HomeMy WebLinkAboutSWP2700294li, il
UOiSiIl3�1 N/HG"�I Gqvq-L5
uo�yn ��+ Nr,vzlCl I^2'¢�s
SCRs'! I�Q�+i"� ��u� s�nn
BEGINNING
OF FILE
� 'MA ,� i0 72oVasNG
e Spea �ieono�S
Q.
.l
a
31\
GLENC
i
r
! �e
•
It ORM ORAIN REVISION
I
1 '
t.
1`
S _
�F
t�
Of
STATE OF WASHINGTON ( �K SECRETARY Of STATE
OIY Mn{ Ka\MIN31•JN H)y1
CORPORATION LICENSE
!hn anJuu Ilgl IM Cwpwarq.r m.wrrl Mr{crr n lurow4 to tlu bruoo'-n IM 51aM of wush.nyo•
h LhL ExLNVAIING{ INL.
1 LELCaCl I KUHI 1•"'••^"^b•'{ 0-34-na
J::J L VALL0 90
—' V-
ILKILK MtNM.4 ;
w'�ri0110fIC�lIO1M��?IIG�f1L� IONCM
1 1 4.SULU 1-7-83 CITY OF RLNTON 1
BUSINESS LICENSE M J Mulcahy
1 F'Ef $60.00 "NANCF n'"ICthn
1.v:OnVm flanV bu 1,wmes bun Iq A,L of Ift 10be ofG IAa Pas.: uMcts at1 !Iov IM Drou
•nwb ul hIW V buvMaa N{p.rN/gn{CMpinl 1 Cu1W nl(IrMul u. I%qp M{bf IM G( of a•Mon
1 NW MNNMbIOCynIDlY VI1111 MIIMgyueO1111Yn1{oI WOPNmin[e LgohbN{IWIIurIM.fnTDh n`in
for."
arr m. all ulhw Qh Coan.Orprvincra,agM Naa MO MyuWlgn{DpDllt•bN Ib IM by{1MT!{[for."IrfONM 11MWMMN
1 Kohl Excavating Inc.
3330 E. Valley Road
Renton, Washington 99055
1
AM '^" .Sc '•rmr'-a1Seua-vt aatltetaLaMcaTea�i'sie�'a�i'
1
i
i
1
i
1
1
a s wa 1•a Ina as" a clm IM2 aaL:7i"3
1
STATE OF WAlNINOTON
' DEPARTMENT OF LABOR AND INDUSTRIES
THIS CERTIFIES THAT THE PERSON NAMED M/REON IS MiGISTEAED AS PROVIDED by LAW ASA
GRIM ommem
_ wccouNi Tureen'--.. nwu�a aR
' 22�-01 t110.6'••299PSF _ 17/01/YS_ p
L. .
Ili L EXfAVAa ING INC
IM E VMLEV AD
F1 Il b= lit 98055
d � anu
.ar.asr, . .prat:as,A7ENi'JnFrx��aEaaciyst>fs�ict■sa,.v><cc:�sca
1
' NOT +RANbFCRAWLS
t .,I ATE OF WASHINGTON DEPARTMENT OF REVENUE
NAVINF. (.UMPI RU rnn R....1,M4"O' �. .snow. uF .1. .J n OR n as THa n..v
NwRab waRuw is AUTNywI•W 10 awG+4F �4 WNwa)a .n twa Hach W ♦.MMOgb
a.F.R..NM RaouTRATMR HUNG"
CWJ CEE 2E7
XOtI:. FYl•AYAIL'.J INC
STI) F VALL?7 RO
1 ALUICS ►A 411195S 177
Mi NAY CONSPK.TIOUSI.Y AT YOUR PLACE OF BUSINESS
t y
t
V•,
A
yyyam -
�.1rr i,7 • yi��
rn
"�"' o � ,\�`• a o' 1pf,A��i1• IiAI � �OL"GGi1C 4
r
;-:1� ono„!- �tY��.^!^p'•pwnhr•w�.
a j+
CAN am W
.110
w a n xIIiirr n'�V�� �1574 0�^•
-� na�n �+/,�.A1�: men JpC �' ►�... /1`,'
_ ter. � •
tiiGn�OCJn ��a�rC��u
,nnr"s
!p lower
0
i
�:� y=) w
' CITY OF RENTON
RID PROPOSAL AND SPICIFIC.ITIONS
' UENCOE DIVISION +1
Storm Dr aln
' _NDEX
tSuawary of Fair Practices/Affirmative Action Program, City of Renton
Scope of Work
Instructions to Bidder
Call for Bids
*Certification by Proposed Contractor/Subcontractor/Supplier/ref. LEO
' Minority and Woo, no Business Enterprise Participation
*Certification of EEO Report
*Certification of Bidder's Afllrmativp Action Plan
' 'M,m-l'ulluaon Affidavit
*Certification re: Assignment of Antitrust Claims to Purchaser
*Minimum Wage Form
*Bid Bond Form
*I'repueal
*Schedule of Prices
Bond to the City of Renton
' Contract Agreement
EEo Compliance Nrpurt Sample Form and Instructions
Environmental Regulation I.fisting
1 Special Provisions
Technical Provi*ions
Uelall Slweta/S•.andard
1
t Documents marked * above must be executed by the Contractor. President and
vice-President or Secretary if corporation by-laws permit. All pages must be signed.
In the event another person has been duly authorised to execute contracts, a core
' of the corporation minutes establishing this authority mat be attached to the bid
document.
1
CITY OF RENTON
Public Works Department
Renton, Washington 9kL)55
Insutam)a a Surety&one's
Dalo Octuber S. 1983
Ivan Chri,tian$On
To Kohl Excavating, Inc.
3330 East valley Road
Renton, Nashilgton 98055
RE Glencoe Uiv. No. 1 Contract
(3sntlemen
We ate pleased to enclose documents indicated t.nloW
Bid Bond
Connect Bond(Perto,manae and Payment Bond)
X Conttocts
X retphcate of Insurance
__.�.Othet
nl KASK CI +N AlL DOGL!MENTC wuc�� un,r eIp❑
We IruStt you
wn find the enclosures to oe entirely sahstactory
&nceraly.
Pa a McCoy
Jim
Enc ute
AQC 9u1Wq i 1200 Weattake Ave N.WN 903/SeattN.WA 9et091(2%)tea 7272 r To*x 1115
' POWEI Of WICO INSURANCE COW%XV OF AegNCA
ATTORNEY Rage Off" eAFFCO PLAZA
SEAntE.WASWXGTON INISe
SAFEW
' No __.4681._--
KNOW All BY THESE PRESENTS
That SAFECO INSURANCE COMPANY OF AMERICA. a Washington corporr n. ttos hwwww appoint
' ---------------- —PAULA H. HcCOY. Seattle, Washington------------------
, n+true end lawh,1 mtornev(a)-m lact with lull authority to execute an behalf of the company hdshn •aunty bonds or
undsnrimgv aml until doatmsnls of a similar character issued by the company in the course of It. •ss.and to bind
SAFECO INSURANCE COMPANY OF AMERICA tharebY as fully as d auto mnruments had been Ou1y OAeduled flying
repul*,ly eleclad officers at its home office
IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA hit executed and ahwtad lope wsents
' this_... __ _ 16th..,._ . nay of Jun t9 80
CEATIFICATF
Enact from in*By Uwa of SAFECO INSURANCE COMPANY Of AMERICA:
"Article V. Section 19 —FIDELITY AND SURETY BONDS the president,any Vtoe Prasidem, the Secretary.and any
Msistsm Vice Residsnl appanted for that purpose by the ePopr m cherpa of a try operations,shall each have authuat,
to appoint irdiv,duals as attorney,In fecl a under other appropriate tills wth authority le saecue on behi.lf of the
company fidelity and surety bonds and other documents of similar c0a,we, Issued by the company in the course of its
business Onartyinstrumanlmasingmevldanangauehap inimenl.the sipnNuras may heefflxed bylsumda Oyany
' Instrument eontarnnp such eutnooly or on any bond*,u.Wertaautg of the company.the mal.p a lecsimuethereol,mry be
impressed or affixed or In env other manner repeduced.provided. nowawe Ihel the seal shall not be necessary to the
validity of any ouch Instrument or undenskinp"
Extract from a Resolution of the Board of Dnectore of
SAFECO INSURANCE COMPANY Of AMERICA adopted July 38. 1970
On any Carbhtola executed by the Secntary or an asN&1arn sacrelary of the Company selling out
1 of The provision&of Article V. Section 17 of trm BPtAv.s. end
till A Copy o1 Inn Frontier of attorney Appointment, executed purMtsnt loin :nd
lint Cenityuq Ihst said povrerof attorney aptnlnlm*nl is in lull force and effect.
the signature of the camtying officer may be by facsimile, and the .oat of the Company may be a fecalmds thereof"
tI.W.0 Hamm psis.Secretary of SAFECO INSURANCE COMPANY Of AMERICA,do hereby eendv that the foregoing
enrwis of the Br Lewis and of a Resolution of the Board of Directors of this corporsllon and of a Poww of Alta nay,saued
puraueot lhento.ore Irw end correct.end Ihel both lh by Uvs,the Reaclulnn and the Power of Ananey are still m lull
force and affect
IN WITNESS WHEREOI, I have hereunto set my hand slid sfflxW the facsimile goal of told co,wel.n
this _...____.__ _. ._ day of .__._ _. ____ 19 ..._..__
t
vl.uu v•a.n .x..mwua•
_.CERR`fIF1CAW OF INSURANCE--
m enact on date of In,$carldKAte arranged br
':�•ihlA'�;,7�"[.°',��i'�:la:,;::i `ttw�;'.\�nY"NJI�•�yy
tAGC Nu,yunp:1.00 wtmt*we AYe N,Sw 98 le 6031SO4111e.%A tOW!:O6i 264.7272
M1bN baNPh Ir.r rM nNUNnt..N r,�OW n«.,w N•PNn ur,nyN In,,N,n•u•N O.•.yn«N.n Mx q.ul,e«I I,nY rpWNlbllp N/Mwylnd,FY eM,r«r
«NINK.n,n««,IM NN IMwN•M.nr V11N�qr•p•R.•w,v twln•p,M wrn Mr b tdr•YUFI N.NYe,re N«by p MFM/a 11b MMFY1MMWIW p M.
NMI bIT•ptOry}Irp„NIIY,<MII,gNpNN n«.rMc.NnY 11N Yurn'n,wxw'1•uW.C,lO1MNrN1•plbgYlY tMF.aA amatA.ewYww«NpnlNn.
{MN,Inux W OMr IK«,IMrNM•\n bN Iwq N4.MK,.,n11M NN IM\CNnMM.MI x•uN
wW ROHI. EXCAVATING, INC.
1J.30 East Palley Highway
Renton, WA 98055
e.bxr INKr•Nwr IMM,N.-•taN 1Mw AybbYN
' Iv.rM.,rN.•p Northern Insurance Company 04 _ w ryY SM 47010644
1•[ _ rKn•..rwn[. 500,000 rKn otrw.e,.n[ 500,000 •yr.a.l.
eNr,Y 1«Kr�rNlNr Iw«aywN-aybllbNb
Northern Insurance Company r.p.n. 04/11/84 _NAM 47010644
wn—+Comblmd . ngfil—j—=e tTnclu�ih perry maR�e e
xn,r.r_SOU,000�_r ypwnr 500,000a
tMea,•r ar+.Mr+NrIMNNa-Owr Mn wMnNM •x•
n,««Y ln.w«_LLrydla of London „n„�• 04/11/84 np„y BFPO 09388
100y()00 a«,t a.wNM. 100.000
el.rwAr o.wntw n,««r In•Nwa«W_r IMNorthern In
4urance Company 04/I1/84 ,b. ".NAM 47010644
' ,.Mx.r Sre AMrve a _e«n.xawNK..
eM1\MM CNM.IINIrM
n wp � _� Y.O,N,�_ 1•p No
fmD l•Mxxr,x I.in „i,bM
•NN IrNMMI1MW«N.
Integrity insurance Company rrYx., 04(I1/84 � nY iSX5003784
ry,y,lAn 510001000 n•npge«nyN mMrwnqu ol,bY.yaKtr�gY w,gnr+y nrrxa
'bi uu,nr «„MMY urWN nin.r.n..Vyp.yN em'.M MN„rrM M•N
1n KtVN«ra.wYn IN MqI.IM rMKaMe NYN\nb MNNMn\M'a MMN11 aNOnyN N IO.M\
Storm Urains L Appurtenances in Glencoe Division 1.
r
•n'M..Mlnl[.M:pNeYn YI•.b IrJ.NN\ IG NY,np,•y«aa11.WNtlynnr aniq..r.n,M ONr MmW y«ow«IN Wp.N.n,rn MNrn
tM PNiCr OrYrrM•ungr IM rnfurvN AOrNgM,EVn„Nlu«rxWln.WIN.a.wrM N.q.l b.n,CppRl p NrNrnMl wMpr,n wn.M•uWNI N«I IM N
Cru•WM CaMnx+n,pN OIMr wav NyN O„M YPnry
In.,r;.r„I,..ro.,M..•p!I,..,nY Orx,na•r anui:l,nv•n•v�Oxn.Yvnryq NNll.ny tO,x•:nW�n Inn • INx M.nn•,rup Nl.Np•MfOrY.N WI,r
Iw Ora brlM W4pN1W'nWOnCNpYV FSNOn«nnIIMn10 [.YyN NNNJrcN\pVnON lK rn rn,•cpn4tp.,MInMM••MNNMeuhro M4ry 1M
prh ro«np,r Ilr,<«I.n4i,e ,«N•NNO.•l0,n.OMna.,n O�<1rVVYNM111M 1M XIWINLN.M NN Ibl M rNpMNN Ip.nf 1«IN.r0W N
ow October S. 1983
r• .Itv of Hanlon
' 200 Mill Avenue South • _—
+apN.Renton, WA 980$. aY_
• lkinold R. Harts
BOND TO THE CITY Of RENTON
KNOW ALL MEN SY THESE PRESENTS.
That we, the undersigned KOHL EXCAVATING, INC.
___ 3330 East Valley Road. Kenton, Washington 98055
as pr,nc pal, and AprCn.tucuoaurc 1^y pary III Oa C corporation organized
' c,d exls•ing under the laws o the Stata of- yash ,g�� as a surety
corporation, and qualified under the laws oT the State o Washington shington to become surety
upon bonds of contractor-, with municipal curporatlons, as surety art jointly and
severolly held and firmly bound to the r,ty of Renton 'n the panel sum of
' SA8,01 for ;he payment of rhich sum nn demrod we bind our-
selves and our successors, heirs, administrators or personal repressn.otives, as the
case may be,
This obligation is entered Into in pursumca of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
' Dated a[��, Washington, this � day
Nevertheless, the conditions of the above obligation are such that!
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for____
Storm Drains and Appurtenances in Glencoe Division No. 1
' (which contract is referred to herein and is made a part hereo os though attached hereto).
and
WHERCAS, the sold principal has accepted, or is abou 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 KOHL EXCAVATING. INC.
shall faithfully perform ail of the provision-. of said contract in the manner and within
' the time therein set forth, or within such extensions of time as may be granted under
sxid contract, and shall pay all laborers, mechanics. subcontractors and materialmen,
and all persons wb shell supply said principal or subcontractor, with provisions and
supplies for the carrying on of said work, and shall hold said City J Norton harmless
' from any loss or damage occasioned to any person or property by reawn of any care-
lessness or negligence on the part of said principal. or any subcontractor in the per-
forr of said work, and shell indemnity and hold the City of Renton harmless from
any damage or expense by reason of failure of performcnce as specified in said con-
tract or from defects appearing or developing In the material or workmanship provided
or performed under said contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but other-
wise It shall be and came in in full force and effect.
KOHL V iINC.
8Y`
aula M. McCoy, A torney-tn-F ct
Revised: 8/16/81
t3�I.tT mA"
CITY OF RINTOR
SVMNAI7 OF FAIR PRACTICES POLICY
AOOPTNO SY RSSOLUTIOR 90. , 2){0
rho poiioy of the City of Manton to to promote and ofpord equal
treatment and service to all cities%a and to ace," equal omp3ay-
' mamt opportunity to sit persona "Itrdites of Me*; arced; so tor;
e thRioity; national It
sea; tat pteecRoe of a ",,".job-rotated
physfoot, son IOro, or WRtat handicap; are; or marital status
Me pati00 shalt be based on i a prime{pleo of equal ampleym.nr
' opportunity and affirms tf uY let{on ymidelimas of act forth in
federal, *seta and total Lave. All departments of the City of
Renton chat; adhere to she following guidstintsr
f1J fMFL07NNN7 PRAC<^ICES - Alt activities relating to omploy-
wams suo 0o reeru t*ant, teLseoi an, promo eioR, tere'"d tio*
and training ohal7 be conducted in a non-disor' %story
canner. roroon%ot doaisione will be based on i 'vidua:
performance, stalling requirements, and in adoordanas
vitk.. governing Civil Servieo Lavo and the agroenort
botwon he City of Ronson and the Me.4imston $safe
Council of Cow%ty and City F"Ployeco.
ti8J C00FIRATIg Y•T,jN alms x jrj OROA 1«ATIOfiS - TAe City of
ennta�% "&; soopirata >y ut' oryantaa etons and
e 00"iaaioec organised 10 Promote fair practiote and equal
opportunity in owPloyment.
!21 FFI YrnLA 1 FRONAR rhoCity of Manton Affi rna t{ve
at rosrom w e maintained to fooilitatt egmitable
reprosontat{om within the City workfaroa and to secure
Squat amp Io1�mess npportunity to all. It shall be the
reeponaibitity amd duty of at: City officiate and ampiopeac
to carry out the petio{**. Rvidetinse and oom,otive
"Oouroo as act forth by this program. Corrective
emP3oymeRt programs may to establiahed by the Mayor on
the reeomae.darion of an Affirmative Action "ommitt*e for
thoaa ispartmcn ro {m which a protected crate of eeytoytt♦
is undar-reps tents d.
fo) QTRACTORS' O�rlom - Contractors, suboontreetors and
ourpitore ecmduot nnyybwinote with tho City of Renton
t Natt affirm and swb*oriba to thr Pair Praattoos am[ Ron-
Moorimimaeion policies tot forth by Law and in the
Affirmative Aotien Progran.
Copies of this Policy that: be datributod to art City omplop000,
a Aa ti appter in all operational doomm*ntation of No City, iReimdimg
b{d O4 2iI. and Nall a prominently dioplayed in ap;,"Prieto City
facilities.
ties.
CWWRNO IN by the City Cowneil of the City of MoRtom, yaohiRgton,
this IN day of Iwe 1080.
CIT7 OF RSRTOR: RSNTOR MY COUNCIL.
t �lNbAw_.t SAN10Yly � "J�fAroV
1 Mir 'r Cewnsi reaid0%1
Attest:
Iss"at July 10. 1972
Rmvlaadt February sr 1914
Revised: Sun* I. 1900
eT eT J
' GLENCOE DIVISION NO. 1
STORM DRAIN REVISIDN
1 Scope of Work
1 The work involved under the te.ms of this contract document shall be full and
complete installation of the facilities as shown on the plans and in the speci-
fications; to include, but not be limited to, storm drain pipe installation,
pavement patching and complete restoration of all surface material so as not to
be a visual detraction. All work shall be as set forth in the design drawinos
and specifications.
Any Contractor connected with this project shall comply with all Federal, State,
County and City codes or regulations applicable to such work and perform the
' work in accordance with the plans and •pecifications of this contract document.
1
1
1
1
' INSTRUCTIONS TO UDDERS
' 1. Sealed bids for this proposal will be received by the City of Renton at the
office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m.,
on the date specified In the Call for Bids.
' At this time the bids will be publicly opened and read, after which the
bids will be considered and the awar4 made as early as pro 'cable.
' No proposal may be changed or withdrawn after the time set for receiving
bids. Proposals shall be suomitted 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 aid at the unit price bid. The City reserves the right
' to add or to eliminate portions of that work as doomed necessary.
3. Plans may be examined and copies gbtalned at the Public Works Department
Office. Bidders shall satisfy themselves as to the local conditions by
' inspection of the site.
k. The bid price for any Item must Include the performance of all work
necessary for completion of t! st Item as described In the specifications.
S. The bid price shall be stated In terms of the units Indicated and as to a
' total amount. in the event of errors, the unit price bid will govern.
Illegible figures will Invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive Inform-
' ali t,as If it Is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation
' to the Director of Finance of the City of Renton In an amount not less than
58 of the total amount of the bid shall accompany each bid proposal. Checks
will be returned to unsuccoss Pol bidders Immediately following the decision
as to award of _ontract. The check of the successful bidder will be
returrcd provided he enters Into a contract and furnishes a satisfactory
performance bond covering the full amount of the work within tan days after
receipt of notice of Intention to award contract. Should he fall, 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
teplanation except as the City may request further Information on particular
points.
t 9. The bidder shall, upon request, furnish Informs tion to the City as to his
financial and practical ability to satisfactorily perform the work.
' 13. Payment for this work wilt be made in Cash Warrants,
Rev. 7/15/81
f,
fMon-rwA Only?
a ;ITT 0r RiMM FOR BIDS
GitNCO DIVISION 01
�Aitoes rain
' N.E. 17th St. Ca0 tlnitn Ave. N.E,
Styled bids will be received until 1 p.m., September 21s,198�_ at the
b
City Clark'* office and sIII . opened and Publicly reed In In ritf+—Floor at
t Room, Renton Municipel Building, 200 Mill Ave. South.
The work to be performed within 25 working days from the date of commencemsat
under this contrac� $hall Inc)u3;. but not be Iirltad to:
Installation of approximately 830 L.F. - 2e" C.M,P. storm drain a,id appurtenances
' and complete resto•ation.
The City reserves the right to reject any and/or all bids and tc •wive any and/or
all Informalities.
' Approved plans and specifications and form of contract documents may be obtained
at the Public Works Department office at the Renton Municipal Building for a
deposit of f 25.00 each set plus $ 5.00 to cover postage, If malted. The
deposit will Ee rounded upon return of the Plant and Specifications in good con-
dition within thirty days after b11 opening. The mailing charge will not be
refunded.
OA certified check or bid bond in the amount of five per-ant (51) of the total
amount of each bid must accompany each old.
' The City's Fair Practices and Ion-Discriminatloo Policies shall apply,
City Clark
- �
Published:
' Daily Jourtal of
Commerce : September 2nd and 9th, 1983
Record Chronicle: September 7th and 10th, 1983
t
t
CEMSrICATION BY PR*(?a . " t , M • OIIITY
, W NM
' R i aim ontfA .Ov
INSTRUCTIONS
This certification is required pursuant to Pederal ENecutivs Order 112e6. The implem.ntin; rules and
regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors
and suppliers, shall data as an initial part of the bid or negotiations of the contract whether it has
participated in any previous contract or subcontract Subject to the equal OPPort nity claust, and, if
so, whether it has fled all emplianee reports due under applicable instructions.
Tha Citi Lie herKefore adont** Resolution 234L under date of du** 2, logo, Awarding a 'rur Practices
1 Policy, ai isplamanted by an 'Affirmative Action Program' therein mmandini, LM policy of the City of
Banton to promote and afford equal treatment and service to all citisons and to assire equal employment
opportunity based on ability and fitness to all persons regardless of race; treed; color; othnictty.
national origin; *as; the presence of a non-job-related physical, sensory or dental handicap; ace or
marital status. This policy Shall likewise apply to all contractors, subcontractors and suppliers
conducting business with the City of Renton who in turn shall affirm, and subscribe to said practices
and policies. The eforoesntioned provisions shall not apply to contracts or subcontracts for standard
cO rclal suppliers or r.tw materials or firm* Or Organizations with lose than eight employ**@ or
contracts of lose than $10,000 business par aunum wi U- t** City.
When the Contractor/Subcontractor/Supplier (hereinafter r*trred to as the Contractor) is r*wir*d by
the City of Renton to submit an Affirmative Action Plan, the wintmum acceptable percentage Of minority
employment will be that percentage which is currently listed in 'Appendix I' (City of Banton 00410 and
Fmstablesl in the published City of Renton Affirmative Ar—On Program, i.e. 9.1*. This Program to
ellable for revise at the Municipal Building.
The underaigned contractor therefore -ovenants, stipulate, and agr**s that during the performance or
'this contract he will not discriminate against any person in hiring, promoting• discharging, con -.n-
sating or any other Coro or condition of employment, by reason of much person'@ status, reference
the (11) categories listed in per&. 2 above.
'Contractor furth*r agrees that he will take afflrwtive and continuous action to tnmurs full compliance
with such policy end program in all respectm; it De ing strictly understood and agreed that failure to
comply with any of the terms of said provisions *hall be and constitute a materiel broach of this
contract.
'Contractor $hall, upon request and/or so soon am possible thereafter, furnish untg„rhe City any and all
information and reports required by the City to Ostermins whether full compliance has been made by the
contractor with &aid policy and program and contractor will permit access to his boob, records and
accounts by the City for the purpose of investigation to &,certain such cnmpli&cce.
'Contractor further aeknowlmdges rue he has received a true and Complete copy of the City's 'r,ir
Practices Policy.'
Contract
..coma oaEion FIo�
ICEMIFICATION L. COMRAC[OR or EURCONTAACTOR _ or SUPPLIER
NAME: _
' AODRESS: 2'tZo .�• - �►�, 9�eSS
REPRESENTATIVES: TkW _ Cr \"1f1m1 Jf
' TITLE: U; Z.rmJ PHONE: =-BP1•
1. Contractor/Subcontractor/Supplier has participated in a previous contract or subcontract subjset
to the Equal opportunity Clause, yes _No
2. Compliance reports were required to be filed in connection with such contract or subcontract:
Yes _No
' 3. Contractor/Subcontractor/Supplier has filed all compliance reports due und*i applicable
instructions. Yes No
a. If answer to item 3 1a 'No', plasss explain in dotail on rover$* side of this ctrtificatlon.
' CERTIr1CATION: The Informs tion &bow to true and couplets to the best of my know,*dge and belief.
f. y_ aa P.m::Ir.T
- me an
� 9-1•-t3
gna
Bav----a by City Authority: _ Date, _
Mv, l/tl/u
Rev. 4/61
PUBLIC WORK OR IMPROVEMPNT
PARTICIPATION CERTIFICATION: REF. RCW 35.22.650
CONTPACTS EXCEEDING $10,000 OR $15,000 FOR WATERMAIN CONSTRUCTION,
MINORITY BUSINESS ENTERPRISES ME)
and
WOMENS' MINORITY BUSINESS ENTERi RISES (WMBE)
(BUSINESSES OWNED AND OPERATED BY WOMEN)
Contractor agrees that he shall actively solicit tl.e employme a of mr,..alty group
aamberv. Contractor further agrees that he shall actively uo].itit bids for the
subeuntracting of goods or services from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requlramer.ts of minorl:y
' employment and solicitation, Contractor further agrees to corsider the grant of
subcontractors to said mluority bidden on the basis of substantially equal
proposals In the light most favorable to said minority business**. The contactor
shall be required to submit evidence of compliance with this section as part of the
' bid. As used in this section, the term '%inority business" means a business at
least fifty-one percent of which is owned by minority group members. Minority
group members include, but are not limited to blacks, women, native Americana,
Orientals, Eskimos, Aleuts and Spanish Americans. The City will c asider scorn
affidavits presented by subcontractors in advance of contract award as one means of
establishing a uority status in accordance with criteria cited above.
t To be eligible for award of this contract. the bidder moat execute and submit, as
• part of the bid, the following certification which will be dammed a part of the
resulting contract. A bidder's failure to submit this certification or submission
of a false certification shall render his bid nonresponsive.
MINORITY BUSINESS ENTERPRISE CERTIFICATION
Certifies that:
Name of Bidder
(a) it 4bem1 (dues not) intend to sublet a portion of the contract work and
(ir,) (has not) taken affirmative action to seek out and consider minority
business enterprises as potential subcontractors.
(b) the contacts made with potential minority business enterprise subcontractors
and the results the"wf are listed below. Indicate whether MBE or WMBE and
identify minority group. (If necessary, use additional sheet.)
MBE Min. Gr, WMBE
1. ❑ ❑
' (Name of Fin, Bid It", Results of Contacts)
' I. ❑ ❑
4. ❑ ❑
' S. ❑ ❑
No.(Ma (1 p_��_ has been designated as
' the linison Officer for the a ministratton of the-minority business enterprise
program for this firm.
' CERTIFICATION % EQUAL EMPLOYMFJPr OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the fling of Required
Reports.
' The bidder _1_, proposed subcontractor , hereby certifies that he has ,
has not _, participated in a previous contract or subcontract subject to t e
equal opportunity clause, as required by Executive Orders 10925, 11114 or
1124b, and that he has ,1,�,� has not , filed with the Joint Reporting
Committee the Director Ot the Office Ft"Federal Contract Compliance, a federal
Government contracting or administerii,a +2e^_y, or the former President's
' Committee on Equal Employme it Opportunity, all reports due under th. applicable
filing requirements. �[
Tam
By;
t e
Date:
Note: The above certification is required by the Equal '.aployment Opportunity
Regulations of the Secretary of Labor (al CFR 60-1.7 (b) (1). and must be
submitted by bidders and proposed subcontractors only in connection with
' contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are sat forth in AI CFR 60-1.5. (Generally only contracts or subcontracts of
$10.000 or under are exempt.)
Currently, Standard Fotm 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed i-imr 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 el CFR 60-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits s
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,5. Department of Labor,
' i:E1TIFICATIV Of 310DERS AFFIWATIVE ,ACTION PLAN
' Bidder is to indicate by check-mark which of the following ststmaents pertains to this
bid package, and is to sign the certification for that specific statement:
a) It is hereby certified that the bidder is exempt from the City's
Affirmative Action Plan requirements because:
"Average annual employment level is less than eight permanent employees,
and the total contract amount with the City during the current year is
less than S13,00J."
tZ: upsnyall
BY:
OR b` it -s hereby certified that an approved Affirmative Action Plan is on
file with the City of Renton, and that said Plan specifies goals and
timetables which are valid forthe current calendar year.
' Coo an 7/�r / Date
' TA:P.
OR c) It is barely certified that an Affirmative Action Plan is supplied with
' this Bid Package. Said Plan will be subject to review and approval by
the City as c prerequisite to the contract award, and it includes:
' 1) Present utilization of minoritie, and females by job classification,
1) Goals and Timetables of Minority and Female Utilization, and
S) Specific Affirmative Action Steps directed at increasing Minority
' snd Female Utilization.
' Company tlfi o
BY:
TKtlo
OR d) It is hereby certified that on Affirmative Action Plan will be supplied
to the City of Renton within five IS) working days of receipt of
notzfica,ion 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 Females by Job Classification,
2) Goals and Timetables of Minority and Female Utilization, and
' S) Specific Affirmative Action steps directed at increasing Minority
and Female Utilization.
Company aU t�—"_—
BY:
Rev. 9/9/75
' NON-COLLUSION AFFIDAVIT
STATE OF NASHINGTON )
SS
' COUNTY OF F. . ) l
t _ ��M L�hIS�/�,U 21✓
being duly sworn, ieposes and says, that he is the identical person
who submitted the 'uregoing proposal or bid, and that such bid Is
' genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the
deponent has not directly induced or solicited any other Bidder on
the foregoing work or equipment to put in a sham bid, or any other
' person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself or to any
other person any advantage over other Bidder or Bidders.
' S1GN ERE:
i
1 i
1
' S0scribed and sworn before me this .A_ day of
19gi. �T
' Notary Public in and for the Late of
residinq at
,tab ___ therein.
1
t
i
1
CERTIFICATION RE: ASSIF•NMENT OF
ANTITRUST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
RENTON, WASHINGTON:
' Vendor and purchaser 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,
1 subject to the aforementioned exception.
Name Project
/
Name ot Bidder's i m
Signature of AuthorizedeprosentaaL v{t of Bidder
1 ate
1
1
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
' ss
COUNTY OF
' 1, the undersigned, having beEn duly sworn, deposed, say and certify
' that in connection with the performance of the work of this project,
I will pay each classification of laborer, workman, or mechanic
' employed in the performance of such work; not les, than the prevailing
rate of wage or not less than the minimum rate of wages as specified
in the principal contract; that I have read the above and foregoing
statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
1
1 Subscribed and sworn to before me on this of
19y�.
Notaryn e i lSrM e
of Washington
' Residing at
J221t yY
1
1
1
t
BID BOND FORM
Herewith find deposit in the fom of a certified check, cashier . check, cash,
or bid bond in the amount of E which ammmt is not less than five
perc:•nt of the total bid.
rSign Here
,
BID BOND
Know 411 Men By These Presents:
That we, KOHL EXCAVATING, INC, v _ as Principal,
and SAFE03 INSURANCE COMPANY OF AMERI-A di Surety, are
held and firmly bound unto the City of Renton, as Obligee, it the penal sum of
A+*FIVE PERCENT (5%) OF THE TOTAL AMOUNT BID*s• Dollars, for the payment
of i,.iich the Principal and the Surety bind themselves, their heirs, executors,
administrate , 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 foi GLENCOE DIVISION NO. 1, STORH DRAIN REVISION
t according to the terms of the proposal or bid made by the principal therefor,
and the Principal .hall duly make and enter into a contract with the Obligee in
accordar•ce with the terms o' said Proposal or bid and award ano shall give boric
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 c+11 for t.ids,
then this ^t'igation shall be null and void; otherwise it shril be and rem in
in full force and effect and the Surety shall forthwith pay and forfc't to the
Obligee, as penalty and liquidated damages, the amount Of this bond.
1 SIGNED, SEALED AND DATED THIS 21st DAY OF Se ember 1983
KOHL S
rBye •, • ; • , . _. . .
SAFECO INSURANCE Ccli#M OF AMERICA —
urety
Mary A. Wbbs, Attorney-in-Fact
September 21, 1983
Received return of deposit in the sum of b_
POWER OF &0=GOWANa COMPANY OF AMERICA
ATfORMY OSINML 9ISIIAM4OI COMPANY OF AMERICA
' HOME OPP= BANCO"Al
8AFEC0 SEATTIE WASNMTON Mtn
' NO i, 1045_
KNO% ALL BY THESE ►RL BENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMlRWA.Mish
' a WaanmElon Corporation ones each holab Apprvnt
----JAMES V. AIKINS; L. J. -,rE'WART; M. J. COTTON: SALLIE DILONARDO' STEVEN K. SUSH;
' MARY A. DOBBS, Seattle, Washington—
its true and lawful stlnnwiii fact with full authorlN to small on Its behalf flan"And so,,n tonal or ulvdenneu,gs
' MO other OoCurna is of a{Imps,charlow Mued,n the c,ul Olds buamesA.AM lO fund the 10,i l"CdhdatlY lntoaw
IN WITNESS WHEREOF.SAFECO INSURANCE COMPANY OF AM ERICA and GENERAL INSURANCE COMPANY
tOF AMERICA have esch esecut" and sniatW ine,e pro lms
thus-- :Bth my of
CERTIFICATE
' Etoract him he BY-Law,of SAFECO INSURANCE COMPANY OF AMERICA
And of GENERAL INSURANCE COMPANY OF AMERICA
A.rtiOl V,Section 13 —FIDELM AND SUAETY BONDS in,Prmfool siy Vie President. in,SlcntoerY. And MY
AANsidhf Vice Proficient apppnted tot into Dural by it '•,er m cly,g,of I WeIY,Onatiohl.shh anti have aothOrpy
to appoml individuals As Attorney,in fact or under i f A AA titles"in 1Ythally ;u eAeCdte On behalf Of tha
company bdehh'and suftoY do ds and other d0curhehls yUmder ChetUM could bV 1M x1m04nr m the cxi of Its
Worlaai Onav,hon.mant meYmEor Evidencing such pmaromeni ,fveifgnnunea meybealfuht dv lN.Ylmde On MY
instrument conferring such aulh uns Or son env bond or undal erg d ten`Cnhpnw 111411.6f .n J fKFlmdi inY.p1,mav Oe
mpesseo or aHlaeo or In ahY Other mahnsl repromrceol prwdea h,.,w r. Ihm live seal shall r,Y M nmmema Y to the
viLOdv of env such mtorultvenl a undersell
E.vaCI from a Resolution of the Spars of Dvectms of SAFECO INSURANCE COMPANY 01 AMERICA
and of GENERAL INSURANCE COMPANY Of AMERICA 4MPtea Julr 10 197V
env certificate *.not" or ,hl GwCniUry Or an a s Vont skrnery of ins romlMny selling nW
N TM provision, of Article V Section IJ of mr Rv Laws, AM
col A col of iha power ofanurnal Appointment. tieculed pumuahl rhneld, and
lead CernNm9 that said pol ol,anwhar ppfummerit a in full torch aM eHEcl
the slgratun,of the cenlhmg o"Ice, cop be by face,mde and the seat of the Company char be r laui Intoeal
I. "Y D Hemmamia, Sec,eun of l:AFECO INSURANCE COMPANY Of AMERICA aM of 02NINAL INSURANCE
' COMPANY OF AMERICA.do hit MN cnnh trio the ho"wrig"Yana i l ten BY LAws abed a Rfadutgh of the Biandol
Datetlors of these CMppralgM And al c Power dAllOr nay OAVea DWWanl lbermo Ne1,UeeM COftMI Andlhat Wththa
as Laws, IPA Resolution am the Power d Ancri tie still .0 lull fume and 911KY
' IN MINIS$WHEREOF. I have nneumo sit my nand AM ANued the faclornde seal of said COIVa Atgn
con _aY of September _ is 87
. ,. aa rMrMs..••
r
rPROPOSAL
r To THE CITY OF RENTON
RENION, WASHINGTON
rGent Ieman:
The undersigned hereby certif,_ that ji_ has examined the site of the
rproposed work and he_-, and thoroughly understand_ the plans,
r specifications and contract governing th3 work embraced in this improvement,
and the method by which payment will be made for said work, and hereby propose
rt0 undertake and complete the work embraced in this improvement, or as much
thereof as can be complete,' with the money available, in accordance with the
rsaid plans, specifications and contract and the following schedule of rates
r and prices:
(Note: Unit prices for all items, all
extension,, and total amount of
r bid should be shown. Show unit
prices both in writing and in
figures.)
r >
Signature .}1��r �� � 1 ,7� eli v�
rAddress 33�C1 E`U . dD._. i?j (AL
' Names of Members of Partnership: 49otS
r _r OR
rName of President of Corporation
rName of Secretary of Corporation _ -r Lf /,_____
Corporation Organized under the laws of ,,,
rWith Main Office in State of Washington at
r
SCHEDULE OF PRICES
(Note: unit prices for all item, all estemaau and total asmunt of
hia sus! 0e shown. Show unit Prices in both words and figuran
' and whale conflic' occurs the Written or tyyed words sM11 Prevail.)
ITS" APPROX. ITEM NITN UNIT PRICED SIC UNIT PRICE AlgUNT
NO. QUANTITY unit Prir»s to he written in word., DOLL
ARS CTS. DOLLARS CPS.
I. L.S. Mobilization iz
' Per— uno s or s gures
' 2. 1850 L.F. Sawcuttina 11�� ` ..
P!r Ilnear Tool i_ •
1 3. - 470 L.F. 24" C.M.P. - 14 oauoe f,,,�-
Var Zinedr cot T y
4. 360 L.F. 29"t18" CC../aM...P..A...�--1a4►i�L,glarluuoaee
' Pelt' 'oot 11 AWA
5. 22 L.F. 18" C.M.P.-14 gauge �t�
Der near /
6. 25 L.F. 12."1Caa.iM�,aP...--14 gauge /tip..
IPer liner+ ooQ
), 1 Ea. Type 1 Utch 8a,in w/ special Irene A neat
Pe ac
' S. 1 Ea. Type I11-54 Manhole
Per ac
9. 600 Tons Select Trench Backfill
S _
er on
10, 8 Ea. connectinn to existinn line, catch
basin or manhole
er ac
1 I1. 100 L.F, PPAITne.CC.. Sanitary
,Sew� eer --
r Pipe
er' ir o�try�T —
' 12. L.S. finish 6 cleanup ,t� �r,
er 1 sum nuapJW tYKWre % Q
' TOTAL 510
SCHEDULE OF PRICES
' (hots: lout priors for all ataW, all aatansl MY and total aNIVYnt Of
Did must lw shown. shw Yost prices an both Words and fapunr
and wAars oonflle: Decors ua rrattan or typed words ahall pr*v I.)
ITEM APPROE. ITEM LAITY UNIT PRICED AID UNIT PRICE AMOUNT
NO. QUANTITY Unat Praea to to written In words DOLLARS CTE. DOLLARS CTS-
1111 ISRSIGHED sl DER HERESY AGREES I'0 START .:ONSTRU ION WORK 0 THIS PROJECT, I
AWARD NIM, NO LA ER THAN TEN (10) DAYS AFTER FINAL ELUTION Al N C LETS WI IN
'( WO INC DAYS A ER STARTING CONSTRUCTION.
' DATED T THIS�_DAY I. 196
' AC EDC.CNENT OF CEIPT OF ADDFIMA; r
' NO.
ND
1 NO IATE
SIGNED
TITfA
' NAME OF COMPANYi
ADDRESS _
CITY/STATE/ZIP
' TELEPHONE via
CITY 0 RENTON STATE CONTRACTO 5
RCSINES LICENit r _ ��__ LICENSE s_..__ _
r
r BOND TO THE CITY OF RENTON
KNOW tkk KEN BY THESE PRESENTS:
rThat we, the under►IgtodM.�____
r µ p,TncipaT,_ and corporation organlzed
and existing under the laws of the State of as a surety
corp-.ration, and Qualified under the laws of the State of W&Shlngtm to become surety
cpon bonds of contractors with municipal corporations, as surety are jointly and
r sevcrally held and firmly bound to the City Of Renton In the penal sum of
$ for the payment of which sum on demand we bind our•
so tes and our successors, M n, idminlatrators or personal representatives, as the
r cesr may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
son, the Ord nonce of the City of Mnton,
Dared 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
1«occontract Is referred to herein and Is made a part hereof As though attached hereto),
and
WHEREAS, the sold principal has accepted, or Is about to acceot, the said contract, and
undertake to perform the work therein provided for In the mentor and within the time
' $
forth,
NOWet, TNEIIEFORE, If the "Id
stall faithfully perform *IT of tie provisions of It n the manner and wit ,7n
' the time therein set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materlalmen,
and all persons who shall supply sold principal or sub,:ontroctcrs with provisions and
' supplies for the carrying on of said work, and shell hot: said City of Renton harmless
from any loss or damage occasioned to any person or property by reason of any care-
lessness or negligence on the paet of sold principal, or any subcontractor in the per-
formance of sold work, and shall Ind*"lfy and hold the Clty of Renton harmless from
' any damage or expense by reason of failure of performance as specified in sold con-
tract or from defects appearing or developing In the material or workmanship provided
or performed under said contract within a period of one year after I%% acceptance thereof
' by the City of Renton, then and In that event this obligation shell be void; but other-
wlse It shall be and remain In full force and affect.
Revised: 8116/83
I of
CONTMCTS OTHER TWIN FkKUR -AIQ FMNA
THIS AGREEMENT, wade and entered into this '� day of <<'�r +i_'
by and bttweer. THE CITY Of RENTON, Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and
' Kohl Excavatlng, Inc,_ hereinafter referred to as "CONTRACTOR."
WIT4E55EIH:
t1) The Contractor shall within the time stipulated, (to-wit: within .5
working days from date of coaeaencerant hereof as required by the Contract,
1 of which th1; agreement is a coponert part) perform all the wa-k and
services required to be performed, and provide and furnish all of the
' labor, materials, appliances, machines, tool.. equipment, utility and
transportation services necessary to perform the Contract, and shalt
complete the construction and installation work In a workmanlike manner,
in connection with the City's project (identified as No. CAfl 061-83
for improvement by construction and installation of: ;corm drains and
appurtanonca% In 6lencw Division No. I
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 all addenda isiwd by the City and all
other documents hereinafter enumerated, and in full compliance with ali
applicable codes, ordinances and regulations cl the City of Renton and
any other governmental authority having ,jurisdictio.i thereover. It is
further agreed and stipulated that all of said labor, materials,
' appliances, machines, tool%. equipment and services shall be furnished
20 t
Contracts Other T,sen Federal-Aid FNMA
and the construction installation performed and completed to the
satisfaction and the approval of the City's Public Worts Director as M
being in such conformity with the plans, specifications and all require- '
ments of or arising under the Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's '
Did and stoning 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 i
b) instruction to Bidders
c) Bid Proposal ,
d) Specifications
e) Cops 6 Plans '
f) Bid
g) Advertisement for Bids ,
h) Special Provisions, if any
i) I`Khnical 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
time specified in this Contract, or any e,tenvan in writing thereof, ,
or fails to complete said work with such time, r 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 Cuntractor'a insolvency, or if he or any of his
Nov. 4,81 1
Contracts Other Thar Federal-IN O 1 Wt 3 of 7
subcontractors should violate any of the provisions of this Contract,
the City may then serve written notice upon h4s and his surety of its
intention to terminate the Contract, and unless within tan (10) days
after the serving of such notice, such violation or non-compliance of
any provision or 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, coast and terminate in every
respect. In the event of any such termination, the City shall immediately
t serve written notice thereof upon the. surety and the Contractor and the
surety stall have the right to take Ovsr and perform the contract,
provided, however, that if the surety within ftfA4L" 15 S alter
the serving upon it of Such notice of termination dpe}�nOt wrfo!lll.�li�,
tontractSr does not cawence performance tMreoT 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 some to completion
tby Contract or by any other method it may deem advisable, for the
account and at the ex^ense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned tht
City thereby, to such event, the City, if it s0 elects, may, without
' liability rur so doing, take possession of and utilito in completing
said Contract such materials, machinery, app,iances, equipment, plants
and Other properties belongs,,g to the Contractor as may be on site of
' the project and useful therein.
' a) The foregoing provis'ons are in addition to and not in limitation of
any other rights or remedies available to the City.
1
Contracts Other Then Federal-Aid FNMA 6 of 7
5) Contractor agrees and covenants to hold and save the City. Its officers. ,
agents, representatives and emloyess harmless and to promptly Indemnify '
same from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred '
by reason of any work arising under or in connection with the Contract
to be performed hereunder, including loss of life, personal injury ,
and/or damage to property arising frr.n or out of any occurrence.
omission or activity upon, on or stout the premises �,orkfd upon or in
any way relating to this Contact This hold harmless and indemnification '
provision shi'l likewise apply for or on account of any patented or ur-
patented invention, process, article or appliance manufactured for use '
in t_ performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party '
to any litigation commenced by or against Contractor, then Contractor ,
shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City ,
in connection with such litigation. Furthermore, Contractor agrees to '
pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements hereunder.
6) Any notice from one party to the other party under the Contract shall 1
be in writing and shall be dated and signed by the party giving such ,
notice or by its duly authorited representative of such party. Any such
5of 7
Lvstracts ot.er Than Faderal•kid FNYN
notice as heretofore specified shall be given by personal delivery
in the united States mail, postage prepaid,
thereof or by depositing $aw
certified or registered mail.
' 7) the Contractor shall Caaaence performance of the Contract no lacer than
10 calendar days after Contract final emecution, and shallcOmn1*t@ the
' full performance of the Contract not later than _js____ g
from the date of commencement. For each and every working day of delay
' after :he established day of coakpletion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be
t ci I r ovisi
the swm Of _ ( ec
as liquidated damages (and not as a penalty) for each such day, which
shall be p" d by the Contractor to the City.
' g) Neither the final certificate of payment nor any provision in the
Contract nor Martial or entire use of any installation provided for by
this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the
work and pay for any damage to other work resulting therefrom wh�ch
shall appear within the period of one (1) year from the data of final
acceptance of the work, unless a longer period is specified. The City
will give notice of observed defects as heretofore speci'ted with
reasonable promptness after discovery thereof, and Contractor shall be
i
6 of 7
Contracts Other Than Federal-Aid mWA
obligated to take immediate steps to correct and remedy any such defect, f
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 ;chedules of quantities and costs, progress schedules, pay- ,
rolls, reports, estimates, records and mi;cetlaneous data pertaining ,
to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the ,
faithful performance of the Contract, including the payment of all ,
^r,sons and firms performing labor on the constrt:tion project under
this Contract or furnishing materials in connection with onis Contract; ,
said bond to be in the full amount of the Contract pr7ce as specified
in Paragraph 11. The surety or sureties on such bond or bonds must be
duly licensed as a surety to the State of Washington. ,
11) The total amount of this Contract is the sum of $48.DN8.00
Fo rtv-eiah_ Thousand and F;rtv-Eioht Dollars , which includes Washington
and No/100
State Sales Tax. Payments will be made to Contractc as specified in the ,
"Special Provisions" of this Contract.
Rev. 4/87 '
tContracts Other Than Federal-Aid FHWA 7 of 7
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set
' his hand and seal the day and yawn first above-written.
CONTRACTOR CITY OF RENTON
r•
"er ner — Mayor
' =
' ATTEST:
ro ary 4y er
sera kiftt Y, 21,i,,�
Firm None
Individual— Partnership _
Corporation r — A Corporation
ate o ncorporation
Attention:
If business is a CORPORATION, name of the corporation should be listed in
' full and both President and Secretary must sign the contract, OR if one
signature is permitted by corporation by-laws, a copy of the by-laws shall
bt furnished to the city and made a Part of the contract document.
If business is a PARTNERSCIP, full name of each partner mould be listed
followed by d/b/a (doing business as) and firm or trade name; any one partner
may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by d/b/a and name of the company.
tCONTRACTOR/SUBCONTRACTOR 'C O REPORTING PERIOD)
MONTHLY MANPOWER UTILIZATION REPORT M>nth: Year:
tTO be ■uEmieua to the City B Proiecc 9 Goals and Tilwtabl as , committed
E,pineer during tho lot week of fol lodn7 �i in Cont.•actor's Affirmative
' month while contract is in progre 1. Frlsr N Action Ilan t
Contrector is maponsiblo for obtaining and ,
a mittin all Subcontractor Re rts. or per City s Plan 9.1 t
To: (a•w and lecatlm of Ca,pllanco Agency Oapt.l From: (Mew a^d ."oil" of 1•UtraetoT1
This report is required by Executive Order 1120, Section 20S. Failure to report can
result in sanctions which include suspension, termination, cancellations or debarment of
contract.
1. _.
nlno- Total ttl
Wert Hours of taplaysent (Sea footnote) rlty nuater %uabe,
of of
Claa•t a. <. • -A of alnorlt Sapby.
flea- Nl e- er. Asian/ e.1 total Employ- •u
toapany'a Mama (I.D. Trade . elaok round tton• Tot panic Mr
?e- w/n w.
round a.e
AD
Tr
AD
Tr
■' Tr
Tr
An
. Cotpany Offlala a 3Lg nature me Titlea. pate atanad 9. Telephone dualr.
(Include Area Code)
�ev. 11/77 (-Halos a Females, eeNinorities a Non-minoritie■) Pape of
7180 (Submittal Requirements 6 City's Goal■/Tirtablu)
1
INSTRUCTIONS )OR FILING RMPLOYMENT UTILIZATION REPORT CITY OF RRrM)
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 d..slgnatod trade for the entire reporting
period. ^..e prime contractor shall submit a report for its work force and shall
collect and submit reports for each subcontractor's work force to the Compliance
Agency that In funding their construction project. ,
Reporting Period . . . . . . . . . . . Self-explanatory
Compliance Agency . . . . . . . . . . City of Renton (administering department) '
Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying ,
constructior. contract with the City of
Renton.
1. Company's Name . . . . . . . . . . Any contractor or subcontractor who has a '
qualifying contract.
2. Trade . . . . . . . . . . . . . . Only those crafts covered onder 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 it. the trade. (C - Craftworker
Qualified, Ap - Apprentice, Tr - Tralnee).
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.)
4. Total Number of Minority '
EmployeeS . . . . . . . . . . . . Number of alnority employees working in
contractor's aggregate work force during '
reporting period.
6. Total Number of Employees . . . . Number of ale employees working in contractor's
aggregate work force during reporting period.
a Minority is defined an including Blacks, Hispanics, Amtrican Indians and Arian ,
and Pacific Islanders - both men and women.
1
r
r
RE UIREIAENTS FOR THE PREVENTION OF ENVIRONMENTAL
' POL CES
' In accordance with the provisions of Chapter 62, Laws of 1973,
H.B. 621, the Contractor shall secure any permits or licenses
required by, and comply fu'ly with 1
11 provisions of the follow-
ing laws, ordinances, and resolutions:
KKiing_Couu ty Ordinance No. IS27 requires Building and Land
vDe lopvent�ivtstonT andHydraulics Division review of grading
' and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into project design stand-
ards to be incorporated into project design by Engineering
Services. Revvew by Hydraulics Division.
Kin jL—County Ordinance No. III No. 900, No. 1006 and Resolution
Ro HT71T No:3733S-4 7753�}To. bah RdIR . cont■ ned
in ng ounty o e Titles an are provisions or disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid Waste.
' Pu et Sound_ _Air Pollution Control.�e_ncv Re_g_ul._ation l : A regu-
IN on t0 cocontro the emission o a rr tint anToanls Tom ■l'
sources within the jurisdiction of the Puget Sound Air Pollution
' Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
tW.A.C. 18-02: Requires operators of stationary sources of air
conta--mFnanis 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 Aeency Regulation 1.
t R.C.W. 90./8: Enacted to maintain the highest possible standards
to ensure the purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
' protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
and require the use of all known available and reasonable methuds
' by industries and others to prevent and control the pollution of
the water3 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
t to cause pollution of such waters. The law also provides for
civil penalties of SS,000/day for each violation.
' R.C.W. 70.95: Establishes uniform statewide program for handling
s6T w� 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.
WASHINGTON !TATE DEPARTMENT OF NATURAL RESOURCES '
R.C.M. 76.01.370: Provides for abatement of additional fire hez-
ar (lands upon which there is forest debris) and extreme fire '
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school &rotnds) . 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.N. 76.04.010: Defines terms Wating to the suppression or '
a ateme_n ofTor03t fires or forest fire conditions.
R.C.N. 70.94.660: Provides for issuance of burning permits for
a atic
n�i g or prevention of forest fire hazards, instruction or ,
silvicultural operations.
R.C.M. 76.04.310: Stipulates that everyone clearing land or t
clearing right-of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses, or at such other times as the
department may specify, and in compliance with the law requiring
burning permits.
R.C.W. 78.44: Lars governing surface mining (including sand, ,
giaveT,stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations. ,
N.A.C. 332-18: Delineates all requirements for surface mined
an rec ama ion. '
N.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining
to an c Baring and burning.
U. S. ARMY CORPS OF ENGINEERS '
Section 1 of the River and Harbor Act of lone 11 1902: Author-
. '
zei—s Secretary o Army an ores f ing n-1 eeri to .sus 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 Act1PL92-SOO
taI. �tTi'orTiei—iYe 9ecrefary ort a �rsiy, act nT; ,
t roug tTie orpa 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 on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEoERAL LEGISLATION ,
Section 13 of the aver and ftarbor Act approved March 3 1899:
Provides t`Fad� erg• o refuse wTtToureperm t into navTable '
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 FOR THE PROTECT ARE AS FOLLOWS:
1 KING COUNTY BUILDING AND LA44D DEVELOPMENT DIVISION
Kin Count lution No. 25789 requires an unclassified use
' pet* or Resong, quarrying (including borrow pits and associ-
ated activities such as asphalt plants, rock crushers) and
refuse disposal sites and provides for land reclamation subse-
t quent to these activities. A copy is available at the Department
of Public Works or Building •nd Land Development Division.
1 Shoreline Management Act 1111 requires a ermit for construction
en Sate a oreTineY. 7eimif-acquired by Public works and reviewed
by Building and Lard Development Division.
' Ki__ngou..Cntx Ordinance No. 1188 requires permit for grading, land
s, gg-r`eveT pits
n1. quarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
ment Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GMIE
Chapter 112 Laws of 1949: Requires hydraulics permit on certain
projects. ng ounty apartment of Public Works will obtain.)
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173.220: Requires a National Pollutant Discharge Elimination
' 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 nto tote surface or ground water (such as gravel washing,
pit operations, or any operation which results in a discharge
which contains turbidity.)
' W.A.C. SOB-12.100: Requires permit to use su. face water.
' W.A.C. SOB-12.190: Requires that changes to permits for water use
be rev ewe y fie Department of Ecology whenever it is desired
to change the purpose of use, the place of use, the point of
withdrawal and or the diversion of water.
' N.A.C. $08_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. SOB-12-280: Requires permit to construct storage der .
W.A.C. 508-60: Requires permit to construct in State flood
cor ro tone. King County Public Works secures one for design.
' Con.-actor secures one for his operation (false work design, etc.).
' -3-
t
PLRMITSS REQUIRED FOR THE PROJECT - Continued '
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
R.C.M. 76.04.150: Requires burning permit for all fires except
fof-sma outdoor utdoor fires for recreational purposes or yard debris t
disposal. Also the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.M. 76.04.150,
76.04.170, 76.O4.190, and 70.94 due to extese fire weather or to
prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchant-
able '
m er.
R.C.W. 76.08.275: Operating permit required before operating
power a--Qu pmi ent in dead or down timber. ,
R.C.W. 78.41.080: Requires permit for any surface mining opera-
t on nc u ng 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 '
perm or construction (other anbridges, see U. S. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain), t
FIRE i 'tOTECTION DISTRICT
R.C.W. 52au28 o010y52or8.req0ureme803o5a.28.04-0 -5 2.28.050:
e t t
rov s n penalties for failure
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 '
Act o arc an enera Br id'!
c o as amen
uaus 7; 19T6; Requires a perm or cons�on oT oridta on
n�Qa a waters (King County Department of Public Works will t
obtain). King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore-
mentioned permit: Section s(f) of Department of Transportation
Act, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY i
Section 9.02(d) (2)(iii) of Re ulation 1 : Request for verifica-
flan of popu a on�ene? - % racEoi should be sure his opera- '
tions are 1n compliance with Regulation I , particularly Section
9.02 (outdoor fires) , Section 9.04 (particulate matter--dust), t
and Section 9.15 (preventing particulate matter from becoming
airborne).
.d. '
PERMITS REZDIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
' Title 40 ChAlter Ic Part 61: Requires that the Environmental
Ptotec�ijon-gency a no ea 5 days prior to the demolition of
any structure containing asbestos material (excluding residential
' structures having fewer than 5 dwelling units).
','he 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-
tractor to familiarise himself with all requirements therein.
t All costs resulting therefrom shall he included in the Bid Prices
and no additional compensation shall be made.
' All permits will be available at construction site.
1
t
1
1
1
1
1
1
1
1 SPECIAL PROVISiONS
i
i
1
i
1
1
1
1
1
1
1
1
I"DE z
' APWA STANDARD S.`ECIFICATION REVISIONS
SPECIAL PROVISIONS
' SECTION PAGE
SECTION 1
STANDARD SPECIFICATIONS SP 1
HEADINGS SP I
SPECIAL PROVISIONS STRUCTURE SP 1
ACT OF GOD SP 2
SHOP DRAWINGS SP 2
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2
PUBLIC OPENINGS OF BIDS SP 2
SECTION 3
CONSIDCRATION OF BIDS SP 3
SECTION A
PPOCEDURE AND PROTEST BY THE CONTRACTOR SP 3
USE OF MATERIALS FOUND ON THE PROJECT SP A
' WASTE SITES SP A
HOURS OF WORK SP 5
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 5
SECTION 5
SUBMITTALS SP 5
CONSTRUCTION STAKING SP 5
FINAL ArCEPTANCE SP 7
METHOD OF SERVICE OF NOTICE SP 7
ERRORS AND OMISSIONS SP 7
SECTION 7
SANITATION SP 7
t LOAD LIMITS SP 7
W iES SP B
RECORDS AND RLPORTS SP R
CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10
' RESPONSIBILITY FOR DAMAGE SP 11
PROTECTION AND RESTORATION OF PROPERTY SP 11
RESTORATION OF STRUCTURES AND SURFACES SP 11
' UTILITIES AND SIMILIAR FACILITIES SP 13
PUBLIC LIABILITY AND PROPERTY DAMAGE SP 13
GENERAL SAFETY REQUIREMENTS SP 13
t
1
FLAGMEN, BARRICADES, AND SIGNS SP lA '
SECTION B ,
PROGRESS SCHEDULE SP 14
TIME OF COMPLETION SP 15
LIQUIDATED DAMAGES SP 16 '
OVERTIME WORK BY OWNER EMPLOYEES SP 16
CONTRACTOR'S .CANT AND EQUIPMENT SP 16
ATTENTION TO WORK SP 16
SECTION 9 '
MEASUREMENT OF QUANTITIES SP 17
OWNER'S R'GHT TO WITHHOLD CERTAIN AMOUNTS SP 17 '
SECTION 10
PERMITS AND LICENSES SP 18 '
1
1
1
1 APWA STANDARD SPECIFICATIONS
CITY OF RENTON
SPECIAL PROVISIONS
STANDARD SPECIFICATIONS
' THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION
PREPARED BY THE WfSHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS
ASSOCIATION, 1981 EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE
"STANDARD SPErIFICATIDNS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF
THE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF
' RENTON. SO FAR AS APPLICABLE, ARE HEREBY INCLUDED IN THESE SPECIFICATIONS
AS THOUGH QUOTED IN THEIR ENTIRETY AND SHALL APPLY EXCEPT AS AMENDED OR
SUPERSEDED BY THE SPECIAL PROVISIONS HEREIN.
' A COPY OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE
PUBLIC WORKS DIRECTOR, MUN;CIPAL BUILDING, RENTON. WASHINGTON 98055, WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED (ARTY.
' WHEREVER REFERENCE IS MADE IN THE STANDARD ,PECIFICATIONS TO THE OWNER,
SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE CITY OF RENTON. AND WHERE
REFERENCE IS MADE TO THE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED TO
' MEAN THE OIRECTO^ OF PUBLIC WORKS, CITY OF RENTON, OR HIS DULY AUTHORIZED
REPRESENTATIVE.
t NOTE: THE SPECIAL PROVISIONS HEREINAFTER CONTAINED SHALL BE IN ADDITION TO
OR SHALL SUPERSEDE PROVISIONS Of THE STANDARD SPECIFICATIONS IN CONFLICT
HEREWITH,
HEADINGS
' HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED
FOR CONVENIENCE DR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION
OF THE CONTRACT DOCUMENTS.
' SPECIAL PROVISIONS STRUCTURE
' THE SPECIFICATIONS NOTED HEREIN ARF IN ADDITION TO, OR IN LIEU OF, DIVISION
I OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARKED "REPLACEMENT
SECTIONS", THE SPECIFICATIONS HEREIN ARE TO REPLACE THE STANDARD
SPECIFICATIONS NOTED. WHERE SECTIONS ARE MARKED, "ADDITIONAL SECTICM", THE
SPECIFICATIONS HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS
NOTED.
' SP I
Revised 6,83
SECTION 1
1-1.50 ACT % GOD (REPLACEMENT SECTION) '
"ACT OF GOD" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC
PHENOMENON OF NATURE. A RAIN. WINDSTORM, HIGH WATER 04 OTHER NATURAL
PHENOMENON OF UNUSUAL INTENSITY FOR THE SPLCIFIC LOCALITY OF THE WORK,
WHICH MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE ,
GENERAL LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD.
1-1.51 SHOP DRAWINGS REPLACEMENT SECTION) ,
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DEACRIPTION OF THE
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHOD- OF INSTALLATION, OR OTHER '
CONSTRUCTION PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, OR A MANUFACTURER
AND SUBMITTEI, FOR THE APPROVAL OF THE OWNER.
1-1.52 OR EQUAL (REPLACEMENT SECTION) '
WHERE THE TERM "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON '
RECOMMENDATION OF THE ENGINEER, SHALL BE THE S')LE JUDGE OF THE QUALITY AND
SUITABILITY OF THE PROPOSED SUBSTITU110N.
t
1-1.53 APPROVAL (REPLACEMENT SECTION)
THE TERM "APPROVAL" OR "APPROVED" SHALL MEAN APPROVAL G1'.EN BY OR GIVEN ,
PROPERLY ON THE BEHALF OF iSE OWNER.
SECTION 2: BID PROCEDURES AND CONDITIONS
2-1.12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION)
SEALED BIDS WILL 8! RECEIVED BY THE CITY OF RENTON, WASHINGTON, BY FILING ,
WITH THE CITY CLEFK. MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL
FOR BIDS AND WILL BE OPENED AND PUBLICLY READ ALOUD.
A
SP 2 ,
Revised 6/83
tSECTION 3
3-1.01 CONSIDERATION OF BIDS (ADDITIONAL SECTION)
AWARDIN,. OF CONTRACT WILL BE BASED ON TOTAL SUM OF ALL SCHEDULES OF PRICES.
W PARTIAL SIPS WILL BE ACCEPTED.
' SECTION A
' 4-1.05 PROCEDURE AND PROTESI BY THE CONTRACTOR (REPLACEMENT SECTION)
ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR HIS
SUPERINTENDENT OR FOREMAN AS TO THE MEANING AND INTENT OF ANY PART OF THE
PLANS ANO SPECIFICATIONS DR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY
BROUGHT TO THE ATTENTION OK THE PUBLIC WORKS DIRECTOR OR HIS
REPRESENTATIVES FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
' FAILURE ON THE PART OF THE PUBLIC WORKS DIRFCTOR OR HIS REPRESENTATIVE 10
DISCOVER AND CONDEMN OR REJECT, IMPROPER, DEFECTIVE OR INFERIOR WORK OR
MATERIALS, SHALL 10T BE CONS.RUED AS AN ACCEPTANCE OF ANY SUCH WORK OR
MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN
USED.
TO PREVENT DISPUTES AND LP - IS FURTHER AGREED BY THE PARTIES
HERETO THAT THE PUBLIC WORKS 1 HIS REPRESENTATIVE SHALL DETERMINE
THE QUANTITY AND QUALITY Ut 1, COAL KINDS OF WORK EMBRACED IN THESE
' IMPROVEMENTS. HE SHALL DECIDE ALL QUESTIONS RELATIVC TO THE EXECUTION OF
THE WORK AND THE INTERPRETATION OF THE PLANS AND SPECIFICATIONS.
IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH
' INTERPRETA-.ION, HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
CLERK IN WRITING OF IKE ANTICIPATED NATURE 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 BF 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 SHALL BE FINAL AND
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 30 DAYS,
CHALLENGES THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR
1 REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR
I THE PETITION FOR REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND
DECISION:
1. ARE NOT RESPONSIVE TO THE QUESTIONS SUBMITTED;
2. IS CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THEREOF;
' SP 3
Revised 6/83
1
3. IS ARBITRARY AND/OR IS NOT BASED UeON THE APPLICABL' FACTS AND '
THE LAW CONTROLLING THE ISSLES SUBMITTED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SU^PORT ITS DECISION BY SETTING FORTH IN '
WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED AT ANY
SUCH HEARING.
THE ARBITRATION SHALL BE CONDUCTED IN ACCORDANCE WITH THE STATUTES Of THE '
STATE OF WASH14GTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE.
THE COSTS OF SUCH ARBITRATION SHALL BE BORNE EQUALLY BY THE CITY A-10 THE '
CONTRACTOR UNIESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CCNTRACTOR'S
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE ,
FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE
CONTRACTOR.
THE VENUE OF ANY SUIT SHALL BE IN KING COUNTY, WASHiNGTON, AND IF THE '
CONTRACTOR I$ A AON-RESIDENT OF THE STATE OF WASHINGTON, HE SHALL DESIGNATE
AN AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COMMENCING WORK UNDER
THIS CONTRACT. '
4-1.10 LSE OF MATERIALS FOUND ON THE IROJECT (REPLACEMENT SECTION)
ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE
DISCARDED FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY
SALVAGED AND DELIVERED TO THE CITY SHOPS.
ALL SALVAGED WATER MAIN$, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH
BA! NS, AND STORM AND SANITARY MANHOLE COVERS SMALL BE SALVAGED AND '
DELIVERED TO THE CITY SHOPS.
ANY COST INr URRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL BE
CONSIDERED INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BF MADE. 1
1-' .12 WASTE SITES (ADDI-ZONAL SECTION) ,
�,.L MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL BE HAULED,
DUMPED, AND. SPREAD THE LOCATIONS SELECTED BY THE CONTRACTOR.
THE CONTRACTOR SHALL HAVE THE lESPONSIBILITY OF OBTAINING HIS OWN WASTE
SITE. ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE
INCIDENTAL TO OTHER ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE. ,
THE ROUTE TAKEN TO THE WASTE SITE SHALL BE MAINTAINED SOLELY 8i THE
CONTRACTOR IN A MANNER AS DESCRIBED BELOW: ,
$P A '
Revised 6/83
THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS, POWER SWEEPERS, AMC
RE .ATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR TO
AI .EVIATE THE PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RESTORATION
' of THE ROUTE 1S MANDATORY.
4-1.13 HOURS OF WORK (REPLACEMENT SECTION)
tTHE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM 8:00 A.M. TO 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED AT THE
DISCRETION OF THE ENGINEER WHFN IT IS IN THE INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE.
' 4-1.1/ CONTRAC'OR'S COPIES OF CONTRACT DOCUMENTS
THE CONTRACTOR WILL BE SOPPLIED BY THE OWNER WITH 5 SETS OF PLANS AND
SPECIFICATIONS. AT LEAST 1 COMPLETE SET 01' CONTRACT DOCUMENTS, INCLUDING
ONE FULL SIZE SET OF DRAWINGS, SHALL 8E KEPT AT THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND AT ALL TIMES AVAILABLE TO THE OWNER AND THE ENGINEER.
' ADDI'IONAL COPIES )F THE CONTRACT DOCUMENTS, IF REQUIRED. WILL BE FURNISHED
BY THE OWNER AT NET COST OF REPRODUCTION.
SECTION 5
5.1.03 SUBMITTALS (REPLACEMENT SECTION)
THE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE
t DATA, CEWTIFICATES, SAMPLES, TESTS, METHOD, SCuEDUV S, AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED T( DEMONSTRATE FULLY THAT THE MATERIALS AND
EQUIPMENT TO BE FURNISHED AND THE METHODS OF WORK COMPLY WITH THE
PROVISIONS AND INTENT OF THE SPECIFICATIONS AND DRAWINGS. IF THE
' INFORMATION SHOWS ANT DEVIATION FROM THE CONTRACT REOUIREMENI), THE
CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION,
ADVISE THE ENGINEER DF THE DEVIATION AND STATE THE REASON THEREFORE.
5-1.05 CONSTRU_CTION STAKING (REPLACEMENT SECTION)
' THE ENGINEER SHALL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES
AS THEY ARE SHOWN ON THE DRAWINGS. GRADES WIV. BE ESTABLISHED IN THE FORM
OF OFFSET STAKES •AT DISTANCES NOT GREATER THAN 50 FEET, SET :N ADVANCE OF
' THE WORK. WHi NEVER WORK IS IN PROGRESS, THE CONTRACTOR SHALL HAVE IN HIS
EMPLOYMENT A WORKED COMPETENT TO SET A BATTEP BOARD OR OTHER CONSTRUCTION
GUIDE FROM THE LINE AND GRADE STAKES GIVEN BY THE ENG NEER.
SUCH EMPLOYEES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND
MAINTAINING SUCH CONSTRUCTION GUIDES. A BAITER BOARD SET WITH AN
ENGINEER'S LEVEL SMALL BE USED FOR ALL LINES SET 08 A GRADE OF 0.50 PERCENT
1 SP 5
Revises 6/83
i
OR LESS, AT LEAST THREE BATTLR BOARDS SHALL REMAIN IN PLACE DURING PIPE
LAYING OPERATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STAKES '
SHALL BE DESTROYED AND REQUIRE RESETTING. A SUM SMALL BE DEDUCTED FROM THE
CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING
REQUIRED FOR SUCH REPLACEMENT. ,
THE LASER METHOD OF ESTAuLl�HING GRADE MAY BE USED PROVIDING:
1. REQUEST FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE SUBMITTED ,
FOR CITE REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR TO USE.
2. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 TIMES '
DAILY BY CONVENTIONAL METHODS.
3. PROPER ANCHORING OF PIPE IS PERFORMED IN LOCATIONS WHERE A BOX IS t
BEING OSED FOR EXCAVATION.
THE CONTRACTOR SMALL ARRANGE MIS WORK TO A:_LOW A REASONABLE TIME FOR THE
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK ,
DELAYS WHILE WAITING FOR CONSTRUCTION GUIDES.
THE FOLLOWING STAKES WILL BE SET BY THE CITY ONE TIME ONLY FOR EACH STAGE I '
AND 11:
A. SLOPE STAKES
B. SUBGRADE BLUE TOPS
C. CURB AND GUTTER ELEVATIONS ,
D. ELEVATIONS FOR PAVING MACHINE
E. STAKES FOR RETAINING WALLS '
F. STAKES FOR SUBSTRUCTURE
G. STAKES FOR SUPERSTRUCTURE t
THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS '
AND TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND
MARKS.
DELAYS BY REASON OF LACK OF STAKES OR A REQl ,ST TIME FOR SURVEY LESS THAN ,
3 DAYS ARE DEEMED A RISK TO THE CONTRACTOR AND SHALL NOT B" THE BASIS FOR
CLAIMS FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME.
ALL COSTS FOR TdE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTL! '
OTHER BID ITLMS 1N THE PROPOSAL. AND NO FURTHER COMPENSATION WILL BE H-NDE.
SP 6
Revised 6183
t5.1.12 FINAL ACCEPTANCE (REPLACEMENT SECTIO!1
THE CONTRACTOR SHALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF
' THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL iNE"ECT1 N,
SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH
THE TERMS OF THE CONTRACT, AND SHALT. THEREUPON RE"OMNEND TO THE OWNER THAT
THE WORK IS ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE
WORK SHALL BE MADE TO THE OWNER.
5.1.15 METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTICN
WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN
PERSON TO THE INDIVIDUAL, OR TO A PARTNER OF THE FlkM, OR TO AN OFFICER OF
' THE CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER 15 A
GOVERNMENTAL BODY, OR IF SENT B REGISTERED UNITED STATES MAIL TO THE
BUSINESS ADDRESS SHOWN IN THE CONTRACT DOCUMENTS.
5-1.17 ERRORS AND OMISSIONS (REPLACEMENT SECTION)
IF THE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS
' OR OMISSIONS 1N THE CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SUR% Y
POINTS AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN
THE CONTRACT DOCUMENTS AND THE PHYSICAL CONDITION: OF THE LOCALITY, HE
SHALL IMMEDIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE DEEMS IT
NECESSARY, SHALL RECTIFY THE MATTER AND ADVISE THE CONTRACTOR ACCORDINGLY.
ANY WORK DONE AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WIL, BE DONE AT THE
CONTRACTOR'S RISK.
' SECTION 7
7-1.04 SANITATION (ADDITIONAL SFC TION)
' ALL EXPENSES INCURRED IN SUPPLYING ACCESS. PARKING, AND SANITATION
FACILITIES SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT AND NO
' COMPENSATION SHALL BE MADE.
' 7-1.07 LOAD LIMITS (REPLACEMENT SECTION)
ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL
' STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE STATE OF
WASHINGTON (667 EDITION AND AMENDMENTS THEREOF) IN REGARC TO SIZE, WEIGHT,
AND LOADS OF MOTOR VEHICLES.
' PAYMENT WILL NOT BE MADE FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF
THE LEGA'_ WEIGHT FOR WHICH THE VEHICLT iS LICENSED.
' 5" 7
Revised 6/83
1
1
ANY VIOLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTED LAW
ENFORCEMENT AGENT. 1
THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL
HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE 1
NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS.
7-1.09 WAGES (REPLACEMENT SECTION 1
THE PREVAILING RATE OF WAGES TO BE PAID TO ALL WORKMEN, LABORERS, OR
MECHANICS EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALI IE 1
IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 39.12 RCW AS AMENDED. SHE
RULES AND REGULATIONS OF THE DEPARTMENT OF LABOR AND INDUSTRIES AND THE
SCHEDULE OF PREVAILING WAGE RATES FOR THE LOCALITY OR LOCALITIES WHERE THIS 1
CONTRACT WILL BE PERFORMED AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF
THE DEPARTMENT OF LABOR AND INDUSTRIES, ARE BY REFERENCE MADE A 1RT OF
THIS CONTRACT AS THOUGH FULLY SET FORTH HEREIN.
INASMUCH AS THE CONTRACTOR WILL BE HELD RESPONSIBLE FOR PAYMENT OF THE 1
PREVAILING WAGES, IT IS IMPERATIVE THAT ALL CONTRACTORS FAMILIARIZE
THEMSELVES WITH SHE CURRENT WAGE RATES BEFORE SUBMITTING BIDS BASED ON 1
THESE SPECIFICATIONS.
FOR EACH CONTRACT IN EXCESS OF $10.000 A CONTRACTOR REQUIRED TO PAY THE
PREV" .ING RATE OF WAGES SHALL POST THC FOLLOWING IN A LOCATION READILY 1
VISIBLE TO WORKFRS ON THE JOB SITE:
(1) A COPY OF A STATEMENT OF INTENT TO PAY PREVAILING WAGES, APPROVED 1
BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND
INDUSTRIES UNDER PCW 39.12.040: AND
(�) THE ADDRESS STCIAN OF
THE DEPARTMENT AND
OF TELEPHONE
NAND INDUSTRIES WHERE U AT COMPLAINT RIAL I ORI INQUIRY
CONCERNING PREVAILING WAGES MAY BE MADE.
!� CASE ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR 1
WORN OF A ;IMILAR NATURE AND SUCH DISPUTE CANNOT BE ADJUSTED BY THE PARTIES
IN INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVES, THE MATTER 1
SHALL BE 2EFERRED FOR ARBITRATION TO THE DIRECTOR OF LABOR AND INDUSTRIES
OF THE STATE, AND HIS DECISIONS THEREIN SHALL BE FINAL, CONCLUSIVE, AND
BINDING ON ALL PARTIES INVCLVED IN T4E 'DISPUTE AS PROVIDED FOR BY RCM
39.12.060, AS AMENDED. ,
EACH CONTRACTOR AND EACH AND EVERY SUBCONTRACTOR SHALL FILE A SWORN
STATEMENT OF INTENT (SF 9882) WITH THE OWNER AND WITH THE DEPARTMENT OF 1
LABUR AND INDUSTRIES AS TO THE PREVAILING WAGE RATES, INCLUDING FRINGE
BENEFITS, FOR EACH JOB CLASSIFICATION TO BE UTILJLED. THE WAGE RATES THUS
FILED WILL BE CHECKED AGAINST THE PREVAILING WAGE RATES AS DETERMINED BY 1
THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES. IF
THE WAGE RATES ARE CORRECT, THE INDUSTRIAL STATISTICIAN WILL ISSUE AN
ACKNOWLFOGEMENT OF APPROVAL TO THE CONTRACTOR AND/OR SUBCONTRACTOR WITH A
SP 8 1
Reused 6/83
1
i
COPY TO THE AWARDING AGENCY (OWNER). IF ANY INCORRECT WAGE RATES ARE
i INCLUDED. THE CONTRACTOR AND/OR SUBCONTRACTOR WILL BE NOTIFIED OF THE
CORRECT RATES BY THE INDUSTRIAL STATISTICIAN AND APPROVAL WILL BE WITHHELD
UNTIL A CORRECT STATEMENT IS RECEIVED.
i RECEIPT BY THE OWNER OF T4E SF 9882 FORM FOR CONTRACTOR AND ALL
SUBCONTRPCTORS, DULY APPROVED BY THE DEPARTMENT OF LABOR AND INDUSIRIES,
WILL BE A PREREQUISITE TO THE PAYMENT BY THE OWNER OF ANY SUMS DUE THE
iCONTRACTOR.
NOTE:
iFOR A CONTRACT IN EXCESS OF $10,000 THE STATEMENT OF INTENT TO
PAY PREVAILING WAGES SHALL INCLUDE:
i1. THE CONTRACTOR'S REGISTRATION CERTIFICATE NUMBER; AND
2. THE PREVAILING RATE OF WAGE FOR EACH CLASSIFICATION OF WORKERS
■ ENTITLED TO PREVAILING WAGES UNDER RCM 39.12.020: AND
w 3. THE NUMBER OF WORKERS IN EACH CLASSIFICATION.
iEACH VOUCHER CLAIM SUBMITTED BY A CONTRACTOR FOR PAYMENT ON A PROJECT
ESTIMATE SHALL STATE THAT PREVAILING WAGES HAVE BEEN PAID IN ACCORDANCE
WITH THC PRE-FILED STATEMENT OF STATEMENTS OF INTENT ON FILE WITH THE
i DEPARTMENT OF LABOR AND INDUSTRIES AS APPROVED BY THE INDUSTRIAL
STATISTICIAN.
i AFFIDAVITS OF WAGES PAID (SF 994? ) ARE TO BE FILED WITH THE STATE
TREASURER, OR THE TREASURER OF THE CCUNTY OR MUNICIPAL CORPORATION OR OTHER
OFFICER OR PERSON CHARGED WITH THE CUSTODY AND DISBURS.4ENT OF THE STATE DR
i CORPORATE FUNDS AS THE CASE MAY BE AND 2 COPIES OF EACH AFFIDAVI' :E TO BE
FILED WITH THE DIRECTOR OF THE DEPARTMENT OF LABOR AND INDUSTRIES,
ATTENTION: INDUSTRIAL RELATIONS DIVISION, 1601 SECOND AVENUE, SEATTLE.
WHENEVER PRACTICABLE, AFFIDAVITS PERTAINING TO A PARTICULAR CONTRACT SHOULD
iBE SUBMITTED AS A PACKAGE.
FILING OF ALL APPLICABLE SF 9843 FORMS WITH THE OWNER (AFTER DEPARTMENT OF
i LABOR AND INDUSTRIES CERTIFICATION) WILL BE A PREREQUISITE TO THE RELEASE
OF RETAINAGF FUNDS TO THE CONTRACTOR.
' 1-1.1J RELvHDS AND REPORTS (REPLACEMENT SECTION)
THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUBMIT THE FOLLOWING
DOCUMENT BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE
APPROVED BY THE PUBLIC WORKS DIRECTOR:
i 1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FN 257
?. EACH JULY - STATE HIGHWAY rORM PR-1391
SP 9
Revised 6/83
i
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE
PRECONSTRUCTION MEETING.
AN EQUAL EM'_JYMENT OPPORTUNITY REPORT CERTIFICATE %HALL BE EXECUTED BY THE
BIDDER WIT„ HIS BID PROPOSAL ON THIS PROJECT AND WHICH COMES WITHIN THE '
PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY
OF LABOR AS REVISED MAY 21, 1968, THE FORM OF CERTIFICATE WILL BE
FURNISHED TO THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO WHETHER HE,
HIS FIRM, ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN t
ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY
CLAUSE AND IF SO, WHETHER OR NOT HE HAS SUBMITTED ALL REPORTS DUE UNDER
APPLICABLE FILING REQUIREMENTS. ,
FAILURE OF 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 MADE, EXCEPT FOR LACK OF AN
EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO
PROMPTLY EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER '
NOTICE BY THE DIRECTOR OF PUBLIC WORKS THAT SAME. IS LACKING FROM HIS
PROPOSAL, THE PROPOSAL GUARANTEE, IN FORM CE BOND, CHECK, DR CASH WHICH
ACCOMPANIED THE BID, WILL BE FORFEITED TO THE CITY. '
WHENEVER A CONTRACTOR REQUESTS PERMISSION TO SUBLET A PART OF ANY CONTRACT
AND SUCH CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY
REGULATIONS OF THE SECRETARY OF LABOR, REVISED MAY 21, 1968, HE SHALL
OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD IT
TOGETHER WIT- SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT
OF SUCH CERTIFICATION FROM THE SUBCONTRACTOR. ,
FOR THIS PURPOSE. CERTIFICATION FORMS MAY BE OBTAINED FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT. '
7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WORK (REPLACEMENT SECTION)
THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE ,
CONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CAUSE, EXCEPT THAT CAUSED SOLELY BYTHE ACT OF THE OWNER WHICH MAY OCCUR ON ,
OR TO THE WORK DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR
DAMAGE OCCURS, THE CONTRACTOR SHALL IMMEDIATELY MAKE GOOD ANY SUCH LOSS OR
DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUS,NG OR NEGLECTING TO DO SO,
THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME OIHER PERSON MAKE GOOD '
ANY SUCH LOSS OR DAMAGE, AAD TXE COST AND EXPENSE OF SO DOING SHALL BE
CHARGED Tr, THE CONTRACTOR.
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF '
HIS AND HIS SUBCONTRACTOR'S EMPLOYEES, AK1 FOR HIS AND HIS SUBCONTRACTOR'S
PLANT ANO EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK.
DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL
PURSUE ONLY SUCH POR-IONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY.
SP 10 ,
Revised 6183
NO PORTIONS OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE
AFFECTED BY UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED WHILE THESE
CONDITIONS EXIST, UNLESS BY SPECIAL MEANS OR PRECAUTM.S ACCEPTABLE TO THE
' ENGINEER, THE CONTRACTOR. SHALL BF ABLE TO OVERCOME THEN.
7-1.14 RESPONSIBILITY FOR DAMAGE (ADDITIONAL SECTION)
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE
DURATION OF THE PROJECT. THE CONTRACTOR SHALL BE PREPAkED TO USE WATERING
TRUCKS, POWER SWEEPERS, AND OTHER PIECE OF EQUIPMENT AS DEEMED NECE., ARY BY
THE ENGINEER, TO AVOID CREATING A NUISANCE.
DUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND
NO COMPENSATION WILL BE MADE FOR THIS SECTION.
COMPLAINTS ON OUST, MUD, OR UNSAFE PRACTICES AND/OR PROPERTY DAMAGE TO
PRIVATE OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPI ACTION
IN CORRECTING WILL BE REQUIRED. WRITTEN NOTICE Oi CORRECTION OF COMPLAINT
ITEMS WILL BE CALLED FOR SHOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE
CITY,
7-1.16 PROTECTION AND RESTORATION OF PROPERTY (REPLACEMENT SECTION)
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE
' PROJECT. THE CONTRACTOR SHALL LIMIT HIS OPERATION 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 THE CONTRACT TOGETH« WITH THE RIGHT OF ACCESS TO SUCH LANDS.
THE CONTRACTOR SHALL NOT UNRLASONABLY ENCUMBER THE PREMISES WITH HIS
EQUIPMENT DR MATERIALS.
THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY
ADDITIONAL LAND AND ACCESS THERETO NOT SHOWN OR DESCRIBED THAT MAY BE
REWIRED FOR TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE
SHALL CONSTRUCT ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS
REQUIRED BY HIS OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT,
STORAGE OF MATERIAL, AND OPERATION OF HIS WORKERS TO THOSE AREAS SHOWN AND
DESCRIBED AND SUCK ADDITIONAL AREAS AS HE MAY PROVIDE.
RESTORATION OF STRUCTURES AND SURFACES
A. GENERAL. ALL CONSTRUCTION WORK UNDER THIS CONTRACT ON EASEMENTS,
R1G9 -6F-W, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE
' LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE
' Sr 11
Revised 6/83
'1
ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF CISTURBANCE AND A MINIMUM
AMOUNT Of DAMAGE. THE CONTRACTOR SMALL SCHEDULE CIS WORK SO THAT TRENCHES ,
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS AND
TRENCHES SMALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS.
B. STRUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS
MAY IT—NMTiRY FOR THE PERFORMANCE OF THE WORK AND, IF REQUIRED, SMALL
REBUILD THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH
MINIMUM REOUIRE14EWTS AS HEREIN SPECIFIED. HE SHALL ALSO REPAIR ALL '
EXISTING• �TURCTURES WHICH NAY BE DAMAGED AS A RESULT OF THE WORK UNDER THIS
CONTRACT.
C. EASEMENTS - CULTIWED AREAS AND OTHER SURFACE IMPROVEMENTS. ALL
CUL URFACF
IMPROVEMENTS WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALL BE ,
RESTORED AS NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDITION.
PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-NAY, THE CONTRACTOR
SHALL STRIP TOP SOIL FROM THC TRENCH OR CONSTPUCTION AREA AND STOCKPILE IT
IN SUCH A MANNER THAT IT MAY BE REPLACED BY M ', UPON COMPLETION OF
CONSTRUCTION, ORNAMENTAL TREES AND SHRUBBERY SHALL B_ CAREFULLY REMOVED
WITH THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPLANTED IN '
THEIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES
DESTROYED OR DAMAGED, SHALL BF REPLACED BY THE CONTRACTOR WITH MATERIAL OF
EQUAL QUALITY AT NO ADDITIONAL COST TO THE OWNER. IN THE EVENT THAT 1T IS
NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT
AND ROLLED AND REPLACED AFTER THE TRENCHFC MAVf BEEN BACKFILLED. THE LAWN
AREA SHALL BE CLEANED RY SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL ,
TRACTOR-TYPE SACKHOES USED BY SIDE SEWER CONTP1CTORS FOR ALL WORK,
INCLUDING EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-DF-WAY WHICH HAVE ,
LAWN AREAS. ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES
SHALL BE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS
BACKFILLED IN THEIR ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY THE
OWNER AND PROPERTY OWNER AT LEAST 24 HOURS IN ADVANCE OF ANY WORK DOME ON ,
EASEMENTS OR RIGHTS-OF-WAY.
ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAY OVER '
PRIVATE PROPERTY, OR FRANCHISE SHALL BE CONFINED TO THE LIMITS OF SUCH
EASEMENTS, RIGHT-OF-NAY OR FRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS
0 CAUSE THE LEAST AMOUNT OF DISTURBANCE A140 A MINIMUM AMOUNT OF DAMAGE.
THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES ACROSS EASEMENTS '
SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS, AND TRENCHES SHALL NOT
BE LEFT OPEN FOR MORE THAN 48 HOURS.
DAMAGE TO EXISTING STRULTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT ,
FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT
SHALL BE RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL ,
CONDITION SHALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE
PRIOR TO CONSTRUCTION. ALL SUCH WORK SMALL BY DONE TO THE SATISFACTION OF
THE PROPERTY OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRAf TDR.
SP 12 ,
Revised 6/83
D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION
OF faE-TUMCE OF ALL STREETS (TRAVELLED MAYS) USED BY HIM 1F DAMAGED.
' IN THE EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL IMMEDIATELY
AVAILABLF TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SMALL SO INFORM THE
OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND THE COST OF SUCH
REPAIRS SHALL BE PAID BY THE CONTRACTOR.
7-1,17 UTILITIES AND SIMILAR FACILITIES (ADDITIONAL SECTION)
LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR EXISTING UNDERGROUND
FACILITIES ARE IN ACCORAONCE WITH THE REST AVAILABLE INFORMATION WITHOUT
' UNCOVERING AND MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND
LOCATION Of EXISTING FACILITIES.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND
PRIVATE COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF RENTON WATER,
STORM DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL
UNDERGROUND UTILITIES ARE HOT A MEMBER OF THH'. 'ONE CALL" SYSTEM AND MUST BF
CONTACTED SEPARATELY AS PRESENTED IN THE TEC :NICAL SPECIFICATIONS.
' 7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION)
THE MINIMUM POLICY LIMITS OF SUET INSURANCE SHALL BE AS FOLLOWS:
BODILY INJURY LIABILITY COVERAGE Wlli LIMITS OF NOT LESS THAN S25L,000 FOP
BODILY INJURY, INCLUDING ACCIDENTAL DEATH, TO ANY ONE PERSON,N-SAJECI
TO THAT LIMIT FOR EACH PERSON, IN AN AMOUNT NOT LESS THAN $250 000 FOR EA:H
ACCIDFNT; AND PROPERTY DAMAGE COVERAGE IN AN AMOUNT G MUD LESS THAN
$SOO 000 FOR EACH ACCIDENT. IN ADDITION, AN UMERELLA INSURANCE COVERAGE OF
NOT LESS THAN SS.DOO.00G SHALL BE PROVIDED, WITH THE OWNER AND ENGUNEER THE
NAMED INSUREDS. THI' LIMIT $PALL APPLY TO COMPREHENSIVE GENERAL LIAGILITY
INSURANCE AND VEHICLE LIABILITY INSURANCE.
' THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTORY PROOF OF CARRIAGE
OF THE INSURANCE REOUIREC.
7-1.23A GENERAL SAFETY REJOIREMENTS (ADDITIONAL SECTION)
THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION
' AREA, BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL
LOCAL POLICE, TRANSIT, AND FIRE DEPARTMENTS BY MAIL PRIOR TO CONSTRUCTION.
NAMES AND ADDRESSES WILL RE FURNISHED BY THE OWNER. THE CONTRACTOR SHALL
' FURTHER NOTIFY EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO
CONSTRUCTION IN FRONT OF EACH PROPERTY.
1 SP 13
Revised 6/83
7-1.23C FLAGMEN, BARRICADES, AND SIGNS (REPLACEMENT SECTION
THE CONTRACTOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES, '
GUARDS, FLAGMEN, AND EQUIPMENT, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN
ORDER TO PROTECT THE PUBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS
OPERATIONS. IF THE CONTRACTOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS '
AND BARRICADES, IN THE OPINION OF THE ENGINEER, THE CITY SHALL HAVE THE
RIGHT TO PROVIDE THESE LIGHTS AND BARRiCAP S AND DEDUCT SUCH COSTS FROM
PAYMENTS DUE THE CONTRACTOR. WORK SHALL BE <STRUCTURED, THE ORDER OF WORK '
MODIFIED, THE HOURS OF WORK 1400IFIEU DR THE WORK HALTED ALTOGETHER AT THE
ENGINEER'S DISCRETION WHEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF
ACTION NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, '
AND WELFARE.
ALL SIGNS REMOVED SMALL BE SALVAGED AND DELIVERED 10 THE CITY YARD.
THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION t
SIGNS SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
TRAFFIC CONTROL OPERATIONS TO BE USED IRRING CONSTRUCTION OF THIS PROJECT ,
SHALL BE AS INDICATED ON THE ATTACHED TRAFFIC CONTROL PLAN AND TYPICAL
WORKSITE DETAIL SHEETS. THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR '
STREETS AND HIGHWAYS" AS WELL AS THE U.S. D.O.T. FHWA "TRAFFICE CONTROL IN
CONSTRUCTION AND MAINTENANCE WORK ZONES" TECHNICAL REPORT MAY, 1977 SHALL
BE USED AS A GUIDELINE FOR THIS PROJECT.
TRAFFIC MOVEMENT SHALL BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND '
PEDESTRIAN TRAFFIC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MOVEMENT
SHALL BE MAINTAINED AS NEAR NORMAL AS POSSIBLE. REASONABLE ACCESS SHALL BE '
MAINTAINED AT ALL TIMES TO ADJACENT PROPERTIES OUTSIDE OF THE RIGHT-OF-MAY
LINE. ALL ROADWAYS WILL 8E OPEN TO TRAFFIC DURING PEAK TRAFFIC PERIODS,
6:30 TO 8:00 A.M. AND 3:30 TO 5:00 P.M. '
THE ENGINEER SHALL BE THE CITY OF RENTON DIRECTOR OF PUBLIC WORKS OR HIS
DULY AUTHORIZED REPRESENTATIVE AS USED THROUGHOUT THIS SPECIFICATION.
SECTION 8 ,
8-1.03 PROGRESS SCHEDULE REPLACEMENT SECTION) ,
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE
FIRST PARTIAL PAYMEM IS MADE, THE CONTRACTOR SHALL DELIVER TO THE ,
ENGINEER, AN ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY
TO THE ENGINEER, SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION
OF FACH OF THE VARIOUS PAY ITEMS OF WORK REQUIRED UNDER THE CONTRACT '
DOCUMENTS AND THE ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT THAT WILL
BECOME DUE TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE
CONTRACTOR SHALL ALSO FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR ,
THE PURPOSE OF MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN
MAKING UP ANY OF THESE SCHEDULES WILL BE USED ONLY FOR DETERMINING THE
SP 14 '
Revised 6/83
BASIS OF PARTIAL PAYMENTS AND WILL NOT BE CONSIDERED AS FIXING A BASIS FOR
ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT.
SHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS
WILL OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR
GULL, UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS
SPECIFIED HERLIN, SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED
LABOR FORCES OR WORKING SHIFTS, NIGHT WORK, ETC., BY WHICH TIME LOSS WILL
BE MADE UP, AND CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF
THE ORIGINAL SCHEDULE HAS BEEN SECURED. FURTHER, IF AT ANY TIME A PORTION
OF THE ACCEPTED SCHEDULE IS FOUND TO CONFLICT WITH THE CONTRACT PROVISIONS,
IT SHALL, UPON REQUEST BE REVISED BY THE CONTRACTOR AND THE WORK SHALL BE
PERFORMED IN COMPLIANCE WITH THE CONTRACT PROVISIONS,
PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS
MADE AND U1411L AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY
THE CONTRACTOR MAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE
ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS
HEREBY MADE AN OBLIGATION OF THE CONTRACT.
PRE-CONSTRUCTION CONFERENCE
PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTORS, UTILITY DEPARTMENT, TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE,
AND DATE TO BE DETERMINED AFTER AWARD OF THE CONTRACT. SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAT MAY BE INCURRED. THE TIME, PLACE,
AND DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE.
8-1.05 TIME OF COMPLETION (ADDITIONAL SECTIONI
THE CONTRACTOR IS CXPECIED TO DILIGENTLY PROSECUTE THE WORK TO COMPLETION
IN ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE COMPLETED WITHIN
THE TIME SPECIFIED IN THE CALL FOR BID.
PROVIDED, HOWEVER. THAT THE CITY COUNCIL SHALL HAVE THE RIGHT ,PON REQUEST
OF THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON. WASHINGTON. TO EXTEND THE
TIME OF COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID UNLESS THE
SAME BE IN WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION
BY THE SURETY ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING
IMPROPER WORK OR MATERIAL SMALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR
FOR CLAIMING AN 'TTFNSION OF TIME FOR THE COMPLETION OF THE WORK, ANU SHALL
NOT RELEASE TnL ,ONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO
COMPLETE THE WORK WITHIN THE TIME REQUIRED.
RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS; NEW YEAR'S DAY, LINCO'
BIRTHDAY, WASHINCTON'S BIRTHDAY, MEMORIAL DAY, JULY A, LABOR DAY, VETF.
DAY, THANKSGIVING, AND THE DAY FOLLOWING AND CHRISTMnS EVE AND CHP,STMAS
DAY. THE DAY BEFORE CHRISTMAS SMALL BE A HOLIDAY FOR CITY EMPLOYFES WHEN
CHRISTMAS DAY OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SHALL
Sp IS
Revised 8/83
1
BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY,
WEDNESDAY, OR THURSDAY. WHEN CHRISTMAS DAY OCCURS ON A SATURDAY, THE TWO ,
PROCEEDING WORKING DAYS SHALL BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY
OCCURS ON A SUNDAY. THE TWO WORKING DAYS FOLLOWING SHALL BE OBSERVED AS
HOLIDAYS,
ALL REFERENCES TO RECOGNIZED HOLIDAYS IN 1HE STANDARD SPECIFICATIONS ARE
DELETED AND VOID.
8-1.D9 LIQUIDATED DAMAGES (ADDITIONAL SECTION) 1
THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM ,
COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED
BEYOND CONTRACT COMPLETION DATE. THE COST OF ADDITIONAL INSPECTION AND
SUPERVISION SHALL BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 1GO PERCENT ,
FOR OVERHEAD.
8-1.11 OVERTIME WORK BY OWNER EMPLOYEES (REPLACEMENT SECTION) t
WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WORK OVER THE ACCEPTED 8 HOURS ,
PER DAY OR 40 HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES
INSPECTION, THEN THE CONTRACTOR SHALL REIMBURSE THE CITY AT THE RATE OF $50
PER HOUR. THE CITY SHALL HAVE 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.
B_1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION) '
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY, '
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTORS' PLANT AND
EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO MAKE USE W THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WORK.
THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND
PAID FOR ACCORDINGLY.
NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME, ,
FOR THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE
COMMENCED UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE OWNER.
THE CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING, ,
BARRICADES, AND WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC
SAFETY AND FOR THE PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE
OWNER WILL BE PROVIDED KEYS FOR AL, FENCED, SECURED AREAS. '
B-1.13 ATTENTION TO WORK (REPLACEMENT SE.,TION
THE CONTRACTOR SHALL GIVE HIS PERSONAL ATfENTION TO AND SHALL SUPERVISE THE ,
WORK TO THE END THAT IT SHALL BE PROSECUNtED FAITHFULLY, AND WHEN HE IS NOT
SP 1F '
Revised 6i83
PERSONALLY PRESENT ON THE WfIRK, HE SMALL AT ALL REASONABLE TIMES BE
' REPRESENTED 6Y A COMPETENT SUP...INTENDENT WHO SHALL HAVE FULL AUTHORITY TO
EXECUTE THE SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY,
AND WHO SMALL RE THE LFGAL REPRESENTATIVE OF THE CONTRACTOR. THE
';Ni'RACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS
)ELIVERED TO HIM OR TO HIS AUTHORIZED REPRESENTATIVE.
SECTION 9
' 9-1.01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECTION)
' ALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME OF
DELIVER,. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF
DELIVERY OF MATERIAL.
' A. BY TRUCK
' PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF
MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND
INSPECTOR'S INITIAIS.
SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS
POSSIBLE.
' EACH WEIGH STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT. THE
WEIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY
TRANSMITTED DAILY TO THE CITY BY THE SCALE. ATTENDANT. IN ISOLATED
CASES WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE
THE TRUCK VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY.
' B. BY OTHER MEANS
METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BROUGHT TO THE SITE BY
' ANY OTHER MEANS WILL BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT BEFORE
AWARD OF THE CONTRACT.
' 9-1.098 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS (ADDITIONAL SECTION)
PARTIAL PAYMENTS ON ESTIMATES MAY BE WITHHELD UNTIL A WORK PROGRESS
' SCHEDULE, AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED AND APPROVED.
IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE
t REQUIREMENTS DR SPECIFICATIONS, THE CITY MAY HA1C THE OPTION TO ACCEPT SUCH
MATERIAL OR WORKMANSHIP IF THE DIRECTOR OF PUBLIC WORKS DEEMS SUCH
ACCEPTANCE TO BE IN THE BEST INTEREST OF THE CITY, PROVIDI^ THE CITY MAY
NEGOTIATE PAYMENT OF A LOWER UNIT PA ICE FOR SAID MATERIAL C• WORKMANSHIP.
tSP 1)
Revised 6183
. i
1
SECTION 10 i
10-1.00 PERMITS AND LICENSES (SUPPLEMENTAL SECTION) i
THE FOLLOWING PERMITS AND LICENSES ARE INCLUDED FOR THE CONTRACTOR'S
CONVENIENCE AND ARE TO BE STRICTLY ADHERED TO. THE INCORPORATION OF i
THESF DOCUMENTS INTO THESE SPECIFICATIONS DOES NOT RELIEVE THE
CONTRACTOR FROM OBTAINING DR COMPLYING WITH THE NON-PERMANENT PERMITS
AND LICENSES THAT THE CONTRACTOR IS REQUIRED TO PROVIDE AS OUTLINED IN i
THE LEGAL. SPECIAL AND TECHNICAL PORTIONS OF THESE CONTRACT DOCUMENTS
AND AS MAY BE REQUIRED FOR THE CONSTRUCTION OPERATIONS. ADDITIONAL
PERMITS AND LICENSES MAY BE REQUIRED FOR THE WORK OUTLINED IN THESE i
DOCUMENTS THAT ARE NOT INCLUDED HEREIN. THE CONTRACTOR IS ADVISED TO
CONSULT WITH THE PUBLIC WORKS DEPARTMENT QFGAADING THE COMPLETENESS DF
THE PERMITS AND LICENSES INCLUDED HEREIN.
1
1
1
1
1
1
1
1
i
1
SP 18 i
Revised 6/83
1
r
r
r
r
r
r ) ECHNICAL PROVISIONS
1
1
6
1
1
1
1
i
1
1
1
1
.r
e
e GLENCOE PIV. NO. 1
STORM DRAIN REVISION
eTechnical Provisions
MOBILIZATION
This bid item shall provide compensation for costs incurred by the Contractor for
moving equipment to the job site, securing suitable storage areas, orovidinq a field
office, if desired, providing sanitary facilities for the workmen, rotating equip-
ment during the project, and removing all equipment and facilities from the project
area upon completion.
The lump sum bid 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 detEr-
m; s that sufficient progress of the project warrants such payment.
' TRENCH EXCAVATION
Trench excavation shall be in accordance with Section 61-1.02 of the Standard Speci-
firations and shall include all excavation, disposal of surplus and unsuitable
' material, including broken asphalt, and all other work incidental to thc construction
of the trench for storm drains, sewers, manholes, catch basins, or other appurtenances
Which are part of the pir^litre. When excavating for the new storm drain above the
' existing 18" concrete pipe, the contractor shall exert se extreme caution to avoid
damaging or disturbing the existing pipe. Any damage to the existing 18' pipe
caised by the contractor operation shall be repaired at the Contractor's expense.
' Trench excavation shall be considered incidental to the pipe and �o further compensa-
tion shall be made.
tMECHANICAL TAMPING
Mechanical tamping shall consist of hand-operated m .hanical or pneumatic tampers as
outlined in Sectim .5-2.OIA of the Standard Specifications an; shall be required
-here called for in these specifications, on the plans, and who^e directed by the
Jwner.
Mechanical tamping r� ill be considered as incidental to the construction and all
Cost thereof shall be included by the contractor in other pay items within this
contract. No further compensation shall be made.
' WATER
' Water shall be acquired and placed in strict compliance with Section 16 of the Stand-
ard Specifications.
Water shall be considered incidental to the project end nr further compensation will
be made.
SOIL AND/OR SUBSURFACE_CONDITIONS
' The bidder shall make hit own decisions and conclusions as to the nature of the
materials to tie excavateo, the difficulties of making and maintainino required
Technical Provisions (Cunt.)
SOIL AND/OR SUBSURFACE WNDIT10N5
excavations, the difficulties which may arise from subsurface conditions, aid of
doing any other work affected by the subsurface conditions and sh,il accept full
responsibility.
Extra compensation will not be made for the adverse conditions that may be enrountered.
REMOVAL OF PRIVATE_ PROPERTIES
' Removal and replacement of private properties shall be assigned as the Contractor's
responsibility to rtstore private properties to property owner's satisfaction. Th+s
is not to be considered as new replacement, but only restoration of existing facilities,
in case of damage by contractor or restoration caused by necessity of rei.oval.
Such removal and replacement shall be considered incidental to the project and no
compensation will be made.
ASPHALT CONCRETE CLASS "B"
' Asphalt Concrete Class "B" (AR-4000) shall be in accordance with Section 34 of the
Standard Specifications except as herein modified.
I Sp c_ificatinn Designation AR-4000
Absolute Viscosity at 140' F. poise 3000 - 5000
I Kinematic Viscosity at 275° F. CS, Min. 275
Penetration at 77' F., 100 g,15 Sec., Min. 25
Percent of original penetration at 770 F., Min. 45
Ductility at 7Y F., CM, Min. 75
' Test on Original Asphalt
Flashpoint, Pensky-Martens, Deg. F, Min. 440
Solubility in Trichlor: chylene ' Min. 99
Installation shall be any method determined by Contractor as adequate to place asphalt
concrete ana compacted to withstand loads imposed by vehicular traffic present.
Care shall be taken to insure fry vehicular movement as much as is possible when
restoring existing asphalt roadway, and to prevent undue roadway settlement after
Contractor has completed concrete.
Asphalt 'oncrete Class "S" shall be considered incidental to trench pavamen' patching
and no farther compensation shall be made.
CRUSHED SURFACING COURSE (1-1/4")(-)
Crushed surfacing course, (1-1/4")(-) shall meat the requirements as outlined in
Section 23 of the Standard Specifications. The Contractor shall select the source,
but the source and quality shall be approved by the Owner.
Technical Previsions (Cont.)
CRUSHED SURFACING COURSE 1-1/4")(-) (Cont.)
If deemed necessary by the Engineer, (5/8")(-) will be substituted for the (1-1/4")(-)
at the same bid price.
Crushed surfacing shall be considered inciden'al to trench pavement patching and no
further compensation will be made.
SAW CUTTING
The Contractor shall saw cut existing asphalt concrete pavement, cement concrete
pavement, and cement concrete sidewalk where shown on the plans or as directed by the
Engineer.
The depth of the saw cut shall be a minimum of 1-1/2 inches and such additional depth
as may be required to effect a uniform break.
tThe method of saw cutting shall be approved by the Engineer.
1 The unit price per linear foot for saw cutting shall be full compensation for all
labor, materials, equipment and incidentals necessary for the completion of the work
as specified.
Where other methods of breaking other than saw cutting are utilized, the price for
saw cutting shall not be charge(.
' CORRUGATED METAL PIPE C.M.P,
Corrugated metal pipe shall conform to Section 60 of the Standard Specifications and
shall be used where shown on the plans and where directed by the Engineer. All C.M.P.
pipe shall be furnished with rubber gaskets.
All C.M.P. storm drain pipe shall be minimum 14 gauge. All C.M.P. storm drain pipe
9 shall have minimum treatment 1 protective coating, except for aluminum C.M.P. Fittings
shall be of the some material and class as the corrugated metal pipe.
Depth of bedding material shall conform to Standard Plan No 62, Class "B" of the
Standard Specifications. Bedding material shall be the same material as described n
these technical provisions.
The unit price per linear foot shall constitute complete compensation for all labor,
material, fittings, tools, and equipment necessary for pipe installation including
excavation, placing of pipe and nechanicaily tamping the backfill material. No further
compenseti^n will be made.
CATCH BASIN, TYPE I
Type I catch basin shall conform to Section 64 of the Standard Specifications and
Standard plan No. 52; except the contr..ctor ;hall provide a special frame and grate
similar to NEENAH Foundry Cat. No. R-4899 (Frame), R-3157 (grate) or approved equal.
The in.t bid price per each shall constitute complete Compensation for all labor,
materials and _O pment for furnishing and installing Type I catch basin and special
frame and grate.
Technical Provisions (Cont.)
TYPE III - 54 MANHOLE
Type III - 54 man!,iles shall conform to standard plan No. 37 of the Standard Speci-
fications. The unit bid price per each shall constitute complete compensation for
' all labor, materials and equipment necessary for corPlete installation and no further
compensation will be made.
' GRAVEL FOR PIPE BEOOING_ CLASS "B"
Gravel for pipe bedding (pea gravel) shall have 100M_ passing the U.S. Standard 3/4
' inch opening and not more than 3" will pass the U.S. No. 200 (wet sieve), 0-8" will
pass the U.S. No. 8 sieve and 95-100: will pass the U.S. Standard 3/8 inch ooeninq
with a minimum sand equivalent of 50.
Pipe bedding shall be Class "B" in accordance with Standard Plan No. 62, except that
the bedding shall extend to the depth of the excavated ti,.nrh.
I Gravel for pipe bedding shall be considered incidental to the pipe and no futher
compensation will be made.
i SELECT TRENCH BACKFILL
Select trench backfill shall be used only if the Engineer determines the native
material to be unsuitable for trench backfill. Tle coat for excavating and disposing
of unsuitable material shall be considered incidental to the pipe.
Select trench backfill for the pipe shall consist of crushed or naturally occurino
granular material from sources select.d by the Contractor. The source and quality of
the material shell be subject tc approval by the Engineer. Select trench oackfill
;hall meet requirements for bank run gravel Class "B" as outlined in Section 26-3.01
of the Standard Specifications.
The horizontal limits for measuring select trench backfill in place shall be the side
of the excavation except no pryment will be made for material replaced outside of
vertical planes, 2.5 feet outside of and parallel to the barrel of the Pipe and not
the bell or collar.
The bid price for Select Trench Backfill per ton shall be full compensation for
selecting, transporting, implacement and compacting the backfill. No furthe mpen-
sation will be made.
CONNECTION TO EXISTING LINE, CATCH BASIN, 0o MANHOLE
Where shown on the plans, new drain pipes shall be connected to existino line, catch
basins, and/or manholes. The Contractor shall be required to break into the structure,
shape the new pi^e to fit and regrout the opening in a workmanlike manner. Where
directed by the Owner, additional channelization will be required.
Connection to existing will be alloweC at any connection to an existing structure.
No connection charges will be accepted at location of new installation, relocation
and adjustments of line manholes, catch basins or curb inlets.
Technical Previsions (Cont.)
' CONNECTION TO EXISTING Li NE,_CATCH BASINl OR MANHOLE Cont.)
The unit bid price per each shall be full compensation for all labor, materials,
equipment and all incidental costs necessary to connect to existing line, catch
basin, curb inlet or manhole per these spec it ications.
' PAVEMENT PATCHING
The contactor shalt provide trench pavement patching in kind in accordance with
standard plan No. 18 of the Standard Specifications. Pavement patching shall be
considered incidental to the pipe and no further compensation ;hall be made.
6" P.V.C. SANITARY SEWER PIPE
Where a conflict occurs between the new storm drain pipe and existing san'tary sewer
side laterals, at the Engineers discretion the contractor shall be requii_^ o remove
' and relay a portion of the side sewer t0 clear the storm drain, The exit . side
sewer so remov_d shall be replaced with 6" P.V.C. pier conformina to A.S. U3033
or D3034, with 6" of bedding (pea-gravel) below the pipe extending to 6" . ,ve the
pipe. The .nit bid price per 14near foot of 6" P.V.C. pipe shall constitute complete
compensation for all labor, materials, fittings and equipment necessary for complete
installation, including but not limited to excavation, bedding, backfill, removing
existina pipe, connection to existing lines and pavement pstchinq. No further
compensation shall be made.
FINISHING AND CLEAN-UP
Finishing and clean-up shalt be performed in strict comoliance with Section 4 and
57 of Standard Specific+ . ,is.
' The lump sum bid for finish and clean-up shall be full compensation for all labor
and equipment, and all other costs necessary for thL contractor to perform such.
No partial payments w.11 be paid on this item.
tCOLD MIX ASPHALT PATCHING
Cold mix asphalt shall be placed witnin the exposed trench area at the end Of each
days operation or as directed by the engineer, Cold mix asphalt shall be placed
and ro sled to a minimum depth of one (1) inch or as required to maintain safe
driving conditions. Cold mix asphalt shall be considered incidental to the project
' and no further compensation shall be made.
1
STANDARD DRAWINGS
1
1
' sdnan.o..-rw
54'Manhole
3r .aatng See $to %' 47
1 fwW"I't Sltt,o-
�• MOcd.ec Step lee $to PW
54'TCo Sae:o+ar
See $to.eteo 4+4
' Steea See SIC ea'4'.
1
once t:e )f.
cye- M Ste c) Be Leo
ay A .
m I
io
_ Pe-wt Be4
Ut r PK!aiM
48' MahhOle
bNOTE a,� Jtror win Stu d!
TY Sem! 4a•on.e
j)) 49' Too SqC
r'J Mo+eioe S4e 21*
Mo+ope 5R Mct Be m.•,ea
��� Ba Dope Cmryu.oeo^ 1
l
DO MCT SC4E
o STANDARD PLAN 40.11
' can aRae ane ~e""' dr Shallow Manholes
' I Type- Type lit - 48
L Type- Type III - 54
DEVISED 1974
M NC Vil
1 Stan"rd Drawtnps 6
' m
—? -Mon r.erol, regnt to compete unrt.'i=6"
4 I 4 -U snop«,1 oot•egs to be cast in tote s
twob os repua b, r ppe ries to U to
to
what a I(1"R.M '14ptn t%bN IRIr(e OI
ou
ttlt ppe.
•place ore 12"_S w t41 rivi 0" ptbv.
_i lop ono lover w'uwae • •ecessr7
1 to voi trot opwi nt"i tote
course growl
hor. Metal Frame and Grote
' (Costing may be stl flange crown on
S m—\ oa)ustment ptC;ks n Oeu of"costing
in colic--Ste Specs•)>
Top Unit
T
' 6"Unit'S 1 12"Unit S
-na.
ne� doe— --(
111 - _>"
103
--245i _
seclgn 13-i3
Section n•4 Rase Set in
1 9cr Lqt
—�we.ua •n w� m m
.. •x•,s• rw 4nr I.e�,n Mine,o•i
« 3� em•e..L•e � � ' H � I
«.�•M iw«9 � 7
t Type IC Cato ast inlet Precast
u.• i r r OC •n. nn. m,�ten,"Win, •.
�Isinn,a 19'4
Stondord Plan No 52
Page VD—M
' flalltleN Owwlnps
' BEDDING FOR RIGID PIPE IN TRENCHES
W , <Alternate Laid-bat, T,..,n
��—uawl if iia�2ena—� i
Sideflil a Notes:
Mal ISe Y _ 6
lla Naps) I,Ill unlf orm wnoon ,mdv Cana.
2.Mead tamp ur do,ha.mtes.
daddlne &Compact bedamg Tatar 4110 s5%me.
Mate'll
Rigid aWarefaealttl C NnWY pcedt directly over PIN M, nd
(IlRleoneraa (f /amp only.
With Cleft A ` e. Mete &.Maas of h,dding Iswl,a, I,p,
aeNMb, up away from pipe.
�\ 8 6. sea sec. oi.3.C1 for et Mah Width lb,
and trenching options. The pips[one
F01aNfN11 \\\ /� WIN be the actual french Width, ncept
that for cis.,A bass",the min.
owlets Wldih"I be 1 1,41D•is".
' S. fN Sec. 61.2.01 for bedding paaat on.
Wagner" Clasp A Clan f Chinese Class D
T. f1NTi11 malaria:shell con"orm to let.
IN lO
A emin,,2T"aenNf
Zaire 61•6, Bacsnu, ucapt that read.of
12 sun aver n"I.D. � lam De largo, roan I" Der foe of pips '
B W 0.0 Va O.D. A0.0. Zero diameter 0all not be:sod.
LC Wit O.D. ADD AhOD. OD
' TYPE 'F' BEDDING FOR FLEXIBLE PIPE IN TRENCHES
t � .
W �I
lala"each "conch
6" Notes:
40Yrial
o,pe" Sao I.Hades uniform Yppgorf,nder Darrel.
'
'e lea$1.2 03 \ �\� 2.woe bede;,ig ,"au haunMs,.
rot graeaf,on. s S44 Sot 61.3 for trench it din 4
O.D. and trenching option,
Faunda Nee
ovel,
' TA
STANDARD PLAN NU 62
A.{ mire., !T"t0 i,M enNr
a"ar.,ear 27 i.D. 02 Beoci rg
70 un �1,
1