HomeMy WebLinkAboutWTR2700217(1) W-217 SPRINGBROOK WATERSHED FENCING WTR-9 1+
Bid Docuwents
BEGINNING
OF FILE
FILE TITLE
�RiN6 B�EoK �a4iNG'�ese&.Nii,p
lJr-'21?
FQNC ��7G sE` S�'�'c 196S-L£
AWARDED n . Contract No.CAG_
'To_
i O
Ink
*#$ R
BID PROPOSAL AND SPECIFICATIONS
FOR
PHASE I
SPRINGBROOK WATERSHED
FENCING
CITY OF RENtON
PUBLIC WORKS DEPARTMENT
MUNICIFAt WIPING, 200 Mw AVE 1
RENTON. wA5N 98055 • 1206173S 2631
CITY OF RENTON
BID PROPOSAL AND SPECIFICATIONS
SPRING BROOKWATERSHED
FENCING
PHASE I
INDEX
Summary of Fair Pracli,es/Affirmative Action Program, City of Renton
Scope of Mork
Instructions to Bidder
Call for Bids
*Certification by Proposed Contractor/Subcontractor/Supplier/ref. EEO
aMinorl/y and Women's Business Enterprise Participation
*C
ertification of EEO Report
Certification of Bidder's Affirmative Action Plan
"Oft-Collusion Affidavit
s Certification re: Assignment of Antitrust Claims to Purchaser
#Minimum Mage Form
*Bid Bond Form
*Propose)
'Schedule of Prices
Bond to the City of Renton
Contract Agreement
EEO Compliance Rennr.t
Envircnment 5n st
mple Form and Inructions ai Reg Lis+ ins
Hourly Minimum Wage Rates
Special Provision;
Technical Provisions
Detall Sheets/Standard
Ocruments marked s above muss La executed by the Contractor. President
and Vice-President or Secretary if corporation by-lams permit, ! II
must be signed. In the event another person has been duly authorized to
execute contracts, pages
authority must be eacopy of the corporation minutes establl shins this
thud to the bid document,
CITY OF RENTON
Public Works Department
Renton, Washington 98055
.;I
`-`
VASMINCTON
I
1-405
I
N,11i2ne St i (^ \
�7_'a \)
SPRINGBROOK
WATERSHED _
8E 2001n M., \ -
vlcm Y MAP
®lilt "A"
CT RERTC3
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 2340
The policy of the City of Renton is to promote and afford equal
treatment and service to all oitiaene and to aesure equal emp"y-
ment opportunity to all persons regardless of race; creed; actor;
•thni city; national origin; ass; t e presence of a non-job-rvlated
physioat, sensory, or mental handioap; age; or marital status.
Thin policy shall be based on the Principle* of equal employment
opportunity and affirmative ort p nea as set fortA in
federal, ♦tat# and tonal tawaati. Al! departmantaeeldeli of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employ-
ment such as recruitment, selection, promotion, termination
and training #hall be conducted in a non-disorininatory
t manner. Personnel decisions will be based on individual
psrformaneoa staffing requirement*. anj in aeaordanoe
with governing Civil Service Laws and the agreement
between th• City of Renton and the Warhington State
Council of County and City Employees.
(E/ COOPEPATIDN WITH NUNAN RIGATS ORCANI.ATION� - The City of
cnton wi coops ra to fee 9 u t a organisati oa• and
t commissioms r9ania#d to promote fair practices and squat
opportunity in employment.
(3) AFFIRMATIVE ACTION P.ROGRAP - The City of Renton Affirmative
' rot—ton Program will be e;aintaiaed to facilitate equitable
representation within the City werhfoPoo and to assure
vquaZ employment apportk'-, ;:o att. It shalt be the
responeib:Zity and duty of all City officials and employee#
' to carry out the policies, guidelines and corrective
measure# as sat forth by Lhis program. Corrective
#mp Zoyment programs may b• es tabtished by the Mayor on
the recommendation of an Affirmative Action Committee for
those departments in which a protected alas& of employees
is wn,'er-repre*eRted.
(U CONTRACTORS' 08LIG
.halt
t ffirm ATZON - Contractors, subcontractors and
' ;;,FT
ra con not np ousinses with the City of Renton
ni a and auSscribe to the Fair Practices and Son-
Discrimination policies act forth by taw and in the
Affirmative Action Program.
' Copies of We policy #hail be distributed to aZt City employees,
*hall appear in at2 opperational documentation of the City, including
bid calls, and ehat2 ba prominently displayed in appropriate City
' facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this Ed day of Jun* 2980.
CITY OF RENTON: R,ENNTON CITY COUNCIL:
v ay,r r Council President
Attest:
Ieeueda July 30, 1972
,2A Revised: T*bruary 9, 1916
' Rsviseda Jun* 1, 1980
ty at —T--
CITY OF RENTON
SPRING BROOK WATERSHED
PHASE I
SCOPE OF WORK
The work Involved under the terms of this contract document shall
be full and complete Installation of the facilities as shown on the
plans and In the specifications; to include, but not be limited to,
approximately 1525 L Ft, of fencing, and complete restora;ion 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 CIt% Codes or regulations applicable to
such work and derform the work In accordance with the plans and
spoclflcatlon > of this contract document.
' INSTRUCTIONS TO BIDDERS
' I, Sealed bids for this proposal will be received by the City of Renton at the
office of the Renton City Clerk, Renton City Nall, until 2:30 o'clock p.m.,
on the date specified in the Call for Bids.
At this time the bids will be publicly opened and reed, after which the
bids will be considered and the award made as early as practicable.
1 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 obtained at the Public Works Department
t 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
' ne:essary for completion of that item as described in the s-ecifiCations.
5. The bid price shall be stated in terms of the units indicated ant as to a
' total amount. In the event of errors, the unit price bid will qovern.
Illegible figures will invalidate the bid.
' 6. The right is reserved to reject any and/or all bids and to waive Inform-
alities 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 0e City of Renton in an amount not less than
51l of the total amount of the bid shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately foil wing the decisiol
as t� award of contract. The check of the successful bidder will be
returned provided he enters into a contract and furnishes a satisfactory
perrormance bond coverinq the full amount of the work within ten days after
' rec„ipt 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 on partic�,Iar
points.
9. The bidder ;hall, upon request, furnish information to the City as to his
financial and practical ability to satisfactorily perform th .ork.
' 10. Payment for this work will be made in Cash Warrants.
' Rev. 7/15/81
CITY OF RENTON CALL FOR Rinq
SPRING BROOK WATERSHED
FENCING
PHASE I
Sealed bids wlII be received until 2:50 p.m„July 6th, 1984 at the
City Clerk's office and will be opened and publicly read In the 4th floor
conference room, Renton Municipal Building, 200 Milt Ave. Scutt,
The work to be performed within 90 working days from the date of
commencement under this contract shall include, but not be limited to:
Installation of approximately 1525 L Ft. site per !meter chain link
fenring - 8' high with barb wire. .
The City reserves the right to reject any and/or all bids and to wa"ve
any and/or all Informalities .
Approved plans and specifications and form of contract documents may be
obtained at the Public Works Department office At th♦ Renton Municipal
Building for a deposit of S 10.00 each set plus S 5 00 to cover
postage. If mailed. The deposit will be refunded upon return of the
Plans and Spec ' ficatlons In good condition within thirty days after bid
opening. The nailing charge will not be refunded.
A certifled che,K or bid bond In the amount of five percent (5%) of the
total amount of each bid must accompany each bid,
The Clty's Fair Practices and Non-DlscriminationyPolicies shall apply•
_ 6
CI*y Clerk
Published:
Record Chronicle: June 22nd, and June 29th, 1984
Daily Journal of
Commerce: June 22nd, and June 29th, 1984
' CERTIFICATION by PROPOSED CONTRACTOR, St2CONTRaCTOR AND SU'PPI.IER REGARDING EOUhL EMPLOYMENT OPPOPTUNITy
ameF�oC?[nNe ontractor
INSTRUCTIONS
' This cartificatcon is required pursuant to Federal Executive Order 11246. The implementing rules and
reoulatiMS provide that any bidder or prospective contractor, or any of their proposed subcontractors
and suppliers, shall state as an initial part of the bid or negotiations of the contract whether it has
participated in any previous ront:act or subcontract sub)act to the equal opportunity clause; and, if
tso. whether it has filed all compliance reports due under applicable instructions.
The City has heretofore adopted Resolution 2340 under date of June 2, 19e0, emending • 'Fair Practices
Policy.' as implemented by an 'Affirmative Action Program' therein amendlrq the P011cy of the City of
' Renton to proance and afford equal ttastmant and asrv1N to a31 citirens and to aes•ue equal caploYesnt
opportunity based on ability and fitness to all parents regard!*** of race, creed: color: ethnicity.
national origin: coal the presence of a non-job-islated physical, Sensory or MntAl handicap: ace or
marital status. This policy shall likewise apply to all contractors, subcontractors and suppliers
conducting business With one City of Renton who in turn shall affirm and subscribe to said practices
and policies. The aforementioned provisions shell not apply to contracts or subcontracts for standard
commercial suppliers or raw mat*rials or films or groanitations with lase than eight employees or
contracts of leas then 61C.000 business per annum with the City.
When the Contractor/Subcontractor/Suppll*r (hereinafter referred to as the Contractor) 1s required by
the City of Renton to submit an Affirmative Action plan, the minimum acceptable procentage of minority
arployment will be that percentage which 1a currently listed in 'Appendix I' (City of Renton Goals And
Timetables) in the published City Of Renton Afhrmative Action Progrsm. 1.e. 9.1s. Tbis Program is
available for review at the Municipal building.
The undersigned contractor therefore covenants, stipulates and agre*s that during the performance of
this contract he will not discriminate against any person in hiring, promoting, discharging. ComYen-
eating or any other term or condition of emplOYmant. by reason of such person's status, aeferarce
' the (ill aatacgries listed in pas. 2 above.
Contractor further agrees that he will take affirmative and continuous action to insure full compliance
with such policy and program In all rasp*-to; it being strictly understood and agreed that failure to
oceply with any of the terms Of said provisions shall be and constitute a material breach of this
contract.
Contractor Mali, upon request and/or as soon am P0091"t thereafter, furnish unto the City any and all
information and reports required by the City to determine whether full compliance has been made by the
contractor with said policy and program and contractor w111 permit acc as to his books. records and
accounts by the City for the purpos- of investigation to ascertain such ceapllence.
Contractor further acknowledges that he has received a true Reed complete copy of the City's 'fair
Practical Policy.'
Con traet—Tain'sYTica on um r
CERTIFICATION EY% CONTRACTOR _ or IMCONTMCTOP _ or SUPPLIER
' NAME:
ADDRESS
REPRESENTATIVES,
TITLE: PRONE: _
1. Contactor/Subcontractor/Supplier Sac participated in a previous contract or subcontract subiect
to the Equal Opportunity Clause: Yes No
2. Compliance reports were required to be filed in connection with such contract or subcontract,
' _Yes _No
1. Contactor/Subcontractor/Suppler has filed all compliance reports due under applicable
instructions: _Yes _No
*. If answer to item I Is 'NO', please explain in detail on reverse side of •his certification.
CERTIFICATION; *he information above to true and complete to the best of my knowledq* and belief.
Name an it e e emir (please type or print
' —
Sign:cures —
Reviewed by City Authority; Datse
aay. 1/31143
' PUBLIC WORK OR IMPROVEMENT Rev. 4l83
' PARTICIPATION CERTIFICATION: REF. RCW 75.22.00,
CONTFACTS EACEEDINC $10y0W pR $]5,000 FOR WATEAIiAIN CONSTRUCTION
MINORITY BUSINESS ENTERPRISES (MBE)
and
' WOMENS' MINORITY Bl'._INESS ENTERPRISES (WERE)
(BCS_NESSES OWNED AND OPERATED BY WOMEN)
' Contractor agrees that he shall actively solicit the employment of minority group
ambers. Contractor further agrees that he shall actively solicit bids for the
subcontracting of goods or services from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requirements of minority
emplovment and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority bidders on the bast of substantially equal
proposals in the light moat favorable to said minority businesses. The contractor
' shall be required to submit evidence of compliance with this section as part of the
bid. As used in this section, the term "minority business" means a business at
least fifty-ono percent of which is owned by alacrity group member-. Minority
group members include, but are not limited to blacks, women, native Americans,
Orientals, Fakimoa, Aleuts and Spanish Americans. The City will consider sworn
affidavits presented by subcontractors in advance of contract award as one means of
establishing minc.ity status in accordance with criteria cited above.
To oe eligible for award of this contract, the bidder must execute and submit, as
a part of the bid, the following certification which will be deemed a part of the
' resulting contract. A bidder's failure to submit this ertification or submission
of a false certification shall render his bid nonresponsive,
MINORITY BUSINESS ENTERPRISE CERTIFICATION
Certifies that:
Name of Bidder
(a) it (does) (dec not) intend to sublet a portion of the contract work and
(has) (has not) taken affirmative action to seek out and consider minorlty
business enterprises as potential subcontractors.
' (b) the contacts made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or k4BE and
identify minority group. (If necessary, use additional she A.)
' MBE Min. Or. WMBE
l' ❑ ❑
(Name of Tim, Bid Item, Results of Contacts)
2. ❑ ❑
4. .�..._ ❑ _ ❑
5. ❑ ❑
Mr.lKs, has been designated as
the liaison officer for the administration of the minority business enterprise
program for this firm.
i
1 CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT
' Certification with regard to the Performance of Previous Contracts or Sub-
contracts subj,;t to the fq'.-I Opportunity Clause and the fU ling of Required
Reports.
The bidder' __, proposed subcontractor hereby certifies that he has has not participated in a previous contract or subcontract subject to ihe�
equal opportunity clause, as required by Executive Orders 10925, 11114 or
11240, and that he has , has not , filed with the Joint Reporting
Committee the Director of—t-he Office of-Federal Contract Compliance, a Federal
Government contracting or administering agerc,v, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements,
' Lompany __---
B, • _
Title)
Date:
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1). mid must be
1 submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal opportunit+ clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth to 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$10.000 or under are exempt.)
' Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have not
filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
Federal highways Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
tCERTIFICATION OF BIDDERS AFFIM11VE ACTION PLAN
tBidder is to indicate by check-nark which of the following statements pertains to this
bid package, and is to sign the certification for that specific statement:
1 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:
Yi2Ie
OR b) It is hereby _ertified that an approved Affimative Action Plan is on
file with the City of Renton, and that said Plan specifies goals and
timetables which are valid for the current calendar year.
Company Date
N1.
Title
OR c) It is hereby certified that an Affirmative Actror 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 utilization of minorities and females by job classification,
2) Goals and Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilization.
Company
atD e
BY
- T Title
OR d) It is hereby certified that an Affirmative Action Plan, will be supplied
' to the Cit} 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) Present utilization of Minorities and "emales by Job Classification,
I) Goals and Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action steps directed at increasing Minority
and Female Jtilization.
' Company Date
' Title
Rev 9,19/75 BY: _
' NON-COLLUSION AFFIDAVIT
STATE CF WASHINGTON )
SS
COUNTY OF )
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, tha; the
deponent has not directly indu�eJ or solicited any other Bidder on
' the foregoing work or equipment to put in a sham bid, or any other
person or corporation to refrain from bidding, and that deponent has
not in any manner sough. by collusion to secure to himself or to any
' other person any advantage over other Bidder or Bidders.
' SIGN HERE:
Subscribed and sworn before me this ___ day of
' 19_
Notary Public in and for the Late of
_ ^ residing at
therein.
,
CERTIFICATION RE: ASSIGNMENT OF
tANTITRUST CLAIMS TO PURCHASER
1 TO THE CITY OF RENTON
tRENTON, WASHINGTON:
Vendor and %rchaser recognize that in actual economic practice
overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Therefore, vendor hereby assigns
' to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order or contract,
' except as to overcharges resulting from antitrust violations
commencing after the date of the bid, Quotation, or other event
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 t) the aforementioned exception.
Name of Project
' --- a—me�h o7--ff{dderrs Firm
Signature of AuthorizedRepresentative of Bidder
1
' ate
MINIMUM WA- - AFFIDAVIT FORM
' City of Renton
1 ss
COUNTY OF
1 J
' I, the undersigned, having been duly sworn, deposed, say and certify
that in connection with the performance of the work of this project,
1 I will pay each classification of laborer, workman, or mechanic
employed in tha performance of such wort; not less than the prevailing
rate of wage or net less than the minimum -ate of wages as specified
1 in the principal contract; that 1 have read the above and foregoing
statement and certificate, know the cortents thereof and the
substance as set forth therein is true to my knowledge ana belief.
1
1 CONT C ----�-----
Subscribed and sworn to before ire on this day of
i
Notary Pub5ic in and or the�tate
1 of Washington
Residing at
i
1
1
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash,
or bid bond in the amount of $ which amount is not less than five
' percent of the total bid.
Sign Here _
1
BID BOND
' Know All Mer, By These Presents:
That we, as Principal,
' and as Surety, are
held and firmly bound unto the City of Renton, as Obligee, in the penal sum of
t _ Dollars, for the payment
of which the Principal and the Surety bind themselves, their heirs, e,.ecutors,
' administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any
award to the Principal for
according to the terms of the proposal or bid made by the Principal therefor,
' and the Principal shall duly make and enter into a contract with the Obligec in
accordance with the terms of said proposal or bid and award and shall 94ve bond
for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall, incase of failure to do so, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain
in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF 19
Surety
19_
Received return of deposit in the sum of f
PROPOSAL
l) THE CITY Of RENTON
' kENTON, WASHINGTON
Gentlemen:
The undersigned hereby certif_ that _ has examined the site of the
proposed work and ha__ read and thoroughly understari_ the plans,
specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said work, and hereby propose
R 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 ;or all items, all
' extensions, and total amount of
bid should be shown. Show unit
prices both in writing and in
figures.)
Signature
Address
Names of Members of Partnership: `
' OR
Name of President of Corporation
' Name of Secretary of Corporation
' Corporation Organized under the laws of
With Main Office in State of Washington at
SCHEDULE OF PRICES
SPRINGBROOK WATERSHED FENCING - PHASE I
(Note: Unit prices for all items, all extensions and total amount of
bid must be shown. Shaw unit prices in both words and flgurc�
and where conflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in words) DOLLARS CTS. DOLLARS CTS.
1 I.525 L.F. 8' Chainlink Fence
er Cam— i or s (Figures)
2 L.S. Mobilization
Per L.�
3 1,525 L.F. Clearing, Grubbing & Tree Removal
I
PerPerL.F. �-
I Subtotal
8.1% Sales Tax
TOTAL BID
I
"'s
SCHEDULE OF PRICES
(Note: Unit prices for all items, all esten.:ions and total aunt of
Did must be sjuatn. Show unit prices in both words and figures
and where conflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY rVnit prices to be written in Nordsj DOLLARS CTS. DOLLARS CTS.
THE L ERSIGNED BI DER HEREBY AGREES TO START CONSTRUC ION WORK 0 THIS TROJECT, I
AWARD HIM, NO LA ER THAN TEN (10) DAYS AFTER FINAL CUTION AN TO C LETE WIT IN
90 WOLKING DAYS A IrER STARTING CONSTRUCTION. II
DATED T � THIS__ DAY OP 198
ACKNOW EDGEMENT OF CEIPT OF ADDENDA:
N0. ATE
NO ATE
NO ATE
SIGNED
TITLE
NAME OF COMPANY
ADDRESS
CITY/STATE/11P
TELEPHONE
CITY O RENTON STATE CONTRACTO S
BUSINES LICENSE n LICENSE
1
1
1 �
BOND TO THE CITY OF RENTON
KNOW ALL H.EN By THESE PRESENTS:
That we, the undersigned
as principal, and corporation organized
and existing under the laws of the State of as a surety
corporation, and qualified under the laws of the State of Washington to become surety
' upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of
S for the payment of which sum on demand we bind our-
selves and our successors, heirs , administrators or personal representatives, as the
' case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at , Washington, this day of 19_
Nevertheless, the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for
' (which contract is referred to herein and is made a part hereof as though attached hereto),
and
WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time
set forth;
NOW. THEREFORE, if the said
t shall faithfully perform all of the provisions of said contract in 0e manner and within
the time therein set forth, or within such extensions of time as mat be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and material men,
and all persons ::ho shall supply said principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall hold said City of Renton harmless
from any ics. or damage Oct sioned to any person or property by reason of any care-
lessness or negligence on the ?art of said principal, or any subcontractor in the per-
' fcrmance of said work, and shall indemnify and hold the City of Renton harmless from
any damage or expense by reason of failure o' performance as specified in said con-
tract or from defects appearing or developing in the material or wo I,kmanship provided
' or performed under said contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but other-
wise it shall be and remain in full force nd effect.
' Revised: 8/16/83
r
r I of 1
CONTRACTS OTHER THAN FEDERAL-AID FHWA
rTHIS AGREEMENT, made and entered into this _ day of __. 19—'
rby and oetween THE CITY OF RENTON, Washington, a muniCipal corporation of
r the State of Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACTOR."
r _
WITNESSETH:
r1) The Contractor shall within the time stipulated, (to-wit: within
' working days from date of commencement hereof as required by the Contract,
of which this agree„.ent is a component part) perform all the work and
1 services required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
' transportation services necessary to perform the Contract, and shall
' com,lete the construction and installation work in a workmanlike manner,
in connection with the City's Project (identified as No.
for improvement by construction and installation of:
1 --
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and a.l addenda issued by the Cit, and all
' other documents hereinafter enumerated, and in full cnc,pliance wish all
applicable codes, ordinances and regulations of the City of Renton and
' any other governmental authority havin; jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials,
' appliances, machines, tools, equipment and services shall be furnished
1
Contracts Other Than Federal-Aid fHWA 3 oOf!
subcontractors should violate any of the provisions of this Contract,
' the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
' for the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately
tserve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteer 15 days aft^r
' the serving upon it of such notice of termination does not perform the
Contract or does not commence performance thereof within thirty (30)
' days from the date of serving such notice, the City itself may take
over the work under the Contract and prosecute the same to completinn
by Contract or by any other ^ thod it may deem advisable, for the
account and at the expense if 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 useful therein.
1
' 4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
t
' 5of 7
Contracts Other Than Federal-Aid FHWA
' notice as heretofore specified shall be given by personal delivery
' thereof or by depositing same in the United States mail , postage prepaid,
certified or registered mail.
' 7) The Contractor shall commence performance of the Contract no later than
' 10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than __ working days
' from the date of commencement. For each and every working day of delay
after the established day of completion. it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be
t the slaty of
as liquidated damages (and not as a penalty) for each such day, which
shall be paid b> the Contractor to the Cit,.
' 8) Neither the final certificate of payment nor any Provision in the
Contract nor partial or entire use of any installation provided for by
' this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the
work and pay for any damage to other work resulting theref-om which
shall appear within the period of one (1) year from the date of final
acceptance of the work, unlese 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
1
1 Contracts Other Than Federal-Aid FHWA 7 of 7
1 IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set
1 his hand and seal the day and year first above-written.
iCONTRALTOR CITY OF RENTON
1
1 resi dent artner ner -' ayor
ATTEST:
1secretary —City C e
d/b/a
1 Firm name
Individual_ Partnership
iCorporation _ A Corporation
State o nE—or poration
1
1 Attention:
If business is a CORPORATION, name of the corporation should be listed in
1 full and both President and Secretary must sign the contract, OR if one
signature is permitted by co-poration by-laws, a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
1 If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/b/a (doing business as) and firm or trade name; any one partner
1 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 company.
i
1
1
1
1 CONTRACTOR/SUBCONTRACTOR REPORTING PERIOD
V/ G�
MONTHLY MANPOWER UTILIZATION REPORT .} Morth: Year:
i .
Tc be submitted to the City'a Project ]Dais and Timetables as committed
Engineer during the 1st week of following �iNIVO in Contractir's Affirmative
1 month while contract is in progress. Prime Action Plat: t
Contractor is responsible for obtaining and or per City'r. Plan 9.1 a
submittingal: Subcontractor Reports.
1 io: (Mane and location of Coagulants Agency Dept.) From: (Pate end lorttioo of contractor)
1 This report is required by Executive Order 11246, Section 203. Failure to report can
result in sanctions which include suspension, termination, cancellations or debarment of
contract.
1 2 3• mina- Total rotal
Work Hours of Eap.oytent (See footnote) rity number umber
of of
C lapel -• c. • • • w/a of nincrit Employ.
e Hie- er. Asian/ `otal total
TrWs Tice- Tote slack ndlar. Psc112e ?e- Emplo;
Cocpany'• Name (I.D.) tione panic Ia]antl .ale w/n ees
C
1AD
It
1 A -
Tr
1 _ T:
A _
1 Tr
C
A
i _
CAD
—'
Tr
1Tr
C
1 r
1 Tr
7. comPup Official's slenM,e I Id Title , Date S ned!8 9. Telephone FumD er
(Include Area Code)
(ev. ll/77 (*Hales 6 Females, !•Minorities s Non-minorities) Page of
7/80 (Submittal Requiremente a City's Goals/Timetables)
' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL
POLLUTRfA ARiS��-6F fCS
In accordance with the provisions of Chapter 62, Laws of 73,
H.B. 621, the Contractor shall secure any permits or liceases
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Kin Count Ordinance No. 1527 requires Building and Land
' eve opment ivision a Hydraulics Division review of grading
and filling permits and unclassified use permits in flood
hazard areas. Resolution No. ?6230 establishes storm drain
' design standards to be incorporated into project design stand-
ards to be incorporated into project design by Engineering
Services. Reivew by Hydraulics Division.
Kin Count Ordinance No. 800, No. 900 No. 1006 and Resolution
o. o. o. o. and llZ4 ' contained
in King County Code Titles 8 ano 10 are provisions tor disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid Waste.
' Pu et Sound Air Pollution Control Agency Regulation : A regu-
ation to control the emission o air contaminants rom all
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and Kitsan Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94.
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air
contaminants to maintain records of emissions, 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 I.
' R.C.W. 90.48: Enacted to maintain the highest possible standards
to ensure tie purity of all water of tFe State consistent with
public health and public en, .yment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
by industries and others to prevent and control the 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 55,000/day for each violation.
' R.C.W. 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 valid permit.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
Kin Count Resolution No. 25789 requires an unclassified use
permit or a ing, quarrying including borrow pits and associ-
ated activit: -s such as asphalt plants, rock crushers) and
i refuse disposal sites and provides for land reclamation subse-
quent to these activities. A copy is available at the Department
of Public Works or Building and Land Development Division.
' Shoreline Management Act 1971 requires a permit for construction
on t-5 atore anewacquired by Public Works and reviewed
by Building and Land Development Division.
King County Ordinance No. 1<11 requires permit for grading, land
-11 grave-�iis�umping, quarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
ment Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
' Cha 12 pter 1 , Laws of 1949: Requires hydraulics permit on certain
projects. King ounty epartment of Public works will obtain. )
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination
' S'ystem permit before discharge of pollutants from a point
source into the navigable waters of the State of Washington.
' W.A.C. 372-24: Permit to discharge commercial or industrial waste
waters into tate surface or ground water (such as gravel washing,
pit operations, or any operation which results in a discharge
' which contains turbidity.)
W.A.C. 508.12-100: Requires permit to use surface water.
' W.A.C. 508-it-190: R•-quires that changes to permits for water use
6e reviewe3�bv t .e Department of Ecology whenever it is desired
to change the purpose of use, the place of use, the point of
wit'.idrawal 4nd/or the diversion of water.
W.A.C. 506-12-220: Requires permit to use ground water.
' W.A.C. 508-12-260: Requires permit to construct reservoir for
water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam
W.A.C. 508-60: Requires permit to construct in State flood
' control zone. King County Public Works secures one for design.
Contractor secures one for his operation (false work design, etc.) .
-3-
' PERMITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter Tc, Part 61 : Requires that the Environmental
rolr tection gency a notzfted S days prior to the demolition of
any structure containing asbestos material (excluding residential
' structures having fewer than 5 dwelling units) .
The above requirements will be applicable only where called for
' on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the Director of Public
Works, 900 King County Administration Building, Seattle,
Washington, 98104. It shall be the responsibility of the Con-
tr ctor to familiarize himself with all requirements therein.
A' 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
1
' -5-
1
2of7 '
Contracts Other Than Federal-AiA FHMA ` 1
and the constructiot, , sta-.lation performed and completed to the '
satisfaction and the approval of the City's Public Worts Director as
being in such conformity with the plans, specifications and all require- '
ments of or arising under the Contract.
2) The aforesaid Contract, eitered into by the accenacce 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
thereof 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 6 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 t
time specified in this Contract, or any eztersion in writing thereof,
or fails to complete said work with such time, or if the Contractor '
shall be adjudged 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 '
Rev. 4/83
Contracts Other Than Federal-Aid F4WA 4 of 7
5) Contractor agrees and covenants to hold and save the City, its officers, '
agents, representatives and employees harmless and to promptly indemnify t
same from and against any and all claims, actions, damages, liability
of ever, type and nature including all costs and legal expenses incurred
by reason of any work arising under or in connection with the Contract
to be perf. med hereunder, including loss of life, personal injury '
and/or damage to property arising from or out of any occurrence, '
omission or activity upon, on or about the premises worked upon or in
any way relating to this Contract. This hold harmless and indemnification '
provision shall likewise apply for or on account of any patented or un-
patented invention, process, article or appliance mrnufactured for use
in the performance of the Contract, including its ust by the City, unless '
otherwise specifically provided for in this Coy
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 Cr tract shall '
be in writing and shall be dated and signed by the party giving such ,
notice or by its duly authorized representative of such party. Any such
6of ;
Contracts Other Than Federal-Aid FHWA '
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor. '
9) The Contractor and each subcontractor, if any, shall submit to the '
City such schedules of quantities and costs, progress schedules, pay-
rolls, reports, estimates, recirds and miscellaneous data pertaining t
to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the '
faithful performance of the Contract, including the payment of all '
persons and firms performing labor on the construction project under
this Contract or furnishing materials in connection with this Contract; '
said bond to be in the full amount of the Contract price as specified '
in Paragraph 11. The surety or sureties on such bond o- bonds must be
duly licensed as a surety in the State of Washington. t
11) The total amount of this Contract is the sum of
which includes lashington 1
State Sales Tax. Payments will be made to Contractor as specified in the '
"Special Provisions" of this Contr%:t.
t
INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF RENTON) ,
The Employment Utilization Report is to be completed by each subject contractor ,
(both prime and subcontractors) and signed by a responsible official of the
company. The 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 project for each employee level in each designated trade for the entire reporting
period. The prime contractor shall submit a report for its work force and shall
collect and submit reports for each subcontractor's work torce to the Compliance ,
Agency that is funding their construction project.
Reporting Period . . . . . . . . . . . Self-explanatory ,
Compliance Agency . . . . . . . . . City of Renton (administering department)
Contr-otor . . . . . . . . . . . . . . Anv contractor who has a qualifying '
construction contract with the City of
Renton.
1. Company's Name . . . . . . . . . . Any contractor or subcontractor who has a t
qualifying contract.
2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable ,
EEO bid conditions.
3. Work-hours of Employment . . . . . The total number of hours worked by all '
employees in each classification; the total
number of hours worked by each *minority
group in each classification and the total ,
work-hours for all women.
Classification . . . . . . . . . . The level of accomplishment or status of
the worker in the trade. (C - Craftworker
Qualified, Ap - Apprentice, Tr - Trainee).
4. Percent of minority work- ,
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 employees working in
contractor's aggregate work force during '
reporting period.
6. Total Number of Employees . . . . Number of all emplovees working in contractor's '
aggregate work force during reporting period.
+ Minority is defined as including Blacks, Hisparies, American Indians and Asian '
and Pacific Islanders - both men and women.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
R.C.W. 76.04.370; Provi�es for abatement of additional fire haz- ,
ar an s upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grounds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on
property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or ,
abatement Of orest fires or forest fire conditions.
R.C.W. 70.94.660: Provides for issuance of burning permits for ,
abating or prevention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 76.04.310: Stipulates that everyone clearing land or ,
c eartn—I—g riglit—of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses, or at such other times as the
department may specify, and in compl?.ance with the law requiring
burning permits.
R.C.W. 78.44: Laws governing surface mining (including sand, '
grave. , stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and ,
inspection of operations.
W.A.C. 332-18: Delineates all requirements for surface mined
an reclamation. '
W.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining
:o an c earing and burning. ,
U. S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Author- '
izes Secretary o Army Corps of Engineers to issue permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and '
specifications.
Section 404 of the Federal Water Pollution Control Act (PL92T 500 '
S6 tat. uthortzes tTie—Secretary of the Army, acting
through t a orp6 of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified '
disposal sites. Permits may be denied if it is determined that such
discharge will have adverse effects ot. municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANL31JS FEDERAL LEGISLATION '
Section 13 of the River and Harbor Act approved March 3, 1899: '
Provides that discharge Of 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-
1
PERMITS REQUIRED FCR THE PROJECT - Continuad
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
R.C.W. 76.04.150: Requires burning permit for all fires except '
nr� s®al-T ou-fit oor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.W. 76.04.150, '
76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to
prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchant-
a e tt�m eoer
R.C.W. 76.08.275: Operating permit required before operating
power equipment in dead or down timber.
R.C.W. 78.44.080: Requires permit for any surface mining opera-
tion (1ncTu3ing sand, gravel, stone, and earth from borrow pits) .
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3 1899: Requires ,
permit or construcrion of er t—Fian n ge�`d-s, s e� S. Coast
Guard administered permits) on navigable waters (King County '
Department of Public Works will obtain) .
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010, 52.28.020, 52.28.112 j%iO4 ^52.28.050:
s an nsrove es aut ority or, requirement rtes fog 7ailure
to secure a fire permit for building an open fire within a fire ,
protection district.
UNITED STATES COAST GUARD ,
Section 9 of River and Harbor Act of March 3, 1899 General Bridge
Aci oarc�-2 man enera red�e Act o ab s amended
must : -1Cequiies a permiL�r construction oF�dge on '
naviga—�Te waters (King County Department of Public Works will
obtain) . King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore- ,
mentioned permit: Section 4(f) of Department of Transportation
Act, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970. ,
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verifica- '
Lion-off' po-pu a ionoensity. - itractor should be sure his opera-
tions ate in compliance with Regulation I, particularly Section
9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) , '
and Section 9.15 (preventing particulate matter from becoming
airborne) .
-d-
t
MIY-P3232?-AA PREVAILING MINIMUM itOURIY WAGE RATES MAY 25. 1984
OCC /PATION: FENC'. ER�CTARS ANO Fk%CE LAPOR ERS
LOCATIOS: CLALIAM. GRAYS MAMR. ISLANC. JEFFEPSC"!. K Mi. KITSAP. LEWIS.
MASUA. PACIFIC (NORTH OF *AMK1AKUM COUNTY NQRTNERN BOUNUAAY
EKTFAUFJ OLE WEST TO TFF PACIFIC EoCEANI, PIERCE. SKAGIT.
SNOMCMISF. TKJRSTOY ANC ►fAI&CM COUNTIES.
FRI,YGE :iFNEFITS
TOTAL Mr'.LnLY RFNEFITS ?.88 1/MM. FFOERAL
WA5k RATS
OCCUPAT106 OCLUPATiON STATE FEDERAL
CODE OE 5CR1PT1 h RATE RATE
250-01 0 FENCE ERECTOR 12.65
250-002' FENCE LABCREP L0.60 15.1E
PAC-F 1
r
i
r
r
r
r SPECIAL. PROVISIONS
r
r
r
r
r
r
r
r
r
r
r
r
SPECIAL PROVISIONS
CITY OF RENTON
APHN STAIDNtG SPECIFIGTIONS
THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARED
BY THE WASHINGTON STATE CHAPTER OF THE ANERICAN PUBLIC WORKS ASFOCIATION, 19al
EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE "STANDARD SPEC IF ICAIEONS" AND
SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF THE STATE OF WASHINGTON AND THE
OW14ANCES AND CHARTER OF IHE CITY OF RENTON, SO FAR AS APPLICABLE, ARE HEREBY
INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR ENTIRETY AND SHALL
APPLY EXCEPT AS AMENL`D OR SUPERSEIXD BY 1HE SPECIAL AND TECHNICAL RRiOVISIONS
!FRESH.
A COPY OF THESE STANDARDS SPECIr ICATIONS 1S LIN F1LF TN THE OFFICE OF THE
KWIC WORMS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055. WHERE
THEY MAY HE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY.
WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE OIN R, SUCH
REFERENCE SHALL IF CONSTRUED TO WAN THE CITY OF RENTON, AND WHERE REFERENCE
IS MAl1E TO TIE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED TO WAN THE
DIRECTOR OF PURL IC WORKS, CITY OF RENTON, OP HIS DULY AUTHORIZED
REPRESENTATIVE.
NOTE: THE SPECIAL AND TECHNICAL PROVISIONS HEREINAFTER CONTAIWD SHALL BE IN
ADDITION TO OR SHAL! SUPERSEDE PROVISIONS OF IRE STANDARD SPECIFICATIONS IN
CONFLICT HEREWITH.
HEADINGS
HEADINGS TO PARTS, SECTIONS, FORKS, ARTICLES, AND SUBMTICLES ARE INSERTED FOB
CONVENIENCE AR REFERENCCE ONLY AND SHALL NOT AFFECT THE INTERPRETATIHIN OF THE
CONTRACT DOCUMENTS.
SPECIAL AND TECHNICAL PROVISIONS STRUCTURE
THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION 10, OR IN IIEU OF, DIVISION I,
11, III AND TV OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE NARKED
"REPLA,rWNT SECTION" OR "PARTIAL REP!_AC,EEM:NT SECTION," THE SPECIFICATIONS
HEREIN ARE TO REPLACE, OR PARTIALLY RECIACE, THE STANOI;N SPECIFICATIONS
NOTED. MERE SECTIONS ARE NARKED, "ADDITIONAL SECTION," THE SPECIFICATIONS
HEREIN ARF 10 OF AN ADDITION TO THE STANDARD SPECIFICATIONS NOTEC, MERE
SECTIONS ARE LAMMED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO
HE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS.
Revised 5/94
SPECIAL PROVISIONS
INDEX
SECTION LAM
SECTION 1 SP 1
SPECIAL PROVISIONS SP 1
STANDARD SPECIFICATIONS SP 1
ACT OF GOO SP 2
SHOP DRAWINGS SP 2
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2 SP 2
PUBLIC OPENINGS OF BIDS SP 2
SECTION 3 SP 2
CONSIDFRATION OF BIDS SP 2
SECTION 4 SP 2
FROCEOIRE AND PROTEST RY THE CONTRACTOR SP 2
USE OF MATERIALS FOUND ON THE PROJECT SP 3
WASTE SITES SP 4
HOURS OF WORK SP 4
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 4
SECTION 5 SP 4
SUBMITTALS SP 4
CONSTRUCTION STAKING SP 5
FINAL ACCEPTANCE. SP 6
METHCO OF SERVICE OF NOTICE SP 6
ERRORS AND OMISSIONS SP 6
SECTION 7 SP 6
SANITATION SP
LOAD LIMITS SP E
EMPLOYMENT OF STATE RESIDENTS SP 7
WAGES SP 7
SUBCONTRACTING SP 9
RECORDS AND REPORTS SP 9
CONTRACTOR'S RESPONS1811.ITY FOR WORK SP 10
RESPONSIBILITY FOR DAMAGE SP 11
PROTECTION AND REST(►"`TION OF PROPERTY SP 11
RESTORATION OF STRUL..RES AND SURFACES SP 11
UTILITIfS AND SIMILAR FACILITIES SP 13
Revised 5/84
PUBLIC LIABIL11Y AND PROPERTY DIQWIi SP 13
GENERAL SAFETY REQUIREMENTS SP 13
FLAGMEN, BARRICADES, AND SIGNS SP 14
DUST CONTROL SP 15
RIGHTS OF WAY SP 15
EMPLOYMENT OPENINGS SP 15
SECTION 8 SP 15
PROGRESS SG"CDULE SP 15
PRE-CONSTRUCTION CONFERENCE SP 16
NOTICE TO PROCEED SP 16
TIME OF COPLETION SP 16
LIQUIDATED DAKWS SP 17
OVERTIME WORK BY OWNER EMPLOYEES Sp 17
CONTRACTOR'S PLANT AND EQUIPMENT SP 17
ATTENTION TO WORK SP 18
SECTION 9 SP 18
MEASUREMENT Of QUANTITIES SP 18
SCOPE OF PAYMENT SP 19
OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 19
Revised 5/84
SECTION 1
1-1.39A SPjFCIAL_PROVISIONS iADO1TIONAL SECTION)
ALL PROVISIONS OF THE APW.1 STANDARD SPECIFICATIONS RELATING TO AND PROVIDING
FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORT( PERFORMED ARE DELETED AND
VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE OOCUENTS SHALL
BE THE BASIS FOR PAYMENT OF ALL WORK PERFOIFCED UNDER THIS CONTRACT.
-1,396 STAMOM 5MCIFIG9TIU6 (ADUIIiONAL SECTION)
OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM
THE LATEST EDITIONS OF:
AWWA AMERICAN WATERWORKS ASSOCIATION
ANSI AMERICAN NATIONAL STANDARDS
ASA AERICAP STANDARDS ASSOCIATION
ASTM AMERICAN SOCIEIY FOR TESTING AND MATERIALS
1-1.50 ACT OF OOD iREPLACFMENT SECTION)
"ACT Of GOD" MEANS AN EARTHQUAKE, FLOOO, CYCLONE, OR OTHER CATACLYSMIC
PHENOMENON OF NATLW . A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL
PHENOMENON OF UNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE W K, WHICH
NIGH) REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE GEMENAL
LOCALITY 0- THE WORK, SHALL NOT BE CONSIRUED AS AN ACT OF GOO.
1-1.51 ST9 OWING$ (REP ACEKNT gj IO1)
THE TERM "SWOP DRAWINGS" SHAU.L REFLH IU THE PICTORIAL DESCRIPTION O THE
DETAILS O PRUPOS I MATERIALS, EWIPMENI, METHODS OF INSTALLATION, OR OTHER
CONSTRUCTI,NN PREPANEL, BY THE CONTRACTOR, A SUBCONTRACTOR, OR A MAIIUFACTUER
AND SUBMITfEU FOR THE APPROVAL OF THE OWNER.
1-1.52 —OAK MACEMENT SECT
WHERE THE 1LNM "UR EQUAL' IS USED HEREIN, THE OWNER. OR THE OWNER ON
RECOMMENDATION OF THE ENGINEER, SHALL BA THE SOLE. JUUO(E OF THE WALITY AD
SUUITABILRIY OF THE PROPOSED SUBSTITUTION
SP I Revised 5/94
LL-53 APPMAL (REPLACINFNT SECTION)
THE TERM "APPROVAL" OR -A; r'ROVEO" SWILL MEAN APPROVAL GIVEN BY Ot GIVEN
PROPERLY ON TEE. BEHALF OF THE OWNER.
CT BN 2' BID PROCEDURES AND COD'TIONS
2-1.12 ft%jI OPENIN6S OF BTRS CREP, EMEMT SECTION'
SEALED BIOS WILL BE RECEIVED BY THE CITY OF RENTON. MASHINGTON, BY FILING WITh
THE. CITY CLERK, MNICIPAL BUILDING, RENTIIN, WASHINGI,„N, AS PER CALL FOR UIOS
AN) FALL BE OPENED AND PUBLICLY READ ALOUD.
SECTION ;
2-1.01 p IOERAT ION OF BI05 (A001T1 rNNN SECTIONI
.'WARDING ')F CONTRACT Will. BE BASED ON TOTAL SUM OF AIL SCHEOULFti OF PRICES.
NL PARTIAL BIDS WILL BE ACCEPTED.
SECTION
P�4'�ElAIE AMP PROTEST BY TFE GIgpoC'BR (FEPL�NI CTION
ANY QUESIIIN' ARISING BETWEEN THE INSPECTOR AN13 THE CONTRACTOR OR HIS
SUPERINTENOENI OR FIREMAN AS TO THE MEANING AND INTENT OF ANY PART OF THE
PLANS AND SWCIFICATIONS U: ANY CONTRACT DOCUMENT, SHALL BE IMEDIATELY
UROIGHI TO HE ATTENTION OF THE PUBLIC WORKS DIRE.CTCR OR HIS REPRESENTATIVES
FOR INTERPRETA`ION AND ADJUSTMENT, IF WARRANTED.
FAILURE ON IHE FART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO
DISCOVER AND CONOEMN ON REJECT IMPROPER, DEFECTIVE. OR INFERIOR Wow OR
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORN OR
MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN USED.
TO M'REVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES HERETO
THAI THE PUHt IC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE THE
QUANTITY AND WALITY OF THE SEVERAL KINDS OF WOO( EMBRACED IN THESE
IMFPROVEMENTS. M: SHALL DECIDE ALL QIESIIONS RELATIVE TO 'HE EXECUTION OF THE
WOW AND THE INTERPRETATION OF THE FLANS AND SPECIFICATIONS.
Sp 2 Revised 5/84
iN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH
INTERPRETATION, HE SHM.L, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
CLEPoO 'N WRITING OF THE ANTICIPATED MATURE AND AMOUNT OF THE DAMAGE OR
DAMAGES. TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE. IN THE EVENT
AN AGREEMENT CANNOT THEN BE REACHED 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 BE FINAL AND
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS. CHALLENGES
THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THE
SUPERIOR COURT OF KING COUNTY, WASHINGTON fMC GROUNDS FOR THE PETITION FOR
REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND DECISION:
ARE NOT RESPONSIVE TO THE QUESTIONS SUBMITTED;
2. IS CONTRARY TO THE TERNS OF THE CONTRACT OR ANY COMPONENT THEREOF;
3. IS ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS AND
THE LAW CONIP.OLLING THE ISSUES SUHNIITED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SUPPORI ITS DECISION BY SETTING FORTH IN
WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED AT ANY
SUCH HEARING.
THE ARBITRATION SWILL BE CONDUCTED IN ACCURDANCE WITH 14 STAIUTES OF THE
STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE.
THE COSTS OF SUCH ARBITRATION SHALL DE BORNE EQAILY BY THE CITY AND THE
CONTRACTOR UNLESS IT IS THE ROARD'S MAJORITY OPINION THAT THE CONiFMIOR'S
FILING O THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASOIMBIF
FOLDAI ION. IN THE LAT`•ER CASE, ALL COSTS SHALL BE BORNE BY THE CONTRACTOR.
THE VENUE OF ANY SUIT SNAIL BE 1N KING COUNTY, WASHINGTON, AND 1F THE
CONTRACTOR IS A NON-RESIDENT OF THE STATE OF WASHINGTON, HE SHALL DESIGNATE AN
AGENT, UPON WHOM PRDCESS WAY HE SERVED, BEFORE COMMENCING WORK UNDER THIS
CONTRACT.
A-l.lO �11ERIALS FOUAD (N THE PRO,kCT (RREP AU'FMENT SECTION)
ALL SALVAGE MATER,AL AS NOTED ON THE PLANS AND 1AKEN FROM ,ANY OF THE DISCARDED
FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, 1E CAREFULLY SALAVAGED AND
DELIVERED TO THE CITY SHOPS,
ALL SALVAGED WAIEH MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH
BASLNS, AND STORM AND SANITARY HAFADI.F COVERS SHALL BE SALVAGED AND DELIVERED
TO THE CITY SHOPS.
ANY COST INCRRRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL 13E CONSIDERED
INCIDENTAL TO THE PROJECT AND NO COMPENSAIION WILL BE MADE.
SP 3 Revised S/BA
4-1 12 WASTE SITES (ADDITIONAL SZCT-nn
ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL W HAULED, DlM'ED,
AND SPREAD AT THE LOCATIONS SeLECTEO BY THE CONTRACTOR.
THE CONTPACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE SITE.
ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE INCIDENTAL 1D
OTHER ITEMS OF WOK AND NO FURTHER COMPENSATION WILL BE MADE.
THE ROUTE TAKEN TO THE WASTE SITE SWILL RE MAINTAINED SOLELY BY THE CONTRACTOR
;N A WINNER AS DESCRIBED BELOW:
THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS, POWER SWEEPERF, AND
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORMS DIREC JR TO
ALLEVIATE THE PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RESTURA.ION OF
THE ROUTE 15 MANDATORY.
4-1.13 HOURS OF WORK (REPLACEMENT SECTION)
THE WOWINIG HOURS FOR IHl' PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM 8:00 A.M. 10 5.6J P.M. THE HOURS OF WORK MAY BE CHANGED AT THE
DISCKTION OF THE ENGINEER WHEN I1 IS 1N THE INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE.
4-1 14 CONTRACTOR'S COPIES OF CONTRACT DOCIIHENTS
THE CONTRACTOR WILL BE SUPPLIED BY TIE OWNER WITH 5 SETS OF PLANS AND
SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRAC- DOCUMENTS, INCLUDING
ONE FULL SIZE SET OF DRAWINGS, SHAL.I. BE KEPT AT THE SITE OF CONSTRUCTION IN
G000 CONDITION AND AT ALL LIMES AVAILABLE TO THE OWNER AND THE ENGINEER.
ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL DE FU.URNISHED BY
THE OWNER AT NET COST OF REPROUUCTION.
SECTION 5
5-1.03 _ TTALS (REPLACEMENT SECTION)
THE. CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA,
CERIIFICATES, SAMPLES, TESTS, ME IH00, SCHEDULES, AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE HULLY THAT THE MATERIALS AND EQl1IPMENI
10 BE FURNISHED AND THE METHD() OF WORK COMPLY WITH THE PROVISIONS AND INTENT
OF THE SPECIFICATIONS AND DRAWINGS. IF THE INFORMATION SNOWS ANY OEYIAIION
FROM THE CONTRACT REQUIREMENTS, THE CONTRACTOR SHALL, BY A STATENF.NT IN
WRITING ACCOPANYING THE INFCiINATION, ADVISE THE ENGINEER OF THE DEVIATION AND
STATE THE REASONS THEREFORE.
SP 4 Revised 5/54
5-1 05 CDHtSTRUCTION STAKING (Wn,8 FMENT SECTION)
THE ENGINEER SW'.LL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES AS
THEY ARE SHOWN ON THE DRAWINGS. CRAUES WILL BE ESTABLISHED '.N IMF. FORM OF
OFFSET STAKES AT DISTANCES NOT GREATER THAN 50 FEET, SET IN ADVANCE OF THE
WOW- WHENEVER WORK IS IN PROGRESS, THr CONTRACTOR SHALL HAVE IN HIS
EMPLOYMENT A WORKER COMPETENT TO SET A GAITER BOARD OR OTHER CONSTRUCTION
GUIDE FROM THE LINE AND GRADE STAKES GIVEN BY THE ENGINEER.
SUCH EMPLOYEES SMALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND
MAINTAINING SUCH CONSTRUCTION GUIDES. A BAITER BOARD SET WITH AN ENGINEER'S
LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PERCENT OR LESS, AT
LEAST THREE BATTER BOARDS SWILL REMAIN IN PLACE DIMING PIPE LAYING
OPERATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STAKES SHALL BE
DESTROYED AMC, REQUIRE RESETTING, A SUM SHAI I, BE DEDUCTED FROM THE CONTRACTOR'S
FINAL PAYMENT EQUIVALENT TO THE EXTRA CO>T IN ENGINEERING REWIRED FOR SUCH
REPLACEMENT.
THE LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING:
1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE
SUBMITTED FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR
TO USE.
2. GRADES ARE CHECKED Al LEAST ONCE EVERY 50 KET AND AT LEAST }
TIMES DAILY BY CONVENTIONAL METHODS.
S. PROPER ANCHORING OF PIPE IS PERFORMED IN LOCATIONS WERE A BOX IS
BEING USED FOR EXCAVATION.
THE CONTRACTOR SMALL ARRANGE HIS WORT( TO ALLOW A REASONABLE TIME FOR THE
SETTING OF STAKES FOR THE NEXT PHASE OF HT'; OPERAIIDN TO PREVENT WORK DELAYS
WHILE WAITING FOR CONSTRUCTION GUIDES.
THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS AND
TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASUR;D FROM SUrM STAKES AND NARKS.
DELAYS BY REASON Of LACK OF STAKES OR A 11ME REQUEST FOR SURVEY LESS THAN 3
DAYS ARE DEEMED A RISK 10 THE CONTRACTOR AND SWU_L NOT RE THE BASIS FOR CLAIMS
FOR ADDITIONAL COMPENSATION OR CONSTRUCTION IT*.
ALL COSTS FUR THE CONTRACTOR'S SURVEYING, SHALL BE CONSIDERED INCIDENTAL TO
OTHER BID ITEMIS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WIIL BE MADE,
UNLESS A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED IN TEE SC EDUL.E OF
PRICES.
Sp 5 Revised 5/84
5-1 12 FINAL ACCEPTANCE (REPLACEMENT CTj m)
THE CONTRACTOR SHAM NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF THE
WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONA. INSPECTION, SATISFY
HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH THE TERMS
OF THE CONTRACT, AND SHALL THEREUPON RICONMEND TO THE OWNER THAT THE WOW IS
ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE WORK SMALL. BE
MADE BY THE OWNER.
5-1.15 MME HQD OF SERVICE AF NOTICE (REPLACEMENT SECTION)
WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN DULY FFRVEO IF DELIVERED IN PERSON
TO THE INDIVIDUAL, OR TO A PARTNER OF 'HE FIRM, OR /0 AN OFFICER OF THE
CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A
GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES WAIL TO THE BUSINESS
ADDRESS SNOW IN THE CONTRACT DOCUMENTS.
5-1.17 ERRORS AND OMISSION'' (REP ors MENT SECTION)
IF THE CONTRACTOR, IN THE COURSE OF HIS WOW, BECOMES AWARE OF ANY EFR6i5 OF
OMISSIONS IN THE CONTRACT DOCUENTS OR IN THE LAYOUT AS GIVEN BY SURVEY POINTS
AND INSTRUCTIONS, OR IF HE BECOMES AWARL OF ANY DISCRFPANCY BETWEEN THE
CONTRACT DOCUMENTS AND THE PHYSICAL CONU1110NS OF THE LOCALITY, ME SF*L
IN£DIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE DEEMS IT NECESSARY
SHALL RECTIFY THE MATTER AND ADVISE THE CONTRACTOR ACCOROINOLV. ANY WIAOI DONE
AFTER SUCH DISCOVERY, UNTIL AUIHOHIZED, WILL BE DOME AT THE CONTRACTOR'S RISK.
.SECTION 7
7-1.04 SANITATION (ADDITIONAL SECTION)
ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION FACILITIES
SHALL BE CONSIDERED INCIDENIIAL TO THE PROJECT AND NO COMPENSATION SHALL BE
MADE.
7-1.07 -DAD LIMITS (REPLACEMENT SECT T1,gN
ALL MOTOR VEHICLES OF IMF CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SNP' L
STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE STATE OF
WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD 10 SIZE, WEIGHT,
AND LOADS OF MOTOR VEHICLES.
PAYMENT WILL NOT BE MADE FOR ANY MATERIAL TWIT IS DELIVERED IN EXCESS OF THE
LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED.
SP 6 Revised 5/84
ANY VIOLATION OF THESE REGULATIIN.S SWELL BE REPORTED TO THE AFFECTED LAM
ENFORCEMENT AGENT.
THE CONTRACTOR IS TO FURNISH TU THE PUBLIC WORKS DIRECTOR A LISTING OF ALL
HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE N114ER, LICENSE
NUMBER, TARE WEIGHT, AND LICENSED I.OAD LIMITS.
7-LOB EMPLOYMENT DF STATE RESUENIS IREPLACEMENT SECTION)
THE SECTION ON EMPLOYMENT OF STATE RESIOENTS IS DELETED IN ITS ENTIRETY,
1-1.09 MAGE5 (REPIACEMEbT SECTION)
THIS CONTRACT IS SUBJECT 10 CHAPTER 39.12 RCM, AND AMENDMENTS AND ADDITIONS
THERETO RELATING TO MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEDERAL WAGE LAWS
AND REGULATIONS ARE ALSO APPLICABLE. HOURLY MINIMUM RATES OF WAGES AND FRINGE
BENEFITS ARE SHOWN IN THE CONTRACT. WHEN FEDERAL WAGE RATES AND FRINGE
BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE LIMITED STATES DEPARTMENT
OF LABOR DECISION NUMBER MA 83-5110.
THE CONTRACTOR, ANY SUBCONTRACTOR, OR OTHER PERSON DOING THE WORT( OR ANY PART
OF IT SHALL NOT PAY ANY WORKMEN, LABORERS, OR MECHHANICS LESS THAN TEE REQUIRED
HOURLY MINIMUM RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH
HOURLY RATES MAY BE PAID. IN ADDITION 10 THE WAGE RATE DESIGNATED, THE
EHPLOYEER SHALL CONTRIBUTE FOR EACH COPENSABLE HOUR THE FRINGE BENEFITS
LISTED. IT IS SPECIFICALLY UV@RSIOOO AND AGREED THAT THE WAGE RATES AND
FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJECT TO CHANGES, THAT THE BIDDER
ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY INCEASED LABOR COST
BY REASON OF PAYING HIGHER RATES THAN THOSE SHAM IN THE CONTRACT. THE CITY
ODES NOT WARRANT OR REPRESENT THAT LAIR CAN BE PROCURED FOR THE MINIMUM RATES
SET FORTH 1R AS CHANGED. IT IS THE CONTRACTOR'S RESPONSI9H ITY TO ASCERTAIN
THE WAGES ABOVE SUCH MINIMM AS HE WILL FAYE 10 PAY.
THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE TO THE CITY ANO
INDUSTRIES, A COPY OF THE APPROVED "STATEMENT OF INTENT TO PAY PREVAILING
IMAGE," A COPY OF THE PREVAILING WAGE RATES FOR THE PROJECT UPON WHICH THE
CONTRACTOR HAS INDICATED THE APPROXIMATE NpBER OF WORKERS IN EACH
CLASSIFICATION; AND THE ADDRESS AND TELEPHONE NUMBER OF THE INDUSTRIAL
SIA71STICIAN OF THE DEPARTMENT OF LABOR AND 1NOUSTRIFS MERE A COMPLAINT OR
INQUIRY CONCERNING PREVAILING WAGES MAY BE HIDE.
ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE OF WASHIN.TON
OEPARTNNT OF LABOR AND INDUSTRIES AND BY THE U.S. SECRETARY GF LABOR, IF
THERE IS A DIFFERENCE BETWEEN THE TWO IN THE PREVAILING RATE OF WAGE FOR A
SIMILAR CLASSIFICATION OF LABOR, THE CONTRACTOR SEWL PAY NOT LESS THAN THE
WAGE WHICH IS THE HIGHER OF THE TWO.
SP 7 Revised 5/84
IF INE CONTRACTOR MAKES USE OF APP EX; ICES ON PROJECTS GOVERNED BY WAGE RATES
OETERMTNED BY TIE STATE DEPARTMENT DE LABOR AND INDUSTRIES, BE SHALL PRESENT
TO THE ENGINEER WRITTEN EVIDENCE DE REGISTRATION OF SUCH EMPLOYEES IN A
PROGRAM APPROVED BY THE STATE APPRENTICESHIP COUNCIL. AND THE PERIOD OF
PROGRESSION FOR EACH SUCH APPRENTICE EMPLOYEE.
IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNEO BY WAGE RATES
DETERMINED BY THE ,.5. SECRETARY OF LABOR, HE SHALL PRESENT TO IFIL ENGINEER
WRITTEN EVIDENCE F REGIS7RATION OF SUCH EMPLOYEES IN A PROGRAM OF A STATE
APPRENTICESHIP At* TRAINING AGENCY APPROVED AND RECOGNIZED BY THE U.S. BUREAU
OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE
CONTRACTOR SMALL SIBRIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S.
BUREAU DE APPRENTICESHIP AND TRAINING. THE CONTRACTOR SAIL'_ SUBMIT TO THE
ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE JOURNEYMAN RATIOS AND
WAGE RATES IN THE PROJECT PEA, WHICH WILL BE THE BASIS FOR ESTABLISHINC, SUCH
RATIOS AND RATES FOR THE PROJECI UNDER THE APPLICABLE CONTRACT PROVISIONS.
IF ANY DISPUTE ARISES A` TO WHAT ARE TIE PREVAILING RATES OF WAGES FOR WORN OF
A SIMILAR NATURE TO THAT CONTEMPLATED UNDER THE CONTRACT A+D SUCH DISPUTE
CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT
REPRESENTATIVES, THE MATTER SWILL BE REFERRED TO IRE DIRECTOR Of THE
DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE
UNITED STATES SECRETARY OF LABOR WHEN PREVAILING WAGES ESTABLISHED BUY THAT
OFFICE ARE INVOLVED), AND HIS DECISION THEREIN SHALL BE FINAL, COLLUSIVE A,40
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE,
IF IRE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION hOT LISTED IN THE
SPECIAL PROVISIONS, THE CONTRACTOR SMAI,L REQUEST IHE DETERMINATION OH THE
APPROPRIATE WAGE RATE FOR THE CLASSIFICATION AND FUR THE APEA IN WHICH WOMB IS
PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND
INDUSTRIES.
QI�_FER11,ti�l-AID PROIEGT5 im CONTRACT OR, AND EpCHP SLbGON1RAGT(IR SHptt FURNRISH
KEEKL• PAYROLL 4j8JEMLNf5 TO THE QHGINEER. IF WEFKLY 3TANTS ME NDT
UTILIZED THE rry-Na—er S„tL FURNISH,A__ RTIFICATION. PRIOR TO EACH_.�S
ESTINAT£ PpY1ENT. CONFIRMING THAT REVA II.ING ..RATES WIVE JEEP PAIL.
IF 1HE CONTRACTOR UTILIZES THE OCCUPATION CODE MAN �UBNIIMING PAYROLLS AND
SAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE
PROJECT, THE JURISDICTIONAL AREA INVOLVED SMALL BE SHOWN IMMEDIATELY FOLLOWING
THE OCCUPATION CODE NIAWR, I.E.: 10-0010 YAK.E.
THE CONTRACTOR'S RECORDS PERTAINING TO WADES PAID AND PAYROLLS SWILL BE OPEN
TO INSPECTION OR AUDIT By REPRESENTATIVES OF THE CITY "ING THE LIFE OF THE
CONTRAC' AND FOR A PERIOD OF NOT LESS THAN THEE (J) YEARS AFTER THE DATE OF
ACCEPTANCE THEREOF, AM THE CONTRACIOR SHALL RETAIN SUCH RECORDS FOR THAT
PERIOD. WHERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE
CONTRACT ARE. MAINTAINED BY SUBCONTRACTORS OR AGENTS OF IME CONTRACTOR, THE
CONTRACTOR EXPRESSLY GUARANTEES INAI THE RECORDS OF SUCH SUBCONTRACTORS OR
AGENTS SHALL Of OPEN 10 INSPEC71ON AND AUDIT BY REPRESENTATIVES OF THE CITY ON
THE SAE TERMS AND CONDITIONS AS THE RECORDS % THE CONTRACTOR. IF AN AUDIT
TO BE COMMENCED MORE THAN SI%lY (60) DnV$ AFTER THE AC(- ANCE DALE OF THE
CONTRACT, THE CONMXTOR W1LI BF GIVEN A REASONABLE NOTICE OF THE TIME MEN
SUCH AUDIT IS TO BEGIN.
S' B Revised 5/84
BEFORE PAYMENT IS MADE BY THE CITY OF ANY SUMS DOE UNDER THIS CONTRACT, THE
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY
"STATEMENT OF INTENT TO PAY PREVAIL:NG WAGES" (FORM L 6 I NUMBER 700-29
WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES).
UPON/ COMPLETION OF THIS CONTRACT, THE CITY MIST RECEIVE FROM THE CONTRACTOR
AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L 6 I NUMBER
700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT AH.L PREVAILING
WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE
FROM -HE PRIME CON1RAi.TOR A COPY OF "RELEASE FOR THE PROTECTION OF PROPERTY
OWNERS AND GENERAL CONTRACTOR" (FORM L 6 I NUMBER 206083 THE STATE DEPARTMENT
OF LABOR AND INDUSTRIES). THESE AFFIDAVITS WILL TIC REQUIRED a--FORE ANY FUNDS
RETAINED, ACCORDING TO THE PROVISIONS OF RCW 60.28.010 ARE RELEASED 'O THE
CONTRACTOR. FORMS MAY BE OBTAINED FROM THE DEPARTMENT GE LABOR AND
INDUSTRIES. A FEE OF 02.00 PER EACH STATEMENT OF INTENT TO PAY PREVAILING
WAGES" ANO "AFFIDAVIT OF WAGES PAID" IS REQUIRED TEA (�qNY EACH FORM
TO THE DEPARTMENT OF L. _AND INDUSTRIES. THE CONTRACTOR IS
RESPONSIBLE FOR PAYMENT OF THESE FOES AND SHALL MAKE ALL APPLICATIONS DIRECTLY
_0 TFE DEPARTMENT OF TABOR AMD INDUSTRIES_ THESE FEES SHALL BE INCIDENTAL TC
ALL THE BID ITEMS OF THIS CONTRACT.
IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TO THE WASHINGTON STATE
DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST UDR RELEASE" FORM PROVIDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL HE REQUIRRED
BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.010 ARE
RELEASED TO THE CONTRACTOR.
7-1 111 SUBCONINACTINfi (ADDITIONAL SECTJDNJ
BEFORE PAYMENI OF THE FINAL ESTIMATE, THE CONTRACTOR SHO.L SUIMMIT AFFIDAVIT OF
AMOUNTS PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE
PARTICIPANTS ON THE FORM PROVIDED BY THE CITY; CERTIFYING THE AMOUNT PAID 10
MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS.
7-1.111 RECORDS AND REPORTS (REPLACEMENT SECTICN)
THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SL04IT UHF FOLLOWING DOCUMENTS
BEFORE PROGRESS AND/OF FINAL PAYMENTS TO IRE CONT',OZTOR RILL BE APPROVED BY
THE PUBLIC WOWS DIRECTOR:
1. %CHH "TH - DEPARTMENT OF LABOR STANDARD FORM 257
2. EACH .OILY - SiAIE HIGHWAY FORM PR-1391
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING [HE
PREC(WSTRUCTION MEETING.
SP 9 Revised 5/84
AN EQUAI EMPLOYMENT OPPORTUNITY REPORT CERTIFICAIF. SHALL BE EXECUTED BY THE
BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND M!ICH COIFS WITHIN THE
PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY RED TINNS OF THE SECRETARY OF
LABOR AS REVISED MAY 21, 19". THE FORM OF CERTIFICATE WILL BE FURNISHED TO
THE CO"RAI:TOR WITH THE PROPOSAL, STATING AS TO WHETHER HE, HIS FIRM,
ASSOCIATILW, CO-PARTNERSHIP, OR CORPORATION HAS PA.RTICIPAT�D IN ANY PREVIOUS
CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF S0,
NETHER OR NOT HE HAS SUBMITTED ALL REPORIS DOE UNDER APPLICABLE FILING
REQUIREMENTS.
FAILURE ON THE PART OF 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 MOUE, EXCEPT FOR LAD( OF AN
EQUAL.. EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OP. FAILS TO PROMPTLY
EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NJTICE BY
THE DIRECTOR OF PUBLIC PARKS THAT SATE IS LAO(ING FROM HIS PROPOSAL., THE
PROPOSAL GUARANTEE, IN FORM OF DOND, CHECK, OR CASH WHICH ACCOMPANIED THE BID,
WILL BE FORFEITED TO THE CITY.
WHENEVER A CONTRACTOR REQUESTS PERMISSION 10 SUBLE( A PART OF ANY CONTRACT AND
SUCH CONTRACT COWS WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY REGUAIION.S
OF THE SECRETARY OF LABOR, REVISED MAY 21, 1%8, HE SHALL OBTAIN THIS
CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD I1 TOGETHER WITH
SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT OF SUCH
CERTIFICATION FROM THE SUBCONTRACTOR.
FUR THIS PURPOSE, CERIIFIC,.TION FIRMS WAY BE OBTAINED FROM THE PROJECT
ENGINEcR ASSIGNED TO THIS PROJECT.
J-1 13 arNTRACTOR'S RESPONSIBILITY ITY FOR YIOtK (REPLACEMENT SECTION)
THE WOPo( SHALL HE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE
CONTRACTOR SMALL BEAR ALL LASS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CLAUSE, EXCEPT THAT CAUSED SOLELY BY ]HE ACT OF THE OWNER WHICH WAY OCCUR ON
OR TO THE WOPI( DURING THE FULFILLMENT CF THE CONTRACT. IF ANY SUCH LOSS OR
DAMAGE OCCURS, THE CONTRACTOR SHALL IMEDIATELY MAKE GOOD ANY SUCH LOSS OR
DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUSING OR NEGLECTING TO DD S0,
THE OWNER MAY 1.1SELF OR BY THE EMPLOYMENT OF SOW OTHER PERSON MANE GOOD ANY
SJCH LOSS OR DAMAGE, AND THE COST AND EXPENSE O SO DOING SHALL BE CHARGED TO
THE CONTRACTOR.
THE CONTRRACiOR ALONE SHALL AT ALL TINES fE RESPONSIBLE FOR THE SAFETY OF HIS
AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACTOR'S PLANT
AND EQUIPMENT AND THE METHO-' OF PROSECUTING THE WORK.
DARING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONT'IACTOF SHALL PURSUE
ONLY SUCH PORTIONS OF THE WUPo( AS SHALL NOT O DAMAGED THEREBY.
SP 10 Revised 5/:.
ND PORTION OF THE WORK W40SE SATISFACTORY QUALITY OR EFFICIENCY WILL BE
AFFECTED BY UNFAVORABLE CODITIONS SHALL BE CONSTRUCTED WHILE THESE CONDITIONS
EXIST, UNLESS BY SPECIAL MEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE
CONTRACTOR SHALL BE ABLE TO OVERCOME THEM.
7_l.lu (ESPpSIBILI?Y FOR-DAMAGE (ADDITIONAL SECTION)
THE CONTRACTOR SHALL BE RESPONSIBLE FUR CONTROLLING OUST AND MAD WITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE
DURATION OF THE PROJECT. THE CONTRACTOR SHALL BE PREPARED TO USE WATERING
TRUCKS. POWER SWEEPERS, AND OTHER PIECES OF EQUIPMENT AS DEEMED NECESSARY P`
.HE ENGINEER, TO AVOID CREATING A NUISANCE.
DUST AND MID CONTROL SH►0. BE CONSIDERED AS iWADENTAL TO THE PROJECT, ANE Pt;
COMPENSATION WILL BE WADE FOR THIS SECTION.
COMPLAINTS OF DUST, MUD, OR UNSAFE PRACTICES AND/OR PROPERTY DAMAGE TO PRIVAIL
OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPT ACTION IN
CORRECTING WILL BE REQUIRED. WRITTEN 40TICE OF CORRECTION OF COMPLAINT ITEMS
WILL BE CALLED FOR SHOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE CITY.
7-1.16 PROTECTION ND RESTORATION OF PROPERTY (REPLACEMENT SECTION)
THE OWNER WILT. OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE PROJECT.
THE CONTRACTOR SHALL LIMIT HIS OPERATION TO THE AREAS OBTAINED AND SHALL NOT
TRESPASS ON PRIVATE PROPERTY.
THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE WORK
UNDER 1HE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS TO SUCH LANDS. THE.
CONTRACTOR SHALL. NOT UNREASONABLY ENCUMBER THE PREMISES WITH HIS EmsTfk,EN`. CF
MATERIALS.
THE CONTRACTOR SMALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY ADDITIONAL
LAND AND ACCESS THERETO NOT SHOWN OR DESCRIBED THAT WY BE REQUIRED FOR
TEMPORARY CONSTRUCTION FACILITIES (IR STORAGE OF MATERIALS. HE SHALL CONSTRUCT
ALL ACCESS ROADS, DETOUR ROADS, UR OTHER TEMPORARY WORK AS REWIRED SY HIS
OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPENT, STORAGE OF MATERIAL,
AND OPERATION OF HIS WORKERS TO THESE AREAS SHOWN AND DESCRIBED AND SUCH
ADDITIONAL AREAS AS HE WAY PROVIDE.
%STOUTION OF STRUCTURES AND SURFACE
A. GENERAL. AIL CONSTRUCTION WORT( UNDER THIS CONTRACT Un LASLPE4TS,
RIGHT-OF-WAY, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE
LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WOW SHALL BE
ACCOMPLISHED SO AS 10 CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIM1UM
ANOINT OF ON GE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO AHAI TRENCHES
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIUAvS .AND
TRENCHES SHALL NOT BE OPEN FOR MORE TMW 48 HOURS.
SP 11 Revlsea 5,'C4
MOVE
BE NECESSARY FOR THEE PPEERF�aRMN OF THE WOW SUCH EXISTING
IFI SREIQUIRED, SNO�LL RESBUINLD
THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH MINIMUM
REQUIREMENTS AS HEREIN SPECIFIED. HE SHALL ALSO RFPAIR ALL EXISIING
STRUCTURES WHICH MAY BE DAMAGED AS A RESULT OF THE WORK UNDER THIS CONTRACT.
C. EASEMENTS - CULTIVATED AREAS .AND OTHER SURFACE IMPROVEMENTS. ALL
CULTIVATED AREAS, EITHER AGRICULTURAL OR LAWNS, AND OTHER SURFACE IMPROVEMENTS
WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALL BE RESTOREC AS NEARLY AS
POSSIBLE TO THEIR ORIGINAL. CONDITION.
PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR
SHALL STRIP [UP SU1L FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE IT IN
SUCH A MANNER THAT 11 MAY BE REPLACED BY HIM, UPON CO FILETION OF
CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH
THE EARTH SURROUNDING THEIP ROOTS WRAPPED IN BURLAP A:D REPLANTED IN THEIR
ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES DESTROYED CR
DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALITY AT
NO ADDITIONAL COST TO THE OWNER. IN THE EVENT THAT IT 15 NECESSARY TC TOE"
THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT AND ROLLED AND REPLACED
AFTER THE TkENA,I£S HAVE BEEN BACKFILLED. THE LAWN; AREA SHALL BE L''_EAkLO BY
SWEEPING D "HER MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SWILL
TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING
EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH HAVE LAWN AREAS.
ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES SHALL BE REMOVED
BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTFR TRENCH IS BACKFILLED IN THEIR
ORIGINAL POSITION. THE CONTRACTOR SHALE NOT THE OWNER AND PROPERTY G ER
AT LEAST 24 HOURS IN ADVANCE OF NUNY WORK DONE ON EASEMENTS OR RIGHTS-OF-MAY.
ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHI.OF-WAY OR
FRANCH£SE SHALL BE CONFINED TO THE LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR
FRANCHHISE. ALL WORK SHALL BE ACCDpLISHED SO AS TO CAUSE IHE LEAST AMOUNT OF
DISTURBANCE AND A MINIMM AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE MIS
WORK SO THAT TfWN"HES AFROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS
OR HOLIDAYS, AND 'FNCHE.> SHALL NOT BE LEFT OPEN FOR MORE THAN 48 ROWS,
DAMAGE 10 EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM
DEWA7ERING AND/OR OTHER rANSTRUCTION ACTIVITY UNDER THIS CGNTRACT SHALL BE
RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDITION SHALL BE
E57ABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MNIE PRIOR TD
CONSTRUCTION. ALL SUCH WORK SHALL BE DONE TO THE SATISFACTION OF THE PROPERTY
OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR.
D. STREETS. TFE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION OF
THE SURFACE OF ALL STREEIS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
IN THE EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL IMMEDIATELY
AVAILABLE 10 MARE NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM THE
OWNER. THE OWNER WILL MAKE IHE NECESSARY REPAIRS AND TF* COST OF SUCH REPAIRS
SHALL BE O'AID BY THE CONTRACTOR.
SP 12 Revised 5/84
7-1,,17 UTILITIES AND SIMILM FACILITIES (ADDITIONAL SECT IDN))
LOCATION AND DIMENSIONS SHOWN ON I* PLANS FOR EXISTING UNDERGROUND FACILITIES
ARE IN ACCORDANCE WITH THE BEST AVAILABIE INFORMATION WITHOUT UNCOVERING AND
►EASURING. THE OWNER DOES NOT GUMAHIEE THE SIZE AND LOCATION ON EXISTING
FACILITIES.
IT S`JALI 9E THE CONTRACTOR'S RESPONSIBILITY 70 CCVTACT ALL PUBLIC AND PRIVATE
CO►RANILS HAVING UTILITIES AND/OR FAC:LITIES IN THE VICINITY OF THE
CONSTRUCTION AREA. THE CONTRACTOR IS WARNED TWIT CITY OF RENTON WATER, STORM
DRAINAGE, SANITARY SEVERS, STREET LIGHTS, AND TRAFFIC CONTROL UDERCROUD
UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED
SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, IN THE PROSECUTION OF THE WOW, Il BECOMES NECESSARY TO INTERRUPT EXISTING
SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CUNDUI', UTILITIES, SIMILAR UNDERGROUNDSTRUCTURES, ON PANTS THEREOF, THE CONTRACT RE
OR SHALL BE SPOKSIBLE FOR, ;W
SMOLL TAKE ALL NECESSARY PRECAUTIURS TO PROTECT AND PROVIDE TEMPORARY SERVICE
FOR SAE. THE CONTRACTOR SWILL, AT HIS CAR! EXPENSE, REPAIR ALL DAMAGE TO SUCH
FACILITIES OR STRUCTURES DUE TO THIS CONSTRUCTION OPERATION TO THE
SATISFACTION OF THE CITY; EXCEPT FOR CITY (MINED FACILITIES WHICH WILL BE
REPAIRED BY THE UTILITY DEPARTHFNT AT CONTRACTURES EXPENSE, ON BY THE
CONTRACTOR AS D;RECTED BY THE CITY.
77-1.16PPCIQLIC LIABILITY AND PROPERTY QRM (RFPLACEMENT 5EITION)
THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL HE AS FOLLOWS:
THE AMOUNT OF COVERAGE SHALL HE NOT LESS THAN A SINGLE LIMIT OF S5(Xi,OOD FOR
BODILY INJURY 1NCLUOiNG DEATH AND PROPERTY DAMAGE PER OCCIRENCE. IN ADDITION,
AN UMBRELLA INSURANCE COVERAGE OF NOT LESS THAN $1,000,000 SHALL BE PROVIDED,
WITH THE OWNER AND ENGINEER THE NAMED INSUEDS. THIS LIMIT SHALL APPLY TO
COMPREHENSIVE CENERAL LIABILITY INSURANCE AND VEHICLE LIABILITY INSURANCE.
THE CONTRACTOR SHALL FURNISH THE CllV WITH SATISFACTORY PROOF OF CARRIAGE OF
THE INSURANCE REQUIRED.
7-1.23A GENERAL SAFET. Y KWIREMENTS _ IT (MILL SECTION)
THE CONTRACTOR SHALL NOTIFY ALL IROPEHIY OWNERS ALONG THE CONSTRUCTION AREA,
BY MAIL, PRIOR 10 CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL LOCAL POLICE,
TRANSIT, AND FIRE DEPARTMENTS By MAIL PRIOR TO CONSTRUCTION. MAWS AND
ADDRESSES WILA Ef FURNISHED BY THE OWNER. THE CONTRACTOR SHALL FURTHER NOTIFY
EACH OCCUPANCY 1N PERSON A MINTMRM OF THREE DAYS PRIOR 10 CONSTRUCT ION IN
FRONT `c EACH PROPERTY.
SP 13 Revised 5/84
7-1.2K DAWN RAIwICADE5 AMD SIGNS (REP!AGEW-K SE
FLAOEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED (R PROVIDED SMALL
"MANUAL N THE STANDARDS E.'TABLISHEO TN 1HE LATLST ADOPTED EDITION OF THE
OF TRANSPORTATION.
ON lAT FOWION. TRAf•F T.: CONTROL OEVIL�S," PUBLISHED BY THE U.S. DEPARTMENT
OF TRANSPORTATION.
COPIES MAY BE PURDIASEO FROM THE SUPERINTENDENT OF DOCUMENTS, U.S. GOVERNMENT
PRINTING OFFICE, WASHINGTON D.C. 20402. THE CONTRACTOR SWILL IMPLEMENT THE
TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS APPLICABLE, IF
T4 CONIRAC10R'S PLAN OF OPERATIONS IS IN COMFL'CT WITH THE CONTRACT TRAFFIC
CONTROL P-AN, HE MY FROPOSE MODIF'CATION OF 1HE TRAFFIC CONTROL PLAN BY
SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE
PROJECT, AND SUBMIT 1T TO THE ENGINEER FOR APPROVAL AT LEAST FEN DAYS IN
ADVANCE OF THE TIME THE SIGNS AND BARRICADES WILL BE REQUIRED.
THE STRIPING OF NO PASSING ZONES THAT ARE TO BE OBLITERATED 1N EXCESS OF 150
FELT BY PAVING OPERATIONS SHALL BE REPLACED BY "DO NOT PASS" AND "PASS WITH
CAE" SIGNS. CHE SIGNS SMALL BE LOCATED NOT LESS THAN 2 FEET OUTSIDE THE USABLE SHON1)ER NOR LESS THAN 7 FEET ABOVE THE EDGE OF PAVEMENT. UNLESS
OTHERWISE SPECIFIED IN THE SPECIAL PROVISOS, THE CONTRACTOR SMALL AMIDE
POSTS AND BE M 14TAINED BY THE CONTRACTOR UNTIL CONSTRUCTION OPERATIONS ARE
COMPLETE. WHEN THE PROJECT INCUDFS STRIPING BY THE CONTRACTOR, THE SIGNS AND
POSTS SHALL BE REMOVED BY HIM MEN THE. ND PASSING ZONES ARE RE-ESTABLISHED By
STRIPING. THE SIGNS SHALL BE RLiURNED TO THE CITY AND THE POSTS WILL BECOME
THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL. MEN THE CONTRACTOR IS NOT
RESr'ONSIBiz FOR THE STRIPING, THE POSTS AND SIGNS WILL BECOME THE PROPERTY OF
THE CITY AND WILL BE RENOVEG BY CITY FORCES MEN THE NO PASSING ZONES ARE RE
E—ABLISHED BY STRIPING.
Tit CONTRACTOR SMALL, AT ,S OWN EXPENSE PROVIDE ALL SIGNS, BARr''CAOES,
GUARDS, ;I AGNEN, AND EQ',..4N1, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN
ORDER TO PROTECT THE FLIBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS
OPERATIONS. IF THE CONTRACTOR SHOULD FAIL TO MAINIAIN SUFFICIENT LIGHTS AND
BARRICADES, IN THE OPINION OF THE ENGINEER, THE CITY SMALL HAVE THE RIGHT TO
ROVIDE THESE LIGNHTS AND BARICADES AND DEDUCT SUCH COSTS FROM PAYMENTS DUE
THE CONTRACTOR. WORT( SHALL BE RESTRUCTLFEU, THE ONDIR OF WOPo( MODIFIED, THE
HOURS OF WUPo( MODIFIED OR THE WORN HALT[.D ALTOGETHER C1 THE ENGINE-LiOS
DISCRETION WHEN IRE ENGINEER FINDS SUCH A COURSE OR. COURSES OF ACTION
NECESSMY TO PROTECT THE PUF4 1C OR THE CONTRACTOR'S SAFETY, HEALTH, AND
WELFARE.
ALL SIGNS REMOVED SHALL BE S:,'VAGED AND DELIVERED TO THE CITY YARD.
TRAFFIC MOVEMENT SHALL BE HEF IN , ,WED AS APPLYING TO BOTH VEHICULAR AND
PEDESTRIAN TRAFFIC. DURING ALL FMASES OF CONSTRUCTION, TRAFFIC MOVEMENT SHALL
BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALL BE MAINTAINED AT
ALL 11NES 10 AD.;ACE':1 PROPERTIES OUTSIDE OF THE RIGHT-OF-WAY LINE. ALL ROADS
WILL BE OPEN 10 TRAFFIC DURING PEAT( TRAFFIC PERIODS, 6:30 TO 8:30 A.M. AND 3:31J TO 5:00 P.N.
SP 14 Revised 5/84
NO WOW SHALL BE DOE ON UM ADJACENT THE RDADAAY UNTIL ALL NECESSARY SIGNS TEND
TRAFFIC CONTROL DEVISES ARE IN PLACE.
THE CAST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION >IGNS
SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
7-1.23E DUST CAWTROL (ADDITIONAL SECTION)
THE CONTRACTOR SWILL PROVIDE A MINIMUM 1,500 GALLON CAPACITY WATER TRUCK WITH
A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SHALL BE
CLEANED OF DUST AND DEBRIS AT THE END OF EACH WOWING DAY. IN ADDITION, THE
CGNTRACTOR SMALL PROVIDE SPRINKLING, AS NECESSARY, TO ALLEVIATE DUST NUiSA10E
OR AS DIRECTED BY THE CITY.
7-1.24 RIGHTS OF WAY (AOO`TIONAL SECTION,j
THE CITY SWILL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE
CONSIRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL COSTS
Of 'HIE SAME. COPIES OF ALL EASEMENTS AND ACCESS PERMISSIU.N WILL OF. PROVIDED
TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WOW ON PRIVATE PROPERTY
IN STRICT COMPLIANCE W17H THE TERMS AND CONDITIONS OF THE EASEMENTS AND
RIGHT-OF-ACCESS DOCUMENTS.
7-1 .28 EMPLOYMENT OPENINGS iREPLACE*NT SECTION)
ENTIRE SECTION OF STANDARD SPFCIFICAl10N5 ON EMPLOYMENT OPENINGS 15 DELETED.
SECTION E
8-1.03 PRMSS 5CKpULE (REP ACEMENT SECTION)
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE FIRST
PARTIAL PAYMENT IS MADE, THE CONTRACTOR SW. - DELIVER 10 THE ENGINEER, AN
ESTINAIED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY TO THE ENGINEER,
SHOWING THE R!OPOSED BATES OF COMMENCEMENT AND COPL.ETION OF EACH OF THE
VARIOUS PAY ITEMS OF WOW REQUIRED UNDER THE CONTRACT DOCUMENTS AND THE
ANTICIPATED AMOUMi OF EACH MONTHLY PAYMENT THAT WILL BECOME DUE 10 THE
CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SWILL
ALSO FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE Of
HARING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN MAKING UP ANY OF THESE
SCHEDULES WILL BE USED ONLY FOR DETLKMINING THE BASIS OF PARTIAL PAYMENTS AND
WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS TO OR DEDUCTIONS FROM
THE CONTRACT.
t�
SP 15 Revlse0 5/84
SHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS WILL
OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PRfWRAM, THE CONTRACTOR SHALL.,
UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEOULES IN THE SAE FORM AS SPECIFIED
HEREIN, SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED LABOR FORCES OR
WORKING SHIFTS, NIGHT WORK, ETC., BY WHICH LINE LOSS WILL BF MADE LIP, AND
CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF THE ORIGINAL
SCHEDULE HAS BEEN SECURED, FURTHER, IF AT ANY TIME A PORTION OF THE ACCEPTED
S0EOULE IS FOUND TV CONFLICT WITH THE CONTRACT PROVSIONS, IT SHALL, UPON
REQUEST BE REVISED BY THE CONTRACTOR ANC THE WORK SHALL BE PERFORMED IN
COPLIANCE WITH THE CONTRACT PROVISIONS.
PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS MADE
AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE CONTRACTOR
WAY BE WITHHELD. EIECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF
CONSTRUCTION ON APPROVED MODIFICATIONS THEREON, IS HEREBY MADE AN OBLIGATION
OF THE CONTRACT.
PRE-CONSTRUCTION COHERENCE (AODITIONAL SECTION)
PRIOR TO THE START 01" CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTOR, UTILITY DEPARTMENT, TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE, AND
DATE TO HE DETERMINED AFTER AWARD OF THE CONTRACT. SUBSEQUENTLY, A
REPRESENTAIIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW
PROCESS AND DISCUSS ANY PROBLEMS THAT MAY BE INCURRED. THE TIME, PLACE, AND
DATE 10 BE ESTABLISHED AT THE PRE-COSTRUC7ION CONFERENCE.
8-1.04 NOTICE To PROCEED AND PRMECUTION OF WORK (ADDITIONAL SECTION)
THE CONTRACI)R SHALL NOTIFY THE CITY OF FENTON Al LEAST 48 FARS PRIOR TO
COMENCING V.ORK. THE SAE NOTIFICATIONS SHALL BE PROVIOE,T TO THE POLICE AND
FIRE AUTHK`RIIIES AND THE SCHOOL. DISTRICT WHEN WORKING WITHIN A ROADWAY
RIOtt-OF-MAY. THE CONTRACTOR SHALL ALSO NOTIFY PROPERTY OWNERS ADJACENT TO
THE COW.RU:TION AREA, INOTCATING THE DURATION AND PROPOSED ILK OF ACCESS
CLOSURE TO THEIR PROPERTY.
8-1.Q5 TIME OF C24UTI0N (ADOITLoN& SECTION)
THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSECUTE THE WOW TO COMPLETION IN
ALL PARIS AND REQUIREMENTS. THE PROJECT SHALL BE COMPLETED WITHIN THE TIME
NOTED IN THE CALL FOR BIDS.
SP 16 Revised 5/B4
PROVIDED, HOWEVER, THAT THE CITY COUNCIL SWILL HAVE THE RIGHT UPON REQUEST OF
THE PUBLIC WORKS DEPARTMENT, CITY OF RENTOR, WASHINGTON, TO EXTEND THE TIME OF
COMPLETION OF SAID WOW. NO EXTENSION SHALL RE VALID UNLESS THE SAME BE IN
WRITING AND ACC@PANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY
ON THE BDND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER WOW OR
MATERIAL SHALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR FOR CLAIMING AN
EXTENSION OF TIME FOR THE COMPLETION OF THE WOW, AND SHALL NOT RELEASE THE
CONTRACTOR FROM DANAGFS JR LIABILITIES FOR FAILURE TO COMPLETE THE WORK WITHIN
THE TIME REQUIRED.
RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S BIRTHDAY,
WASHINGTON'S BIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS LAY,
THANKSGIVING AND THE DAY FOLLOWING. AND CHRISTMAS EVE AND CHRISTMAS DAY. THE
DAY BEFORE CHRISTMAS SHALT. BE A HOLIDAY FOR CITY EMPLOYEES MEN CHRISTMAS DAY
OCCURS ON A TUESDAY (R FRIDAY. THE DAY AFTER CHRISTMAS SHALL BE A HOLIDAY FOR
CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A IONDAY, WEDNESDAY, OR lKRSDAY.
MEN CHRISTMAS DAY OCCURS ON A SATURDAY, THE TWO PMCEEDING WORKING DAYS SMALL
BE OBSERVED AS EIXIDAYS. WHEN CHRISTMAS DAY OCCURS ON A SUNDAY, ]HE TWO
WORKING DAYS FOLLOWING SHALL BE OBSERVED AS HOLIDAYS.
ALL REFT:RENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE
DELETED AND VOID.
8-1.09 '.IQUIDATED DAMAGES (ADOI7IONAL SECT IONI
THE LIQUIDATED DAMArES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM
COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND CURT COSTS INCURRED
BEYOND CONTRACT COMPLETION DATE. THE COST OF ADDIIIO!AL INSPECTIUN AND
SUPERVISION SHALL 13E AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT
FOR OVERHEAD.
8-1 11 OVERTIME WORK BY OWNER EMPLOYES (REPLACEMENT SECTION)
WHEN THE CONTRACTOR PERFORMS CONSIRLIC110N WORK OVER THE ACCEPTED 8 HOURS PER
DAY OR 40 HOURS PER WEEK, OR UN ANY CITY HOLIDAY, AND THE WORK REQUIRES
INSPECTION, THEN THE CONTRACIOR SHAIL REIMBUiRSE THE CITY AT THE RATE OF $50
PER HOUR. THE CITY SHALL RAVE THE SOLE AUTHORITY IN DETERMINING THE NECESSITY
OF HAVING THE OVERTIME INSPECTION, AND SHALL NOTIFY THE CONTRACTOR OF INTENT
AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR ON EACH MONTHLY
ESTIMATE.
8-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION)
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY,
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTOR'S PLANT AND
EQUIPMENT. )HE OWNER SHALL HAVE 1HE RIL;T TO MIKE USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WOW.
SP 17 Revised 5/84
THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WOW( 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 WOO( BY THE ENGINEER AND THE OWNER. THE CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING. BARRICADES, AND
WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE
FROTECTION OF THE SITE AND HIS PLANT AND EQJIF7ENT. THE OWNER WILL BE
PROVIDED KEYS FOR ALL FENCED, SECURED AREAS.
8-1.13 ATTENTION TO MOW( (REPLACEHENT SECTION)
THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHIU.L SUPERVISE THE
WOW( TO THE END THAT IT SHALL BE PROSECURED FAITHFULLY, NO WHEN HE IS NOT
W(
PERSONALLY PRESENT ON THE WO , HE SHALL AT ALL REASOKABLE TIMES TO
REPRESENTED BY A COMPETENT SUPERINTENDENT AM SHALL HAVE F;JL, AUTHORITY TO
EXECUTE THE SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY, AND 11110 SHALL HE THE LEGAL REPRESENTATIVE DF THE CONTRACTOR. THE CONTRACTOR SHALL
BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS DELP'EHED TO HIM OR
TO HIS AUTHORIZED REPRESENTATIVE.
SECTION 9
9_1.01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECTION)
ALL DELIVERY 1 DD(ETS THAT Ailt REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME ON DELIVERY. NO PA-ENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF DELIVERY
GF MATERIAL.
A. BY IRUCY.
PAYMENT WILL N01 BE MADE FOR DELIVERY TICKETS WHILH DO NOT SHOW TYPE OF
MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER. DATE, ANT) INSPECTOR'S
INITIALS.
SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS
POSSIBLE.
EACH WEIGHT STATION SHALL MAINTAIN A RECORD OF THE TROD( NICER, TIME,
DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL 10 THE PROTECT. THE
WEIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY
TRANSMITTED DAILY TO THE CITY BY THE SCALE ATTENDANT. IN ISOLATED CASES
WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE THE THUD( VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY.
SP 18 Revised 3!84
B. BY OTHER LEANS
METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL WOU14T TO THE SITE BY
ANY OTHER MEANS WILL.. BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT BEFORE
AWARD OF THE CONTRACT.
9-1.03 SCOPE F PAYMENT I HTDITIONAL SECTION)
ALL CASTS AND EXPENSES FOR IfFMS OF WORK, EQUIPMENT, OR MAILRMS, INCLUDING
INSTALLATIONS, NOT IDENTIFIED AS BID ITEi� IN THESE SPECIFICATIONS SHALL 6E
INCIDENTAL TO THE. PROJECT. NE SEPARATE PAYMENT OF ANY KIND WILL BE MADE FOR
THESE INCIDENTAL ITEMS.
9-1.098 OWNER'S RTIM TO WI rY TAIN NOI ITS fN&JL ONAL SECTION)
PARTIAL PAYMENTS ON ESTIMATES MAY BE WITHHELD UNTIL A WCWK PROGRESS SCHEOIILE,
AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED AMC APPROVED.
IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE REQUIREMENTS
OR SPECIFICATIONS, THE CITY NAY HAVE THE OPTION TO ACCEPT SUCH MATERIAL OR
BE�STxVISHIP INTERESTF THE FTHEI�CITY, PROVIDED CTM OF CT ECCITY DEEMS
MAY NEGOTIATE ACCEPTANCE
AYMENT Off AIN THE
LOWER
UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
SP 19 Revised 5/84
r
r
r
r
r TECHNICAL PROVISIONS
r
r
r
r
r
r
r
r
r
t
r
r
r
TECHNICAL PROVISIONS
SPRRING BROOK MATERShED
FENCING
PHASE I
MOBILIZATION
This bid item shall provide compensation for costs incurred by the
Contractor for moving equipment to the job site, securing suitable
storage areas, providing a field office, If desired, providing sanitary
facilities fur the workmen, rotating equipment during the project, and
removing all equipment and facilities from the project area upon
completion.
The lump sum for mobilization shall be full compensation for all labor
and equipment, and all other costs necessary for the Contractor to
perform mobilization as specified. Partial payment for this item will be
paid only when the owner determines that sufficient progress of the
project warrants such payment.
SOIL ANU OR [OBURFACE CONDITIONS
The bidder shall make his own decisions and conclusions as to the nature
of the materials to be excavated, the difficulties of making and
maintaining required excavations, the difficulties which may arise from
subsurface conditions, and of doing any other work affected by the
subsurface conditlons and shall accept full responsibility.
Extra compensation will not be made for the adverse conditions that may
be encountered.
REMOVAL OF PRIVATE PROPERTIF
Removal and replacement of private properties shall be assigned as the
Contractor's responsibility to restore private properltes to property
owner's satisfaction. This Is not to be considerad as new replacement,
but only restoration of existing facllitlrs , In :ase of damage by
contractor of restoration caused by necessity of removal .
Such removal and replacement shall be considered Incidental to the
project and no compensation will be made.
MECHANICAL TAMPING
Mechanical tamping shall consist of hand-operated mechanica! or pneumatic
tampers as outlined in Section 15-2.0IA of the Standard Specifications
and shall be required where called fo.. in these )eclflcatlons, on the
plans, and where directed by the Owmer/
Mechanical tamping shall be considered as Incidental 'u the construction
and all cost thereof shall be Included by the Contrzctor In Lther pay
Items within this contract. No further compensation shalt be made.
TECNICAL PROVISIONS
SPRING BOOK WATERSHED
FENCING
PHASE I
IEGtlM1fAL_FRO 1SIQh5 (Cont.)
WATER
Water shall be acquired and placed In strict compliance with Section l6
of the Standard Specifications.
Water shall be considered Incidental to the project and no further
compensation shall be made.
CHAIN LINK FENCE AND GATgS - General
This work shall include but not be limited to the Insta, .ation of chain
link fencing with the related concrete footings. Height of all fencing
to be 8 feet above grade. The fence shall have 3 strands of barbed wire
for security and appropriate arms to support the barbed wire. Bottom of
fabric to be approximately I Inch above ground.
All material used In the construction of chain link fence and gate shall
be new. Iron or steel material shall be galvanized except as hereinafter
provide9. Imperfectly galvanized material , or materiel upun which
sorlous abrasions of galvanizing occur, will not be acceptable. All
accessories shall be free of sharp edges. All welded members to be
galvanized after welding in single piece.
The base material for the manufacture of steel pipes used for posts,
braces, and gate frames shall conform to the reouirements of ASTM
Designation A 120 except the weight of tolerance on tubular posts shall
be applied a provided below.
Ali posts, braces and gate frames shall be hot-dipped galvanized. They
shall have a minimum average of 1 .8 oz. zinc coating per square foot of
surface area, with no Individual test below 1 .6 oz. zinc coating per
square foot of surface area. In the case of members made from pipe, this
area is defined as the total area Inside and outside. A Sample for the
computing the average of weight of coating is defined as a 12 inch piece
cut from each end of the galvanized member. Fittings, attachments and
hardware shall be galvanized In accordance with the requirements of ASTM
Designation A 153. Other materials shall be galvanized as specified
hereinafter . All fence materials shall be manufactured in the United
States.
Fabric
All chain link fabric shall consist of commercial quality steel wire
woven Into an app. oximate 2 Inch uniform diamond mesh. The fabric shall
be 9 gauge wire (0. 118 Inch diameter) , 81 0" height, knuckled selvage on
top and bottom. The fabric shall be hot dipped galvanized afte-.
TECHNICAL PROVISIONS
SPRING BROOK WATERSHED
FENCING
PHASE I
TECHNIAAL PROYISIONS ( .onto
End Poste
Posts shell be 2-7/8 Inches O.D. and Weigh not less than 5.79 lbs. per
lineal foot.
Posts
Posts shall be 2-3/8 Inches O.D. , Schedule 40 or match exis*ing posts.
Iflr Rai ;
Top rail shall pass through the tops of the line posts forming a
continuous brace from end to and of the complete stretch of fence.
Lengths of tubular top rail shall be Joined by sleeve couplings. Top
rails shall be securely fastened to posts by press steel fittings.
Couplings for tubular top rail shall be outside sleeve type and at least
7" long .
Zlnc_Coated Steel F;ttinaZ
Miscellaneous steel fittings aad hardware shall be of commercial grade
steel or better quality, wrought or test as appropriate to the article,
and sufficient In strength, and other properties, to provide a balanced
design when used in conjunction with fabric, posts, and wires of the
qualities specified herein. The weight of zinc coating on below listed
steel fittings shall be 1 .2 ounces per square foot.
QA"
All posts for chain link fence shall be fitted with an approved
galvanlzed pressed steel or aluminum cap on each host.
Tendon Bar,
Hot-dipped galvanized steel bars shall be not less than 3/16" x 3/4" and
equivalent to fabric height. Bars are to be threaded through fabric and
attached to posts by means of tension bands spaced not to exceed 14
Inches. One bar shall provide for each end post.
Hat-Dipped Oal Anlzed Steel Tension Band
Hot-dipped galvanized steel tension bands shell be provided with tension
bars at each end post. These bands shall be of flat steel 1/8" x 3/4".
Spacing on post shall be at no more than 14" intervals.
TECIII PROtisloNs
SPRING BROOK WATERSHED
FENCING
PHASE 1
TECHNICAL PROVISIONS (Con--)
Brace Bands
Galvanized steel brace bands shall be provided where top rail or bracing
Is required on each end post. These bands shall be securely fastened to
posts and used with a rail-end. Bands shall be of 1/8" x s/4" flat steel .
Rail Ends
Galvanized rail-end shall be provided with each brace hand where bracing
Is required.
Iles or Clips
Ties or clips shall be provides for attaching chain link fabric to line
posts at intervals of not Mora than 14 Inches. Ties may be of steel 11
gauge (galvanized) or aluminum 9 gauge.
Tension Wires
This reinforcing wire shall be /7 gauge coil spring wire and shell have a
zinc coating of not less than 0.80 ounces per square foot. Galvanized 9
gauge hog rings shall be provided for attaching tension wire to fabric at
Irhervals not exceeding 14 Inches. Tension wire Is required along bottom
of fabric .
Barbed-Wire Sup op rtip„g, Arms
Barbed-wire supporting arms, when specified to be furnished, shell be at
an angle of approximately 450, and shall be fitted with clips or other
means for attaching three lines of barbed-wire. The top outside wire
shall be approximately twelve ( 12) Inches horizontally from the fence
I lne and the other wires spaced un lformly between the top of the fence
fabric and the outside barbed-wire.
Barbed-Mire
Barbed-wire shall consist of three strands of 12-1/2 gauge wire with 14
gauge 4 point barbs spaced approximately five (5) Inches apart. All wire
shall be zinc coated with a minimum coating of .80 ounces per square toot
of surface area on 12-1/4 gauge wire.
TEnNNICAL PROVISIONS
SPRING BROOK WATERSHED
FENCING
PHASE i
TE HNI AI _PRDyi SI oh front )
1AIIA-1-3-AliDIL S t a n d m r dw
Line posts shall be spaced at not more than 10 foot Intervals, plumbed,
In line and placed In a vertical position. All posts to be set in
concrete. Tubular posts to be provided with cap. Fabric to be attached
to line posts with 11 gauge galvanized steel or 9 gauge aluminum ties
spaced at not more than 14 Inch Intervals.
Terminal and end posts shall be plumbed in a vertical position. All
Posts to be set In concrete. Tension bands and bars to be provided at
each terminal , and two bands and bars for pull and corner posts. Bands
spaced on posts at Intervals of not more than 14 Inches. A corner post
Is required when line of fenc direction changes 30 degrees or more.
o
Posts are used to facilitate stretching In long runs of fence and abrupt
changes In grade line.
Post Setting ( line, End Posts)
Didmeter Post
Depth Height
D
of Hole aft Embedment of fabric Pest
n
10w 38" 36w 8; line
8 Terminal
Note: Where rock conditions exist, post setting to be determined by City
Inspector.
Concrete to be 2,000 PSI , S sack mix, and crown all posts to shed rater.
Fabric to be stretched tight, approximately I to 2 Inches above the
ground, from terminal posts and shall be fastened on to the side of line
Posts by ties spaced at Intervals of not more than 14 Inches and 14
Inches for top rail . The fabric shall be cut and fastened to each
terminal post Independently by tension bar with bands. The tension wire
shall be fastened by means of hog rings spaced approximately 14 Inches
apart. Fabric rolls to be Joined by a sinjle strand of fabric coven In
to form a continuous fence line.
Fabrication and Installation of materials furnished and Instailed under
these specifications shall be first class and show careful , finished
workmanship In all respects.
n
TECHNICAL PROVISIONS
SPRING BROOK WATERSHED
FENCING
PHASE I
TECHNICAL PROVISIONS ( n4 )
MEASUREMENT AND PAYMENT
Chain Line Fence
The unit bed nrlce par linear foot shall constitute complete compensation
for all labor, materials, fittings, tools dnd equipment for complete
Installation of the chain link fence and barbed wire as specified.
Clearing shall be considered Incidental tc fence Installatlon .
CLEARING •R IB81N • A ?R R N0
The Contractor shall clear the new fence area, from the City Watershed
property line and to 6 feet inside. This swath of cleared tress, and
brush shall be limited to city property only. While no debris of any
kind shall be deposited In any stream, or on roadways, tree trimings,
logs and brush may be disposed on site In areas designated by the
engineer; No buring allowed.
Ornamental and danger tree$- withlr the clearing limits shall be removed.
measurement A Pavm-nt
Clearing, Grubbing and Tree Removal shall be measured by the linear foot
of now fencing. The unit price per linear foot shall be full
compensation for furrishing ell labor and equipment for -emoval of brush,
trees, debris, stumps, ornamental and dancer trees.
No separate paymer will be made for brush, danger or ornamental tree
removal .
r
e ANQ Q{�D pR A`N\N�'
SZ
r
r
0
� r
. �: y .u_. _ _ _ .
ti . ._
r
�� ,
:�
." � - .
•,
. . � ,
,_
� ye '
� .1 , � '• i
.. � ,,.
� r , ,- � n „
., .
� :�, i`
;: .. � ~
,. �.
' � .." •."
� . � _ +
t
•. r y
. w _ � � j 9
.. v .. a`
.. . l.,.
� w �
♦ � �
e -' � � -
1 V ..t .. r .. � ., '4� „
� :
> y
� „..
7 _ ` �
.,
a .�-
✓ _
� � � ,
f � � �� � _ � � y
1
Y � y
,
A M
Q
� \ Lei. rRss
.INSTALL NEW NEW FENCE __
w+�
as
u
Jul
I
I
TIE TO EX.FENCE i+
I
i ;dyq t ''fir. ,iF3� ti c BOUNNRY suwt y
"
TO N R[O1 ti
•R�NRN� 01' \NRINRM
SF ;.NGBRQ4�K S ING$
WATEA5H
I t--�
lip
y
t
,'.1Il q1
STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES
OLYMPIA WASNiAGT; Y DANIEL I, EVANS GOVERNOR A. L. WILIE DIRECTOR
Ssreb 16. lfie
City of Seetoo
City Sell
Aontoo, Its"ingtoa
Atta: S. Solow
Gentlemen: Se: Coattatt Sio, C.A.G. 91S�3
This is to certify that {r "go" C* - 1f31 SarMr Avg. S. W.
vid ,
has made payroll report and Saottlo. Se 1) �SS
F premiums due eciden and'Yed��al-
sp lmr"k INterded Department of Is a Industries covering lesefy of
Very truly yours,
NlI�ISSS dt IS/SS�jL
hA
o.+.e.eusaiei..eua
kk
ce: SON Jose steel Co.
w" I't
5-SL WCA7E Reg n r"-6345
DISBURSING OFrl(T)t
Tax Commission of the State of Washington
"ontractorr
AN .I= STEEL CO. PWC T° 8415
posy OFFICE 50.%?
LM Jam, CALI M11IA Certificate of Payment of State Excise
Taxes by Public Works Contrector
1
We hereby certify that taxes, increa- - ind penalties due or to become due from the above named
contractor under Chapter 180, Laws of 193C .s amandec:, with respect to the following public works
contract* FC1KIM4 Or VNe 3MIM000"K MATEMM O CITY Or fICMTaM
together with all other taxes, increases and penalties due from such contractor,have been paid in full
or are readily collectible front other sources.
This certificate is issued pursuant to the provisions of Chap. 6028 RCW tChap, 236, Laws of 1955),
for the sole purpose of ir(orming the state, county, or municipal officer charged with the duty of
disbursing or authorizing the payment of public funds to said contr^^tor that the Tax Commission
herebv releases the state's lien on the reta ned percentage provided by 4 "apter 60.28 RCW for Excise
Taxes due from said contractor.
This certificate does not release said contractor from liability for additional tax which may be later
determined to be due with respect to the above mentioned contract or other activities.
Dated at Olvmp(a, Washington, 1'esm"T 1, 19"
TAX COMMISSION
OF txe STATY OF WASPI\cTON
G�JAca J. Gusurt Auo rr04
#AX CG, mmi a5{()4
j,
DoogbeY t0, 1%6
Tax (omission
State of Washington
01yap1s, Nbshinetwt
Attot Mr. Jack J. Cilbort, Auditor
Excise Tax OWn.
Gntlown i
on data of November d, l"S the Sta Jose Steal Caapaay wow advised by year
amem of rcgatrsmwtc for variftasttor of psi no* CC sactea pot is elbr
that eortifltmte of tax eleaswnce 010t be Issued. To data, we have sot
received notice of such claaranae and haw tet therefore released tt:a
rstatnod poroaotago withheld on the oontract, facing of Spria`brook One.
will, you plaese advise if any further action has bwo tahwn.
Thank you for your courtostea to this tatter.
Yaws very teary.
Cm of RD"
Relate N. Mclean,
City Clark
HW/da
r
W 98arOy
,wws"Nfteeerworow :h./.,/.en,po.1Cep+o+deMwo.id
OFFICE OF CTy CLERK
....._.... Ileveaber 30, 196R
Rol 'rt of labor and Indcertriw
OIYMU, WashiaRten
Ref San Jesse Stwl Caayoq Contrnet
Pawing of Spriivbrook Water"
Renter, `adbington
Cwtle*"%
In Neerber we forwarded foram for the release an tw abovo-egtiawd fire
and to date have not r000ivod each notice. Will yw plaaae adwisa ahatber
Contractor Ire taken any farther acttan to date ea Nis 006M.
Thank you for your eourteaiee.
ioun Very t+vlY,
CITY OP MY"
9elsie W. Nelson,
Cit,, Clark
iF7K/#
t
\v
r -
r
�CItM Lb: 7;` 4ff�4''�.tYoL;L Mgt C++�w{ `� • ... {v
CE"♦1V 0: �W C.IIt MAY.�J�da CJ6dgt'µi1f�R.t
a.�pr �. itBd
So*Do Wo
aNlASUM
AVAYa sinus s ts
�1wYMA M i6w�tW
aas 26s Xpoo is we aft Pw miodS
of vAkl*
VW%xv 1mw :
our SUBMW
a�i�sY
w
r `
Ilr
t�Y U
�.111•�'f� yeq»cd
wailio, ,f u.rw curio
utttice.ct" CAS
Y
Y7f�°'U E:09 .
dC<wie�r � mneay` �,e
elf
gym °d
pyPT 'fl WaplP «l
4, eafeet
A
ed �-
w�d1�l eia*t
aac�" t 1"cAi
u
UpOe sacelTA n
of 3tU•90�ye filb`tk d�re
dePedl� �KU,:stWu*d�>r5
seW:ae mEood e4 K6
�s attar
epaUmai'� 'otW4 w
es Ow
is
aid 'tc ma w rm-t
W.
h1d mes`lllY T44* et"{71 Lida
tU rH,;t�SM y�iOt U
IVA ow
X.ID{w9lttleiityg5q 7iy
a' atd 13em.
i s e+ to^M Clerk
F4 mry�lty 14,
R t't.
i
Z, jy65
w<w
_ tw � sb► YeaPR°7 �osyeea w� �p,0
Jose pd rs d�
„a w OW �.
w at
#` w l ~
arP
"Goe'T
i�idar�lirew�'
9aa0L1e 6, M..l�s„cco - - -.r
Rae M4 of Bolvtm lu
r6neLft 40104%eooic Mrtwtcle>E
omwuomw
uosawred In UO souiptum off tko VWUr t of � Z, 31id,
lmr rid, 4a. Uto am of $14,317.30 4e aoe�en m comm.aoN.:-pptl d
Tours V W7 tru7,
6=sr cs niettlt
malb.a W. Ya1rwo
assr me k
-- - - - �-v v.r-% 9 %%-flr.4
FENCING OF SPE SIG B200K WATEesqED
alm apaull4cip TULY Z4. iWob
BID
"T
73' 14 5-o
32
u FEEL jk�.
W-217 SPRINGBROOK WATERSHED FENCING WTR-9 2
Bid Documents
THB CITY OF RLNTOK
KIN': ':'OUN *f. WASHIN,rM
SmIPICATIM
AND
BID :'ROPCSAL
FOR TE ^5T.'.iLATION
OF
STORM MgCINC
AROUND
PORTION OF SARINOBROOK DAM
Jack Wilaon
City FaWLnsar
scr e �
CALL FOR BIDS
CITY OF RENTON, WASHINGTON
Sealed bids wily be received until 5;00 P.M. , Monday, July
26, 1965, at the City Clerk's office, City Hall Renton, Washing-
ton, or presented to City Council until E:00 P.M. , same day, for
the installation of a Galvanized Wire H,esh Fence around a portion
of Springbrook Dam.
There will be approximately 4,400 lineal feet of six (6)
foot high Galvanized wire Mesh Farce with extension arms to be
furnished and installed along with all necessary appurtenances.
Plans and specifications may be obtained from the City
Engineer upon receipt of a deposit of $10.00 for each set. The
aeposit will be forfeited unless plans and specifications are
returned in good condition thirty (30) days after date of bid
opening.
A certified check or bid bond in the amount of five (5)
percent of the total &,mount of the bid must acconpany each bid.
The City reserves the right to reject any and/. r all bids
and to waive any and/or all informalities in the bidding.
Washington State Sales Tax will be a separate bid item.
Helmie Nelson, City Clerk
Date of 1st publication July 14, 1965
Date of 2nd publication July 21, 1965
up 8
MSTRUC17ONv TO snags
1. Sealed bids for proposal will be received by the City of Psnt.I at the Council
Chambers in the City Hall until 8:00 P.H., .IuI.,f 1(o , igGi
At this time the bids will be publicly opened and read, after which the bids
will be considered and the award made as early as praecicable.
No proposal nay be changed or withdrawn after thn tire set for receiving bids.
Proposa?s shU be submitted or. the form attached hereto.
2. The work to '-e 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 to
or eliminate portions of the worx as dewed necessary.
Puns may be examLned and copies obtained at the City Engineer's Office. Bidders
shall satisfy themselves as to the local conditions by inspeetian of the Bite.
}fork along highways most be in conformance with the applicable County or State
regulations.
4. : bid price for any item must include the performance of all work and the
i-n.shing of all material neceebary for completion of that item as d3se.-lbed
in the specifications.
'there alternate material is bid, the bidder shall fully describe the material
proposed, either in the bid proposal or srpplamentary letter attached to the
proposal.
5. The bid ;.wire shall be stated in terms of the units indicated aid ys a total
amount. in the event of errors, the anit price bid will govern. L.iegible
figures will invalidate the bid.
5. The right is reserved to reject any or all bids and to waive inforralities if
it is deemed advantageous to the City to do so.
A certified check or satisfactory bid bond mad-) payable without reservation to
the TIEASURER OF CITY OF Mr.ON in an amount not less than 5% of the total
amou:rt bid shall a,.compagy each bid proposal. Checks will be :+.turned to unsuc-
cessful bidders innediately Icllodng decision as to award of contract. The
check of the successful bidder will be returned provided he enters into a
eontract and furnishes a satisfactory performance bond covering the Pull amount
of the work within ten days &_`ter 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-explaratory. No opportunity will be offered for oral
explanation except as the City may request further information on particular points.
9. The bidder shall , on request, furnfsh information to the City as to his financial
and practical ability to satisfactorily perform the work.
10. Payments for this work will be ."Ai
��er s sss
PROPOSAL
TO THE CITY OF -a'TON
MMON, WASHINGTON
lentlemen:
The unders-guod hereby cartif ��that has examined the site
of the proposed work and to 5 read,dnd therouga u erstand I the plans,
specifications and contract governing the work embraced in t=improvement, and
the rathod by which payment will be made for said work, and hereby propose
to undertake and coaplete the work embraced ill this improvement, or as =or —
thereof as car, be CoMleted with the money available, in accordance with the
s,iid Plans, specifications and contract and the following schedule of rates and
prices:
(Note: Unit prices for all itere, all extensions, and total
amount of bid should bs shown. Show unit prices both
io :m-zing a1� in ^:.gores.)
Signaturr
Address
Nanos of Members of Partnership:
OR
Naze of President of dorporaticr
Name of Secretary of Corpirauca� ,
Corporation Organized wi.ior the laws of
With Main Office ):. State cf Washington a:
SEP a
tr`
. • Proposal or Bid Pond^
INSURANCE COMPANY
NY
OF NOITIT11
PHI LADE LPIIIA
r
not+ all Wren by tbeze vreoentis, abat tne,
SAtl JO54 STrm COV. AIiY, :.NC.
Pnae'yal,a said the INSI'RAM OWWANY OF NORTH AMERICA. a corperranon orptitd ace-o and a
istirs under the lam of the Commonwealth of Cannsylvanis,havirl its r6n",P21 P!ato of buntwss at Phtatdtlphil,
l a is surety,an hold and firmly hound vitro
CI"'Y 0? R':T1'Ti ;t
a offs,is the penal Men of >i4
f'C'T`.AAS,lawful toomy of do lJnited States ofAmrrite,for ebt Pa ftmnt of whiA.well snd ally to"made,we f4
bind mtrecltes,mat bein,rzapnouy adminiatnctu0.etretpn evil atrtns,jointly and acre»Ily,6om!y h;r tfit�
Pt4MlOq, '
SIMV), sealed and detail this 21.st day of Jtx1y A. 11. in
71HSRE 1S,the said rn"cipA is herewith submitting Propose'for St
t,b&I i 1.nx ^erwIng at Springbroolt DA* I►
MTN OP 3TDt %Ilr 26, 1965 s�
THE CGNDITION OF THE A13OV I OBLIGATION IS SUCH, that if rho afotewd principal abed be
swetded the contract,the said principal wiTI within the period specil'td therefor, or, if to P.=w be f"'lied,
frith l tea tto)days after the nonce of such award start into a eor*raft aril Pit bond for the faithful Perfer-
man+of:ha cmmract,then Oita obligation shall be null and void,otherwise the F nncipal and the suety v-i4 pay
Pnto the Wi„."ebo difference in roomy between the omtont of the hid of the taid rnncipsl and the amennt for
wtiiA the oblita may begtly contract with another Perry to perform the work if the latter amount be in Wastes
of the farmers is ne+vent shall the liability hereunder exceed the penal sum berrof.
^ROVIDED AND SUBJECT TO THE CONDI PION PRECEDENT, that any autits at law or pan•
teediop is aquity brought or to be brought +taint the Surety to recover any claim hereunder inner, be
ertteitutod and service had upon the Surety within nnxty (A) days after the ampranee of*aid Ed of the h,
"=ipel by the Obagm k.
INSURANC9 COMPANY OF NORTH AMMICA
easel k�i'ao-to nor.*ec .. ,. �
S Dum Of M1,71
_'` r oaFurs
cv rm,t Dssnl- mK PLAIT }'4T�R ,rat_
L 10400 Litz. Ft. F=inh and Tamtatl
Ga',.ranised Mire'Yosh Omen
y Fish's.+;'nn Suite dales Tax_ ._
Thal
�w,NVMMSTMM 1f=M A,,f''p S TO START CCQM4 Z7rZtN 511'.ItK ON ^,P;9 Y'RO 7. ,>' AMA=
Rill WMaS M (10) PA'—c AND TO f CVTP3 ' z ",iK IC71?\ TH::' (3,)) "M."L:r7l=
r1.5 a.:d'T*Ji r.'L.`is«. +
AT Ow
a"t:S fW01Va:,.' ^.-.� �E dr ,c 'c ..,v l.;.e ... ' ..Ar Sr"r
i
sfFwl4:dT�celS
rt�
1. The fence tc La Lnotailld s a.L: ,:r:a39t o: ag;,rorieately 4L.00 l'aacat :'ast of 5 -Poet
::gh almnised wire mean fart+ a.^awad a part..nn of apriry V"It Dr♦ar shown or.
the e'Ket:h attached. Bad liana indicate ferca to be metalled.
2.. I'm 12 toot dwAUO nrin-! gents and om a foot dorble awing gate 31aa11 ix
As shown on elmteh. w gatde, 1 518 inch fmap we, 3 inch O.D. Peat, S fan
with luv
per bractog and trussing Ohal.i be i zall.vd" !-t Brea.hid par iineal toot.
3• Otb'ic ror genre stall be " ;wuge 2" :ace. vita d tap ant L.-" nee Do acd
a .arbon s^eel content o• D M `3alvenis'-V MCI After Lamm" by hot dip
-..y. ..!:rr Preft" Copp.rr S;_ip';ato L-VM!W. Lost.
n :am: . _ 'x cC .y.l lbs. oer
a
a •>Ral 'co. ^!`a '. have :+.3 v ^. a P.-,at si4ll be sec
no loss than 3':'" a c a .s:at tY"a1. �t a us spa:ed a Maims¢
of 101 closer to center. JWs�ho,i r cr the peat a, .Asat 10" in
disr.dter auZ ttr eanc}•ate aha11 a =c ,
2errL-A! sr t sah r wt ppoi 49 nza wus O.J. � .m with a Weight
.f no thin 54?9}w c e. .i „a! +....'. ,�; e••.all .�• r•x., en+, Ica,. ?*. in
a ' .Y^..,41 mn.rw.t zap. - :::n tn _ at .*act 10"
in !.amter and QW ^-went" s x1 `+e a ^,ia . . .
- $.. ZL"MILa list dS:p Vslvaniaee pt,ne 14P' 0.�,. yr h„ se t1G:., volght. 2.17 lbe.
,,ar lineal toot; providan vith roupt+X+ga "oainetely even• to rant. Coui,111Wo
co be mtcide: ..aavv n'P m_:6 at laser tij n_e SanF,` =•.:�tpl 'L; <r'.ery :the
to :rove a lrsar las ring to ga up axpans non a co ractr, o.o ° •op nil. Ton
rail co :ar •i:. ase of 1'.,e •goat torz,
ea at^a_a' a` (once. T,p
re
:a, wit 1 c.4•Y1. t u .ea,ria c. -r:.a.
•wt;,ffic,. 2.2 i,-. nor lineal f cFl t, ass r.
Irnurtd a^: pacsdJnidveyp m pvaan � ,.a.l and
ext.r.d :'re-r end Hostt to first a ;n^e;-..; Yin9 oet and :xi
'ay oppr-,vori ya anawa atee.l c5m;teetlom. Oalvanisdet truss lOdf 3f8" rOntitl eta.:,;.
"AIW uaed r11�Ps V'r turnbacXle ad,4ustment3 will b4 installed at all ;raced
aectio::a. kL com-r g::ats srn:. be bared watt 1 Sr'9" O.D. t dip e;al%aniea*1
tiW a sees mtr,n, t ate: ;.p
t'aa 4..' �arcr:r s •.,.a f:.rat acjac nt l:.ne post
a yr r •.,rn� r a. rneei l�ari¢ad steal :attrs�c::Ws.
al : ^.+_ .,,•tx +`?° r: .azl wt 11rt+AzRd
;. mal i,a,9 at a >n:`n❑
Og
,•onT ` . .rirr :.`al•1. ^., a..c -o-: C.a trio fabric
a a. _•: Co i 0., a::ao N.r Gc•t.>•. o +�.:ca. F.�r Caiomc shau.
be at •,br»sue _, }' :-^env to�::�-: .&.- :
. . . -s a,acar a- ,ns:•rvale oL
Specifications (coat.)
9. All fittings ah-11 be hot dip galvanized salleabie cast iron or pressed steel.
10, Alumna tie wires shall tv used to fasten fabric to top rail and lira post.
Fabric bards shall be spaced apprordstely 14" apart on lire posts. Alumina tie
wires shall be placed approxi:v taly 24" a art along top rail. Tho ends of the tie
wires shall be double wrapped as a zethod Of fastening.
11. ErMIMSIM AM: Hot dip galvanized. Lime post arms of pressed steel, and and
corner post az%s of malleable iron, gate post& to have ball top. Each are to carry
3 h rbed wire$ at ar sngli of 450; tU topanet barbed wire approximately 12 inches
above tte fabric and approximtely 1< inches out frcaz fence line. Barbed wires to
be securlay fastened in slots by heavy wire pins. Arms "ay..ng projections to be
bent down over barbed wires may not be used.
12. BAR= vMMz 3 liras of 4-point pattern, each composed of two strands of No. 121
gauge wire, galvanized after weavtig.
e 5 19�
aPkx1AL
SPSCIFICATIMS
1. It is the bidders responsibility to inspect the site where the fence is to be
placod and to satisfy himi"If as to the coedit i,r in that will be encountered in
construction of the fence.
2. The Yty of Renton will brush the lines where the fence is to be constructed.
Any further clearing or grading necessary for the construction if the fence will
be the responsibility of the contractor.
.._ .. .
BOND TO CITY OF RENTON
ENW ALL MEN BY 11MSF. PRESENTS:
That we, the undersigned
as prime corporation organ�ied
and existing under the laws of the State of , as a surety corpor-
ation, and qualified under the laws of the State of ' s— hhington to become suety upon
bonds of contractors with municipal corporations, as surety are 1Jointly and severally
held and firmly bound to the City of Renton ir. the penal Son of a
for the payment of which eum on demand we bind ourselves and our successors, ears,
administrators or Personal representatives, as the case may be.
This obligation is entered into in pursuance of the atatutas of the State of
Washington, the Ordinance of the City of Renton,
Dated at , Washington, this day of , 19
Nevertheless, the conditions of the above atiligation aro such that:
WHERUS, under and pursuant to Ordinance (or Resolution) No, or by Council
action of the City of Rentoai, passed , 19 the Mayor—City Cler k
of mid City of Renton have let or area u o IPX7 tee said
the above bounden Principal, a certain contract, the said contract `going numbered
and providing for
(which contract 13 referred to herein and Is made a part hereof as though attached
hereto), and
WFIRMS, the mid Principal has accepted, or is about to accept, the said contract,
and undertake to perform the work therein provided for in the m r.nor and within the
time set forth;
NOW, THEREFORE, if the said
skull faitla%luy per:orm all of the pro,.- .:ns or sale contract in t.e man:.ar and with-
in
the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborors, mechanics, sub-contractors and material,
men, and all persons who shall supply said principal or sub-contractors with provisions
and supplies for the carrying on of said work, and shall held jaid CiLy of lROnwu
harmless from any logs or damage occasioned to any person or property by reason of any
carelessness or negligence on the part of said principal, or any sub-contractor in the
pei:osmance of said work, and shall indemnify and hold the City of Renton handess 1Yrom
any damage or expense by reason of failure of perforvarlce as specified in said contract
or from defects appearing or developing in the material or workmanship provided or
performed under said contract within a period of one year after its acceptance thereof
by the Jity of Renton, then and in that event this obligation shall be void; but cther-
wise It shall be and remain in full force mid effec'
Approved as to legality:
Approved:
RSiC tz= w riam OF DIRECTono
OF
SAS JfeE aT56L C WA"Tv, INC.
At a regular meeting of the Board of rec'ors of•San Jous Stcel Coapaoy, Inc.,
hold at tho offices of the Corporation at. 195 No. 30th St., San Joss, California,
or. Babruary 9, 1965 at 5330 P.R., the folloving resolat:or was ador.ted:
"RESCLI&D THAT, John H9sana, Jr. - ietce ::anger,
4 r03t C. kills - Norttwost .Uatrict t'ansg:r, Hobert J.
Taylor - Spokane office.X4 nagor, `tichard kUdroo - Seattle
Office Manager, Donald M. Whitnwy - Portland "leC P.en.
reuentative, Patrick Johasor: - Sacramento office :7arager, Frank
"..'_.: - Santa BO3Q CSfico :•,::.:agcr, Larry N. Lidatone . Oakland
'r"zc Nanaper, are and any one of thc:- is herall authorized
_a ?:,;: bid bonds, nn rar�t bonds, per: aanco bonds, contracts,
clams for partial jaymr.13, c-i.7a fa• comp?-'+d paynonte
and such other dooumante on ba!h-1: of this co.po.-at;on tkat
arc necaseary in the operation of the Fan** Didsion, so long
as they art employed by the oorpomtion and the corporation
shall be bound by the AMC 3t8natnre3. This autLo,-ity
to Continuo until thoir pC:,4rs are terminatoa on written
iratructims of An official of said corporationn."
The ab„vo .3 a true and correct excerpt from tt.t minutes of the *.octing o.•' the
Bard cf Z._.Cto:e of San Joss steal -,Vary, Inc.. held on :.Lrwri ?. 1"65.
Secretary °
SEP 1
This is to oertin that the ror ar aaderu.rtrrd mettrated hatr UWAS.are ro,rragh, re the mete d
aarnrd bebuo Cad that rhea•rmlrcfe.ore rbbtrrt to the hk\M day rnr,::rlMtton rloR.,r.
t
N...F a WO US GE tlAR IY Tt�WHOM THIS GERFEiCAtE IS ISSUED _y NAME i A:DREaS Of THE rvSURED
4
of ad , San Jose Steel Company, Inc.
Gent tell, '�edar S.e^r ' r. 4 Rent", '>aa4L; Son 195 North 30th Street
San Jose 27. California
1 REL Instst.lrt"m o: rhain lin> I. I-i❑g
Jay around -rr'. ,.-rook :*T
L a�Ns.pr INSURAyt6 —r C—Mppy', ._�._�._._"
717j �� POLICY NUNRER 1 olMlx>OP UAB^.fry EXh RATf9n ,(
Pbrkmrn:Ctmrpcnsation W"Ah"101 1 I7(SIIOl90!
Betploycrs Liability ?� i
LCIY1t'l1"twx
i
-'•: :r.a: C.�-D i .�C-44A4tiy
Comptehetnise U"ty _ 1"1-w"A I 6n rw9,,ire_ cy !AV
ighowr M'h f"r° $100,000. '
Pcr Kn .
Pacific $300,000.
MNN'..w.r haq w�
Indemnity LAC 164254 Per Occurrence ' Ill!/65
Company 41,r190r 000.
am
$300.000.
per Ommme
$5 .000.
Per Oucummc
Per Oaurrese,
Citisens
Pmp"�e Casualty SP 1674 $100,000.
'�wf+rNbr aNrl Company of nce Per Occurre 11 t 1/67
New York $100,000
Agprgutc
FIRMS('Omrrw- , Lloyd's L.M 29614/5 S5,01n,000. 3!19/67
Ifxas w a.N M.I1111
i Per 00.0Occur 0.
5.5M.0 .00
I I "afRl�
,
+IY GM"UkA%ea IMwMw:S IS NOV MUD arrest Slp a W A WLY A41NOMZrB MNnSIMANV(M t"COMMaNS Oa tlasxwursn VVS" uo,j
".ws..n..T.'se4M a.nM S.w.s...N.hsfa(.4 sM O...n +r'emo•w� hsW.,,v.1wbn„n..wd-Mnru .a
GRCIROR L ALRY A COMPANY, INC.
.- bN a.w A.....W W.r,rtr,w.b1N
f YFn 1 MYn ^�.EsyyM MW.,.MMn .enN�
',�E tlRMs a f ONO�r�JNi 04 INE �L : '.'p♦♦♦. ..q p4 AaO(!VN
{. 71 -., S
THIS AaEE Wn, merle and entered into this '{ra day of
19 F5_ ,, by and beiweon-M CITY CF RINTM, 'dkehington, a municipal corporation
of the State of Ashingtcn, hereiafter referred to as "CITY"
hereinafter referred to IS "CONTRA=11.
VITtIES3 T H I
(1) The Contractor shall within the tine e.• .pulated, (town: within 4-0
calendar days h•om date cf execuV an hereof as required by the Coritraet, of which this
at.waaent is a coVanent ,art) perform all the wort and services required to be per-
. armodi and provi'e and furnish *11 of the labor, materials, appliances, machines, tools,
egciWwnt, utility and t:aruportation services necessary to perform the Contract, and
s>all camplste the construction and installation work in a workmanlike saner, it con-
nection with the City'T Project (identified as WaTea. PP_UJFtT No. 20 ) for
',provement by constriction and installation of: `,t"!Nl FEN(E A;>,_„rvp
SPQJ woe4Z[Yr— warcS., gAFrJ
All the foregoing shall be performed, furmshad, constriw:ted, inm6alled, and completed
in strict conformity with the plane nd specifications, including iry and all addenda
issued by Jw City and the otter docwmnts hereinafter enumerated It is agreed and
stipulated that said labor, materials, appliances, machine, tools, equipment and
services shall be furnished and ire construction and installation ca performed and
completed to the satisfaction aa, approval of the City's &gineer as using in such
conformity with the plans, apecl:ications an' all requirements of the Cwitract.
(2) The aforesaid Contract, entered int.r by the acceptance of the Contractor's
bid and signing of this agreement, coasista of the hollowing docuren,s all of which
are component parts of said Contract and as fully a part thereof as if heroi,r set out
in full, and if not attached, as if hereto attached..
,�Fu✓
PeF,E
(a� :2113 ot,reeaeIIi
(t) Inatruwt.ion LO hiddG]'::
(c) Sid proposal
(d) General ewrditioas
(e) Specifications
(`) Map3 a:.d plans
ke) Bid
(h) Advertiser .t for bids
(i) Special contract prov sior.a, arj
(3) If the Contractor refuses or fats to 7rosecute taz warp or d,y Part thereof,
with such diligence as will insure its completion within the time anecified in this
contract, or any extension .r. weltlig Lhereof, or fails to complete said work within
such time, or if the Contractor shall be adjudged , bankrupt, or if he snould broke a
general assignment for the honefit cf his creditors, or if a receiver shall be appointed
on aecommt of the Contractor's inselvoncy, or if he or alp of his sub-contractors
should violate any of the )rovisi,ln of t is contract, the City may than serve written
notice upon hiv and his buret•/ o'' its intention to t.,rminate the contract, and unless
within ten (10) days after the serving Gt• much notice, sw_h viola.-on or non-compliance
Of 4W provision of the =ontract shall cease sod sattai':,ctory arrangawsnt for the
correction thereof be made, thin :outset, shall, upon the expiration of said (10) day
period, cease and P+tormine in every respect. In the event of W :uet tomination, the
City shall immediately serve written nct:.•.:e th-:reoi upon the surety and the Contractor
and the surety shall I.ave the right to ta::e over aal perform the contract, provided
however, that if the surety within fifteen (15) aria after the servi.,W upon it of such
notice of tern.7ution does not perform the contract or does not comence performance
thereof %i tiin thirty O0) days from the date of Gerving such notice, the City itself
nay taku over the work under the contract and prosecute the sass to completion by
contract or by xly other ^. thod it mV new advraable, ior tho ancount and at the ex-
pence of tl , Contractor,ani his surety shall be liable to the City for aqy excess coat
of other damages caasioned the City thereby. In Bach event the City if it so elects
may, without liabi.'ty for no douar„ take possension of and utilize in cmcpleting
. s s
?she
said contract s:tch materials, machinery, appliances, equipment, plants and other
properties belonging to the Contractor as ray be on site of the project and useful
therein.
(u) the foreEoing provisions are in addition to and nog in limitation of any
other riFnts or ranedi:es availablo to the C.ty.
(Who Contractor shall hold and save the City and its officers, agent.s,servants,
and employees haral^ss from aqg and all liability of any nature .r kind, it:cludiz;- all
coots and legal expense i.c,ur d by reason of any .cork on the contract to be oerformsd
':emundor; and for,or on account of a.iy patented or unnatenAd i:.ventioa, process,
article or a:)pliance manufactured fcr use in the performance of the contract, including
its use by the City, unless othervise specifically stioulated in this Contract.
(6) Any notice fromo» ,.arty to the other party under the contract shall be in
writing and shall be dated and signed by the party giving such notice or by its dilly
authorized representative of such party. kiy such notice as haretoforr specified shall
be givan by personal delivery thereof or by depositing sam- in the United States 11ail,
postage prepaid and registered.
(7) =he Contractor shall con.encc ixrrformance of tits contract on the
day`ter e4o ;ti1 R�-i,19j and shall complete the full perfomance of the contract
^ot later than :; calendar days :iron said date of carmencement.
For cacti and e,.Try <iav of delay after tine day if ca:ple tion, it is hereby stipulated
and agreed that the iiamages to the City occasioned by said delay will be the sum of
'Twt°r rJ I IVG OC�LAPS (sItQ1 ) as liquidated dasages for each
such day, which shall be paid the Contractor to the Cit, .
(3) Noithcr the final cartificato of , .runt net, any provision in the contract aor
partial - ^ euL re uce of any installation provided !ar 'ay this contract shall ro-
V t�.
Page 4
lieve the Contractor of liability in respect to arV express warranties or responsibility
for faulty materials or wormranship. The Contractor shall be under the duty to remedy
any defects in the work and pay for any damage to other work insulting therefrom wh'.ch
shall appear within the period of one (1) year from the date of final acceptance of the
work, unless a longer period is specified, The City will give notice of observed defects
as heretofore specified with reasonable pro:::ptnass after discovery thereof.
(9) The Contractor and each sub-contractor, if aV, stall suit to the City suc;r
schedules of quantities and costs, progress schedules, payrolls, reports, estimates,
r.�cords and miscellaneous +tata pertaining to the contract as m-7 be requested by the
CA from time to time.
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including th„ payment of all persons and firms
performing labor on the construction project under this contract or furnishing mater-
ials in connection with this contract; said bond to be in full amount of the Contract
Price as specified in Paragraph 1'. The surety or sureties on such bond or bonds must
be duly licensed as a surety in the State of +iash-ington.
(11) The total amount of this contract is the Bran of
which includes Washington State Sales Tax.
Payments will be =de to Contractor as specified in the "general conditions" of this
contract.
T:; (WITNESS WNEAEOF, the City has caused these presents to be sigrsd by its Mayor
and attested by its City Clerk and the Contractor has hereunto set his hand and seal
the day and year first shove written.
CONTRAOTCR TY* TTY OF RMON
//
Sf 1J �csc STe6Crr 1 NCMay/ o�rr
/� /�� / dd `or
le rc_� Attest: �,i.-(�a�
Dowict . t ty erk
anz�t;-
'.� cH�•�c���atoC \
- F.iv4t0 EG�trt .���•t l.l.t-�]J
i
1 y
�.lt '%' � .E?�_ra,. trr :��xruc:,BocoCK o►.w ,�d
SCA e•
j;}(�T III Gc GE1,+C>F+. 4C4-w+0 GWO�YJI�IJL ,/�I•i/
asArnx wAaaa wlas A
iLJ1 s1x sou*s+ afes rc W. sa.r1 /MO MiLW NAY
2 _
MA�rW 90 iL+71lf MaY1Mys-ll=•t18Q
tit► 4w xtMT1Af t#IRlali e1111 `'' —
+� t/e 1�RtlrMla� Mitt Maq+�lf`M -
WB;Pi y.�_�. t_�.p_L_.�y •yam.. �tlM tUO. .��� _i.�.y ..._.DyA�_ am
SM
PtWTLAND
Will
Isto
Is
On w wn6
,n n" f0 »rn ern
110U1:1 " � too it �l ! Sa�nc
nsgtar LII� IliS
7awratta Ocala v, 6tiwort. �qar
iwitrrw ac taw Cify e7aawali
anale,rat
no wort UAW tta 6pair4woo c Iwmiw 030" cat car ONAVIO d
w x9 3fiS ui awmpw 4 twa MON104a Sol we r
igtaw� Do W. *"w- w %W our orantl as d rtls irlr
N Not"
adn",Mi karwwlto awi raaaawa6d for Pyaay to the float
aaarb er"awA.
(loalwilrs ) i1t
awana AN Ha owwkw
It anw 70 fte, ar 3tan w Ass" m mU*atatw b as row-
or pwmm of tu Ilabiusift it to
W Miata i aw� at hA? la Pali Ys erwWNr.
racy wr4y ranw,
Jack Yllaaa
Cftir *wriwowr
J1Mwa
ENDING
OF FILE
FILE TITLE
(,cl�� �u#1 S4uktves
t'�i2ilUG�(( �9�PiNG:���"E+PLbtj�
�JI°�ul
196S 66