HomeMy WebLinkAboutTED4001516 Monroe Ave- NE & NE 2nd S±. CAG-057-83
BEGINNING
OF FILE
ME TIMI
MONROE. AVE NE.
E N, E . anA ST.
AWA ED wF
�— Comract NoV 4 57- 43_
TO
/071 2 a• N �� iY
,ti U
s
0
l
BID PROPOSAL & SPECIFICATIONS
I
I
1983
1
ASPHALT RESURFACING
1
C.IIY OF RENTON
PUESIIC WORKS DEPARTMENT
IIEN70NALW SINDWO55 .x(206)235 2631 ,
i
r
PLEASE DETACH AND SIGN
CERTIFICATE BEFORE PLACING
1 IN BILLFOLD
' .F;S-EPE7/3 Mw1,0EC Dr V* 45♦ - .
A(d.QIN1T r{PM�[Y aNyIp11 yi[
1 —
1223-01 54zJI[!1►'S7_
7tO 30/O3/Q
P 0 NK moso
lilt` IIA M Mae
^ ,w[D b DEPARTMENT OF LAW AND % .ATR*S a+�sv
-- I
/
r
r _ e sso
ISSUED 02/04/63 CITY OF RENTON
r BUSINESS LICENSE MICNAEL MULC►MY
fEE 040.00 \ C .1) FIN11NCE DIRECTOR
19R3
r Uco^s"has mica appilQtpn to i City of Pentpn Bu4nom LiCFni.1 In KC0rJ hci with IM pips.
sloes of Tmi V.BV YINii RpulalAv Gip1N t,fiOtN of GinwM OrEiluneN el IM C1iT OI RinlOn
sip press lO,,ply with MI RIi tpuiRnMnli of w4 x0inanOi UunaM stun Iunhii camply w'Ih
Uf NA all Othi1 L'ty CAOPi�A,,w," U41M BVARdQuIiUCO4ipp4' LN tO tM IWilMiii
r tppy IKiniiA MHUnAM y ;� .`
t .�va
r M . s[cAL[ IvCw
18010 SOUTMC94TER PARKWAY
TUKMILAi MA 96166
r
r
r
r
r
r
r
r
r
r
r
CONSENT OF DIRECTORS IN LIEU OF MEETING
AND
CORPORATE RESOLUTION OF AUTHORITY
OF
M. A. SEGALE, INC.
Pursuant to RCW 23A.08 of the Washington Business Corporation
t Act, as amended, the undersigned directors, being all of the
directors of M. A. Segale, Inc. , a Washington corporation, acting
without a meeting, in their respective capacities 3s said directors
' and as a board of directors, do hereby unanimously adopt the
corporate resolution set forth below and do hereby t,nanimously
consent to the taking of the ection therein set forth, s,id consent
teing given before the taking of said action.
THEREFORE, BE iT RESOLVED: That DALE E. THORNBURG be and is
hereby rescinded and denied authorization from this date forward
to execute proposals, contracts, bonds and other documents relating
to asphalt supply and paving and to t..e company's asphalt or other
contracting operations in general, for and on behalf of the
corporation.
BE IT ADDITIONALLY RESOLVED: That in addition to the officers
' and other authorized individuals who are listed on tine attached
Exhibit "A", GkRRY M. LUND and WILLIAM M. BECKER are hereby
authurized to execute proposals, contracts, bonds and other
documents relating to construction contracts and construction and
asphalt paving operations in general , for and on beha:f of the
corporation.
DATED: May 6 !083.
.
' D. A. SE ,
RESOLUTION OF AUTHORITY
PAGE 1
EXHIBIT "A"
Sample of all M. A. Segale, Inc. authorized signatures for
construction contracts; bonds and other related construction
documents:
Name Title
M. A. Segale President
Mark A. Segale Vice President
George L. Hull, Sr. Vice President
r
D. A. Segale Secretary/Treasurer
i
Wm. L. Bar hq omew Mgr. Asphalt Division
William M. Becker Estimator
�T7 /
Garr M. Lund •+c Estimator
RESOLUTION OF AUTHORITY
PAGE 2
W
VIM
n
92 Mg
o R
RA
Id
.114
us
� � ��_ G�I• �1 + .v oacaahoi<apr�o -s
Sol
u l
��-� . n o�•o A'd 11A � � d
��.� � i � ■ � � .11�:` tso � o� a e � s
.O �` �b yAr.� da • do n �1�60
ea
R
gGrao
' CITY OF RENTON
' BID PROPOSAL AND SPECIFICATIONS
1983 Asphalt Res.:rfacina
' INDEX
' Summary of Fair Practices/Affirmative Action Program, City of Renton
Scope of Work
' Instructions 10 Bidder
Call for Bids
FCertification by Proposed Contractor/subcontractor/Supplier/ref. EEO
"Minority and Womens Business Enterprise Participation
' Certification of EEO Report
*Certification of Bidder's Affirmative Action Plan
�Non-Collusion Affidavit
*Certification re: Assignment of Antitrust Claims to Purchaser
'Minimum Wage Form
'.Bid Bond Form
' 'proposal
Schedule of Prices
Bond to the City of Renton
Contract Agreement
' EEO Compliance Report $ample Form and Instructions
Environmental Regulation Listing
Special Provisions
' Technical Provisions
' Documents marked above must be executed by the Contractor, President and
Vice-President or Secretary if corporation bv-laws permit. All pages must
be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establ .,h,ng this authority
must be attached to the bid document.
1
' CITY OF AENION
Public Works Department
' Renton, Washington 98O5S
caluT 'A"
' CITY or REP.-OR
SUMMARY OF FAIR PRACTICES POLICY
' ADOPTED BY RFSOLUTIOR 80. 2340
' The policy of the City of Renton is to proncte and afford equal
treatment and semi*@ to all citizens and to aaewre equal employ-
went opportunity to all persons regardless of race; erred; color;
ethnicity; nati anal origin; sea; the presence of a non-fob-seated
' physioot, sensory, ar mint" handicap; ape; e- marital •tatty.This policy shall be based on the principles of equal sap:oyment
opportunity and affirmative action guidelines as set forth in
federal, state and local taus. All departments of the City of
Renton shall adhere to the following guidelines:
' 11) ENPLOYNENT PRACTICES - All activities relating to emplcy-
recruttment, selection. promotion, terminatia..
' awsnt suott ai nd training shall be conducted in a non-discriminatory
manner. P#rsannet decisions will be based on individua:
performance. staffing requirements, and in accordance
c{th governing Civil Service Laws and the agreement
between the city of Renton and the Washington State
' Council of County and City Employees.
(E1 COOPERATION WITS RUNAN RIGNTS ORGANILA?SONS - ?hr City of
' Renton will cooperate fully with all organizations and
commissions organised to promote fair practices any equa.
opportunity in employment.
M AFFIRMATIVE ACTION PROGRAM • The City of Penton Affirmative
' ott on ropram wt • moth to Ened to facilitate •qwi ta62•
representation within the City workforce and to assure
squat employment opportunity to all. It shat2 be the
reepoeaibitity and duty of all City c ficials and employees
' to carry out the policies, guidelines and corrective
mtaswree as sst forth be this program. Corrective
employment programs may be satcbtishtd by the Mayor an
the recommendation of an Affirmative Action Committee for
' those department• in which a protected clams of emplcyeea
is under-rsproeent-d.
(e! CDNTRArrcRS' O►LIGATICR - Contractors, eubaontraetore and
' supp.es re can Yctt npp wines with the City of Renton
•haIi affirm and •uDur{b• to the Fair Practices ani Acn-
Discrimination policies set forth by taw and in the
Affirmative Action Program.
' Copies of this policy shall be distributed to al: City •mptoyets,
#hall appear in ail opparationat documentation of the City, inetudinp
bid ells, and ahati be Crominentty disptayed in a^propriate City
facilities.
CONCURRED IN by the City Council of the Ctty of Renton. Washington,
' this lad day of Juse IRRC.
CITY OF RENTON: RENTON Ci TY COURCIL:
Mayor Council President
Attsztt
��sy..'' Iasttedt July 10, 1072
/N llevisad F 9, 1976
Wvlsnd: JWu,ne e 2. 1gB0
tY etn
1981 - ASPHALT RESURFACING
' Scope of York
The work involved under this contract shall be as follows:
Place upon existing roadways asphalt tack cost and a one (1) to one and one-half
(1b,) inch asphalt concrete as described in the specifications.
' Streets to be ow rlaid:
Aberdeen Avenue N.E.: from Sunset Boulevard N.E. to N.E. 12th Street
N.F.. 12th Street from Aberdeen Avenue N.E. to Edmonds Avenue N.E.
Camas Avenue N.E. from N.E. 12th Street to South dead-end N.E. 15th Street from Aberdeen Avenue N.E. to Edmonds Avenue N.E.
*N.E. 20th Street from Jones Avenue N.E. to Ede,nds Avenue N.E.
N.E. 22nd Street from Edmonds Avenue N.E. to West Dead F.nd
N.E. 24th Street from HSRh Avenue N.E. to Edmonds Avenue N.E.
*.cones Avenue N.E. from N.E. 20th Street to 700 ft. North of N.E. 24th Street
1 *Note; N.E. 20th St. and Jones Avenue N.P. 8` t11 be paved with two (2) inches of
' asphalt .ontrete. The subgrade shall be prepared by others prior to con-
atruction. The contractor shall be required to delev pavinR operations
until tpmpletlen of the sanitary sever installation (by others) in N.C. 20th
t Street end Jones Avenue 4,E. Sanitary Sewer Naahole adjustments shall be a
Part of this contract.
i
i
a
i
INSTRUCTIONS TO BIDDERS
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 2:00 o'clock p.m.,
on the date spec ifled In the Call for Bids.
At thi, time the bids will be publicly opened and read, after which the
bids will be considered and the award made as eerly as practicable.
' No proposal may be changed or withdrawn after the time s, for receiving
bids. Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown oD the plan,. Quantities are understood to
be only approximate. Final payment will be based on field measurement of
actual quantities and at the unit price biu. The City reserves the right
to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Department
' Office. Bidders shall satisfy themselves as to the local conditions by
Inspection of the site.
L, The bid price for any item most Include the performe^ce of all work
necessary for completion of that Item as described in the specifications.
S. The bid price shall be stated In terms of the um is indicated and as to a
' total amount. In the event of errors, the unit prize bid wi'I govern.
Illegible figures will invalidate the bid.
' 6. The right is reserved to reject any and/or all bids and to waive inform-
alities If it Is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without rtservatioa
' to the Director of Finance of the City of Fenton in an amount net less than
5% of the total amount of the bid shall accompany each bi! proposal. Checks
will be returned to unsuccessful bidders immediately follow Ing the decision
' as to award of contract. The check of the successful binder will be
returned provided he enters Into a contract and furnishes a satisfactory
performarce bond covering the full amount of the work w'thin ten days after
' receipt of notice of intention to sward contract. Shouid he fail, or refu.e
to do so the check shall be forfeited to thu City of R.:nton rs liquidated
damage for such failure.
8. All bins must be self-explanatory. No oDportunity wil be offered for oral
explanation except as the City may request further information on particular
points.
' 9. The bidder shall, upon request, furnish Information to the City as to his
finrncial and practical ability to satisfactorily perform the work.
' 10. Poyiyent for this work will be made in Cash Warrants.
' Rev. 7/15/81
(FNWA Only)
CITY OF RFNTON CALL FOR BIDS
1983 ASPNAIT RfSJ111ALING
Sealed bids will be received until 2:30 p.m., ,uIV Z7 1981 � at the
City Clerk's office and will be opened and pub Ici reed in the bth Floor Conference
Room, Renton Municipal Building, 200 Mill Ave. South.
The work to be performed within 20 working days from the date of commencement
under this contract shall include, not be limited to:
Placing asphalt tack coat, asphalt paving, ad]ustink monuments, valve boxes, manholes,
catch basins and other utility structures and providin necessary traffic control as
detailed in the specifications.
The City reserves the right to reject any and/or all Aids avil to waive any and/o:
all informalltles.
Approved plans and specifications and form of cortract documents may be obtained
at the Public Works Department office at the Renton Municipal Building for a
deposit of $ 35.00 each set plus $ to cover postage, it mailed. The
deposit will be refunded upon return of—the Plans and Specifications in good
condition within thirty days after bid opening. The mailing charge will not be
refunded.
A certified check or bid bond in the amount of five percent (SY) of the total
amount of each bid must accompany each bid.
iThe City's fair Practices and Non-Discrimination Polls es shall apply.
1 The City of Renton hereby notifies all bidders that it will affirmatively insure
that in any contract entered Into pursuant to this advertisement, minority business
enterprises will be afforded full opportunity to submit bids in ies,.onse to this
invitation and will not be discriminated against on the grounds of race, color or
national origin, in consideration of an award.
Deputy C � CLn
Published:
Record Chronicle: July Bth and July 15th, 1983
Daily Journal of
Comserce. July 13th 6 July 20th, 1983
ITIPICATION By PROPOSED CONTRACTOR, SUBCONIPACTOA AND SUPPLIER REC.ARPING EQUAL LMP/AYMENT OPPORTUNITY
f 56r+Na� d�a
o rL—Lont`cac ar ro cot me
INSTRUCTIONS
tpia certification is required pursuant to Federal Executive Order 11:46. Th, implementinq rules and
tpjh�uistions provide that any bidder or prospective contractor, or any of Near proposed subcontractorf
suppliera, shall state as an initial part of No bid or negotiations of the contract whether it has
ticipated in any previous contract or subcontract subject to the equal opportunity clausst and. if
So, whether it has filed all compliance report* due under applicable instructions.
City had heretofore adopted Resolution 2140 under date of June 2, 1980, amending a 'Fair Prartices
icy,- as implemented by an -Aff/rmativ* Action Procram' therein emendinq the policy of the City Of
Renton to promote and afford equal treat.ent and service to all citizens and to a*sure *,fuel employment
aa��p�orcuni ty based nos ability and fitness to all persons regardless of race: creed: color, ethnicity.
Sonal origin; sex the presence of a non-joL-related physical, sensory or Rental handicap; age or
iql status. This policy shall likewise apply to all contractors, subconzrectorx and suppliers
oonductinq Jusiness w.th the City Of Penton who in turn shall affirm and subscribe to said practices
and policies. The sfo-ementioned provisions shall not apply to contracts or subcontracts for standard
,f,is
"rcial nippliers on taw materials or firms or crgsnizations with loss than eight employees or
racts os leas than 110,000 business per annum with the City.
When the Contractor/Subcontrsctor/Supplier (hereinaftez referred to as the Contractor) is required by
tCity of Renton to submit an Affirmative Action Plan, the minimum a-ceptable precentage of minority
oymant will be the: percentagc which is currently listed in 'Appendix P (-ity of Rentor. Goad and
tables) in the published City of Renton Aftl.rmative Action PEOgz am, i a. 9.11. This Program is
available for review at the Municipal Building.
undersigned contractor therefore covenants, stipu[atei and agrees that during the pez'formance of
a contract rue will not discriminate against any pe::son in hiring, promoting, discharging, comoen-
s jog or any ott.er term or conditi+n of employment, by real on of such person's status, .eferonce
e (11) categories listed in pars. 2 above.
Ltractor further agrees that he will take affirmative and continuous action to insure full compliance
Such policy and procram in all respects: It being strictly understood and agreed that failure to
comply with any of the teims c! se id provisions shall be and constitute a material breach of this
It rat t.
itractor shall, upon request and/or ar Soon aS possible tLereafter, furnish unto the City any and all
information ani reports required by the City to determine whether full comollance has been made by the
contractor with said policy and ptogram and contractor will permit access to his hoo:.s, records and
tunts by Ge City for the purpose of investigation to ascertain such compliance.
o
tractor further acknowledges that he has received a true and complete In of the Cit) 's 'Pair
Practices Policy.- -al-SE-GUM A312N0
' ontracc anin cat on u r
.L x1IFICATION BY: CONTRACTOR X OS 3UB-0.'.AACTCR _ or SUPPLIER
•.AML:
ADDRESS: �'p, 6!�O
REPRESENTATIVES:
TITLE: _ /Q,�N T- PRONE:
y Contractor/Subcontractor/Supplier has articipated in a previous contract Or subcontract subject
r■■ to the Equal Opportunity Clause: IYes No
Compliance reports ore required to be filed in connection with such contract or subcontract:
Yes _No
Contractor/Subcontractor/Supplier has tiled all compliance reports due canner applicable
■■ instructions, _X_Yas —NO
If answer to Stem 3 is '40'. please explain in detail on reverse aide of this certification.
CERTIFICATION: The infom tion above is true and conpIttte to the neat Of my knovledge and belief.
Id,LLf�tT57iM r -
me f t 0 zgner- ease t e Or pprrint`-T�--
- iqr ore .7
viewed by City Authority _. _ Detr
PUBLIC W:RK OR IMPROVEMENT Rev. 6/83
PARTICIPATION CERTIFICATION: REF. RCY 35.22.650
CONTRACES EXCEEDING $10,DOD (OR $15 000 FOR WATERMAIN CONSTRUCTION)
MINORITY BUSINESS ENTERPRISES (`BE)
and
WOMENS' MINORITY BUSINESS ENTERFR'.SES (WMBE)
(BUSINESSES OWNED AND OPERATED i WOMEN)
Contractor agrees that he shall actively solicit the amplovment of minority group
members. Contractor further agrees that he shall actively solicit bids for the
subcontracting of goods or services from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requirements of minority
employment and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority bidders on the basis of substantially equal
ptoposala in the light most favorable to said minority businesses. The contractor
shall be required to submit evidence of compliance with this section as part of the
bid. As used in this section, the term "minority business" means a business at
least fCtty-one percent of which is owned by minority group members. Minority
t group ambers include, but are not limited to blacks, women, native Americans,
Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn
affidavits presented by subcontractors in advance of contract award as one mt ,ns of
establishing minority status in accordance with criteria cited above.
To be eligible for award of this contract, the bidder must execute and submit, AS
a part of the bid, the following certification which will be deemed a part of the
' resulting contract. A bidder's failure to submit this certification or submission
of a false certification shall render his bid nonresponsive.
MINORITY BUSINESS ENTERPRISE CERTIFICATION
' 1'/A ,law./ Certifies that:
ame of Bidder
(a) it (does) does no intend to sublet a portion of the contract work and
(has) (has en affirmative action to seen. ou, and consider minority
business enterprises as potential subcontractors.
(b) the contacts made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or WMBE and
identify minority group. (If necessary, use additional sheet.)
MBE Min. Gr. WMBE
1. _ ❑ ❑
(Name of Firm, Bid Item, Results of Contacts)
2. _ ❑ -- ❑
3. ❑ --- ❑
b. ❑ ❑
5. ❑ ❑
Mr./M"- has been designated as
the liaison officer for the administration of the minority business enterprise
program for this firm.
' URTIFICATION OF E AL EMPLOYMENT OPPORTJNITY REPORT
Certification with regard to the Ferformance of Prev;ous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
The bidder ✓, proposed subcontractor hereby certifies that he has ✓,
has not , participated ilk a previous contract or subcontract subject to to
' equal opportunity clause, as required by Executive Orders 1092i, 11114 or
11246, r.d that he has �/ has not , filed with the Joint Reporting
Committee the Director of the Office -o"ederal Contract Compliance, a Federal
' Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all report:; due under tl,e applicable
filing requirements.
�.E�B�E_— VC--
(Compaaannpj7`L7�/ ,
gi�,'LA�`K}t -
(Title) - -T�-
Date: _ 7-.Z7-Az
Note: The above certification is required b the Equal Employment Opportunity
Pegulations of the Secretary of Labor (41 CI 60-1.7 (b) (1), and must he
' submitted by bidders and proposed subcontractors only in connection with
contracts and subcontract- •-:..ich are s1-bject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
510,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who haee participated in a
previous contract or subcontract subject to the Executive Orders and have not
filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
' Federal Highways Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
' Bidder is to indicate by check-mark which of the following statements pertains to this
bid package, and is to sign the certification for that specific statement:
a) It is hereby certified that the bidder is exempt from the City's
Affirmative Action Plan requirements because:
"Average annual empl:yment level is less than eight permanent employee%,
and the total contract amount with the City during the current year is
less than $10,000."
Company — - Date
title
OR b) It is }ereby certified that an approved Affirmative Action Plan is on
file with the City of Renton, and that said Plan specifies goals and
timetables which are valid for the current calendar year.
' ,Af 19. -S'.YC• 7'�.Z7•tf.
Compally Date
' BY �� EST/ ATaK —
Title
' OR c) It is hereby 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 a prerequisite to the contract award, and it includes:
1) Present utilization of minorities and females by job classification,
2) Goals. and Timetables of Minority and Female Utilization, and
' }) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilization.
' Company_.___ ate_—
BY: _
Title
' OR d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (5) working days of receipt of
' notificetimn 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
' 3) Specific Affirmative Action steps directed at increasing Minority
and Female Utilization.
Company _., — Date
BY:
Title
R.,.
1
1 NON-COLLUSION AFFIDAVIT
1
STATE OF WASHINGTON )
SS
COUNTY OFiv6
1
1 being duly sworn, deposes ani says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
1 genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and Fcrther, that the
deponent has not directly induced or solicited any other Bidder on
1 the foregoing work or equipment to put in a sham hid, 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.
SIGN HERE:
1 Subscribed and sworn before me this ate day of Tuel/
19�,.
1 �
1 -Notary,,Fublic 1K and for the State of
1 f,ej",diys.ZZe residing at
therein.
1
1
1
CERTIFICATION RE: ASSIGNMENT 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 as,igns
to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order or contract,
t except as to overcharges resulting from antitrust violations
commencing after the date of the bid, quotation, or ether event
' establishing the price under this order or contract. In addition,
vendor warrants and represents that each of his suppliers and
subcontractors shall assign an) and all such claims to purchaser,
' subject to the aforem:ntioned exception.
.s's�H �oje t:; 4 F S&4CF,9� 1W
ame o
—�Named t de�r'S �trm
Stgnature of Authorizid Representative o Btu d er
Date
1 MINIMUM NAGF AFFIDAVIT FORM
1 City of Renton
1 / 55
COUNTY Of
I. the undersigned, having been duly sworn, deposed, say and certify
1 that in connection with the performance of the work of this project,
I will pay each classification of laborer, workman, or mechanic
1 employed in the performance of such work; not less than the prevailing
rate of wage or not less than the minimum rate of wages as specified
1 in the principal contract; that I have read the above and foregoing
statement and certificate, know the contents thereof and the
1 substance as set fcrth therein is 'rue to my knowledge and belief.
1 Subscribed and sworn to before me on this ,Z . day of 7ja
i _ -i
otT to pu c an or the tate
1 of
ashington
Residing at
M
1
BID BOND FORM
Herewith find deposit in the form of a certified c^eck, cashier's check, cash,
or bid bond in the amount of $ which amourt is not less than five
percent of the total bid.
Sign Her,
BID BOND
Know All Men By These Presents:
That we. as Principal ,
and as Surety, are
held and firmly bound unto the City of Renton, as Obligee, in the penal sum of
_ Dollars, for the payment
of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any
awar� to the Principal for
according to the terms of the proposal or bid made by the Principal therefor,
' and the Principal shall duly make and enter into a contract w'th the Obligee in
accordance with the terms of said proposal or hid and award and shall give bond
for the faithful performance thereof, with Surat, or Sureties approved by the
' Obligee; or if the Principal shall, incase of failure to do so, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids,
' then th,s obligation shall be null and void; otherwise it shall be apd remain
in full force and effect and the Surety shall forthwith pay and forfeit to the
' Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS _ DAY OF 19_
' Principal
Surety
19
' RL;eived return of deposit in the sum of E_
i
'• a SAFECO USSR AN ECRaMA pfF AMiMa.
FIRST NLINSURANCERANCEC Of IuY
FIRST NATIONAL INSURANCE COMPANY
a_� OF AMERIOFFICE
Wren. MOSEATTL , SAFECO PLAZAnI
' SEatT LE,I�Ia3N�NGTp1 W1gS-
f--
I ' BIU BONO
KNOWALL BY THESE PRESENTS.That we, M. A• SDMDi�111I:•_...___--__ _._...
i ' of_Pe 0s�88050a L!a xA S BBa_ _______—(hereinafter called the Rmapall.
a Principal,end SAFECO INSURANCE COMPANY OF AMERICA(heteimftsr called the Surely),as Surety,are held and
' firmly,band unto
{ ' t hereinafter called the OMire)m the penal wm off-IW 'Itf�Pf 276 1'OP1L _ PRIBfSPALg3
BID _ _
{ ""the poymenj of wAmh the Prircjp9l and the Surety bind thtmrehes,their heirs,executors,admoustratars,successors
I ' .nd largos,jointly and reverally,firmly by there plesenn.
I
THE CONDITION OF THIS OBLIGA77ON IS SUCH.That WHEREAS,the Pnnctpal has submitted or is about to submit
a propovl to the Obliges on a contract for
' 190,3 ASPBfL2 14 ult!!W AN pgr_PLnt tam 9nscicla - ----.__.
i
VOW, 7HEREFORE. If the sad Contract he tuoery ]waded to the Principal and the Principal shall,within WJ1 brne ae
may be specified, enter into the Contract in writing,and give bond,if bond o required,with surety acceptable to the
Obligee for the faithful performance of the said Conn.. than this oblipuon shall he void.othenire to remain in full
form and effect.
S,gntd+nd sealed rho 228h _ _. .._�day of--_.—_ __—_ __.19-03
i, SBfL (Seal)�I?.—I11O.
1 Prm.T ..
L DiTUIOn
SAFECO INSU E COMPAn OF AMERICA
A rneyamFact
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned M ► SEfJIly Iax=
' as principal, and c..e-n wc-- enwwy or ►W.P7^►- corporation orgenired
' and existing under the laws of the State of v,+t,t rgl^+ as a surety
corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations, as
surety are jointly and severally held and firmly bound to the City of
Renton in the penal sum of . for the payment of
which sum on desand we bind ourselves and our successors, heirs, adminis-
trators or pers.,nal representatives, as the case say be.
This obligation is entered into in pursuance of the statutes of the State
' of Washington, the Ordinance of the City of Renton.
Dated at —4 Washington, this aPte /4&&CC day of ,1963 .
' Nevertheless, the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing
for 01983 As hal Rasu facing" placin tsphalt tack cost, asphalt pavi Pe, adjust _
vnndamst.. valve ,dxom. manholts. catch-basin• and other utility structures And rrovid_ne
M.eas�r traffic cent__. as d-.-n_a in ,he ane-ifteations
(which contract is referred to herein and is made a part he -—
reof ec though
attached hereto), and
WHEREAS, the said principal has accepted, or is about to accept, the said
contracts and undertake to perform the work therein provided for in the
manner and within the time set forth;
NOW, THEREFORE, if the said
' shall faithfully perform all 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 sfjh� R �,�yt' at,d shall pay all laborers,
' mechanics, subcontractors and nd all persons who shall
supply said principal or subcontractors v CMip mvi.sions and suppplies for
the carrying on of said work, and shall hold said City of Renton harmless
from any loss or damage occasioned to any person or property by reason of
any carelessness or negligence on the part of said principal, or any sub-
contractor in the performance of said work, and shall indemnify and hold
' the City of Renton harmless from any damage or expense by reason of failure
of performance as specified in said contract or from defects appearing or
developing in the material or workmanship provided or performed under said
' contract within a period of one year after its acceptance thereof by the
City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in full force and effect.
N.
' APPROVED as to legality: Q
'A�t_11am r tacimatar
Approved: _ SA'YO ;,;Jl? C IXM11 __
POWER OF SAFECO INSURANCE COMPANY OF AMERICA
' ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA
HOME OFFICE SAFECO PLAZA
SAFECO SEATTI E.WASHINGTON 98185
' No 337
KNOW ALL BY THESE PRESENTS
T^at SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA.ai
a Washmgtpn corporation does each hereof at'oolm
' --------------R. L. MCDi JOHN 4cGARRY; J. L. McDONALD; JOWN A. McDONALD,
SaacLler Vaebing con___.____.___�___________—__________..______
M true and lawful attprnglsl-in-fact with full authority to exetufe on Me behalf fidelity and surer,bonds or undertakings
and ether documents of a similar character es.ed in the course of qs business.and to and the respectws company therapy
' IN WITRi WHEREOF,SAFECO INSURANCE COMPANY OFAMERICA and GENERAL INSURANCE COMPANY
Oc AMERICA haw , I aascuted and attested these Presents
thin 27ch da" of _January 19 83
' CEROiIWTE
Eetrao from the BY LaMa of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA.
' -'Ari V.Section 13. —FIDELITY AND SURETY BONDS the President.any Vice President the Sectalti and any
ASSulsnt Vice PraaMatm appointed to,that purpose by the offwer in charge of Surety operations,shall own have authority
it, aPpmni individuals as attorneys iri or under other appropriate hues with authority to aaNute on behalf of the
' company fidelity and surety bonds and Other documents of similar Character issued by the Company m the course of qs
business On"Instrument mMingor ev,denang such appointment,thes.gnatures may be Slit by facslmde.On any
msnumani=nfe"mg such authority or on arY pond or undariaking of the company,the seal.a a facsimile ihereol,may W
mprOSSen or stilled or in any other manner rproducad, provided, however that the seal shill not pre necessary to'No
vabdtY it any such instrument or undertaking.'
Extract from a Resolution of the Board of Directory of SAFECO INSURANCE COMPANY OF AMERICA
t and of GENERAL INSURANCE COMPANY OF AMERICA adopted Jury 28. 1970
On any COblRate executed by the Secretary or an assistant secretary of the Company setting out.
Io The provisions of Artich,V. Section 13 of the Sy-Laws. and
' prl A copy of INS power of attorney apoolmmeOl, execurod pursuant thereto and
flnl Certifying that Said power obanurney appointment is in lull force and eflecl,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a Isesimde thereof.
I, W U Hammosla. $acteery of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA,do neraby eererN mat the foregoing extracts of the By Laws end of a Pesolutron of tit Sceldol
Directors of Ihefa corporations.and of a Power of Attorney issued omsuant thereto art true and zorract.and that With the
BrL.aws, Inc Resolution and the Power of Attorney are still :n full force and effect
' IN WITNESS WHEREOF. I haws hereunto set my hand and Fulled the facsimile seal of said corporation
this —___Z�.day of
1
PROPOSAL
TO THE CITY OF RENTON ,
RENTON, WASHINGTON
Gentlemen:
The undersigned hereby certifvcs that M has examined the site of the
proposed work and ham__ read ani thoroughly understands the plans,
' specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said work, and hereby propose
' to undertake and complete the work embraced in this improvement, or as much
' thereof as can be completed with the money available, in accordance with the
said Plans, specifications and contract and the following schedule of rates
' and prices:
(Note: Unit prices for all items, all
' extensions, and total amount of
bid should be shown. Show unit
prices both in writing and in
figures,)
f7•S E G i9 � i+'C.
' Signa
' Address Pd Rer,�g$y5a
Names of Members of Partnership: Te&)A(,9 A tV 9�/g�Z
' OR
Name of President of Corporation /V A SEC'.•�LE
' Name of Secretary of Corporation .2
Corporation Organized under the laws of —� q¢��d6Te.✓
With Main Office in State of Washington at
SCHEDULE OF PRICES
' (Note: Unit prices for all items, all extensions and total amount of
bid must be showe. Show unit prices in both Words and figures
and where conflict occurs the written or typed Words shall prevail.)
' ITEM APPRCX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOJNT
NO. QUANYITY runit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS.
' 1. 4.323 TONS Asphalt Paving Class "G" I '
$O -
s
Per Ton (W- ds) (Figures) r�
TOTAL 10f Ajo
' THE ERSl27IED BI DER HEREBY AGREES TO START CONSTRUC ION WORK 0 THIS PROJECT, I
AWARD HIM, NO LA ER THAN TEN (10) DAYS AFTER FINAL CUTION A. TO C LETE WI IN
ZO 40 ING DAYS F.R STARTING CONSTRUCTION.
N
DATED T �- THIS Z 77 DAY 0 19
' ACRNO EDGEKENT OF CEIPT OF ADDENDA: I
' NO. )ATE {I
' NO ATE
' NO ATE
' SI
TITLE g _
NAME OF COMPANY
ADDRESS
' CITY/STATE/ZIP
' TELEPHONE
' CITY 0 RENTON - _ STATE CONTRACTO S 191 O1 PC PA 1U 14NHn
CONTRACTS OTHER THAN FEDERAL-AID FHWA 1of7
THIS AGREEMENT. made and entered into this _'< day of
by and between THE CITY OF RENTON, Washington, a municipal corporation or ;
the State of Washington, hereinafter referred to as "CITY" and
M. A. $epale, Tnr hereinafter referred to as `CONTRA(79.'
WITNESS ELT H:
r1) The Contractor shall within the time stipulated, (to-wit: within 2C _
working days from date of commencement hereof as required by the Contract,
1 of which this agreement is a component part) perform all the work and
tservices required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
ttransportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike r nne�,
' in connection with the City's Project (identified as No.
for improvement by construction and installation of: "1983 Asphalt Resurracing-'
Placing asphalt tack coat, asphalt paving adjust monuments, valve b=es,
' manho'es catch-basin and o h _ utili v r cturp� and providing necessar,
traffic control as detailed in the specifications.
' 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 issued by the City and all
other docwnents hereinafter enumerated, and In full compliance with all
applicable codes, ordinances and regulations of the City of Renton and
' any other governmental authori,y having jurisdiction thereover. It is
further agreed and stipulated that all of :aid labor, materials,
' appliances, machines, tools, equipment and services shall Ne furnished
M M
2of7 e
Contracts Other Than Federal-Aid FHMA
and the construction instal! tion performed and completed to the a
satisfaction and the approval of the City's Public Yorks Director as e
being in such conformity with the Plans, specifications and all require-
ments of or arising under the Contract. '
e
2) The aforesaid Contract, entered into by the acceptance of the Contractor's e
bid and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as ful'y a Part e
therer' as if herein set out in full, and if gat attached, as if
hereto attached. e
a) This Ag-eement e
b) .rstruction to Bidders
c) Bid Proposal
d) General Conditions e
e) Specifications
f) Maps and Plans e
g) Bid
h) Advertisement for Bids '
i) Special Contract Provisions, if any
e
3) If the Contractor refuses or fails to prosecute the work or any part e
thereof, with such diligen. as will insure its completion within the e
time specified in this Contract, or any extension in writing thereof,
or fails to complete said work within such time, or if the Contractor e
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 e
on account of the Contractor's insolvency, or if he or any of his
e
e
Contracts Other Than Federal-Aid FHWA 3 of 7
tsubcontractors should violate any of the provisions of this Contract,
' the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
' after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
' for the correction thereof be made, this Contract, shall, upon the
' expiration of said ten (10) day period, cease and terminate in every
respect. In the evert of any such termination, the City shall immedi.'eiy
' serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
' provided, however, that if the surety within fifteen (15) days after
' the serving upon it of such notice of termination does not perform tie
Contract or does not commence performance thereof within thirty (30)
' days from the date of serving such notice, the City itself may take
over the work under the Contract and prosecute the same to completion
' by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be
' liable to the City for any excess cost or other damages occasioned the
' City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing
tsaid Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractc. - he on site of
' the project and useful therein.
' 4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
Contracts Other Than Federal-Aid FHNA 4 of 7
S) Contractor agrees and covenants to hold and save the City, its officers, '
agents, representatives and employees harmless and to promptly indemnify t
same from and against any and all claims, actions, damages, liability
of 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 from or out of any occurrence, '
omission or activity upon, on or about the premises worked upon or in
any way relating to this Contract. This hold harmless and indemnification
provision shall likewise apply for or on account of any patented or un-
patented invention. process, article or appliance manufactured for use '
in the performance of the Contract, including its use by .,.e 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 f,om one party to the other party under the Contract shall '
be in writing and shall be dated and signed by the party giving such ,
nuti:r nr by its duly authorized representative of such party. Any such t
1
6of7
Contracts Other Than Federal-Aid FHWA
obligated to take immediate steps to correct and reredy any such defect,
' fault or breach at the sole cost and expense of Contractor.
t 9) The Contractor and each subcontractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, pay-
roils, reports, estimates, reco-ds and miscellaneous data pertaining
to the Contract as may be requested by the City from time to time.
1
1 10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the Contract, including the payment of all
persons and fi mns performing labor on the construction project under
tthis Contract or furnishing materials in connection with this Contr,ct;
said bond to be in the full amount of the Contract nrice as specified
' in Paragraph 11. The surety or sureties on such bord or bonds must be
duly licensed as a surety in the State of Washington.
11) The total amount of this Contract is the sum of One Hundred Seven _
($101,210.40)
ThousandTwo Hundred and Ten Dollars d 4 1/ 00 which includes Washington
State Sales Tax. Payments will be made to Contractor as specified it the
"Special Provisions" of this Contract.
' Rev. 4191
,
Contracts Other Than Federal-Aid FHWA Sof 7
notice as heretofore specified shall be given by personal delivery '
thereof or by depositing same in the United States mail, postage prepaid, '
certified or registered mail.
7) The Contractor shall commence perforriance of the Contract no later than '
10 calendar days after Contract final execution, and shall complete the '
full performance of the Contract not later than working days
from the date of commencement. For each and every working day of delay ,
s�ter the established day of completion, it is hereby stipulated and
-.P�. agreed that the damages to the City occasioned by said delay will be ,
the sum of
as liquidated damages (and not as a penalty) for each such day, which
shall be paid by the Contractor to the City.
1
A) Neither the final certificate of payment nor any provision in the '
contract nor partial or entire use of any installation provided for by
this Contract shall relieve the Contractor of liability in respect to '
any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to -emedy any defects the
work and pay for any damage to other work resulting therefrom width
shall appear within the period of one (1) year from the date of final
acceptance of the work, un'ess a longer period is specified. The City '
will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, and Contractor shali be '
1
' Contracts Other Than Federal-Aid FHWA 7 of 7
IN WITNESS ;THEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set
his hand and seal the day and year first above-written.
' CONTRACTOR CITY OF RENTON
' t�unbanyr s t-A a- 9�
r s� ent artner wner Mayor
Secretary V�) City G erk
Name Lam
' Individual_ Partnership
' Corporation v, A Lk r a<'ff Corporation
State ot incorporation
' Attention:
If business is a CORPORATION, name of the corporation should be listed in
full and both President and Secretary must sign the contract, OR if one
signature is permitted by corporation by-laws, a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/b/a (doing bniness as) and firm or trade name; any one partner
may sign the cuntract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by dfb/a and name of the company.
a
' CONTRACTOR/SUBCONTRACTOR tiC Y 1 REPORTING P%RICO
' MOMTXIY ""POWER UTIl,I ZAT ION REPORT 4 •SA Month: Year:
To be submitted to the City's Project Goals and Timetables as committed
Engineer during the 1st week of fol lovii, E � in Contractor's Affirmativ-
month while contract is in progress. Pritre Action Plan %
Contractor is responsible for obtaining and or per City's Plan 4 1 %
submitting all Subcontractor Rel.crr.s. —
To: (ammo and location of Compliance Agency Dapt.) From: (name and iocatiw of cwtractori
This report is required by Executive Order 11246, Section 203. failure to report ca:
r-,sult n sanctions which include suspension, termination, cancellations or debarment of
contraci.
a. j s s. e.
mina_ Total otal
work Houra of Employment (See footnote) rity numb ar .umber
of of
' Claa ai a. .• e.. .. e. • w/h o[ at. It Ee.DbY.
Xia_ er. Aalan/ .c 41 total
fiea- Emyloy� eee
Conpany'a Fame (I.D. Trade tinne Tota black panic ndian HlanC �ile vA. eel
' C
A
Tr �
C
' A
Tr
' Tr
A
' Tr
C
A
' A
Ty
A.
Tr
1 4-
' Tr
7. Ceeparly Cf71c1a 1'a Sisnature and < 8. Date Signed g. Telephone reamer
(Include Area Code)
�ev. 11/77 (-Moles c Females, e•Idiwrities a Non-minorities) Page _ of
7/80 (Submittal Requirements a Ci_i'a Goals/Timetables)
i
INSTRUCTIONS E'bE FILING EflPLOY!¢+8T UTILIZATION REPORT (CITY OF RIMM) i
,he Employment Utilization Report is to be comp).[-u by each subject contractor i
(both prime and subcontractors) and signed by u responsible official of the
company. The reports are to ue filed on the day required, each month, during
the term of the contract, and they shall include the total work-hours worked on i
the project for each employee level in each designated trade for the entire reporting
period. The prime contractor shall submit a report for its work force and shall
collect and submit reports for each subcontractor's work force to the Compliance
Agency that is funding their construction project. i
Reporting Period . . . . . . . . . Self-explanatory
Compliance Agency . . . . . . . . . . City of Renton (administering department)
Contractor . . . . . . . . . . . . . Any contractor who has a qualifying
construction contract with the City of
Renton.
1. Company's Nam . . . . . . . . . Any contractor or subcontractor who has a ,
qualifying contract.
Z. Trade . . . . . . . . . . . . . . Onlv those crafts covered under applicable
EEO bid conditions.
3. Work-hours of Employment . . . . . The total number of hours worked by all
employees in each classification; the total
number of hours worked by each *minority
group :n each classification and the total i
work-hours for all women.
Classification . . . . . . . . . . The level of accomplishment or status of
the worker in the trade. (C - Craftworker
Qualified, AP - Apprentice, Sr - trainee).
4. Percent �f minority work- i
hours of total work-hours . . . . The percentage of total minority work-hours
worked of all work-hours worked. (the sum
Of columns b, c, d and a divided by column a.) '
5. Total Number of Minority
Employees . . . . . . . . . . . . Number of minority employees working in
contractor's aggregate work force during i
reporting period.
6. lotal Number of Employees Number of all emplovees working in contractor's '
aggregate work force during reporting period.
• Minority is defined as including Blacks, Hispanics, American Indians and Asian i
and Pacific Islanders - both men and women.
1
i
i REQQUIREMiNTS FOR THE FREVEYrION OF ENVIRONMENTAL
POLL'J77 RR OTMM TC_ AATDffA>-'A€ McES
i In accordance with the provisic.is of Chapter 62, Laws of 1973,
d B. 621, the Contractor shall secure any permits or lice :s
i required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Kiln _County Orddinaance No. 1.;27 requires Building and Land
erD elupment 5tvtston a-n�tfrdraulics Division review of giading
and filling permits and urclass'fied 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. Reivew by Hydraulics Division.
' King County Ordinance Ni. 800, No. 900 No. 1006 and Resolution
. o. o. 'TSS3�c-Z7BS�—Fto-Te an o, l contained
in in�1C`g County-Co -71R eTes ' a'n`a 0 are provisions or disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Re%iew by Division of
Solid Waste.
Puget Sound Air Pollution Control Agency Re uletion I : A regu-
Iaiion to-cortro tie emission o a�ii contaniranis iiom all
sources within the juiisdiction of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and KitsaD Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94.
' WASHINGTON STATE DEPA31''•iENT OF ECOLOGY
W.A.C. 18-02: Regw res operators of stationary sources of air
' contajainants to maintain records of emissions, periodizally re-
port to the State information concerning these emissions from
his operations. and to make such information available to the
public. See Fuget Sound Pollution Control Agency Regulation I.
R.C.W. 90.48: Enacted to maintain the highest possible standards
to ensure he purity of all water of the State consistent with
pub t
lic health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fith, and ogler aquatic
life, and the industrial development of the State, and to that
' end require the use of all known available and reasonable methods
by industries and others to prevent and control the pollution of
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
' State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law also provides for
civil penalties of $5,000/day for ea.h violation.
' R.C.W. 70.95: Establish^s uniform statewide program for handling
—so TIT wastes which will prevent land, air and water pollution.
Makes it unlawful to dunp 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.
M- 0-
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.X. 76.04.3T0: Provides for abatement of additional fire hsz- '
arIiian— s� upon which there is fotett debris) and extrcne fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school groinds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spraads on
property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or '
aFatemeni o�iorest fires or forest fire conditions.
R.C.W. '0.94,660" Provides for issuance of burning permits for
abating or prevention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 76.04.310: Stipulates that everlone clearing land or
c'TesiingiigiFt—of-way shall pile and burn or dispose of by other
satisfactory mea 3, all forest debris cut thereon, as rapidly as 0
the clearing or cutting progresses, or at such other times as the
department may ,recif), and in compliance with the law requiring
burning permits.
R.C.W. 78.44: Lawb governing surface mining (including sand,
gravT, stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and '
inspection of operations.
W.A.C. 312-18: Delineates all requirements for surface mimed
anITrec.amation.
W.A.C. 332-24: Codifies requirements of R.C.W. 70.04 pertaining
to an c earing and burning. '
U. S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Author-
izes '
retary of Army and Corps of Engineers to issue permits to
any persons or corporation desiring to improve ray navigable
river at ti,eir own expense and risk upon approval of the plans and '
specifications.
Section 404 of the Federal Water Pollution Control .Act PL92-500 '
bb-'s t at 1 Author zzes--Tie— e�ary of L5 Army, acting
through the oC rp6 of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified t
disposal sites. Permits may be denied if it is determined that such
discharge will have adverse effects on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION '
Section 13 of the River and harbor Act approved March 3, IR99:
Provides�' that disc Tr o re use wit out a perm't into navigable
waters is prohibited. Violation is punishablc by fine. Any citi-
zen may file a complaint with the U. S. Attorney and share a por-
tion of the fine. '
-2-
' PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BTiiLDING AND LAND DEVELOPMENT DIVISION
' Kim County Resolution No. 25789 requires an unclassified use
permit tor filling, quarrying including borrow pits and associ-
ated activities such as asphalt plants, rock crushers) and
' refuse disposal sites and provides for land reclamation subse-
quent to these activitiee.. A copy is available at the Department
of Public Works or Building and land Development Division.
' Ehoreline Management Act 1971 requires a permit for construction
5n-7S-,.aie s ore Ines. 13—rmit acquired by Public W,)rks and reviewed
by Building and Land Development Division.
' K�in� County Ordinance No. 1488 requires permit for grading, lard
fills, grave pits,_Tu_mprng, quarrying and mining operations
' except on County right-of-way. Review by Building and Land Develop-
ment )ivision.
WASE: NGCON STATE DEPARTMENT OF FISHERIES AND GAME
Christer 112 Laws of 1149: Requires hydraulics permit on certain
ptoje` cts. rnq ounty Department of Public: Works will obtain.)
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requir.s a National Pollutan , Discharge Elimination
y�-'RFDEr7' 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 of industrial waste
vatersinto State surface or ground water (such as gravel washing,
pit operations, or any operation which results in a discharge
wnich contains tu..bidity.)
W.A.C. 503-12.100: Requires permit to use surface water.
' W.A.C. 508-12-190. Requires that changes to permits for water use
e tev ewe Tiy the Department of Ecology whenever it is desired
to change the purpose of use, the place of use , the point of
' withdrawal and/or the diversion of water.
W.A.C. 538-12-220: Requires permit to use ground water.
t W.A.C. 508-12-260: Requires permit to construct reservoir for
water storage.
' W_A_r�. 508-12-280: Requires permit to construct storage dam.
_' A.C. 508-60: Requir^s permit to construct in State flood
tonitrIi1.none. king County Public Works secures .ne for design.
Contractor secures one for his operation (false work design, etc.) .
-3-
PERMITS REQUIRED FOR THE PROJECT - Continued '
WASHINGTON STATE DEPA."DIENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except '
or—smaf; outdoor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.W. 76.04.150,
76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to '
prevent restriction of visibil4.cy and excessive air pollution.
P.C.W. 76.08.030: Cutting pe:mit required before cutting nerchant-
abTe— tlim�:—
R.C.W. 76.08.275: Operating iermit required before operating
power equi;ment in dead or down timber.
R.C.W. 78.44.080: Requires permit for any surface .wining opera-
tion (including sand, gravel, store, and earth from borrow pits) .
UNITED SATES ARMY COP.PS OF ENGINEERS
Section 10 of Hirer and Harbor Act of March 3 1899: Requires '
permit or construction (other t an�ri gas, see S. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain) . '
FIRE PROTTXTION DISTRICT
R.C.W. 52.28.011t 52.28.020__j52. 74 030, 52.28.0401 52.28.050: '
rP ovi3es antFor ity tor, requirements , an pena ttes or ailure
t secure a fire permit for building an -.pen fire within a fire '
protection district.
UNITED STATES COAST GUARD
Section 9 of River and Ha400r Act of March 3 1 899 General Brid e '
Hof Matc�FSTIS6� an� en_eralr-9 �c o 6 as amen e
Aug
ust , _195_6: Req
uires res a permit' for construction o ri ge on
ig '
nsv` aViers (King County Department of Public Works will
obtain) . King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore- '
mentioned permit: Section 4(f) of Department of Transportation
Act, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970. '
PUGET SOUND AIR POLLUTION CONTROL AGENCY
LSectionn 3.02(d) (2 iiiLof Regulation I: Request for verifica- '
to po— aiion dens.ty. Lontra.tor should be sure his opera-
tions are in compliance with Regulation I, particularly Section
9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) ,
and Section 5.15 (preventing particulate matter from becoming
airborne) .
-4- '
PERMITS REQUIRFr FOR THE PRO.IF.CT - Continued
ENVIRONMENTAL PROTECTION AGENCY
Title 40 Cha ter Ic, Part 61: Aequires that the Environmental
rotectton agency a noti ie 5 days prior to the demolition of
any structure containing asbestos material (excluding residential
' structures having fewer than 5 dwelling units),
The above requirements will be applicable only where called for
' on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the Director of Public
' Works, 900 King County A 'ministration Building, Seattle,
Washington, 98104. It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
N11 costs resulting therefrom shall be included in the Bid Prices
and no ad''.itional compensation shall be made.
' All permits will be available at construction site.
t
1
' S
Y
1
i
i SPECIAL PROVISIONS
1
1
1
1
1
1
1
1
i
1
i
i
INDEX
APWA STANDARD SPECIFICATION REVISIONS
SPECIAL PROVISIONS
SECTION PAGE
SECTION I
STANDARD SPECIFICATIONS SP 1
HEADINGS SP 1
SPECIAL PROVISIONS STRUCIURE SP I
ACT OF GOD SP 2
SHOP DRAWINGS SP 2
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2
PUBLIC OPENINGS OF OID� SP 2
O SECTION 3
CONSIDERATION OF BIDS SP 3
SECTION 4
PROCEUURE AND PROTEST BY THE CONTRACTOR SP 3
USE OF MATERIALS FOUNO ON THE PROJECT SP 4
WASTE SITES SP 4
HOJRS OF WORK SP 5
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 5
SECTION 5
SUBMITTALS SP 5
CONSTRUCTION STAKING SP 5
FINAL ACCEPTANCE SP 7
METHOD OF SERVICE OF NOTICE SP 7
ERRORS AND OMISSIONS SP 7
SECTION 7
SANITATION SP 7
LOAD LIMITS SP 7
WAGES SP 8
RECORDS AND REPORTS SP 9
CONTRACTOR'; RESPONSIBILITY FOR WORK SP 10
RESPONSIBILITY FOR DAMAGE SP 11
PROTECTION AND RESTORATION OF PROPERTY SP 11
RESTORATION OF STRUCTURES AND `JRFACES SP 11
' UTILITIES AND SIMILIAR FACILITIES SP 13
PUBLIC, LIABILITY AND PROPERTY DAMAGE SP 13
GENERAL SAFETY REQUIREMENTS SP 13
r
FLAGMEN, BARRICADES, AND SIGNS SP 14 r
SECTION 8 r
PROGRESS SCHEDULE SP 14
TIME OF COMPLETION SP 15
LIQUIDATED DAMAGES SP 16 r
OVERTIME WORK BY OWNER EMPLOYEES SP 16
CONTRACTOR'S PLANT AND EQUIPMENT SP 16
ATTENTION TO WORK SP 16
SECTION 9 r
MEASUREMENT OF QUANTITIES SP 17
OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 17
SECTION 10
PERMITS AND LICENSES SP 18 r
r
r
r
APWA STANDARD SPECIFICATIONS
CITY OF RENTON
SPECIAL PROVISIONS
STANDARD SPECIFICATIONS
' THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION
PREPARED BY THE WASHINGTON STATE. CHAPTER OF THE AMERICAN PUBLIC WORKS
' ASSOCIATION, 1991 EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE
-STANDARD SPECIFICATIONS" AND SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF
THE STATE OF WASHINGTON AND THE ORDINANCES AND CHARTER OF THE CITY OF
' RENTON, 50 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
?UBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055. WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY.
t WHEREVER. REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS 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 DIRECTOR OF PUBLIC WORKS, CITY OF RENTON, OR HIS DULY AUTHORIZED
REPRESENTATIVE.
NOTE: THE SPECIAL PROVISIONS HEREINAFTER CONTAINED SHALL BE IN ADDITION TO
OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN CONFLICT
HEREWITH.
READINGS
HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBARTICLES ARE INSERTED
FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION
OF THE CONTRACT DOCUMENTS.
SPECIAL PROVISIONS STRUCTURE
' THE SPECIFICATIONS NOTED 'IEREIN ARE 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 ^TANDARD
' SPECIFICATIONS NOTED. WHERE SECTIONS ARE MARKED, "ADDITIONAL SECTION", THE
SPECIFICATIONS HEREIN AKE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS
NOTED.
' Revised 083
SECTION 1 '
-1.50 ACT OF CAD (REPLACEMENT SECTION)
Cl OF GOD" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC '
PHENOMENON uF NAT;'RE. A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL.
PdENOMENON OF UNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE WORK,
WHICH MIGHT REASONABLY RAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE
GFNERAL LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD. '
1-1.51 SHOP DRAWINGS (REPLACEMENT SECTION) '
TUF. TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR OTHER '
CO'-STRUCTION PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, OR A MANUFACTURER
ANU SUDMiTTEP 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 '
RECOMMENDAT'_ON OF THE ENGINEER, SHALL BE THE SOLE JUDGE OF THE QUALITY AND
SUITABILITY OF THE PROPOSED SUBSTITUTION.
1-1.53 APPROVAL (REPLACEMENT SECTION) '
THE. TERM "APPROVAL." OR "APPROVED" SHALL MEAN APPROVAL GIVEN BY OP. GIVEN '
PROPERLY ON THE BEHALF OF THE OWNER.
FFCTION 2: BID PROCEDURES AND CONDITIONS
2-1.12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION)
SEALED BIDS WILL BE RECEIVED BY THE CITY OF RENTON, WASHINGTON, BY FILING '
:ITN THE CITY CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL
f,A BIDS AND WILL BE OPENED AND PUBLICLY READ AL)UD.
Revised 4/83 '
' SECTION 3
3-1.01 CONSIDERATION OF BIDS (ADDITIONAL SECTIOP)
AWARDING OF CONTRACT WILL BE BASED ON TOTAL SUM OF ALL SCHEDULES OF PRICES.
' NO PARTIAL BIDS WILL BE ACCEPTED.
' SECTION 4
' 4-1.05 PROCEDURE AND PROTEST 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 AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY
BROUGHT TO THE ATTENTION OF THE PUBLIC WORKS DIRECTOR OR HIS
REPRESENTATIVES FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
' FAILURE ON THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO
DISCOVER AND CONDEMN OR REJECT, IMPROPER, DEFECTIVE OR INFERIOR WORK OR
' MATERIALS, SHALL NOT BE CONSTKUED AS AN ACCEPTANCE OF ANY SUCH WORK OR
MATERIALS, OR THE PART OF THE IMPROVEMENT IU WHICH THE SAME MAY NAVE BEEN
USED.
' To PRFVENT DISPJTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES
HERETO THAT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE
THE QUANTITI AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACEL IN THESE
' IMPROVEMENTS. HE SHALL DECIDE ALL QUESTIONS RELATIVE 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
INTERPRETATION, HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
CLERK IN WPITING OF THE 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 BE REACHED WITHIN 3 DAYS, THE CITY AND THE
CONTRACTOR WILL EACH APPOINT AN ARBITRATOR AND THE TWO SMALL 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 10 DAYS,
' CJALLENGES THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOP
REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR
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 TERNS OF THE CONTRACT OR ANY COMPONENT THEREOF;
Revised 4183
3. IS ARBITRARY AND/OR IS NOT BASED UPON THE APPLI-ABLE FACTS AND
THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN '
WRITING '.HEIR 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 WASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE.
THE COSTS OF SUCH ARBITRATION SMALL BE BORNE EQUALLY BY THE CITY AND THE '
CONTRACTOR UNLESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'S
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE '
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 IS A NGN-RESIDENT OF THE STATE OF WASHINGTON. HE SHALL DESIGNATE
AN AGENT, UFON WHOM PROCESS MAY BE SERVED, BEFORE COMMENCING WORK UNDER
THIS CONTRACT. '
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT (REPLACEMENT SECTION` '
ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE
DISCARDED FACILITIES SHILL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY '
SALVAGED AND DELIVERED TO THE CITY SHOPS.
ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH
BASINS, AND STORM AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND '
DELIVERED TO THE CITY SHOPS.
ANY COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL BE '
CONSIDERED INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
4-1.12 W..STE SITES (ADDITIONAL SECTION) '
ALL MATERIALS DESIGNATED BY THE. ENGINEER TO BE WASTED SHALL BE HAULED,
DUMPED, AND SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR. '
THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE
SITE. ALL W^RK INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE
INCIDENTAL TO OTHER ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE.
THE ROUTE TAK!:N TO THE WASTE SITE SHALL BE MAINTAINED SOLELY BY THE
CONTRACTOR 1N A MANNER AS DESCRIBED BELOW: '
Revised 4/83 '
THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS, POWER SWEEHRS, AND
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR TO
ALLEVIATE THE PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RESTORATION
OF THE ROUTE IS MANDATORY.
4-1.13 HOURS OF WORK (REPLACEMENT SECTION)
THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM 1:00 A.M. TO 1:00 P,M, THE HOURS OF WORK MAY BE CHANGED AT THE
DISCRETION OF THE ENGINEER WHEN IT IS IN THE INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE.
4`1.14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS
THE CONTRACTOR WILL BE SUPPLIED BY THE OWNER WITH 5 SETS OF PLANS AND
SPECIFICATIONS. AT LEAST 1 COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING
ONE PULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND AT ALL TIMES AVAILABLE TO THE OWNER AND THE ENGINEER,
ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE FURNISHED
BY THE OWNER AT NET COST OF REPRODUCTION.
tSECTION 5
t5-1.03 SUBMITTALS (REPLACEMENT SECTION)
THE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE
DATA, CERTIFICATES, SAMPLES, TESTS, METHOD, SCHEDULES, AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT THE MATERIALS AND
EQUIPMENT TO BE FURNISHED AND THE METHODS OF WORK COMPLY WITH THE
PROVISIONS AND 1N:ENT OF THE SPECIFICATIONS AND DRAWINGS. IF THE
INFORMATION SHOWS ANY DEVIATION FROM THE CONTRACT REQUIREMENTS, THE
CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION,
' ADVISE THE ENGINEER OF THE DEVIATION AND STATE THE REASON THEREFORE,
5-1.05 CONSTRUCTION STAKING (REPLACEMENT SECTION)
' THE ENGINEER SHALL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES
AS THEY ARE SHOWN ON THE DRAWINGS. GRADES WILL BE ESTABLISHED IN THE FORM
' OF OFFSET STAKES AT DISTANCES NOT GREATER THAN 50 FEET, SET IN ADVANCE OF
THE WORK. WHENEVER WORK 1S IN PROGRESS, THE CONTRACTOR SHALL HAVE IN HIS
EMPLOYMENT A WORKER COMPETENT TO SET A BATTER BOARD OR OTHER CONSTRUCTION
GUIDE FROM THE LINE AND GRADE STAKES GIVEN BY THE ENGINEER,
SUCH EMPLOYEES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND
MAINTAINING SUCH CONSTRUCTION GUIDES. A BATTER BOARD SET WITH AN
ENGINEER'S LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PFPCENT
Revised 4/83
OR LESS, AT LEAST THREE BATTER BOARDS SHALL REMAIN IN PLACE DURING PIPE '
LAYING OPElATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STARS
SHALL BE DESTROYED AND REWIRE RESETTING, A SUM SHALL BE DEDUCTED FROM THE
CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE F.FTRA COST IN ENGINEERING
REWIRED FnR SUCH REPLACEMENT. '
THE LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING:
1. REQUEST FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE SUBMITTED '
FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR TO U^,F..
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 '
BEING USED FOR EXCAVATION.
THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE '
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK
DELAYS WHILE WAITING ?OR CONSTRUCTION GUIDES.
THE FOLLOWING STAKES WILL BE SET BY IHE CITY ONF TIME ONLY FOR EACH STAGE T '
AND 11:
A. SLOPE STAKES '
B. SIVSGRADE 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
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 REOUEST TIME FOR SURVEY LESS THAN '
3 DAYS ARE DEEM;.D A RISK TO THE CONTRACTOR AND SHALL NOT BE THE BASIS FOR
CLAIMS FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TLIE. '
ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTAL TO
OTHER BID ITEMS IN THE PROPOSAL, AND NO PURTHEF. COMPENSATION WILL BE MADE.
Revised 4!83 '
1
5.1.12 FINAL ACCEPTANCE (REPLACEMENT SECTION)
THE CONTRACTOR SHALL NOTIPY THE ENGINEER IN WRITING OF THE COMPLETION OF
' THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION,
SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH
THE. TERMS OF THE CONTRACT, AND SHALL THEREUPON RECOMMEND 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 SECTION)
' WRITTEN NOTICE SHALL BE DEEMED TO RAVE BEEN DULY SERVED IF DELIVERED IN �Y
PERSON TL THE INDIVIDUAL, OR TO A PARTNER OF THE FIRM, OR TO AN OFFICER OF
THE CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A
GOVERNMENTAL BODY, OR IF SENT BY RRGISTEREL 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 IN .9E CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SURVEY
POINTS AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN
THE CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE
' 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, WILL BE DONE AT THP
CONTRACTOR'S RISK.
SECTION 7
7-1.04 SANITATION (A DDITIONAL SECTION)
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 "EHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL
STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE STATE OF
WASHINCTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGHT,
AND LOADS OF MOTOR VEHICLES.
PAYMENT WILL NOT BE HAVE FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF
THE LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED.
Revised 4/83
AnY VIOLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AF.--CTED VAN
ENFORCEMENT AGENT. '
THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL
HAUL VEHICLE" USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE '
NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS.
7-1.09 WAGES (REPLACEMENT SECTION) '
THE ^REVAILING RATE OF WAGES TO BE PAID TO ALL WORKMEN, LABORERS, OR
MECHANICS EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE '
IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 39.12 RCW AS AMENDED. THE
RULES AUD REGULATIONS OF THE DEPARTMENT OF LABOR AND INDUSTRIES AND THE
SCPEOULE OF PREVAILING WAGE RATES FOR THE LOCALITY 0° LOCALITIES WHERE THIS ,
CONTRACT WILL BE PERFORMED AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF
THE DEPARTMENT OF LABOR AND INDUSTRIES, ARE BY REFERENCE MADE A PART OF
THIS CONTRACT AS THOUGH FULLY SET FORTH HEREIN.
INASMUCH AS THE CONTRACTOR WILL BE HELD RESPONSIBLE FOR PAYMENT OF THE '
PREVAILING WAGES, IT IS IMPERATIVE THAT ALL CONTRACTORS FAMILIARIZE
THEMSELVES WITH THE CURRENT WAGE RATES BEFORE SUBMITTING BIDS BASED ON
THESE SPECIFICATIONS.
FOR EACH CONTRACT IN EXCESS OF $10.000 A CONTRACTOR REQUIRED TO PAY THE
PREVAILING RATE OF WAGES SHALL POST THE FOLLOWING IN A LOCATION READILY '
VISIBLE 10 WORKERS ON THE JOB SITE:
(1) A COPY OF A STATEMENT OF igTEK- TO PAY PREVAILING WAGES, APPROVED '
BY THE INDUSTRIAL STP' ' %'7 OF THE DEPARTMENT OF LABOR AND
INDUSTRIES UNDER RCW ? 'NO
(2) THE ADDRESS AND TELEPHJI: :P OF THE INDUSTRIAL STATISTICIAN OF '
THE DEPARTMENT OF LABOR AND INDUSTRIES WHERE A COMPLAINT OR INQUIRY
CONCERNING PREVAILING WAGES MAY BE MADE.
IN CASE ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR '
WORK OF A SIMILAR NATURE AND SUCH DISPUTE CANNOT BE ADJUSTED BY THE PARTIES
IN INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVES, THE MATTER '
SHALL BE REFERRED FOR ARBITRATION TO THE DIRECTOR OF LABOR AND INDUSTRIES
OF THE STATE, AND RIS DECISIONS THEREIN SMALL BE FINAL, CONCLUSIVE, AND
BINDING ON ALL PARTIES INVOLVED IN THE LISPUTE AS PROVIDED FOR BY RCW
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 '
LABOR An INDUSTRIES AS TO THE PREVAILING WAGE RATES, INCLUDING FRINGE
BENEFITS, FOR EACH JOB CLASSIFICATION TO BE UTILIZED. THE WAGE RATES THUS
FILED WILL BE CHECKED AGAINST THE PREVAILING WAGE RATES AS DETERMINED BY
THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES. IF
THE WAGE HATES ARE CORRECT, THE INDUSTRIAL STATISTICIAN WILL ISSUE AN
ACKNOWLEDGEMENT OF APPROVAL TO THE CONTRACTOR AND/OR SUBCONTRACTOR WITH A
Revised 4183 t
tCOPY TO THE AWARDING AGENCY (OWNER). IF ANY INCORRECT WAGE RATES ARE
' INCLUDED, THE CONTRACTOR AND/OR SUBCONTRACTOR WILL BE NOTIFIED OF THE
CORRECT RATE5 BY THE INDUSTRIAL STATISTICIAN AND APPROVAL WILL BE WITHHELD
UNTIL A CORRECT STATEMENT IS RECEIVED.
' SUBCONTRACTOR'", DULHE Y APPROVED BY THE R OF THE SF 9882 DEPARTMENT OFF LABOCONTRACTOR
SAND INM!STRI SI,
WILL BE A PREREQUISITE TO THE PAYMENT BY -HE OWNER OF ANY SUMS DUE THE
tCONTRACTOR.
NOTE:
t FOR A CONTRACT IN EXCESS OP $10,000 THE ^TATEMENT OF INTENT TO
PAY PREVAILING WAGES SHALL INCLUDE:
' 1. THE CONTRACTOR'S REGISTRATION CERTIFICATE NUMBER; AND
2 THE LNTITL DVTOLING [LATEPREVAILING WAGES UNDER RCW F WAGE FOR EACH
39.12.020; AND OF WORKERS
3. THE NUMBER OF WORKERS IN EACH CLASSIFICATION.
' EACH VOUCHER CLAIM SUBMITTED BY A CONTRACTOR FOR PAYMENT ON A PROJECT
ESTIMATE SMALL STATE THAT PREVAILING WAGES HAVE BEEN PAID TN ACCORDANCE
' WITH THE PRE-FILED STATEMENT OF STATEMENTS OF INTENT ON F'.LE WITH THE
DEPARTMENT OF LABOR AND INDUSTRIES AS APPROVED BY THE INDUSTRIAL
STATISTICIAN.
AFFIDAVITS OF WAGES PAID (SF 9863) ARE TO BE FILED WITH THE STATE
TREASURER, OR THE TREASURER OF THE COUNTY OR MUNICIPAL CORPORATION OR OTHER
OFFICER OR PERSON CHARGED WITH THE CUSTODY AND DISBURSEMENT OF THE STATE OR
' CORPORATE FUNDS AS THE CASE NAY BE AND 2 COPIES OF EACH AFFIDAVIT ARE TO BE
FILED WITH THE DIRECTOR OF THE DEPARTMENT OF LABOR AND I-'DUSTRIES,
ATTENTION: INDUSTRIAL RELATIONS DIVISION, 1601 SECOND AVENUE, SEATTLE.
WHENEVER PRACTICABLE, AFFIDAVITS PERTAINING TO A PARTICULAR CONTRACT SHOULD
' BE SUBMITTED AS A PACKAGE.
FILING OF ALL APPLICABLE SF 9843 FORMS WITH THE OWNER (AFTER DEPARTMENT OF
' LABOR AND INDUSTRIES CERTIFICATION) WILL BE A PREREQUISITE TO THE RELEASE
OF RETAINAGE FUNDS TO THE LONTRACTOR.
' 7-I.1J RECORDS AND REPORTS (REPLACEMENT SECTION)
TO COMPLETE AND SU3MIT THE FOLLOWING
THE CONTRACTOR WILL BE REQUIRED
INAL PAYMENTS TO THE CONTRACTOR WILL BE
DOCUMENT BEFORE PROGRESS AND/OR F
APPROVED BY THE PUBLIC WORKS DIRECTOR:
' 1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257
2. EACH JULY - STATE HIGHWAY FORM PR-1391
' Revised E/63
t
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE
PILECONSTRUC71ON MEETING. '
AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SMALL BE EXECUTED BY THE
BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH COMES WITHIN THE '
PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE FECRETARY
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
ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY
CLAUSE AND TF SO, WHETHER OR NOT HE RAS SUBMITTED ALL REPORTS DUE UNDER
APPLICABLE FILING REQUIREMENTS. t
FAILURE OF THE PART OF THE BIDDER TO FURNISH THE REWIRED CERTIFICATE WILL
BE DUE CAUSE FOR REJECTION OF THE BID. '
IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT TO P ' MADE, EXCEPT FOR LACK OF AN
I EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FALLS TO
PROMPTLY EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER ,
NOTICE BY THE DIRECTOR OF JBLIC WORKS THAT SAME IS LACKINr FROM HIS
PROPOSAL, THE PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, OR 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, 1966, HE SHALL
OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD IT
TOGETHER WITH SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT
OF SUCH CERTIFICATION FROM THE SUBCONTRACTOR. '
FOR THIS PURPOSE, CERTIL ICATION FORMS MAY BE OBTAINED FROM THE PROJECT
ENGINEER ASSIGNED TO LHIS PROJECT. '
7-1.1I CONTRACTOR'S RESPONSIBILITY FOR WORK (REPLACEMENT SECTION) t
THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE
CONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CASE, 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 REFUSING OR NEGLECTING TO DO SO, '
THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD
ANY SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SHALL BE
CHARGED TO THE CONTRACTOR.
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF
HIS AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACTOR'S
PLANT AND EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK. '
DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL
PURSUE ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY. '
Revised 4183
! SATISFACTORY C'�A- +':. OR ,`TICIENCY BE
WORK WHOSE, BE •.
�'*RUCTED WHIL° THESE
! THE
NO PORTIONS OF THE
CONDITIONS SHALL
NPAVORABLE OA PRF IA IONS ACCEPTABLE TO
AFFECTED 6Y U. UNLCSS BY SPECIAL MEANOS OVERCOT`E T'•y•
CONDITIONS EXIST,
ENGINEER, THE CONTRACTOR SHALL 6E ABLE
! 7-1.1�1BILITY FOR AMAGE (ADDITIONAL SECT T_.CN)
! N ANY STREET LE O IB UTILIZED BY HTS EO"'.PMENT FOR THE
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CDNTROLLING DUS'. AEG MUD N WITHIN
THE
AND 0. THE CONTRACTOR SHALL BE PREP`RED E USE 'AARY1NG
BY
PROJECT LIMIT RO7ECT. E UIPMENt A- DEEMED NE '�
! DURATION OF ;T kS, AND OTHER PIECE OF O
TRUCKS, POWER TING A NUISANCE.
THE ENGINEER, TO AVOID CREATING Vj" pppJECT, AND
! DUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL t0 GE TO
NO COMPENSATION WILL BE MADE FOR TTTIS SECTION. ACTION
TO
COMPLAINTS QN D CONTRACT��A AND 'ROKPT
! nST, MUO. OR UNSAFE PRACTICES AND/OR PROPERTY
HERSHIP WILL BE TRANSM iTR-D NOTICE OF CUR By,THE
PRIVATE OaILL tE Cq.,pLALNTS BE
N COR WI`L NG WCALLED FOR,J SHOULD REPETITIVE
' CITY. PLACEMENT SECTION)
! 7=1.l6 ION AN�N OF PROPERTY
TC THE AREAS OBTAINED
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRA NCHISS
BE O�'IRED FOR THE
! pROJECT. THE CONTRACTOR SHALL LIMIT HIS
AND SHALL NOT TRESPASS ON PRIVATE PROPERTY.INDICATED IN CONNECTIONS WICH u SE
vR WITH THE RIGHT 11 ACCESS TO
' tRE ow" MAV PROVIDE CERTAIN LANDS,
WORK UNDER THE CONTRACT TOG
SONABLT ENCUMBER THE PR''MSSES WITH RT
THE CONTRACTOR SHALL NOT U OWNER, AMY EQUIPMENT OR MATERIALS. LITY TO THE 6ED THAT Y BE
THE CONTRACTOR SHALL PROVIDE, WITH NU LIA"•T Of
ADDITIONAL LAND AND ACCESS THERETO NOT SHOWN OR OtHFR TTEMPORARY WORK AS
DETOUR ROADS, HIS EQUIPMENT,
REWIRED FOR TEMPORARY CONSTRUCTION FACILITIES OR ST•,RAGE OF MATERIALS, H
! SHALL CONSTRUCT ALL ACCESS ROADS, WORKERS TO THO.,° AREAS SHOWN AND
REQUIRED BY HIS OPERAA oNpPF THE RATIONCOFTN S OR SHALL CONII
! STORAGE OF MATERIAL,
DESCRIBED AND SUCH ADDITIONAL. AREAS AS HE MAY PROVIDE.
RESTO�F S S AND SURFACES
FACES ON EASEMENTS,
WORK UNDER YNIS C LL BET THF.
' ALL CONSTRUCTION OR FRANCHISE, SHALL BE CONFINED TO
A, GENERAL. -WAY OR pRANLHISE. ALL WORK SHALL BE
RIGHT-OF-WAY OVER PRIVATE R RIGHT-OF-WAY
LIMITS OF SUCH EASEMENTS,
Revl sed 4/83
ACCOMPLISHED SO AS TO CAUSE THE LLAST AMOUNT OF DISTURBANCE AND A MINIMUM
AMOUNT OF DAMAGE. YHE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES '
ACROSS EAgR4ENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS AND
TRENCHES 'r1LL NOT BE LEFT OPEN FOR MORE. THAN 48 HOURS.
B. "RUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS '
MAY BE NECESSARY FOR TMi PERFORMANCE OP TILT. WORK AMD. IF REQUIRED, SHALL
REBUILD THE STRUCTURES THUS REMOVED IN AS GOOD A CONOITION AS FOUND WITH
MINIMUM REQUIREMENTS AS HEREIN SPECIFIED. HE SHALL ALSO REPAIR ALL
EXISTING STUUCTURES WHICH MAY BE DAMAGED AS A RESULT OF THE WORK UNDLP THIS
CONTRACT.
C. EASEMENTS - CULTIVATED AREAS AND OTHER_SURFACE I.PROVEMENTS. ALL '
CULTIVATED AREAS,EITHER AGRICULTURAL OR -AWNS, LAD OTHER SURPACC
IMPROVEMENTS WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALT. BE
RESTORED AS NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDMON.
PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR
SHALL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE. IT t
IN SUCH A MANNER THAT IT MAY PE REPLACED BY HIM, UPON COMPLETION OF
CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED
WITH THE EARTH SURROUNDING THE,R ROOTS WRAPPED IN BURLAP AND RE LANTED IN '
THEIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES
DESTRCYED OR DAMAGED, SHALL BE PEPLACED BY THE CONTRACTOR WITH ]'%SERIAL OF
EQUAL QUALITY AT NO ADDITIONAL COST TO THE OWNER. IN THE EVENT THAT IT IS '
NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT
AND ROLLED AND REPLACED AFTEC THE TRENCHES HAVE BEEN BACKFILLF.D. THE LAWN
AREA SHALL BE CLEANED BY SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEFL EQUIPMENT SIMILAR TO THE SMALL. '
TRACTOR-TYPE BACKEOES USED BY SIM, SEWER CONTRACTORS POI. ALL WORK,
INCLUDING EXCAVATION AND BACKFILL, ON ?ASEMENTS OR RIGHTS-OF-WAY WHICH RAVE t
LAWN AREAS. ALL FENCES, MARKERS, MAIL &AXES, OF, OTHER TEMPURARY OBSTACLES
SHALL BE REMOVE' BY THE fONTRACTOR AND '.MMEDTATELY REPLACED AFTER TRENCH IS
BACYSILLED IN THEIR ORIGINAL POSITION. THE CONTRACTOR '.HALL NOTIFY THE '
OWNER AND PROPERTY OWNEi, AT LEAST 24 HOURS TN ADVANCE OF ANY WORN DONE ON
EASEMENTS OR RIGHTS-OF-WAY.
ALL CONSTRUCTION WORK UNDER THE CONTFACT ON EASEMENTS, RIGHT-OF-dAY OVER '
PRIVATE PROPERTY, OR FRANCHISE SHALL yF CUNFINED TO THE LIMITS OF SUCH
EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS
TO CAUSE ?HE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE.
THE CONTRACTOR SMALL. 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 STRUCTURES OUTSIDE OF EASEMENT :,LEAS THAT MAY RESULT
FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT
SHALL BE RESTORED TO ITS ORIGINAL CONDITION OR LETTER, THE ORIGINAL '
CONDITION SHALL BE ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE
PRIOR TO CONSTRUCTION. ALL SUCH WORK SHALL BE DONE TO THE SATISFACTION OF
THE PROPERTY 'HERS AND THE OWi7ER AT THE PTPENSE OF THE CONTRACTOR.
Revised 4/83
D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION
OF THE SURFACE OF ALL STRF'TS (TRAVELLED WA-e5) USED BY HIM IF DAMAGED.
IN THE EVZNT THE CONTRACTOR DOES NOT RAVE LABOR OR MATERIAL IMMMEDLATELY
AVAILABLE TO MARE NECESSARY REPAIRS, THE CONTRACTOR SHALL 50 INFORM THE
OWNER. THE OWNER WILL MAID: THE NECESSARY REPAIRS AND THE COST OF SUCH
REPAIRS SMALL 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 ACCORADNLP 191TH THE BEST AVAILABLE INFORMATION WITHOUT
UNCOVERING AND MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND
LOCATION OF EXISTING FACILITIES.
IT SMALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND
PRIVATE COMPANIES RAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
CONSTRUCTION AREA, THE CONTRACTOR IS WARNED THAT CITZ OF RENTON WATER,
STORM DRAINAGd, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL
' UNDERGROUND UTILITIES ARE NOT A MEMBER OF THE "ONE CALL" SYSTEM AND MUST BE
CONTACTED SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
' 7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (RF°:ACEMENT SECTION)
THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS:
BODILY INJURY LIABILITY COVERAGE WITH LIMITS OF NOT LESS IRAN $250,000 FOR
BODILY INJURY, INCLUDING ACCIDENTAL DEATH, TO ANY ONE PERSON, AND SUBJECT
' TO THAT LIMIT FOR EACH PERSON, IN AN AMOUNT NOT LESS THAN $250,000 FOR EACH
ACCIDENT; AND PROPERTY DAMAGE COVERAGE IN AN AMOUNT OF NOT LESS THAN
$500,000 FOR EACH ACCIDENT. IN ADDITION, AN UMBRELLA INSURANCE COVERAGE OF
NOT LESS THAN $5.000,000 SHALL BE PROVIDED, WITH IMF OWNER AND ENGINEER THE
NAMED INSUREDS. THIS LIMIT SHALL APPLY TO COMPREHENSIVE GENERAL LIABILITY
INSURANCE AND VEHICLE LIABILITY INSURANCE.
' THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTORY PROOF OF CARRIAGE
OF THE INSURANCE REQUIRED.
' 7-1.23A GENERAL SAFETY REQUIREMENTS (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 BE FURNISHED BY THE OWNER. THE CONTRACTOR SHALL
FURTHER NOTIFY EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PPIOR TO
CONSTRUCTION IN FROFT OF EACH PROPERTY.
Revised 4183
i
7-1.23C FLA(#N, BARRICADES, AND '-- SIGNS (REPLACEMENT SECTION
THE TOR
GUARDS, FLACCMEN SHALL,
EQUIPMENT CONSTRUCTIOENSE N PROVIDE ALL
ANDGyICHTALiCHTS BARRICADES
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 :HE ENGINEER, '
RIGHT TO PR W THESE ESE LIGHTS AND HE CITY SHALL HAVE THE
THE
AND DEDUCT SUCH COSTS FROM
PAYMENTS DUE THE CONTRACTOR. WOK SHALL BE RESTRUCTURED, THE ORDER OF WORK
MODIFIED, THE HOURS OF WOK MODIFIED OR THE WOK HALTED ALTOGETHER AT THE
ENt;INEER'S DISCRETION WHEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF
ACTION NECESSARY TO PROTECT 1'HE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH,
AND WELFARE.
ALL SIGNS REMOVED SHALL Be SALVAGED AND DELIVERED TO THE CITY YARD. '
THE COST O� FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION '
SIGNS SHALL BF INCIDENTAL TO THE PXQJECT ANT NO COMPENSATION WILL BE MADE.
SECTION 8 '
8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION)
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE '
FIRST PARTIAL PAYMENT IS MADE, THE CONTRACTOR SHALL DELIVER TO THE
ETO THE NGINEER, AN ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY
OF EACH OFN THE• VAEER RIOUS PING AY ITEMS EOFDWO K REQUATES OF IRED UNDER A THE CONTRACT
DOCUMENTS AND THE ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT HEDULE. THE
THAT WI:L '
BECOME DUE TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SC
CONTRACTOR SHALL ALSO FURNISH PERIODIC ITEMIZED ESTIMATE '
THE PURPOSE OF MAKING PARTIAL THEREON. S OF WOK DONE FOR
PAYMENTS TH MAKI THE COSTS EMPLOYED IN
NG UP ANY OF .HESE SCHEDULES WILL BE USED ONLY FOR ETERMINING THE
BASIS OF PARTIAL PAYMENTS AND WILT. NOT BE CONSIDERED AS FIXING A BASIS FOR '
ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT.
I
ION THAT OPERATIONS
WILL OR MAY FAOLL BEHIND THE T SCHEDULE EOF THIIS FIRST R RDURNG OOGRAM, 171E CONTRACTOR
SHALL, UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FORM AS '
SPECIFIED HEREIN, SETIING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED
B MADE LABOR ORCES OR UP, AND CONFER WORKING
SHIFTS. NIGHT WITH THE ENGI NEERORK,UNTI T AN APPROVED MTBy IME LOSS WILL '
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 t
PERFORMED IN COMPLIANCE WITH THE CONTRACT PROVISIONS.
PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTF^CTOR AFTER SUCH REQUEST IS
MADE AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY
Reviaed 4,.,5
1
YHE CONTRACTOR HAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE
ACCEPTED SCHEDULE OF CONSTRUCTION OR APPROVE' MODIFICATIONS THEREOF, IS
• HEKEBY MADE AN OBLIGATIO', Or THE CONTRACT.
' PRE-CONSTRUCTION CONFERENCE
PRLOR TO THE START OF CONSTS!r I:ON, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTORS, UTILITY DF.PARTMEN'., TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALE ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PUCE,
AND DATE TO BE DETERMINED AF'.ER AWARD OF THE CONTRACT, SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEN) A WEEKLY CONFERENCE It) REVIEW
' PROGRESS AND DISCUSS ANY PR'IBLEMS THAT MA', LE INCURRED. THE TIME, PLACE,
AND DATE TO Br ESTABLISHED AT THE PRE-CCISIRUCTION CONFERENCE.
' 8-1.05 TIME OF rOMPLE-LION (ADDITIONAL SECTION)
THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSECUT'" THE WORK TO COMPLETION
IN ZLL PARTS AND .}U IREMENTS. -�t)Er-�Rb,fSfT—SH.
�N-M9RHF�:6-0A�F6� �^y.
' Kl)VTDFD, HOWEVER, l T THE CITY COUNCIL SHALL HAVE THE RIGHT JPON REQUEST
OF THE PUBLIC WOR,.S DE PARMENT, CITY OF RENTON, WASHINGTON, TO EXTEND THE.
TIME OF COMPLETICN OF SAID WORK. NO EXTENSION SHALL BE VALID UNLESS THE
SAYE 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
IMPi.OPER WORK OR MATERIAL SHALL NOT FURNISH ANY GROUN.,S TO THE CONTRACTOR
FOR CLAMING AN EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND S%%LL
NOT tELEASE THE CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO
COMPLETE THE WORK WITHIN THE TI11.f REQUIRED.
' RECOGNIZED HOLIDAYS SHALL BE AS FOL10,5: N1. YEAR'S DA`.', LINCOLN'S
BIKIHDAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS
DAY, THANKSGIVING, AND THE DAY FOLLOWING AND CHRISTMAS EVE AND CHRISTMAS
DAY. THE DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN
' CHRISTHAS DAY OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SHALL
BE A HCLIDAY FUR 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 THE STANDARD SPECIFICATIONS ARE
DELETED AND VOID.
R .feed 4/83
1
' 9-1.09 LIQUIDATED DAMAGES (ADDITIONAL SECTION)
THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION 70, DAMAGES FROM
' COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED
BEYOND CONTRACT COMPLETION DATE. THE COSI OF ADDITIONAL INSPECTION AND
SUPERVISION SHALL BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT
FOR OVEKHEAD.
8=1.11 OVERTIME 40RK BY OWNER EMPLOYEES (REPLACEMENT SECTION)
WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WORK OVER THE ACCPPTED 8 HOURS
PER TAY 0' 4, HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES
' INSPECTION, 1n_ . THE CONTRACTOR SHALL REIMBURSE THE. CITY AT THE RATE OF $50
PER POUR. THE CITY SHALL PAVE THE SOLE AUTHORITY IN DETERMIN'NG THE
NECESSITY OF LEAVING THE OVERTIME INSPECTION, AND SHALL NOTIFY THE
LONTRACTOR OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONIES DIE THE
CONTRACTOR ON EACH MONTHLY ESTIMATE.
' B_1.L2 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' :LANT AND
EQUIPMENT. THE OWNER SHALL RAVE THE RIGHT TO MAKE US? OF 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 SH1. BE CONSIDERED AS EXTRA WORK AND
' PAID FOR ACCORDINGLY. -1 ,
NEITHER THE OWNER NOR THE F.Sf INEER ASSUME ANY RESPONSIBILITY, AT ANY TIME,
' FOR THE SEUTITY OF THE SITE FROM IMF, TIME CONTRACTOR'S OPERATIONS HAVE
C"ENCED 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 DEEPS NECESSARY FOR THE PUBLIC
' SAFETY AND FOR THF: PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE
OWNER WILL BE PROVIDED KEYS FOR ALL FENCED, SECURED AREAS,
8-1.13 ATTENTION TO WORK (REPLACEMENT SECTION)
' THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHALL SUPERVISE THE
WORK TO THE END THAT I': SHALL BE PROSECURED FA'THFULLY, AND WHEN RE IS NOT
PERSONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES BE
REPRESENTED BY A COMPETENT SUPER I NTE 7DENT WHO SHALL HAVE FULL AUTHORITY TO
' EXECUTE THE SAKE, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY,
AND WHO SHALL BE THE LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE
CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS
' DELIVERED T, HIM OR TO HIS AUTHORIZED K.YPRESENTATIVE.
' Revised 4/83
secrloN 9
9-1,01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECTION)
' ALL DELIVERY TICKETS THAT ARE REWIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME OF
' DELIVERY. NO PAYMENT WILL BF. 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 INITIALS.
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. WITV 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,
9-1.09B 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 R. HAS BEEN RECEIVED AND APPROVED.
' 1N THE EVENT THAT An, MATERIAL OR WORKMANSHIP DOES NOT MEET THE
REQUIREMENTS OR SPECIFICATIONS, THE CITY MAY HAVE 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, PROVIDED, THE CITY MAY
NEGOTIATE PAYMENT OF A LOWER UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
Revised 4/83
' SECTION 10
10-1.00 PERMITS AND LICENSES (SUPPLEMENTAL SECTf6�
' THE FOLLOWING PERMITS AND LICENSES ARE INCLUDED FOR THE CONTRACTOR'S
CONVENIENCE AND ARE TO BE STRICTLY ADHERED TO. THE INCORPORATION OF
1 THESE DOCUMENTS INTO THESE SPECIFICATIONS DOES NOT RELIEVE THE
CONTRACTOR fROM OBTAINING OR COMPLYING WITH THE NON-PERMANENT PERMITS
AND LICENSES THAT THE CONTRACTOR IS REQUIRED TO PROVIDE AS OUTLINED IN
THE LEGAL, SPECIAL AND TECHNICAL PORTIONS OF THESE CONTRACT DOCUMENTS
1 AND AS MAY BE REQUIRED FOR THE CONSTRU "ION OPERATIONS. ADDITIONAL
PERMITS AND LICENSES MAY BE REQUIRED FOR THE WORK OUTLINED IN THESE
DOCUMENTS THAT ARE NOT INCLUDED HEREIN. THE CONTRACTOR IS ADVISED TO
1 CONSULT WITH THE ?UBLIC WORKS DEPARTMENT REGARDING THE COMPLETENESS OF
THE PERMITS AND LICENSES INCLUDED HEREIN.
i
1
1
i
1
f
i
i
1
i
1 SP IR
Revised 4/E3
1
TECHNICAL PROVISIONS
1093 ASPHALT rESURFACING
Technical Provisions
MDBILIZATION
Mobilization shall be considered as incidental to the project and no compensation
will be made.
LOCATION
The location of work is shown on the location drawing of this contract document.
ASPHALT CONCRETE PAVEMENT
Asphalt Concrete Pavement (AR-4000) shall be in accordance with Section 27 a 34 of
the Standard S;ecifications except as herein modified.
SPECIFICATION DESIGNATION AR-4000
Absolute Viscosity ! 1401 F poise 3000-5000
Kinematic Viscosity a 2-75° F CS, Min. 275
Penetration at 770
F., 100 9/5 sec., Min. 25
Percent of original penetration at 77° F., Min. 45
Ductility at 77° F., Min. 75
TEST ON ORIGINAL ASPHALT
Flashpoint, Pensky-Martens, deg. F_ Min. 440
Solubility in Trichlorethylene % kin. 99
The asphalt corn rete placed will be a Class B Mix. In order to obtain a uniform,
averlay of one (1) to one and one half (1-1/2) inch, the maximum aggregate size
shall be reduced to 1/2" Minus, by
Ins
ion
hall
thetC-tytas adequate to to place and compactrned asphaltthe concreteainoorder to withstandloads imposed by vehicular traffic.
Payment will be made for "Asphalt Concrete Pavement'; Class B, per ton, which
shalt be full compensation for furnishing all labor, equipment, materials and
supplies required for the installation of asphalt concrete pavement.
1 ASPHALT TACK COAT
Any costs incurred for Asphalt Tack Coat such as materials, labor, equipment and
tools required for procurement, haul, and placement shall be considered as
incidental to the project and shall be included in the unit contract price for Asphalt
Concrete Pavement and no compensation will be made. Tack Coat shall comply to the
' latest Asphalt Institite Specification for type and grade CSS-1.
' TECHNICAL PROVISIONS (Continued)
' PRIVATE UTILITIES
The Contractor is responsible for notifying all private utilities affected by this
project to locate and coordinate the adjustment of their improvements so that his
paving operation will not be interrupted.
PREPARATION AND ADJUSTMENTS
All detail work such as cleaning, sealing, patching, utility adjustment, manhole
LadjustmAnt and catch basin adjustment shall be performed by the Contractor. All
boxes, manholes, catch basins, and other utilities structures will be adjusted to
after the resurfacing.
osts incurred for adjustments such as materials, labor and equipment shall be
dered incidental to the project and shall be included in the unit contract
for asphalt concrete pavement and no additional compensation will be made.
TRAFFIC
The Contractor shall contact the Traffic Engineering Office forty-eight (48) hours
prior to starting work to outline barricades required and for street closures.
It shall be the Contractors responsibility to notify the public on the various
streets prior to paving.
Any other traffic control will be in accordance with Section 7-1.15 of the Standard
Specifications and considered incidental to the project and no additional compensation
will be made.
PROJECT SCHEDULING
Bidders are cautioned that the paving of N.E. 20th St. and Jones Ave. N.E. shall be
delayed until such time that the Sanitary Sewer contact is completed. The contractor
shall begin constructio.i until notified by the ,wner.
i
0
1