGREED THAT THE WAGE RATES ANu FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJE.:T TO CHANGES, THAT THE BIDDER ACCEPTS FULL. RESPONS181LITY AND ASSUMES THE RISK OF ANY INCREASEC LABOR COST BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY DOES NOT WARRANT OR REPRESENT THAT LABOR CAN BE PROCURED FOR THE MINIMUM RATES SET FORTH OR AS CHANGED. IT IS THE CONTRACTOR'S RESPONSIBILITY 70 ASCERTAIN THE WAGES A90VL SUCH MINIMUM AS HE WILL HAVE TO PAY. THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE 10 THE CITY AND INDUSTRIES, A COPY OF THE APPROVED "STATEMENT OF INTENT TO PAY PREVAILING ' WAGE," A COPY OF THE PREVAILING WAGE RATES FOR THE PROJECT UPON WHICH THE CONTRACTOR HAS INDICATED THE APPROXIMATE NUMBER OF WORKERS IN EACH CLASSIFICATION; ANC THE ADDRESS AND TELEPHONE NUMBER OF ilk INDUSIRIAL , STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES MERE A COMPLAINT OR INQUIRY CONCERNING PREVAILING WAGES WAY BE WADE. ,l PROJECTS GOVLRNFD BY WAGE RATES DETCRM140 BY THE STATE OF WASHINGTON UtPARTMENT OF LABOR AND :NOUSTRIES AND BY THE U.S. SECRETARY OF LABOR, IF THERE IS A DIFFLRLHCc BETWEEN THE TWO IN THE PREVAILING RATE OF WAGE. FOR A SIMILAR CLASSIFICATION OF LABOR, THE CONIRALIOR SNAIL PAY NOT LESS THAN THE , WAGE WHICH IS THi NIGHER OF THE TWO. SP 7 Revised 3/84 , t IF THE CONTRACTOR HYPES USE OF APPRFNTIIj ,N PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE IEPARTWNT OF l;, AND INDUSTRIES, HE SH,.LL PRESENT t TO THE ENGINEER WITTEN EVIDENCE OF REGISTRATION OF SL►H EMPLOYEES IN A PROGRAM APPROVED BY THE STATE APiENTICTSMIP C(AIHK;IL AMU THE PERIOD OF PROGRESSION FDA `ACM SUCH APPRENTICE EMPLOYEE. IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES OETERMIHED BY THE U.S. SECRETARY O LABOR, HE SMALL PRESENT TO THE ENGINEER MRIiTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF A STATE APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE U.S. 0 AU OF AF'PRENI ICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE CONTRACTOR SWILL SUBMIT EVIDENCE OF APPROVAL AND REGISTRAIION BY THE U.S. EAU TOR SMALL SUBMIT 70 THE ENGINEER WRITTEN T APPRENTICESHIP OF THE ESTABLISHED APPRENTICE JOURNEYMAN RATIOS AND WAGE RATES IN THE PROJECT AREA, WHICH WILL BE THE BASIS FOR ESTABLISHING SUCH RATIOS AND RATES FOF fHE PROJECT UNDER THE APPLICABLE CONTRACT PROVISIONS. IF ANY O, .PUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR WORM( OF A SIMILAR NATURE TO THAT CONTEMPLATED UNDER THE CONTRACT AND SUCH DISPUTE 1 CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVFS, THE MATTER SHALL HE REFERRED TO THE DIRECTOR OF fH' DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE UNITED STATES SECRETARY OF LABOR WHEN PREVAILING WAGES ESTABLISHED BY THAT OFFICE ARE INVOLVED), AND HIS DECISION THEREIN SHALL BE FINAL, CONCLUSIVE AND FINDING ON ALL PARTIES INVOLVED IN THE DISPUTE. ' IF THE CONTRACTOR MANES USE OF A LABOR CLASSIFICATION NOT LISTED IN THE SPLCIAL PROVISIONS, THE CONTRACTOR SHALL RE"Sl THE DETERMINATION OF THE APPROPRIATE WAGE RATE FOP THE CLASSIFICATION AND FOR THE AREA IN WHICH WORN( 15 ' PERFORMED, FROM THE INDUSTRIAL STATISTICIAN C- THE DEPARTMENT OF LABOR AND INDUSTIRLS. N FEDERAL-Aim PROJECTS THE CONTRACTOR AND EACH_ SLIPCONTRACTOR SHALL FURNISH WEFKLY PAYROLL STATEMENTS TO_ THE ENGINEER• _jF Y $Y4TEHENTS ggE_N�1 U�TILI7��THE CONTRACTOR SHHAL� PIANISM P CLRT FICATION. PRIQR TO EACH PROWESS ' ESTLAlE PAYMENT, CONFIRMING THAT PREVAILI_N�WALL PATCS HAVE BEEN PAID. IF THE CONTRALTOR UTILIZES THE OCCUPATION rODE TKKR. SUBMITTING PAYROLLS AND WAGE AFFIDAVITS, AND MORE TM1N ONE JURISUICTIDNAL AREA 15 INVOLVED IN THE PROJECT, THE JURISDICTIONAL AREA INVOLVED SHALL BE SHUWN IMED:ATELY FOLLOWING T!E OCCUPATION CODE NUMBER, I.E.: 10-0010 YAK.E, THE CONTRACTOR'S RECORDS PERTAINING TO WAGES PAID AND PAYROLS 4AIL BE OPEN 10 INSPECTION N AUDIT BY REPRESENTATTVES OF THE CITY DURING THE . IFE OF THE CONTRACT AND R A PERIOD % NOT '_ESS THAN THREE (3) YEARS AFTER THE DATE OF ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS FOR THAT PERIOD. MERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE CONTRACT ARE MAINTAINLD BY SUBCONTRACTORS OR AGENTS OF THE CONTRACTOR, THE CONTRACTOR EXPRESSLY GUARANTEES THAT IME RECORDS OF SUCH SUBCONTRACTORS 4R ' AGENTS SHALL BE OPEN TO INSPECTION AND AUDIT By REPRESENTAIIVES OF THE CITY ON THE SANE TERMS AND COD11IONS AS THE RECORDS OF THE CONTRACTOR, It AN AUDIT IS TO BE COMMENCED MORE THAN SIXTY (60) DAYS AFTER THE ACCEPTANCE DATE OF THE L'ON1RACT, THE CONIRALIOR WILL BE GIVEN A REASUNARLE NOTICE OF THE 11ME WHEN SUCH AUDIO IS TO BEGIN, SP 0 RevlseC 3/84 BEFORE PAYMENT IS MADE BY THE LITY OF ANY SUMS DUE UNDER THIS CONTRACT, THE CITY MUST RECEIVF FROM THE CONTRACTOR AND EACH SU1CONTRAC-OR A COPY OF "STATEMENT OF INTENT TO PAY PREVu1L]NG WAGES" (FORM L 6 I NUMBER 7DO-29 ' WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES). UPON COMPLETION OF THIS CONTRACT, THE CITY MUST R"-CEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L i I NUMBER 700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING ,HA7 ALL PREVAILING WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE FROM T.AE PRIME CONTRACTOR A COPY OF "RELEASE FOR THE PROTECTION uF PRDPERTY ' OMERS AND GENERAL CONTRACTOR" (FORM L i I hUMBER 206UP3 THE STATE DEPARTMENT OF LAEOR AND INDUSTRIES). THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS RETAINED, ACCORDING TO THE PROVISIONS OF RCW 60.28.010 ARE RELEASED TO THE CONTRACTOR. FORMS MAY BE OBTAINED FROM THE DEPARTMENT OF LABOR AND INDUSTRIES. A FEE OF $12.00 PER EACH "STATEMENT OF I [TENT 10 PAY PREVAILING WAGES" AND 00.M FIOAVIT OF WAGES PAID' IS_REQy(_RLO TO ACCOMPANY EACH FORM SII�UTTEQ i0 �H€�fVARTMENT of LABOR ANG INDUSTRIES. THE CONTRACTOR IS RESPONSIBLE FQR.PAYMENT OF THESE FEES AND SHALL MAKE ALL APPLICATIONS D' ''CTLY TO THE DEPMRENT OF LABOR. AND INDUSTRIES THESE FEES SHALL NC DEN AL TO ALL THE BID ITEMS OF THIS CONTRACT, IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TD THE WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FUR RELEASE" FORM PROVIDED BY THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF ROW 60 28,010 ARE RELEASED TO THE CONTRACTOR. 7-1-11T SUBCONTRACTING (ADDITIONAL SECTION) BEf URE PAYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AfMIOAVII OF , WwNl$ PAID TO MINORITY BUSINESS ENTERPRISE AND/DR WOMEN BUSINESS ENTERPRISE PARTICIPANTS ON THE FORM PROVIDED BY THE CITY: CERTIFYING THE AMOUNT PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS. 7-1,11J_RE_C'TRDS AND REPORTS (REPLACEMENT SECTION) ' THE CONTRACILA, WILL BE REQUIRED IU COMPLETE AMU SUBMIT THE FOLLOWING DOCURENT5 BEFORE PROGRESS AND/UR FINAL PAYMENTS IC THE CONTRACIOR WILL BE APPROVED BY THE PUBLIC WORKS DIRECTOh: I. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257 ' 2. EACH JULY - STATE HIGHWAY FORM PR-1391 THE OWNER WILL FURNiSH THESE FORMS 10 THE PRIME CONTRACTOR DURING THE PRECONSIRUCTION MEETING. SP 9 R"ised 3/04 ' AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SHALL RE. E "UTED BY fHE BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH CClES WITHIN THE t PROVISIONS OF THE EQUAL EMPLOYMENH OPPORTUNITY REGUL.ATi- S JF THE SECRETARY OF LABOR AS REVISED MAY 21, 1968. THE FORM OF CERTIFICATE WILL BE FURNISHED TO THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO WHETHER HE, HIS FIRM, ' ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS P.RTICIPATED IN ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF SO, WHETHER OR NOT HE HIS SUBMITTED ALL REPORTS DUE UNDER APPLICABLE FILING ' REQUIREMENTS. FAILURE ON THE PART 0. THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL BE DUE CAUSE FOR REJECTION OF THE BID. ' IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT TO BE MADE, EXCEPT FOR LACK OF AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO PROMPTLY ' EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE BY THE DIRECTOR OF PUBLIC WORKS THAT SAME 1S LACARING FROM HIS PROPOSAL. THE PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, FIR CASH WHICH ACCOMPANIED THE BID, ' WILL BE FORFEITED TO THE CITY, WHENEVER A CONTRACTOR REQUESTS PERMISSION TO SUBLET A PART OF ANY CONTRACT AND SUCH CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY REGULATIONS OF THE SECRETARY OF LABOR, REVISED WAY 21, 1968, HE SHIW_ OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD Il TOGETHER WITH SUCH REQUEST, NO SUBCONTRACT WILL OF APPROVED BEFORE RECEIPT OF SUCH CERTIFICATION FROM THE SUBCONTRACTOR. FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE 9BTA:NED FROM THE PROJECT ENGINEER ASSIGNED TO THIS PROJECT. 7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WOBL (REPLACEMENT CTiON ' THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE 'NO CHARGE. THE CONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER ' CLAUSE, EX,.EPI -,HAT CAUSED SOLELY BY THE ACT OF THE OWNER WHICH MAY OCCUR ON OR TO THE WORK DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR DAMAGE OCCURS, THE CONTRACTOP SHALL IMMEDIATELY MAKE GOOD ANY SUCH LOSS OR DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUSING DR NEGLECTING TO DO SO. ' THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD ANY SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SHALL BE CHARGED TO THE CONTRACTOR. tTHE CONTRACTOR ALONE SHALL Al ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF HIS AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACTOR'S PLANT AND EQb1PMENT AND THE ME TH00 OF PROSECUTING THE WORK. DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS THE CONTRACTOR SHALL PURSUE ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY. ' SP 10 Rev H NO PORTION OF THE WORT; WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL < t AFFECTED BY UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED WILE THESE CONDITIONS EXIST, UNLESS BY SPECIAL MEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE , CMNlRACTOR SMALL a ABLE TO OVERCOME THEM. 7-1.14 RESPONSIBILITY F7R DAMAGE (ADDITIONAL SECTIONS ' THE CONTRA'-JOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE PROJECT LIMITS AN'U ON ANY STREET WHICH IS UIILI7ED ;Y H15 EQUIPMENT FOR THE DURATION OF THE PROJECT. THE CDNIRACI(1R SHALL BE PREPARED TO USE WATERING TRUCKS, POWER SWEEPERS, AND OTHER PIECES OF EQUIPMENT AS DEEMED KCESSARY BY THE ENGINEER, TO AVOID CREATING A NUISANCE. ' OUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND NO COMPENSATION WILL BE MADE FOR THIS SECT lOn. , COMPLAINTS OF DUST, MUD, OR UNSAFE PRACTICES AND/OR PROPERTY DAMAGE TO PRIVATE OWNERSHIP WILL BE 1RANSMITTLC TO THE CONTRACTOR AND PROMPT ACTION IN CORRECTING WILL BE REQUIRED. WRITTEN NOTICE OF CORRECTION OF COMPLAINT ITEMS ' WILL BE LALLED FOR SHOULD REPETITIVE COF AINTS BE RECEIVED BY THE CITY. 7 1..16 PROTECTION AND RESTORATION OF LR RTY (REPLACEMENT SECTION) i THE OWNER WILL DBIAIN ALL EASEIENIS AND FRANCHISES REQUIRLU FOR THE PRUJt-CI , ' THE CONTRACTOR SHALL LIM11 HIS OPERATION TO THE AREAS OBTAINED AMU SMALL NOT TRESPASS ON PRIVATE PRDPERIY. 11 OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATLD IN CONNECTION WITH THE WORK , UNL, R THE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS TO SUCH LANDS. THE CONTRACTOR SHALL NOT UNRFASONAFTLY ENCUMBER THE PREMISES WITH HIS EQUIPMENT OR MATERIALS. , THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY ADDITIONAL LAND AND ACCESS THERETO NOT SHOWN OR DESCRIBED THAT MAY BE REQUIRED FOR ' TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS REQUIRED BY HIS OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENI, STORAGE OF MATERIAL, AND OPERATION OF HIS WORKERS 10 ]HOSE AREAS SHIIWN AND DESCRIBED AND SUCH , ADDITION. '_ AREAS AS HE MAY PROVIDE. 8UTORATION OF5TRLICTURES AID SURFACES , A. GENt ML . ALL CONSTRUCTION WORT( UNDER THIS CONTRACT Of, EASEMENTS. R10HT-OF-MAY, OVER PR1VAlt. PROPERTY OR PRANCHISL, SHALL BE CIwHINED TO THE ' LIMITS OF SUCH EASEMENTS, RIGHT-CF-WAY OR tRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORM( SO THAT TRENCHES ' ACROSS EASEMENTS SHALL NOT BE LEFT OPEN "ING WEEKENDS OR HOLIDAYS AND TRENCHES SHALL NOT E OPEN FOR MORE THAN 48 HOURS. tiP 11 Revised 3/64 t B. TS Rl1CTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY BE NECESSARY FOR THE PERFORMANCE OF THE WORK AD, IF REWIRED, SHALL REBUILD THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH MINIMUM REQUIREMENTS AS HEREIN SPECIFIED. MP SHALL ALSO REPAIR ALL EXISTING STRUCTURES WHICH NAY BE DAMAGED AS A RESULT OF THE WERK UNDER THIS CONTRACT. C. EASEMENTS - CULTIVATED AREAS AND OTHER SURFACE IMPROVEMENTS. ALL CULTIVATED AREAS, EITHER AGRICULTURAL OR LAWNS, AND OTHER SURFACE IMPROVEMENTS 1 WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALL BE RESTORED A$ NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDITION. PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE HIGMT-Of-WAY, THE CONTRACTOR SHALL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE IT IN SUCH A MANNER THAT lT MAY BE REPLACED BY HIM, UPON COMPLETION OF CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH THE EARTH SURROUNDING TEIR RCOIS WRAPPED IN BURLAP AND REPLANTED IN THEIR ORIGINAL POSITIONS WITHIN 4B HOURS. ALL SHRUBBERY OR TRE:.S DESTROYED OR DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALITY AT NO ADDITIONAL COST TO THE OWNER. IN THE EVENT THAT 11 NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT AND ROLLED AND REPLACED AFTER THE TRENCHES HAVE BEEN BACXFII.LED. THE LAWN AREA SHALL BE CLEANED BY SWEEPING OR OTHER MEANS, OF ALL EARTH AND OERRIS. THE CONTRACTOR SHALL USE RUBBER MHEEL EQUIPMENT SIMILAR TO THF- SWILL TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WOW, INCLUDING EXCAVATION AND BACXFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH PAVE LAWN AREAS. ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES SHALL BE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS BACKFILLED IN THEIR ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY THE OWNER AND PROPERTY OWNER ' AT LEAST 24 HOURS IN ADVANCL OF ANY WORK DDNE ON EASEMENTS OR RIGHTS-OF-MAY. ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAY OR FRANCHESE SHALL BE CONFINED TD THE LIMITS OF SUCM EASEMENTS, RIGHI-OF-WAR OR FRANCHISE. ALL WORK SMALL. BE ACCOMPLISHED SO AS TO CAUSE THE LEAST ADN1 OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAI TRENCHES ACROSS EASEMENTS SMALL NOT FIE LEFT OPEN DURING WEEKENDS OR MOI.IDAYS, AND TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS. DAMAGE IU EXISTING STRUCTURES OUTSIDE Of EASEMENT AREAS THAT MAY RESULT FRGM ' DEWATERING AD/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SHALL BE RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CON0111ON SMALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE PRIOR TO CONSTRUCTION. ALL SUCH Wi1Pol SHALL BE DONE 10 THE SAIISFACITON OF THE PROPERTY OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR. D. STREETS. 1HE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RES10RAl ION OF THE SURFACE Of ALL STREETS (TRAVELLED WAYS) USED BY YIN IF DAMAGED. IN THAT EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL IMEOIAII:Y AVAILABLE TO MAKE NECESSARY REPAIRS, THE CDNTRACTOR SHALL SO IMF" THE OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND IKE COST OF SUCH REPAIRS SHAD BL PAID BY THE CONTRACTOR. Sp 12 Revised 1/84 L-1.17 UTILITIES AND SIMILAR FACILITIES (ADOITIONAL SECTION)) , LOCATION AND DIMENSIONS SIIUWN ON THE PLANS FOR EXISTING UNDERGROUNO FACILITIES AFC- IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND ' MEASURING. THE OWNER DOES NOT GUNRANTEE THE SIZE AND LOCATION OF EXISTING FACILITIES. IT SMALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND PRIVATE ' COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF RENTON WATER, '.TDRH ' DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL UNDERGROUND UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED SEPARATLLY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS. IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING SURFACE DRAINAGE, SEWERS, UNDLRDRAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SHALL BE RESPONSIBLE FOR, AND ' SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES FOR SAME. THE CONTRACTOR SWU.L, AT HIS OWN EXPENSE, REPAIR ALL DAMAGE '0 SUCH FACILITIES OR STRUCTURES OLk TO THIS CONSTRUCTION OPERAII^N TO THE SATISFACTION OF THE CITY; EXCEPT FOR CITY OWNED FACILITIES WHICH WILL BE REPAIRED BY THE UTI,.:TY DEPARTMENT AT CONTRACTOR'S EXPENSE, OR BY THE CONTRACTOR AS DIRECTFD BY THE CITY. 7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECT I7LN,' `HE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS ' THE AMOUNT OF COVERAGE SHALL. BE NOT LESS THAN 4 SING!E. L10411 Of {SU0,D00 FOR ' %OILY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCJREMlC:E. IN ADDITION, AN UMBREI LA INSURANCE COVERAGE OF NOT LESS THAN $5.000,000 '01: BE PROVIDED, WITH THE OWNER AND ENGINEER THE NAMED 1N5UREDS. THIS IIWIT SMALL APPLY TO COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VLHICLE LIABILITY INSURANCE. , THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTORY PROUF OF CARRIAGE Of THE INSURANCE REQUIRED. ' 7-1.2)A GENERAL SAFETY RE,_yUIREMENTS (ADDIi IONAI 5EC110N1 ' THE CONTRACTOR SWILL NOIPY ALL PROPEKIY OWNERS ALONG THE CONSTRUCTION AREA, BY WAIL, PRIOR TO CONSTRUCTION. THE CONIRACTOR SHALL NOTIFY ALL LOCAL POLICE, TRANSIT, AND FIRE DEPARTMENTS BY MAIL PRIOR TJ CONSTRUCTION. NAMES AND ' ADDRESSES WILL BE HURNISHED BY THE OWNER. THE CONIRAC'IOR SMALL FURTHER NOTIFY EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO CONSTRUCTION IN FRONT OF EACH PROPERTY. ' SP 13 .od 3164 !�L.Z3C FLAWN. BWWICMES. AID 5129 (REPLACEMENT SECTION) ' FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OF PROVIDED SHALL CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EO:TION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES," PUBLISHED BY THE U.S. OEPARIHENT OF TRANSPORTATION, COPIES MAY BE PUR(:NASED FROM THE SUPERINTENDENT OF DOCUENTS, U.S. GDVERM kN, PRINTING OFFICE, WASHINGTON D.C. 20402. THE CONTRACTOR SWILL 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 PVW, HE WAY PROPOSE MODIFICATION OF THE TRAFFIC CONTROL PLAN B` SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE PROJECT, AND SUBMIT 1T TO THE ENGINEER FOR APPROVAL AT LEAST TEN DAYS IN ADVANCE OF THE TIME THE SIGNS AND BARRICADES WILL B; REQUIRED. ' THE STRIPING OF NO PASSING ZONES TMAI ARE 70 BE OBLITERATED IN EXCESS OF 150 FEET BY PAVING OPERATIONS SHAY. BE REPLACED BY "DO NOT PASS" AND "PASS WITH CARE" SIGNS. THE SIGNS SHALL BE LOCATED NOT LESS THAN 2 FEET OUTSIDE THE t USABLE SHOULDER NOR LESS THAN 7 FEET ABOVE THE EDGE OF PAVEMENT. UNLESS OTHERWISE SPECIFIED IN THE SPE:IAL PROVISIONS, THE CONTRACTOR SMALL PROVIDE POSTS AND BE MAINTAINED BY THE CONTRACTOR UNIIL CONSTRUCTION OPERATIONS ARE ' COMPLETE. MIEN THE PROJECT INCL:DES STRIPING BY THE CONTRACTOR, THE SIGNS AND POSTS SHALL BE REMOVED BY HIM WHEN THE NO PASSING ZONES ARE RE-ESTABLISHED BY STRIPING. THE S:GNS SHALL BE RET4RNED TO THE CITY AND THE POSTS WILL BECOME ' THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL. MEN THE CONTRACTOR 1S NOT RESPONSIR'_E FOR THE STRIPING, THE POSTS AND 51GNS WILL BECOME THE PROPERTY OF THE CITY AND WILL BE REMOVED BY CITY ?ORCES MEN THE NO PASSING ZONES ARE RE ESTABLISHED BY STRIPING. ' THE CONTRACTOR SHALL, AT MI5 OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES, GUARDS, FIAGEN, AND EQUIPMENT, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN ' ORDER TO PROTECT THE PUBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS OPERATIONS. IF THE CONThh.TOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS AND BARRNICADES, IN THE OPINION OF THE ENGINEER, THE CITY SMALL HAVE THE RIGHT TO ' PROVIDE THESE SIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM PAYMENTS DUE THE CONTRACTOR. WORK SHALL HE R"IRUCTURED, THE ORDER OF WORN MODIFIED, THE HOURS OF .OR% MODIFIED OR THE WORK HALTED ALTOGETHER AT THE ENGINEER'S DISCREIION MEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF ACTION NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, AND WELFARE. ' ALL SIGNS REMOVED SHALL BE SALVAGED AND DELIVERED TO THE CITY YARD. TRAFFIC MOVEMENT SHALL BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND PEOESIRIAN TRAFFIC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MOVEMENT SMALL t BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALU BE MAINTAINED Al ALL TIMES 10 ADJACENT PROPERTIES OUTSIDE OF THE RIGHT-OF-MAY LINE. ALL ROADS WILL BE OPEN TO TRAFFIC DURING PEW( TRAFFIC PERIODS, 6:30 TO 0:30 A.M. AND 3:30 70 5:00 P.M SP 14 Revised 3/64 NO MOW( SMALL BE DOME ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY SIGNS AND TPAFFIC CONTROL DEVISES ARE IN PLACE. THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDE' IFICATION SIGN` SHALL HE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL R LADE. 7-1.23E DUST CONTROL rADDITIDNAL SECTIDNI ' THE CONTRACTOR SHALL PROVIDE A MINIMUM 1,5DO GALLON CAPACITY WATER TRUCK WITH ' A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SWILL BE CLEANED OF DUST AND DEBRIS Al THE END OF EACH WORKING DAY. IN ADDITION, THE CONTRACTOR SHALL .NOVIDE SPRINKLING, AS NECESSARY, TO ALLEVIATE OUST NUISANCE ' OR AS DIRECTED BY THE CITY. 7-1,24 RIGHTS OF WAY (ADDITIONS SECTION) ' THE CITY SMALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE CONSTRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL COSTS , OF THE SAE. COPIES OF ALL EASEMENTS AND ACCESS PERMISSION WILL BE PROVIDED TO THE CONTRACTOR. THE CONTRACTOR SMALL PERFORM ALL WOW( ON PRIVATE PROPERTY IN STRICT COMPLIANCE WITH THE TFRMS AND CONDITIONS OF THE EASEMENTS AND ' RIGHT-OF-ACCES5 DOCUMENTS. 7-1.26 EMPLOYIENT_OPENINGS (REPLACEMENT SECTION) , ENTIRE SECTION OF STANDARD SPECIFICA11ONS ON EMPLOYMENT OPENINGS IS DELETED. 1 SECTION 8 1 6-1,03 PROGRESS gjMF�_ (REPLACEMENT SECTION) IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE FIRST , PARTIAL PAYMENT IS MADE, THE CONIMACIOR SHALL DELIVER TO THE ENGINEER, AN ESTIMATED CONS:RUCTION PROGH,cSS SCHEDULE IN FORM SATISFACTORY TO THE ENGINEER, t SHOWING THE PROPOSED DATES OF CO"NCEMENI AND COMPLETION OF EACH OF THE VARIOUS PAY ITEMS OF WORK REQUIRED WIDER THE CONTRACT DOCUMENTS AND THE ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT THAT WILL BECOME DUE TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SHALL ALSO FURNISH PERIODIC ITEMIZED ESIIWATES OF WORK DONE FOR THE PURPOSE OF MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN MAKING LP ANY OF THESE SCHEDULES WILL BE USED ONLY FOR DETERMINING THE BASIS OF PARTIAL PAYMENTS AND , WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT. SP 15 Revised 3/54 , SHOULD 17 BECOME EVIDENT AT ANY TINE DURING CONSTRUCTION THAT OPERATIONS WILL BEHINDOR MAY FALL ThiS FIRST UPON REQUEST PROMPTLY SUBMIT REVISED SCHEDULES IIN� NE CONTRACTOR THE SA FORMAS SPECIFIED ' HEREIN, SFTTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED LABOR FORCES OR CONFERWORKIN W BE Lip, AND ITH MODIFCATION FT THE NENGINEER UNTIL IGHT NOW, BAN YAPPROVED TIMSS E OF THE ORIGINALL ' SCPTED SCHEDULE HEDULE HIS AS FOUNEEND STO�CONFLIFURTHER, CT WITH THET ANY TIME A CONTRACT FROVI�SIONS, IT THE SMA L, UPON REQUEST BE REVISED BY THE CONTRACTOR AND THE WORK SHALL BE PERFORMED IN COMPLIANCE WITH THE CON. 'ACT PROVISIONS. 'AYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS MADE t AND UNTIL AN APPROVED MODIFIED SCHEDULE WAS BEEN PROVIDED BY TFE CONTRACTOR MAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE ACCEF;EU SCHEDAk.E OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS HEREBY WADE AN OBLIGATION OF THE CONTRACT, PRE-CONSTiRUCYION CONFERENCE EADOIT IONAL. SECT IONI PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL SUBC')NTRACTOR, UTILITY DEPARTMENT, TELEPHONE COMPANI , AND OTHER INTERESTED UEPARTMENTS SHALL ATTENU A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE, AND DATE 10 BE DETERMINED AFTER AWARD OF IFIE CONTRACT. SLIBSEQUENTLY, A REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW ' PROGRESS AND DISCUSS ANY PROBLEMS THAI NAY B INCURRED. THE TIME, PLACE, AND DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE. 8-1 04 NOTICE TO PROCEED ANn PROSECUTION OF gO LADOITIONAL SEr,TIQN1 THE. CONTRACTOR SHALL NOTIFY THE CITY OF RENTON AT LEAST 48 HOURS PRIOR TO R COM%.NCING WORK, THE SAME NOTIFICATIONS SHALL BE PROVIDED TO THE POLICE AND FIRE AUTHORIIIFS AND THE SCHOOL_ OISIRICT MEN WORKING WITHIN A ROADWAY RIGHT-OF-WAY. THE CONTRACTOR SHALL ALSO NOTIFY PROPERTY OWNERS ADJACENT 10 ' THE CONSTRUCTION; AREA, INDICATING THE DURATION AND PROPOSED 1 DE: OF ACCESS CLOSURE TO THEIR PROPERTY. ' 8-1.05 TIME OF COMPLETION ( nDIT10NAL SECTIONN) THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSECUTE THE WORK TO COMPLETION 1N' ALL PARTS AND REQUIREMENTS THE PROJECT SHALL BE COMPLEIED WITHIN THE TIME NOTED IN THE CAL' FOR BIDS. ■`� SP 16 Revised 7/84 i VE THE ST OF THE PUBLIC WOWS DEPARTMENT, CITY COUNCIL OF RENTON. WASHINGTON, TO�EXTENDN THE TIME OF COMPLETION OF SAID WORK. NO EXTENSION SMALL BE VALID UNLESS THE SAME BE IN ' MUTING AND ACCOMPANIED BY TIME WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER WORK OR EXAN TENSION OFF TIME TFORRTTHE COMPLETION OF THE WOW, AND SHALL NOT RELEASEG THE ' CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO COMPLETE THE WORK WITHIN THE TIME REQUIRED. , RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S BIRTHDAY, WASHINGTN'S BIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS DAY, THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. THE ' DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY CITY EMPLOYEES WHEN CHRISTMASS ON A TUESDAY OR FRIDA�- THE O DAY OCCURS AY FON AIER C HRISTMAS SHALI BE N MONDAY, WEDNESDAY. OR THURSDAYLIDAY Y.. MEN CHRISTMAS DAY OCCNS ON A SATURDAY, THE TWO PROCEEDING WORKING DAYS SMALL BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY OCCURS N A SNDAY, THE TWO WORKING DAYS FOLLOWING SMALL BE OBSERVED AS HOLIDAYS. , ALL REFERENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE DELETED AND VOID. 0-1 04 LIQUIDATED DAMAGES C20ITIONAL SECT THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE 1N AOOIIION T0. DAMAGES FROM 'OS1S FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED 'OND CONTRACT COMPLETION DATE. THE COST OF ADOIIINAL INSPECTION AND 'ERVISION SHALL BE AN AMOUNT EQUAL 10 ACTUAL SALARY COST PLUS 100 PERCENT 1R OVERHEAD. :� OVERTIME WORK BY OWNER EMPI OYEES (REPLACEMENTSECTION) ' WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WOW OVER THE ACCEF'ED B HOURS PER DAY OR 40 HOURS PER WEEK OR ON ANY CITY HOLIDAY, AND THE WORK REWIRES INSPECIION, THEN THE CONIRMCIOR SHALL REIMBURSE THE CITY AT THE RATE OF $SO OF HHAYYINNG HE OVERTIMELINSPEVE THE CTION, SOLE AND SNnMLN NOTIFY THEITY IN ERMINING THE C NECESSITY CONTRACTOR OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONILS DUE THE CONTRACTOR ON EACH MONTHLY ESTIMATE. L-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION-1 ' THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY, , EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTOR'S PLANT AND PLANT AND EQUIIPPME�ENT N THE LL AYE THE PERFOORMANCE OFGHT ANY TO MAKE WORK ON THE OF THE SITE Of THECONTRACTOR'S WORK SP 17 Revised 3/84 5 TIME USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND PAID FOR ACCORDINGLY. NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME, FOR THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE COMMENCED UNTIL FINAL ACCEPTANCE OF THE WOW BY THE ENGINEER AND THE OWNER. THE CONTRACTOR SHALL EMPLOY SUCH NEASURLS AS ADDITIONAL FENCING, BARRICADES, AND WATCHMAN SERVICE, AS HE OEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE PR07ECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE OWNER WILL BE PROVIDED KEYS FOR ALL FENCED, SECURED AREAS. ' 8-1.13 AT T°NTION TO WORK (REPLACEM Nf T SECTION) THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION 70 AND SHALL SUPEPVISE THE WWRC TO THE END THAI IT SHALL BE PRUncLURED FAITHrUL1Y, AND WHEN ME IS NOT PERSONALLY PRESENT ON THE WORT(, HE SHALL AT ALL REASONABLE TIMES TO REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO EXECUTE THE SAE, AND TO SUPPLY MATERIALS, TOOL$, AND LABOR WITHOUT DELAY, AND WHO SHALL BE THE LEG.,L REPRES:NTAI IVE OF THE CONTRACTOR. THE CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTI(INS DELIVERED TO HIM OR TO HIS AUISURIZED REPRESENTATIVE. ZCTION ' 9-1 O1 WEASUREMENT OF QUANTITIES RADDITIONAL SECTION) ALL DFLIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME OF ' DELIVERY. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER UA'E OF DFLIVERY OF MATERIAL. ' A. BY TRUCK PAYMENT WILL NOT BE M. E FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF MATERIAL, GROSS WE1GH7, TARE HEIGHT, TRUCK NUMBER, DATE, AND INSPECTOR'S ' INITIALS. SCALE CERTIFICATION SMALL BE. SUBMITTED AS EARLY IN THE PROJECT AS POSSIBLE. EACH WEIGHT STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, 111E, DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT . THE WT_EIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY TRA'ISMIi TED DAILY TO THE CITY BY THE SCALE Al TENDANT, IN ISOLATED CASES WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE THE TRUCK VOLUME AND CERTIFY AS 10 ITS FULL LOAD DELIVERY. ' SP 18 Revised 3/64 1 1 i 1 1 1 i TECHNICAL PROVISIONS 1 1 1 1 i 1 1 i 1 i 1 1 7ECMMIC AL PROYISION.� ' To TeCllltate the Installation of the serer main and stubs In S. Tobin Street between Shattuck Ave. S. and Logan Ave . S., the contractor shall remove the existing asphalt concrete pavement and repave the street after sewer installation in accordance with the plans and these specifications. It shall be the contractors responsibility to maintain a drivable surface for vehicular traffic during the sewer construction. This may be ' accoAp lashed by the use of crushed rock or cold mix asphalt at the discretion of the Engineer . All COStt associated with maintaining the roadway shall be con-ldered Incidental to the project and no further compensation shall bt 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 t conform to "TRENCH E%CAVAI ION' and "TRENCH PAVEMENT PATCHING" these technical provisions. ' MOSILl2ATI0N This bid Item shall provide compensation for costs Incurred b, the contractor for moving equipment to the job site, securing suitable storage t areas, providing a field office. If desired, providing sanitary facilities for the workman, rotating equipment during the project, and removing all equipment and faellltles from the project area upon completion. The lump sum bid for mobilization shall and equipment, and all De full compensation for all labor other costs necessary for the contractor to perform mobilization as specified. Partial payment for this Item will be paid only when the ovner determines that sufficient progress of the project warrants such payment. ' CLEARING ME) WWBg!N The lump sum price for this Item shall be full COmpansd11on for all labor ' and equipment required to remove from the site al ! trees, brush and items of a similar nature vhich must be removed in order to Install the sewers and ail appurtenances. The disposal cf all malarial Shall be the complete responsibility of the Contractor . A salvagnab :e material shall be the Property of the owner ant shall , upon removal , be Immediately loaded and uled to the owner 's designated yard and there shall be carefully unleaded and neatly .tacked or stored In the area designated. ' The disposal of Inflammable Aaterlal such as trees, stumps, brush, etc . , shall be the responsibility of the contractor. There she be nu burning on the site. The Contractor shall be responsible for all arrangements, malnterance, and clean-up of ail disposal tltas required for the 61 sposel Of all Inflammable and other waste material . -I_. TECHNICAL PROVISIONS CLEARING AND GRUBBING - (CONT.) , There will be no payment for overhaul for any bid Item or portion thereof , In these contracts. All bid Items either dealing direcily with, ur Implying movement of, and mntarlal to or from the project area or In the project area Itself are hereby understood to Include full payment for a! I movement of material . ' The Contractor shall schedule the work to be done within the easements so that all work will be completed within 5 consecutive working days. Upon completion of the pipe Installation, the disturbed area shall be Immed(ately re-sodded and restored to Its original conditt . The unit price for clearing and grubbing shall Include all costs of labor, , equipment and all Incidental costs In connection with clearing and grubbing. Clearing and grubbing shall be done in strict compliance with Section 12 of , the Standard Specifications. MECHANICAL TAMPING ' Mechanical tamping shall consist of hand-operated mechanical or pnecmetl, tempers as outlined In Section 15-2.01A of the Standard Speclflcaticrs and ' shall be required where called for in these specifications, on the pans, and where directed by the Owner . Mechanical tamping shall be considered as Incidental to the construction ' and ell cost thereuf shell be Included by the contractor In other pay Items within this contract. No further compensatlon shall be made. , yjyTFlj Water shall be acQuIred and place In strict compliance with Section 16 of ' the Standard SpeClflcatirns, Water shall be considered Incidental to the projects and no further , compensation will be made. SOIL ANO/0._„UBSURFACE CONDITIONS The bidder SI, li make his own doclslons and conclusions as to the nature of , the materials excavated, tho difficulties of making and malntetning required exca, 'he difficulties which may arise from suhsurface ' conditions, a any other work affected by the subsurface conditions an upt full responsibility. To assist the bidder In determining t Mace conditions for the project, a copy of tes' ' bereing sne , ys lcluded In these specifications. -2- , 1 ' IECHNICAL PROVISIONS ' SOIL AND/OR SUBSURFACE CONDITIONS (Cont,) Extra compensation will not be made for the advcrse c-indit cons that may be ' encountered. REMOVAL SF PRIVATE PROPERTIES ' Removal and replacement cf private propertles shall he assigned as the contractor 's responsibility to restoro private properties to property owner's satisfaction. This Is not to be considered as nor replacemert, but ' only restoration of existing facilities, In case of damag by contractor or restoration caused by necessity Of removal . Such remo,si ld replacement shall be corsidered Ircident, I to the project and no compensation will be made. SAX CUTTING tThe Contractor shall saw Cut exist Ing asphalt concrete pa,ement, Cement concrete ovement, and cement concre'a sidewdly where shown on the plans or ' as directed by the Englneer . The depth of the saw cut shall be a mlcimum of 1-1/2 Irches and such additional depth as may be required to effect a uniform :reek . iThe method of saw cutting shall be approved by the Enpinfer , The unit price per linear foot for saw cftiing shell be ull compensation for all labor, materials, equipment and incldentals Pace sary for the completion of the work as specified. ' (There other methods of breaking c her ti.an saw cu ling are utilized, the price for saw cutting shall RCl be charge. GRAVEL FOR PIPE RE OO IN • - CLASS -A-. Gravel for pipe bedding for PVC, concrete or ductile Iron pipe (pea gravel ) shall have T00% passing the U.S. Standard 3/4 Inch opening and not more than } Inches will pass the U.S . If 200 (wet slevef , 0-8% .I11 pass the U.S. No. 8 sieve and 95-100% will pass the U.S. Stand rd 3/6 Itch opening with a minimum sand equivalent of 50. Class "9^ bedding shall conform to Section 81-303.A2 of tie standard Specifications. Pipe bedding material for concrete or ductile Iron pipe ' shall be placed to a minimum depth of e" below the bottom of the pipe and extending up to the spring 1 ' s of pipe, y' -3- CAG-037-84 S. Tobin St. San. Sewer Bid* Prop. & Specs. �� TECNNICAI PRDVICIDNS t fiBAVEL FOR PIPE BEDDIN Acc 0 ( ont ' 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 shell be full compensation for all labor , ' materials and equipment necessary for complete Installation. SELECT TRENPM BA KF III Select trench backflll shall be used only if the Engineer determines the 1 native material to be unsuitable for trench backflll . The cost for excavating and disposing of unsultable material shall be considered t Incidental to the pipe. Select trench baCkf ' 11 for the pipe shall consist of crushed or naturally occur Ing granular metal, l al 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 meet requirements for bank run gravel Class "B" as outlined In Section 26-3.01 of the Standard ' Specifications. The horizontal limits for measuring select trench backflll In place shall t be the side of the ,,xcotetlon except no psvmert ■lil be made for materiel rep ,aced outside of vertical planes 2.0' iwwi yutslde of and parallel to the barrel of the pipe and not the bell or collar. The old , rice for Select Trench Backflll per ton shall be full compensation for selecting, transporting, placement and compact Ing the back flll . No further compensation will be made. ' EWWQIE__-W_ STANDARD SANITARY Manholes shall conform to Section 63 of the Standard Specifications and , Standard Drawings as per these SpeClficatlons except as modified herein. All manholes not located within a public right-Of-way shall have a locking type cover . Rubber joint manholes shall 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 shell be r lgld, true to dimension and watertight. , After the barrel has been oonsi r uc fed, the uhanne la shell be completed. Shaping shall be such that channels conform to slope and grade and join t Ogother with well rounded junctions . Channel sides shell be brought up , vorticolly fe the crown elevation of the pipes. The shelf shall be smoothly finished and evenly warped, sloping to droll, to the channel . Concrete for shaping the bottom of the manholes shall bw 3/4 Inch maximum ' aggregate size. ina bid price for Sanitary Manholes shall ba full compensation for ail labor , equlpmont, materials, Including adjusting frame to final grade, ' excavation, backflll and all Incidentol costs necessary for furnishing and placing manholes. ' TECHNICAL PROYlelONd MANHOLF aA" EXTRA DEPTH tSection 63 shell bo amended as follows: "Extra Depth" shal . Moan that Portion required fcr Installation when Invert shall be greathsr then seven (7) feet below finish grad?. The unit price par foot of extra depth shall be full compensation for all labor, equipment and materials required to, complete standard t on O}i Installat s ' 46' diameter manhole section per vertical }cot per plans end further compensation will be made. f_OlINOATION MATERIAL Foundation preparation ahAll consist of all work below the foundation level necessary to Drovld* a base suitable lot the installation of bedtling, pipe ' and backflll . The material shall be clean high quality fractured rock passing the 3" square sl*v* and shall be approved by the engineer . The unit price per ton for foundation material shell be full r,omp ensaf ion for mattererie t aal , m, meO%GI and ClaDosat of u sultabie material , hauling, placing foundation echanical m compaction and ell Incidental costs necessary for furnishing foundation material . ' SLIVER PIPE P.V.C. PIPE (Alt rn tat P.V,C, sewer pipe shall conform to A,S .T.M. 03033 or D3034 except as otherwise provided. Rubber gaskets for P.V.C. pipe shall D1669. conform to A,S.T ,M, Fittings shall be of the same material and class as the pipe, ' P.V.C, Dip* shall be furnished and Installed In accordance with Sections 60 and 61 of thw Standard Specifications except as modifled herein. Six (6") Inch as of beading material shall be required under all H*Br pipe, Bedding material shall be the some material as described In these tachnlcal p rCvlsiOns. S*c1 10n 61-3.05 shall Include the following: The hand•placed bedding around the DIDe and to a polnl IQ" Inches above crown shall be toot-tamped until I1 Is unyielding, Tie remaining backflll shall be mechanically tamped with' hand-op*rsted mechanical or pneumatic tampers, to 95% density, -5- TECHNICAL PROVISIONS P.V.C. PIPE (ALTERNATE) CONS . ' All excavation, placing of pipe, and backt111ing shall be done In accordance with State of Washington Safety Standards for Construction Work , Part C of the latest edition. ' To Insure 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 per linear foot shall constltute complete compensation for ' all labor , material , fittings, tools, and equipment necessary for Its Installation; Including excavation, bedding, backflliing, placing of pipe, end mechanicelly tamping the backflil materiel . No further compensatlon will be made. , UCIILE IRON PIPE - (Alternate) Ductile Iron pipe stall be thickness Class 50, thin well Outfits Iron Pipe. in accordance with AWWA C-151-71 , ductile iron with cement lining as specified In the Standard Plans and Specifications. .olnts shall be of ' single rubber gasket type par AWWA C11 .-72. Push on joints ITyton) . Ductile Iron pipe shall be furnished and installed In accordant• with Section% 60 and 6l ,f the Standard Specifications except as modified herein ., Pour fa) Inches of bedding material shall be required under all sewer pipe. Bedding material shall be the same ma'arial as described In these technical provisions. Section 6)-3.05 shall Include the followingr The hand-placed backflil , around the pipe and to a point six inches stove the crown shall be toot-tampe0 until If Is unyielding. The remalning backflil whether native material or select backflil , shall be mechnically tompeo with hand-operated mochahitei or pneumatic tampers, to 95% density. All excavatlon, placing of pipe, and barkfllling shall be done In accordance with State of Washington Safety Standards for Construction Work, Part C, of the latest edition. The unlf price per linear foot %ball constitute complete compensation for all labor, material , fittings, tools, and equipment necessary for Its , installation; Inc lud(ng axr.evetlon, Class B bedding, beckfllling, placing Of pipe, and mechanically tamping the backflil materlo! . No further compensation Will be made. , -6- tIECHNICAI PROV:S10NS IELS/STABS Tees shall be Installed where required to Intercept existing sewer stubs. The Contractor shall be required to remove the existing sewer st ,h to the right-of-ray line and Install a new 6" stub and cleenout as shown on the plan . ' The unit bid price per sect, Tee shall be complete compensation for all labor, material , fittings and equipment necessary for complete Instal latlon . ' The unit bid price per L .F. for 6" sewer pipe shell be complete compensatlor for all labor , eaterlals, fittings and equipment necessary for complete Installations Including excavation, bedding, ba,;kfill , placing Pipe, including connection to existing side sewer, Installation of ' cieanout, and removal and replacement of concrete curbs and gutter anc s Idewa Ik . No tunneling under the curbs, gutters, sidewalk or driveways . III be allowed. G,QIINECTION TO EXISTING MET Rri RGNKLINE Where shown on the plans, the contractor shall be required to ccre-drlll ' the existing concrete Metro s. wer trunk and Install a positive seal gasket conforming to Metro specific, tions, kefer to data sheets these specifications for types of sea 's regolrea, or app-oved equal . The contractor shall submit a sample of the seal to be used to the Public Works Capt . for approval prior to Installation . The unit bid price for "Connection to Existing Metro Trunkline" shall be complete compensation for all labor equipment , materials, fittings; Including core-drilling, cornection to Metro trunklins. backf l l l ing d compaction all In accordance with Metro requirements and these ' specifications. No further compensation shall be made. NOTICE: The contractor shall be required to notify Metro Sewer ' District 48 hours prior to exposing the Metro trunkilne ' CONNECTION TO EXISIING MANHOLE Where shown on the plans, or as directed by the Engineer , the contractor shell connect the new sanitary sewer line To the existing manhole, provide a rubber serer plug to be removed upon acceptenre of the construct Ion by City of Renton and channel existing manhole. t The Lump Sum price bid shall be full compensation ror all work and material to make the connection, and rechannel the existing manhole. t 1 -7- j,E,WICAL PROVISIJNS CRUSHED SURFACiNO COURSE ( I-I/4" MINUS) Crushed surfacing course ( 1-1/4" mincs) shall meet the requirements as i outlined in Section 23 of the Standard Specifications . The Contract?r shall select the source, but the source and quality shall be approved by ' the Engineer . where additional "fines" are required the engineer may require 5/8" minus crushed rock, meeting specifications, in lieu of I-1/4" minus at no change ' In price. The unit price par ton for crushed surfacing course ( I-1/4" minus) shall be ' full compensation for all labor, material , equipment, and all Incldental costs necessary to complete the work as specified. No compensation shell be made for crushed surfacing used for trench patching or sidewalk sub-base., ASPHALT CONCRETE CLASS"B" Asphalt Concrete Class "B" (AR-4000) shall be In accordance with Section 34 ' of the Standard Spscif lcat ions errept as he-e in modified. ASPHALT CONCRETE CLASS "B" CQnt. e SPECIFICATION UFSICNATION f,R-4000 Absolute Viscosity 0 1400 F. pC se 3000 - 5000 Kinematic Viscosity 0 2750 F . CS, min . 275 ' Penetration at 77o F ., 100 g/5 sec. , min . 25 ' Percant of original penetration at 770 F . , min. 45 Ductility of 770 F . , CM, min. 75 TEST ON ORIGINAL ASPHALT Fleshpolnt, Spens"y-Martens, Deg . F. ,min 440 Solubility in Trichlorethylene f min. 99 , -8- I I —NiC AI o a��D r ACC --�4 � sloms Installation shall be t method alt 0 and DehlculeVace rh}doff loc c Prresent. 0MPactetlr tot'it hStendn loads°Imes edelluate f0 Care sha n to Doaddeyrsleie Be me nt orfta rInsure existing fro: s v ha lturoad movement as moon eas I rest c ontr s ih actor has 00mpI to and t cPrevent undue e unit bid Price ton for A on for furnishing te or mode Install fo COMPens8aasphe ltcconcrrete Cus Class if B"Pas tspec a} IeeasColdse equipment i1all be full necesser �EbIL1i_ PAY M °r frencn Detching,oy astcompors atlon shellypto Logan Ave. Trench pavement 18 of the StantlaPatching shell be done In to ester note 'A. standard Specrd lD aenoho, �6ncret ecpave.rce elth derd plan N sten no rnlh furthnrrment patrning shall Patching shell con io rm ICONr`RETE ru tlon snail Dermedeconsldered Incidental to the project, and Mhere nect;sl}e to .lER Rf bEHI b the I stld e w a lk rd mdrivewayt ea;ece q ulPedteo!Oof Othe Sex l511nb the contractor shall crab den °f surplus mat 9 concrete cu •b, gutter, sposal the d gutter and material and removal Protect entl °f concrete Jrlvare end replacement no further c°mpensatl Ys shell De considered Of concrete Tie constructionconcrete on shall Da made, cldentel to cur s j it be Bother. 5 edera lk fdfd Standard Sp gutters,c li sidewalk or driveways shall cats S.Cplp NIX ACP Alt PAT NI Y rill De allowed, o tunneling under the Cold mix asphalt l be nolfumix asphalt Patching Snell Placed be and compacted as directed DV the engineer, Pensa+JO, he, , considered 112- maximum tren mix to the billcDnd esmedeldeDe hlnc,den ta•ato be t he mad, p eOject Cold endcOed asphalt PusDalltbe r Placed oject aeP from t Oo further compens0ticne '9' TECHNICAL PROVISIONS CEMENT CONCRETE CURB AND GUTTER ' Cement concrete curb and gutter %hall 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 S ( 1-1/21 air-entrained Portland cement concrete, us per Section 37, Standarc Specifications Depressed curb and gutier In front of driveways shall be In accordance wltt t City of Renton Standard plan for "Standaru Depressed Driveway Curb Ono Gutter - type D". Concrete shall be 14 day class 6 ( 1-1/2) air-entrained ' Portland cement concre+e as per section 37 of the Standard Spec if scat Ions . Gutter section shall be 10" thick. CEMENT ON -R TE 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 detall . CEMENT CONCRETE OR VE NAY Concrete driveways shall be constructed In accordance with Section 41 of 1 the Standard Specifications, one per detail these speclflce+Ions. All cement concrete dr ; veways shall be constructed to a it ukness of six i (6) Inches. Section 41 ' Is amended to require that the concrete mix shall be as speclf(cd for Class 6 ( 1-112) H.E .S. EINISIANG AND CLEAN-UP Finishing and clean-up shall be performed In strict compliance with Section ' 4 and :7 of Standard Specifications . The lump sum b:d for finish and clean-up shall be full compensation for all , labor and equipment, and all ether costs necessary for the contractor to perlcm such . No partial payments will be pals on this Item. The restoration of disturbed areas Ord planter areas, iocluding replacement , of plants, trees, shrubs, seeding, bea.ty bark , sod, repair or replacement of sprinkler systems or other private u'llltles shall be considered Incidental to finishing and clean-up and no further compensatlon will be ' made. BOADaAY EXCAVATION , As shown on the plans the contractor shall remove the existing asphalt pavement on S. Tobin St, between Shattuck Ave, S. and Logan Ave. S. ' -10 ' IECHNICAL PRDVISIONS RCADWAY EXCAVATION (CONT.) tRoadway excavation shall be in accordance with Section 61-1 .02 of the Standard SpetA lcations 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 par square yard for Roadway excavation shall be full ' compansatlon for all labor, equipment and Incidental costs necessary for roadway excavation in accordance with these speclftcatlons and no further compensation shall be made. ' TRENCH EXCAVATION Trench excavation shall be In accordance with section 61-I .02 of the Standard Specifications and shall Include all excavation. Including asphalt and for concrete pavement disposal of surplus and unsuitable material , and all other work Incidental to the construction of the trench for severs, manholes or other appurtenances which are a part of the pipeline. Trench excav:flon shell be considered Incidental to the pipe and no further compensation shell be made. 1 CONTROL OF WATER The bidder Is cautioned that considerable dewatering may be required on this project. To assist the bidder In determing the subsurface COW+Ions, a copy of a test boring analysis is Included In these specifications. Control of water shall be as speclfied in Sectlon 61 -3.02 of the Standard Specifications. ' Before dewater Ing the Contractor shell submit to the Engineer a stafemert of the method, Installation and detAlls of the dewatering system he proposes to use. ' Oewafering of the trench shall be considered as Incidental to the constuctlon and ail costs +hereof shall be Included In various unit contract prices In the proposal , unless otherwise specified. 1 TELEVISION INcp C710N After corpletion 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. Sold vidOO tape to be compatible with the Clty's system. This Item shall be lump sum price and Include all equipment, facilities, manpower and all other appurtenances necessary for complete and permanent ' record of Teevision Inspection. No further compansatlon will be made. -II- 1 TfCNNICAL PROVISION t CONSTRLCTION SI A,;1N . Section 5-1 .05 of the Standard Specifications Is hereby deleted and the ' following submitted: The Contractor shall be responsible for securing the services of e ' professional land surveyor who shall provide all survey staking needeC In conjunction with the project. This staking shall consist of, but not be Ilmlted to; roadway certerline, t grading and paving, sanitary sewer system, plus ell other staking needed to Construct the Improvements. The Contractor shell assume full responsibility for the accuracy of the ' staking and replacement or restaking. If needed. The City will provide tre Contractor with horizontal and vertical control needed to perform the t construction staking. The surveyor will also be required to provide a copy of his notes which ' reflect es-constructed Information on Inverts it all changes In line or grave. The Lump Sum unit price for Construction staking will oe full compensation ' for all surveying needed to construct the Improvements to line and grade par the approved plans. Partial payments for thti Item will he made ,n connection with the monthly pay estimates baser c, . m� , ad r, y determined by the Engineer . i DISPOSAL Of SIRP tS NAT"RIA r All materla,s designated by the Engineer to be rested shall be hauled, ' dumped, and spread at the locations selected by the Contrtc*^• The Contractor shall have the responsibility of obtaining his own waste ' site. All work Included in this secitor shall tie considered to be InCldental to other Items of work and no further compensation will be trade. ' The route taken to the waste site shall be malntalnrd solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers and related equipment as deemed necessary by the Engineer to alleviate the Problem of lost spoils along the route. Prompt restoratlon of the route is mandatory. The Contractor shall be required to obtain a fill permit prior to depositing any material at the waste site. A copy Of the fill permit snel , be provided to the City of Renton Public Works Department prior to Commencing work . -12 ' ' M i 1 ! STANDARD DRAWINGS ! 1 1 1 1 ! 1 ! i i 1 o.a o••uo 5/18/84 ..`SUMMARY. BORWG.NO' 2 ,»`....~ » A rox. 30.0 euuup Approx. od'P` �`}- 0�', •?',a"d �'`` ...... .......r.•...,... . .' a• Y o .+. d saoewrq. f 01 aspha�yef GRAVELLY SAND (Fill); gray-brownmoist loose fine tocoar•„ ,-ace siltylA 5SANDY SILT; mottled bruw„ S graymoist soft 5 fine, occasional lense of organics and sand 1 24 1 grades to dark qray wet soft 10 2 5/21/84 3 SAND; dark gray, fine to medium, iSP wet loose 3A 4 trace silt IS 3 SILT; gray, some fine sand, with SM/ wet soft 2 laminations of peat, thinly bedded ML 4A 4 with fine to medium sand 20 5A 2 2 _ Piezometer installed to depth 20.0' with 1.8' slotted tip at bottom, I backfilled with pea gravel to 4.0' , I bentooite seal placed to 2.0' , backfilled with to surface with pea gravel and cast iron monument i installed. Survey Station 0.10, 65' South 1 '1 •' ]•oo . » ..r. r., c a-r..•oo . ]-„]. ..•.•...rw.a c......w.r»,.e•-w..0.+..r. ,.r....».•..o O ] r )'00 . �r..rr. ,...Yr ] .yyM Y,IY...r.. 0-YM.W..r.rr,..W.1- .N.Y.Wu O ......r.r. r PROPOSED TOBIN STREET SEWER INTERCEPTOR .r O�K.MO• • for The City of Renton 84-5170 R`71 Converse Consultants M�plwa 3crm w�M 2 pna p ,cv 5/18184 SUMMARY: BORING NO. I c Apprex. 27.5 �,p ' fe �o o�# ..1— r............... ....... ...... . J J r o a'�: d puc•Wrw»w• e.ree, rae•u»a Q cp»uua»c. 4" asphalt layer 1 GRAVEL A COBBLES ;Fill) ; trace silt moist very 3A 3 -- dense 2 SANDY SILT mottled Drown A gray, ML moist soft 5 some gravel grades to gray; trace gravel wet very Q 2 Soft 2A 1 10 11 GRAVELLY SAND; gray-Drown, fine to SW wet dense coarse, trace silt 18 3A 17 grades to gray 15 26 6 SAND; dark gray, fine to medium, SP wet loose 4A 3 trace silt, thinly bedded with 20 4 5 clayey silt layers 5A Piezometer installed to depth 20.0' with 1.8' slotted tip at bottom, backfilled with pea gravel to 4.0' , be ntonite seal placed to 2.0' , backfilled to s:,rface with pea gravel and cast iron monument installed. Survey Station 1-50 �• !'.aW.gaN..bN. • a•0.p IWw-».F..wFNr C a-\'.•O° . a.rl-YMr r•.-111y..r\C p5-441.y pi-\rl"`p .pW a.rr.r..wFl.r a ..w.N..r Ne.raN1 p-Ww. .,l-.rr.Nlr•N.wF.aW\. 6 PROPOSED TOBIN STREET SEprR INTERCEPTOR _. for The City of Renton B4-5173 Converse Consultants a or e,Soonc, 1 KEY TO SOIL SYMBOLS AND TERMS 1 N.\Yf11 P Iat N NNUON 10111•tl Nl wa IY Iq 1.11\t Nl N 0.1. Mt IIV.IIurINI•11 N•u•..� P IUN>Ntl Hlw IYI •1.III Nlt UNIPIPIIp 1g11. ' wN• .ul. u.nu« n•Iu1 Nnl itlR YSPIIIYL(dD111tl1, fDu ISI(q MID MIIM(SS - ,IY •I1...•L.I le.nl uunl wl.f 1 . I•.0 . «I•IN. ..p rw • I ..P• " 'I'r LL.q ' - ' ,i.. ,.1..••. ua . .. 1. ..Ln:•o:i�iL rilli•L..�ol LN..N.: i.ii. Nn 1 Ou 1 n•I m.11.. «•.�1� ar •il}.}. • Ir• 11.«. 1 N IN - }iio. •. .. ro.. pu. a \. NI .a1.}.Nql «•1 xw n « uu ' 1 - 2•_ ] nN MM,"I'$ (NN.wa11\ 4 Il«NI\IY w \N«I •w•1.«• i Ill lnrl«q NI rNNI NIP'oil I Ir••.I\I. i i `I •} it {..... .r«.1.. .r•.11.1•N. III\4 ruN Il NIII. 1.�tl«.NI« NNIIWr\N n1111Ylilrl I° � 3 j i •I . \••II 11 n.\ • ..11•. I _S , •I p•tr IIIrI Ip\r 11"IN 1\\11 � � x Y.11..r•«. 1• 1•.YIII N.I NII I• pN 1 •1 II Iw NN.. 111111«\I. IINI MII 1.11 \I. \1 0.10 1. 1 N r 11 11 �1riN1 NN•, 11111 1.N N f N .r NIIII I.. II\1\. j� = w r Y 11•N \•r1 .i111 I.M \• ..1. �w = Yn LN .N IYV - •` w � i ,. ',11. ...1.. \... 1111 '0 .,.fir\1.'.1 I....I1.:..,1,� . il. ..111.1 .•.... .i\ _ NIirINI Mlp� _ N•trl.`« IIIII II.•\Iri..1�N IIII ` • ft N.inu •. ......br Nn N i min p w.I IN ruNl •i Y:N N.Ir InNI.. 1 •1.•�u«I.ni11 •n .1« I. .:NI I.IYINI°I�i «I I r1 NNII) I.«r 11NI a•xIr w If, NY I •IN Nr. nN• ir.\I IINI N li}•I. .1}1• I•.111•\ I r.ii \ • INr f I - - III•\Ii1ar r IN« .Ie • lr• 1,•I.•�I•II�I. • .IN. Nr•r• IrN11 I. _ f\ 1 .1°iI•.IN11(I II. 1'••1111 •n ,.r111 M I I ..• \�I.. ... ....... •i11 •. I • pN 1 p I ..Nq I. i 2 II. .n1 SOIL IUISIDII • 1. .I l.i, N\ . N u .y. 1 I.I N n.1ou.p 111 p 1.1 1_i N.i.pIN N INr10 1. Ily. I. Np • 11..11111r. . 1 .I.r. ' L - Sit! YA01D111OtS L1,1 I..a.rl N II1'! OI :Y•• •Iltl\I.~.N;1\I Ir. . . 1. It ..Tuj1 „111. 101. Iv I WIN Sin DIS111101 \Z l O ti A •o• y'y A �o PLAN *kt N T$ O ' I•.R w . . • T I GENERAL. N07ES JOINTS: DU",'ON" SMALL e EXCEED 15 CC NO' E RACED NOT TD I—a��� SECT A LfSS .MAN'O'C/C NT$CONCRETIE CO fNETE SMALL oat Ipa, CLA556ll.la�(l[ �OMEOaY1NG TO S[C riNAYN lT 2 01 FOq 1Dc�M.(A7/l T PROCEDURES ALL Woom AN SnAll Of IN ACCOaDANCE OR AS DIREC TfO :y ShSPEC,,, ON5 oX w C I T Y O F R E N T O N f ENDINETI pTnAh STAND T AR D 0, PUBLIC Mow.w D SSED DRIV *AY CURB A GUTTER . TYPE D •' .ed '/1.P7 ALTERNATE ! t 1►e ■PNNSIQN JOINT ' SLOPE E 1 rJ. EtPANS,ON JOIN• ,•.e Nrti •�. TJ . t e J 4 E1gNS'ON JOINT(T." ' See 'Grr -1 Rr+ron' Slortlol0 Doro,( fo. Dooee000d Dnrevo we rCN ► ,./ �NJr• Y GND B [PPNNSION Jp IN T al -Trno 0 trJ° YLt SI OPE t �-6 ' -- -- " ' SE,TI A-e ON . EXPANSION JJ�hT +p 1 ALTERNATE 2 Jope TVA) Jp V \ ' — GENEFAL Np_7ES JOINTS I J".'a", be obcae at MJ.n r of •ene• er rot Eny,nq. --��'��� CITY Or RENTON CONCPE TE ee....Ve..T Canpae .Neu er Pu.rlc ero..e a I• a.E wP*wloseiq,y( STAN •,. enr.e,nt• Po.nona teq.r ee.tiere DARD- �EMENT DRIVEWAY P°^-CCDI/IES Nen�on Mau ►e �. ette.ea.0 .nN •ora ti...... CDNC DRlV r1 geGLte L°+t or et 6. T u.. [.n r.. r etp• a r.�., _ r.e..__ ___ P.o.13ox 9t5L — Tgcwdq,wA. o TOWN R11 ' E Pip$ 0- "I20id ORfGOM .z}" KOR•N•SEAL ♦hoe.+'IN 14f eP4l e4D NY COY..4. VI\w."aVl M\. (p\/4M•rIVO a.(hY For Pipe Connections Up to 221h"O.D. °..\,\,,,seal ' r.alhn zhee.ow•w. at... ar oea°o.. Data Sheet No. 101-1 • .. ��. f afvuefwh--mil-. KwDan--- a !, a A. f Z Y T+Ialf T. � ¢ fe.rg\. t ll� RAW na Dantl bolt 1iIt _ 2 u; KOH-NSEAL provides a watertight effect the seal around the connecting Pipes mar be tut to length in dim 2 Connection by alleging true fte.ibibiy pipe,is also made aothely of 300 rights, hWd and InsWCgd fireclly Inln the j erq satisfies all o1hDT Cnnd:iDna ihdl non magneflc.torromo,rceistanl Stalin boat t •Ilea • pO311ivs DiDedo-mannols In loss steel. A screwdriver Is used to • The boot may be Installed In the s- neclion The uniqueness of It'a con •cluAbawormpeardriveprpducmgthe cored Pori IT, lers than 20 seconds neclion is o system which utilizes a Namping pressure to contract the band Ih,augh 1h, use at a simple hyd.auLo (! cored hole,and a flexible Tubbs,boot A and sr.i the boot to the pipe. lack ld 2 hole Is cosAil Into the cured can • The only joint that ma; wodnwd F costs wall of a manhole providing an KOR NSEAL Advantage, either In the manufaelureo's Afford of In opening final Is precisely eonlroliad In a The specially IofmWaled ki the held lli size,shape, a face finish and location. Pli EPUM blended compound These are advanlapoa of KOP At T A boot Is Installed into this cored molded opal olfora Superior resistance SEAL Adf..tapes not by ocCid,,:,hul hole which Is molded from a specially to water, sawspe, all, acids, ozone, thtuuph plunning and engineering , formulated NEOPNENE-EPDY blended "*thevcna and aging Ad.anlagea with prawn predu.lab'P compound menling ASTM C443,with a • UP 10 22 angular flexibility In any perlprmance. 3;$"Thin'',r,,Ivan lmCkn•ss. direction And 2' varllcal dapt...m9.1 Manhole • 0 An Internal expandingred band clamps can be arco"T,: deprhdm an g on p oiffeaL ns Mtl seats the boot to the port using a pipe I) a D During fee spng process, rant, e,l•locking toggle action which forces • A snparetfon of the pipe from the section an, be oou•ed' unno.mly,a-.1,the band to dhcre.se In diameter,thus mann.de, pror.des a Cushion ohsh except la filling baits. +hero ah' In generahrp a circumferential clamping Absorbs waranon and fe ative move no mandrels or other dyeontbuihee in Pressure to effect the s*At sets of men] between the pipe wid the the loam 10 disturb the flow of can:fold Circumferential ridges Pro molded into marhofe,thus prevenllog the lwmahon or require culling of reinforcing shoe ' the Pout surjKh% Ivhrth COTINCI the of MAIN producing cfaCls After the scc4ons hnt come.hotre win purl erM pipe. These fldpes deiorm a off-a" and out at found fond.- be core dolsdtl the Plant lotorhohfir In I umt-r clamping pre-oocto IJI surfas.> lions Of plpes Can be accommodated the field All holes produced shall meWdafitns In the poll Or pWe. The • ohl"'u , An Dip mite.pl crn be accept a co"I"I Iypa bean la sea: This internal ssparujing band is made of 300 made wnhoul changos In owl nr se,. seal Will aliuw for lateral and arpula, ' series, non Magnifier corm inn to • No may La cored and bools alignment as the pipe connection U l Aslant slainitss sleal.A band of owl. bistaled in the hold II necessary made. Infield change,,Additional fides C Tt lC av'fable as an option a Damaged of fardahzad be-is C in be, may be added ma.nta.nm0 the same i Tne a limit band,winch is ". d to easily replaced specibcaoons ouili, «a a..T•hYf•t,wri' a SEAL ASSEMBLY SIZE INFORMATION PIPE CLASSIFICATION(For ubroncaonly)' 1 5 Cement 6" AsDeslos 6" Asbestos ID"Asbestos 12"Asbestos 17" Concrete 12 Concrete 15` Concrole \i Camanl Cement Cement Cement Cement is" Asbestos is" Truax 18' Asbestos 6' 0u0me 6" Concrete 6"Ductile 10" J.C610 12"Ductile Cemenl 15" Vltntleo Cemenl 1 Iron 6•• Vunhed Iron Iron Iron 14" Ductile Clay 16-' Ductile 6" Plastic Clay a" Concrete 10" Concrete 12, Plastic from 16" Asbestos from 6 Asbestos 6" Plastic a" Plastic 10" Truss 12'Truss 15"Asbestos Cemenl I?' Vuohed Cement 6^ 7,.Ss 10" Vurilmd 12" Vilrihed cement a" Vdrihed 16" Ductile Clay 1 Clay 6" Ydn1iW DleY Clay 15" Plastic I-on 20 Asbestos Clay 17" Ductile Cement 10" Plaslm Iron i 'T' DuCI'ne 12'Plastic .Iron 1 —PIPE RANGE 5N" min. 7" min. 6 JY16" min. 11101 min' 12,min. .11 1eN" min. min 19 b:'•n in. 1 7%" mu. V" maw. 10N" msw 1]Y:" me%. 11N" me 17"max ltv," max 22v" mi. HOLE DIAMETER 1 12" 16.— 20- 20" 24" .. KOR-NSEAL ASSEMBLY NUMBER" Sf0&128 $10612A S10612 S10846A 510616 510620A $10420 $10524 1 A10617R A10B-12A A10&12 AfOS164 AtOG 16 .1 10620A A10620 A106.24 'For KOR N SEAL size requirements,refer to pipe O.D.range 1 "Seal Assemblies are supplied with stainless steel Korband(Prolix S)as slandard. Aluminum Korband IsAvAliablea,an option To specify olummum,use prefix-A' assembly number. SEAL PART PIl1U3ER INFORMATION 1 2 �;, " 3 1 KO R_NSEAL ASSEMBLY NUMBER" ■ S10S123 I S10612A S106g2 610516A 510616 Moi 20A 510820 SIC624 1 A706120 A106-07A A10612 A10616A AIN 16 A10520A A10520 AI0M24 1 STAINLESS STEEL KORBANO PART NUMBER (Illustrated) 1 la5i7 _— 1a5�16 11&20 Iti-2s 1 ANODIZED ALUMINUM KORB,.ND PART NUMBER 136-12 — 138 16 _ 1:111- 138-P4 1 2 SCOT ONLY PART NUMBER 102-128 10.12A 102-02 10216A 107-is _ 10240A 10740 l0].2., 1 3 STAINLESS STEEL PIPE CLAMP PART NUMBER 124 `:❑ 17ad2 124-16 12b70 1214/ 1 ` 1 . �,yl_/LL •.�� C �G.. / -/1,fIICLT..[.C�L, $TWINES STEEL ^�`\ POWER SLEEVE: . ' COLLAPSED INSIDE' GASKET BEFORE INSTALLATION ' POWER SLEEVE INSTALLED IN EXPANDED INTER- LOCKED POSITION 1 / ' PATENT PENDING ILI' MATERIALS SPECIFICATION DATA GASKET : THICKNESS OF GASKET MATERIAL TENSILE STRENGTH 01 RUBBER 1,400 PSI MIN ' ELONGATION OF RUBBER 450% - ,SBS UUROHLTER Of RUBBER 42 ALL RUBBER MEETS ASTM C-923 RGQUIREMt NTS. ' POWER SLEEVE: I -S" X . 170" TYPE 504 STAINLESS STEEL TENSILE STRENGTH OF STEEL 15,090 PS YIELD STRENGTH OF STEEL 35,000 PS ' POWER SLEEVE STAINLE! STEEL MEETS '} REQUIREMENTS OF ASTM L 423, TAKE UP CLAMPS: BAND, SADDLE AND MOUSING MARE OF TYPE 101 SCREW MADE OF TYPE TO', STAINLES< STEEL. PSX STAINLESS STEEL CLAMPS MEET ASTM C-911 REQUIREMENTS, G,. t •gyp j� , ' l PSX - SINGLE TAKE UP CUWP PROvICL "O`: PIPF OD'% RANGING UP TO 16.5" I3 PSX-1 - DOUBLE TAKE UP CLAMPS PRJ\ IDEC - FOR PIPE OO'S OVER 16 S" } REFER TO PSX ORN RING INFORMATION 1 PSX ' POSITIVE SEAL GASKETING WITH POWER SLEEVE EXPANSION �r l 0 t' 0 ' 6 9 1 ' A FLEXIBLE, WATERTIGHT PIPE TO MANHOLE CASKET SYSTE,' . EACH GASKET SIZE WILL ACCOMMODATE MANY DIFFERENT PIPE SIZES. UP TO 20 DEGREES AXIAL DEFLECTION. 1 INSTALLATION IN M+ 4HDLE WALL IN TWO MINUTES OR LESS. WETS AN,) EXCEEDS ALL REQUIREMENTS OF ASTM C-923-19. AVAILABLE TO ANY AND ALL MANHDLE MWJFACTURERS. ANOTHER INFILTRATION FIGHTER FROM r PS PRESS_—SE_ AL_ P,ea-cI aele b„nv,;„" Psx sioT GASKETCORPORATION Foe. ., I V I.1.• qll 14•) 9 17 1 PnFe °.AE Srandn.d Drawings •frxxll (OM O(i( Or I�luN10Yt I lAY1 NIY rIIIA(lxlrl I\i(X� cut SNnll II Vl\TI(A1 a'.I Ix \(NOYI LOOSIN[D 1fIN1li IYIN Y(NTICAIL• /SIGA'GNt I'%[$ AS 0.01,110, I Y11iIM4 AS,-." IAY(x[YT LOYLL(tl (1 t-ISI1.G (ON(Y(lI IAY[NINt O �• — CD+I A(t1I UVpID AO(A INISTIYG IIGID IASI _ "It NN. 1, rx{N CIOI t[O (ONA\C1t0 lI(rIN IAtNI.LL • l1lIYAl [ • ASAN [OY(Ytrl a, IITYNINOYf A PLANT NI( I+MINI MT AIAIA([MI Ni CUT YIY TI(AL A\l(. All _ AND IN IN OI ..SItA.G+I LI NIf TMItYNIfl OY [(14•I Y4 /If 010[(1lD (U1 YI•M •Y(UMAIIC rAY(xLYi IY11IN !\YI YI Nr ALUS l / {YIfl1Y4 ♦SANALI Ir11T nG CO.C."I n V1Xlr1 /�x,Vt N1 Al tIUSTING AIGIO SASS�'� •/• YMINf YICIN o1 1A1(N IS lUl lxq 1 :N PI Atltx IS 4' DNJ 5/ex MINUS 1.1 Ix .,It. r CRUSHED ROCK ' (tu+crte lAutY fAunLL—� 1 - t 1•' I" 1}" YuuRI ll" A'• 1•• AIGIO YNYIxI Nt W.I. Af IMILi� I ON(Yfll ♦ L T 1 A Y N I t0Y(NI II ANY(N(4i i v A l t A l A N i c A 1 0 A t I G I D I A I I M [ N I ' a♦LAN11x\l. r IOAU(1[ OR II1ANIMOY9 A(Il A(1+(Y( ATCN \ lY1S•IYG ASIxALf N1( A LYALA({IL 111%1INC IAfI S/e'"MINUS �� 1 CRUSHED ROCK _1"�toxNA<llD "1141- IACt1ul ' rTrl [ tl IAItN rot f t t a 1 0 t I A rI NI NT ' GI N1+rt rDTI CANVASS xIA (+All It L(\tf I.sll•UL1N.t.1. ID NDi t DN C1Nf SIL 1/tl YNI!N[YU If 1010,116. Ah1r. CITY OF RENTON "CI NI MT tONCIIII CLASS ( I ION AAY[NI Yt ru(N' • HA tu11( •u D. 'AfA+NIA (Art Ni lL (LASS 'r 10N YAYe+ur rATa", Pavement Palching ' III 1DN "III Y4 YOV1 RMi NIC 104 NVI xI NI AATtx^, PINlDr Stondord Pion No 18 SEWE ' Coenng-OlymD,c FNr'5920 a1 equal ' Adjustment- 12"Maa 2 a" ' one ' 19,. ivrecaet Semon 4 him ol 1 i--•Steps-3p•Deiormetl Bar 1 iY Mm r moa Plot$ite•21" t,D. / Loader-Slondr d 4lummum or Gtllronged !eel i Shelf Morton F,up •.w .w Precast Base Section or •`'. • cost in Place f'Mn • w i = . .r 6 M,n � ' cr SANITARY MANHOLE i TYPICAL DETAIL ENDING OF FILE FILE -nTLECAC7 0437 -84 J9& YK� � fit• �, at ' ! _ • . l