HomeMy WebLinkAboutWTR2700766 W-766 SPRINOBROOK WATERSHED FENCING - Phase I WTR-1 1+
BEGINNING
OF FILE
FILE TITLE
�iasB�K (c)n7�25tied
�� NciA) G - Phases
?I3,'_r, Affidavit of Publication
City of Renton .
Feocin`
aid Date.J.Iy a
—eTrYOPaekro STATE OF WASHINGTON
CALL FOR NDs
SPRING
ERS BRED HED COUNTY—SS.
KING C NA SS.
w
FE.4CING
Sea1. oiCaNR ill! be rx.•iyed
the
xlp m July Mn.ISN/at The llrldersigned, on oath states that he is an
Eeme Cttr Rert'a ufli ,M wUl au::-,rued repremlitatl"o;The Daily Journal of Commerce.
onened and publicly rnit� a d.;.y newspa which news
PentotnN aie,pranl euttie„ _fled o! � WF+er is a ,Rai newspaper
Xlll Ave.South general Nmu'aa� and it is now and has been for mom
The wort I. be per(orm. than six months prior to the date of publication hereinafter
wnhin W working Ealn from rrre.ed to. pub,.shed a the English ,angun.�e romikkuuusly
�be date of Cnit, a wm in. an a daily newspaper in Seattle, King, County, Washirgtvn.
under elus rbelinu awl m' and it is now and during all of said time was printed m all
elude,but 118 . Ifn1 Ato
Inatdbaion of a prow- ufficd maintained at the at resaid place of puhiication of
fmatel f12 It 5 L FI site this newspaper The flatly Journal of Commerm was on the
-K arwtth ba wl As l2th day o: June. 1941. a
The Cltr merges the nl{Rt to the Su ppmvrd se a lei;al newspaper by
Superior Court of
taiveav,and/or all nidsaM to Ring County.
am As or all . en
:nafitfea. The entice in the exact form annestd. was puhlished in
Ali:
A a pfans f .per. regular issues of The Daily Journal n}Cvmmerre whtnl, teas
Iris;aml and tone of ron<ntt regularly Of
to its suha] .1 C durir.c the ),duw
the PuL lr may be obtain tat
the FutilC Work, Depanment
ofnce at ;be IMntwn Munkfva� stated period The a.uwxed nuttce, a
amu,h : for a de sit of 11ft
Ylu, /�dp m P1ot'fM of Bid
postage,i(°ml,tied The deposit Call
well be refund.upon letum of -
the
tans and SVenfkwtims in -
load
ays CAr
n dubd oprnind Tia war pulkltshcn bn 3atN! 20
mfunnded Charge will nM be ._. a 29r 1484
A PrPufied Cheek or bid bond
in ibe amount of fly, peran: ...... . ._ -.
IS%)of the'Onl amount of each
niddThmeu))tamollir y,aCRbttl
N.Nis r•a Fair vrutiiev,and _
dyl �pipaelyrimfvalion P liclen
Coy Clerk Subscribed and sworn to before me �n
Dales of publieatlon in lh.
Swale of Joµmal (Ccc,
metw.June 2an0ri.19b1 _. ._ June. 2D, ;4U4
Nara+) IyM1llt Rrt epr al n.e of ReyAmar,nJ�~
a,a1e1V la foam., i
�' I
•
nso-F, Affidavit of Publication
City of Renton
Fencing
l ad pate.Jul,a
-OF 8[BTO% STATE OF WASHINGTON
—cAU FOR Rtp' KING COUNTY—SS.
SPRING RROGR
WATERSHED
FENCING
PRASE
Seated bids will bit t- ieed The unders grad, on oath states that he is an
un!.112:Ntp g m�July Sth.laNat
the City Clerk a trace and w111 authorized repre-rn;ative of The Daily Journal of Commerce.
ben nee and publicly read in a daily newspaper, which newspaper is a I_gai newspaper
the o /!un unit l it annferar Bud tes•dim•.room of general circulation and it is now and has been for more
Y Wm on .Rld
Mill Ave sort,� than six months prior to the date of puhhcanon. hereinafter
The work to be pe frorn refemi to, publishedi in the English !aneuaye continuously
within 9n a rkina Odra
the doe of Com m.navment as a daily newspaper in Seattle. Kir.e Cnunn, Washington,
under ,hit rontrael MJ iw and It is now and during all of said time was printed in an
dude.but r a De limited to o{ryttt maintained at the rtnrrsaid leer of
InI liaunn of approp P publication of
,mateI Is 25 L Pt. site this newspaper. The Daily Journal of Commerce was on the
pe meter chain IiM JaeNp 12th day of June. 1941. approved as a legal newspaper by
It�wlth Mrb rlw. the Superior 7M Cij to lotar I right•o Fie Court of King County.
redact any and/or Nit bids and to
wdve any and or all :nfoa The notice in thr rxact form anr:rzrd wits published in
maptits re lar issues of The Dail Journal of Commerce, w�hidi was
Ap�roved tans and spar ♦ti )•
A,ircummtearob�t•nbtanin iii regularly distributed to Its subscribers dunn;; the brvlow
tM Public works DeIanment stateii period -9ir annexed notice. a
office at the Rentun Mar I
an
each na toytutdeWsn 1 t '.'.1 ._ Notice of !id Call
portage, if mailed 7Te 6epotit
w11 be refunded upon rraatttarn o/ --- -- -the Piano and SpecWn[tma in
Yood roMitiun wuhM 1 tywas published oo -_ jWM 22. 29, 19"
Gaya aMr bid .peppy. T
ma1GM charge will ant be
_.._. _... .__..... ...
refunded
A cenlfled checks bib
lit thr amount M ne,e prit'at1t -'
SSF/litWl{n�rttcot�tpaflpaemyoIh btdd
baYm^it F 1 �Y
Y•a a r raetlaes and
Aom 1.^rlminetinn Pa Ucles
hall�pp 1_
YAXIIVb E.YOTGR. Subscribed and swam to hr(ore• Inc on
u CIof
s a puyylicattan in the
i _
Swtle urw,r� n Jourl al Co..
rMee.Jnrr Fand IIa,iWa
y ..._
Not
Pre rM at 4e nit w aee.n,
aYttL
j
sutwe
o merce
le:elablkbad 180b1
YJ COLL'Y81A Sr. 1106 U&42:21 SCATTLS.W4v11. U101
City of Rental
Office of City Clerk
200 Mill Ave. So.
Renton, Na. 98055
Notice of Rid Call 7130-8
Fencing
55 lines @ 1.00 per line 55.00
55 lines 2 90t per line 4Q.sil 104. —
cd —
'.rI;FVAhteR I.& LAVES OF 1:...
CITY 0F NTON CERTIFI pil N
Pub shed June 2 9 1984
l 1N1 0.0f.11a.10 N.,Its, '.A
ON aNI! 01
I lIO+J U.fYYl.l 114NIIXM .Iw C[
t 0N IINIONULD.000
1 C\.IYIt.J011.0Vn5 me
NYMCM^O.UIt N.Ni�1µ 1!J0 n.M 1 I10NYY
� t0. iM1M.M � O
A:I"fttl Cl1
Cf11tVf r0
N f.MW.
1.0Nt0
Pkar IWWde AMmat\amber with Pilmmenl
Affidavit of Publication
STATE OF WASHINGTON
COUNTY OF RING '
Cindy, StruPP I,rmaOnt aols.worn on
lItt 01F RENTON Public „�N�
with.deposes,nd agedha,she ,r,, Chie Cler', of CAIt FOR BIDS f bl ,�1/,1
OOK
THE DAILY RECORD CHRONICLE,a news e r umished six to I time. BRRINOB IED
P pe P WATERSHED A catch, aeG a ba
week.Teat said newspaper is•It to the date and it is now and Ms been FENCpp Emp m ny t dWe d rxa
for more lion sh months prior to the wise m Pubuill,t.n referred to, pm ill, 1 psrosm of h the awe
primed and published d In the English Ki lsn1Inge cuntinually as a sewsyaper w,,s olds rna b rr so di of sad, i d must
barbedtour .1ofsawirein Rent, ted in
Wnhlnpon,and It Is
�w adai antis,all of tic time was Filmed In a alike the gamed es the pw`va wa J'.�P w'�,kdf aasonlparN soh bid
afonuld lace of ippir.'ed.of sain newspwm That the Day Record ,a.tillsl ew Gq CM'a This Cans FM AaN'ros
Chronicle Etas,
I.which
it I,pelnv , .lo-.bl King Cunt Superior odaare, atd wil,N e,opirsedfall
and Non s-a mina0en
Coug,d the Court, In whkh i,1.pubb.ned.to wlL Rle,Count), and pMss ned n rep s. fhYicw enen WOh
alit N,nle,awa roan RF Mur,e E Moe"
Call For Bids nbn M'naaD'koftm Gov
Washington Tn,l the.nesedua Mf1 A. Baas Pusismd^ngOver sus,
TMaaalolMpaMltMw wmoaarat An,22 vot
wan oo writ oo"*sa III.HI Pow
to dw of ONWAM FW
tda,t aateW ow w
ckom.list na be tRlaad w
as It was publu,...In regular uses land Vdw~ at rom�
act in supplement formal said newspaper i tuse each issue for a period watef $$ L Ft Me
paratlela tpteR ask m
N-s'Iaph Wbw
of NK Two com,"utiveaawea,Nmmewringoathe The°N rssawls arwyn
a,awe air awe as bit
and m wavy am mdv Y
22ndday of June .Ie 84. ,and enddM tide MN0"^r""a
Approved plans and
rpecatasdw as farm al
we 0a domomma mw,e
29thd.yw. June ,Ie 84.1ndlhdatea aWAhodbPubklInY
inclusive,and that ouch nawepgwr was regularly distribnrd to its sub- Dapstenea CRpot,ef*
scrnlwrs during all of snal pennd That the full amount of the fee MMMlnlC"BW IfW*
of Iwo ision vast
charged for the tore inn p,l1ueasSMIOOw WAP.
g M g Pubhcalnan a the sum of S 43.s6 Brbch 11masad.ThadtlpeOlAbo
has been pad m full at dne rate of per fwle of mte hundred words for the teMdsd upon sills,a tb
Met insertion and per folio atom hundred words far each aubse0 t pies,and Bpedlas,atls as
Insert ma den mnMson wilt ewb
c— it."loss lid apsteq.That
sway coin"aw no,b
a0,,ndrd
Chief C1 rk
Su scnMdnndswornlohefaremeth.v 29th. day of
June la 84
T
41 I the state
� �a,
Notary r'uAuc m. r the State of Washington,
aiding et xIdRJHIng County.
Federal Wau
—Pasud by the legislature,IM,known as Single Bill MI,ofNcbw Jury,
i th.IM
—Western Vmon Telegraph Co rules for counting words and figures,
adopted by the newspapers of the State
wr Nrlywald6Y
RENTON CI'Y COUNCIL
Regular Meeting
July lb. 1904 Municipal Building
Monday, 8:00 p.m. Council Chambers
M I N U T E S
CALL TO ORDER Mayor Barbara Y. Shinpoch led the Pledge of Allegiance to the
flag and called the meeting of the Renton City Council to order.
ROLL CALL OF ROBERT J. HUGHES, Council President; EARL CLYMER, NANCY L.
COUNCIL MEMBERS MATHEWS, JOHN W. REED, RICHARD M. STREDICKE, KATHY A. KEOLKER.
MOVED BY HUGHES, SECONDED BY KEOLKER, ABSENT COUNCIL MEMBER
THOMAS W. TRIMM BE EXCUSED. CARRIED.
CITY STAFF BARBARA Y. SHINPOCH. Mayor; LAWRENCE J. WARREN, City Attorney;
IN ATTENDANCE MAXINE E. MOTOR, City Clerk; CAPTAIN JAMES POURASA, Police
Department.
PRESS Pat Jenkins, Renton Record-Chronicle
MINUTE APPROVAL Councilman Stredicke requested that on page 4, paragraph 8,
line 7. the word "defeated" be replaced by "edged." MOVED
BY HUGHES, SECONDED BY KEOLKER, COUNCIL APPROVE THE MINUTES
OF JULY 9, 1984 AS CORRECTED. CARRIED.
CONSENT AGENDA Items on the Consent Agenda are adopted by one motion which
follows the listing:
Bid Opening - City Clerk reported bid opening on July 5, 1984 for 1984
1984 Asphalt Asphalt Resurfacing Program, Phase 1; Engineer's estimate:
Resurfacing Program $99,245.25; four bids received. Refer to Utilities Committee.
Bid Opening - City Clerk reported bid opening July 6, 1"ll for Springbrook
Springbrook Watershed Fencing Project, Phase I; Engineer's estimate:
Watershed Fencing $25.000.00; five bids received. Refer to Utilities Committee.
Annual Certification City Clerk reported receipt of annual certification of
of Washington State Washington State Department of Transportation (DOT) listinq
Department of of State Highway Route descriptions within limits of
Transportation incorporated cities and towns as of July 1, 1984 tabulated
Listing of State in three sections: Transferred Routes (no longer necessary
Highway Routes to State Highway System); Limited Access Routes (vested in
the State); and Certifications (State Highways within limits
of incorporated c''ties anc towns). Document on file with
City Clerk, Public Works Cirector and Traffic Engineer.
Information only.
Optional Boat Executive Department requested ordinance to bring City into
Tax - Marine compliance with King County legislation instituting optional
Patrol Agreement boat tax as required by provisions of Interlocal Agreement
with Mercer Island for marine patrol. Refer to Ways and
Means Committee.
Ballot Issues Finance Department requested adoption of ordinances for 1904
for Primary Primary Ballot Propositions regarding acquisition of Maplewood
Election Golf Course and construction of Community Center as presented
in Committee of the Whole Report adopted 6/1P/84. Refer to
Ways and Means Committee. (See Ordinances f Resolutions.)
Six Year Public Works/Traffic Engineering Departments submitted Six-Year
Transportation Transportation Improvement Program Update for 1985-1990 and
Improvement requested public hearing be set for August 6, 1984. Council
Program Update concur and refer this matter to Transportation Committee.
LID 323 Final Public Works/Engineering Departments submitted LID 323 Final
Assessment Roll Assessment Roil (SW 43rd Street between West Valley Highway
Public Hearing and East Valley Highway) in the total amount of $350 331.10.
and requested public hearing be set for August 13, 1984.
Council concur.
Consent Agenda MOVED BY HUGHES, SECONDED BY REED, COUNCIL APPROVE THE CONSENT
Approved AGENDA AS PRESENTED. CARRIED.
Rtnt" city Cawol. .
1113/84 Papa two
Audience Cof Hit continuer!
Highlands Twain follow;09 further disCUNipn, NOTION CARRICO. Mayor ShinPoch
Ligeu, License eeplained that following public bearing, a recdMnbtion will
tonti NWd be forweded to the City Council, tIn Ming of wtoost
importerlce.
CONS(NT AGENDA City Clark bone bid openino 7116/84 for halt hill Pibaline
gN Opening Project: fiw bids received; Engineer'\ setleaN; $210.905.00.
We L. Pill pipeline Mfer to Utllitist ca t N.
Busines, L;can.< Finance/Licensing Department requastod raviw of deletion of
Special police Mckground Investigations for businea liters, spec Nl
Endo,-seeeut, endorsevents, ,.e_ lock Nlths, security patrolwen, private
detectim, pawnbrokers, and secondhand balers. Refer to
Commi;1, Services Coven;it".
Ore-Cai; Fwblic worts Mpartaent mottled raviw of One-GII Notification
Nolif.tatiW $yyet. for the benefit of contractor, and jurisdiction, as
System for required by Substitute IbuN gill 657 r@,#Htly 4doptod by Stott
Utll,tn<, Legislature. Refer to Utilities C w,i rite.
CAG-OSI-83 Pub1,l Wars. Department I.",Ited CAG-O51-83. : Is Srrop,
C it Shops 4 Pyojecq and req.,It.d Approval of the pros ec t, out nor,atlon
Project Final for fine! pay St;h , eoAwenc\Merl of 30-00, ;,an >er,pd,
P aYwenl and rel.,ye of retained amount of 5111.084.40 10 tontraum.
114u91, tNOtr Ndt;or Cory,i if all .leas<s have been rece;<ed
and all Irons have been Jeered during [hat V<UY,. Comz,I
concur.
Utility to,ewant Public WOrks/Utliitles Department eubh;tled request for atility
Vacation Request - "A .t vacation by gwh, Road a Hitching,, Inc. far wsAi"ton
Washington Tedheical 149MiCa1 Center, property located Mar Powell Avanw SW and
Center SW Tartly Street. Rah, N Utilities Car Its*a.
Corse^I MGVED 61 NUGHES. SECONDED By REf O. COUNCIL A Thf GNSEh-
AdrNbd AGENDA AS PRESENTED. CAARITD.
C DRNE S=)NDENCC Letter from worst Lraes, 4270 N<llsl edt. Ge•re^ Deeera;
Pen Pal A.......d 010.11 w41 read e•Orefsln9 interest ,^ cor-elpondi.c wV
n Amc r.can fam,l,. At" (unam 's A 4S year .14 - rn,: err nee
,sarriae, and father of two d,ughtm,, MGVEG By MATHEWS.
SECONDED BY HUGHES. REFER THIS CO,RESPONDEY.L /0 THE
ADMINISTRATION. CARRIED.
OLD BOS.,ESS W,I.(I<` Gommttrt Chairman ".I hews Pre,Y-t.j A report
ut;I,l en ,on;u..,n9 ,n In, ,rcolmehdalion of the Public soli, D,,..t1rt
[urniI t,'r Iu ac.opt the lcf. bid of Watson Asphalt Pa, ^g Cor i the
B;d Ayr, to, amount of S9p.752.40 fir the 1944 Asphalt A<wf facing 0,oeram,
1984 A,pna'I Pnast L. The Colwn,lte< also recmwei trout the nyor area
Revurfa.mq City Cirri, he authoripea to execute the .antra.. Soc,me,, ,
Pro,,"n MOVED BY MATHEWS. SECONDED By KFOLKER, COUNCIL CONCUR IN THE
UTILITIES COMMITTEE REPORT. CARRIED.
Bid Award for Utilities C9 ittN Chairman MaNws presented a report
Springbrook concurring In the r,cmewsnb Uon of the Public work, Moarlmem
w.telthed to 411ept the iw bid of Bull fence Coepany In the thei of
Fencing, phase I $15,992.05 (corrected fig,,,) for fUsa I of Ine Springbrcos
Watershed Fencing Project. The Gentiles furt Mr re<mnerds
that the Me or and C,t�CI kk M A.tharind to ,wtun the
,.It ct uMHU. flllVEg IY MATHEWS, SECONDED By vCOLKER,
COUNCIL 'CROWN IN TIRE Uf1UTHS COMMITTEE REPORT. CAARIt0.
Tr. rt a[b0 7ransportat,on CohwLtroe
C iliac report con urring .n the rwmry eat bn of thr P,.bl.c wcrL,a
on so .tad Airport Department.lost A new consolieata4 gfound least LAG 003-84
Ground 1.11, with be prepared to cover the A010-0yna Leasing Corporal;on .As.
MrU-Onw Corp, of ground apace (reduced by the area transferred in no Plane
LAG 00).84 Spate Ibastme All, Inc. - LAG 006.84). The Cmwnitte, further
fDlfcuye in that reeomenbd revised rate structure as show,
Mlw 1. be effective SNteeeer 1, 1"A for a three-year tarn
a. ground lease rate of $0.14 per sgwre foot per year
Uncressed frole $0..2).
A. Rai rate for C;ly-doned Old Vdcat•onal School bcilding
05-01 to be $080.00 per wonch,. IRS. cnalwl
T r
UTILITIES COMMITTEE REPORT
JULY 23. 1984
LPRINGBROOK WATERSHED FENCING, PHASE I
the Utilities Committee concurs in the recommendation of the Public Works
Department to accept the low bid of Bull Fence Company in the amount of
$15,992.05 for Phase I fencing of the Springbrook Watershed.
The Utilities Committee further recommends that the Mayor and City Clerk
be authorized to execute the contract documents.
Nancy t S. mirman
ik -
Kathy Keolpr, Vice- .hairman
Thomas-rime, Member
p aJ� rvml
_71 -
'
e
} — — -- t "
66f 9 6* n - 7Si SJ . p .. r - oS t ., ✓iy sfs�+ya
is 6Jb w wr _ A,—s -� i!a A111 lw11 w1M 1i10 ra+aan naoa Va. agar ar na0a+an asaawn •aoa uwr t.'naa ..aoa aen pwa+w^� �I!
N(`J".rd5+r•t(j �r�N.rr cv:-N r. r ,~ Nl! . -. �' -i ct3rH`,a�3t.tr1�
� ivlJ r , .tiJ a:•wa�a•nanowa t ,YN7NF7`7iviir,
s 9/✓JY/�i � s/ r'f;giro
S190018
AWARDED_ '�2-0}q s . Contract No.CAG_
1 TO _
- a 4S3ty _
1
BID PROPOSAL AND SPECIFICATIONS
FOR
1 PHASE I
1 SPRINGBROOK WATERSHED
1 FENCING
1
1 w _76(o
1
CITY OF RENTON
1 PUBLIC WORKS DEPARTMENT
MUNICIPAL SUIIDING. 200 Mlll AVE 5
RENTON. `,wSN. 90055 • (2061235 2651
1
r
r
r
CONTRACTOR
rBull Fence Company
P.O. Box 617-C
rCollege Place, Washington 99324
Partnership:
r James Flud 1-509-529-7157
Dan Flud 1-509-522-0056
Robert Flud
iINSURANCE AGENT
rRobert F. Driver Company, Inc.
400 Cedar Street
rSan Diego, CA 92112
Phone: 1-619-238-1828
rContact: Larry C. Harpe
BONDING AGENT
r
Cox Jones Insurance Agency
r P.O. Box 688
Walla Walla, Wash 99362
r Phone: 1-509-525-1320
Contact: Brian Jones
1
r
r
r
r
j
\ LAKI
W'ASHINCTON 1
0.
1-406
1
E
f SABom s1.
SPRWGBROOI� '
WATERSHED«
Pr
_a.
VICINITY MAP
1 CITY OF PENTON
BID PROPOSAL AND SPECIFICATIONS
SPRING BROOKWATERSHED
FENCING
' PHASE I
' INDEX
Summary of Fair Practices/Affirmative Action Program, City of Renton
' Scope of Work
Instructions to Bidder
Call for Bids
iCertification by Proposed Contractor/Subcontractor/Suppiler/ref. EEC
Minority and Womenrs Business Enterprise Participation
Certification of EEO Report
*Certification of Bidder 's Affirmative Action Plan
' *Non-Collusion At (davit
*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 Sample Form and Instructions
Environmental Regulation Listing
' Hourly Minimum Wage Rates
Special Provisions
Technical Provisions
Detail Sheets/Standard
' Documents marked * above must be executed by the Contractor, President
and Vice-president or Secretary If corporation by-taws permit. All pages
must be signed. In the event another person has been duly authorized tc
execute contracts, a copy of the corporation minutes establishing this
authority must be attached to the bid document.
CITY OF RENTON
Public Works Department
Renton, Washington 98055
' EIIIN17 "A"
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
' ADOPTED BI RESOLUTION No. 2740
The policy of the City of Renton is to promote and afford aqua:
treatment and service to all oilisene and to assure aqua: employ-
ment opportunity to all persons regardless cf rave; opted; color;
ethnicity; national origin; ass; the presence of a non-jab-re laird
physical, sensaryg, or mental handicap; age; or marital eratYa.
This pcIiey that be based an the prineip Fes of equal employment
opportunity and affirmative action guidelines as set forth in
federal, state and local laws. All departments of the Lily
Ran eon shall adhere to the foticwing guidelinea:
!;1 ENPL 07N£R: PNA CTI C£S - A:
mane eua 'ae reorut tmen t,
and training ehal: be r .
' wanner. Personnel deeie
perforwanae, stafring r.
:i tk go •ern:ng -ivi: Ser -
1;!Woon :h.• " Ran::;.. ::nd 'ce;r
and City Employees.
"'WAY RIGNTS ORf,AHI-A-'
to ,Y y• � utt a org
to prevote
ymen2.
!ROGRAN Th.
z -'gySo
rcpresu at.on u:thin the Ti ...
equal emp-oymenz opportunity -
reeponeibzZity and duty of al:
' to carry out the policies, guide::-, _ _ .•.,`
neaeurea as set forth by this ;
enployment pr>Rrawe may be eery:! '
the re.,mmrndation of an Aff!
!hoer departnsnre in which a rr
is under-represented.
(4) CONTRACTORS- OBLi;AT1ON - Comtractore, auburn tractors sae
suppliers con ueLing ueiness with the City of Renton
than affirm and subsori be to tht Fair Practices and N.n-
N serimination policies eat forth by :cw and in the
Affirmative Asti en Progran.
Copies of this policy shall be dietribut&d to all City emp:agses,
&hall appear in all operational documentation of the City, including
bid ea lls, and shall be prominently displayed in appropriate City
tfacilities.
CONCURRED IR by the City Council of the City of Renton. Washington,
tthis tad day of June ;980.
CITY OF RENTON: ?PA'C 5' CITY COIrNCIL:
�wbwu..�.S�npocti. �ca�er_!4t-rr,mt- _
Attest:
Issued: July 10, 1972
Revised: February 9, 1976
Revised: June 2. 1990
CITY OF RENTON
SPRING BROOK WATERSHED
PHASE
SCDPE OF PORK
The work involved under the terms of thi> contract document shall
' bep Lull end Complete installation Of the facilities as shown on the
lens and In the specifications; to Include, but not be limited to,
approximately 1525 L Ft. of fencing, and complete restoration of
ell -urfses set rial
so as not to be a visual detraction, All work
shall be as set forth In the design drawings and speclflcaflons.
' Any contractor connected with this project shall comply with all
Federal , State, County and City Codes or regulations applicable to
such work and perform the work in accordance with the plans
spec l} 'cations of this contract docunent, and
1
INSTRUCTIONS TO BIDDERS
' 1. Sealed bids for this proposal will be rece'ved by the City of Renton at the
office of the Renton City Clerk, Renton City Nall, until 2:30 o'clock p.m.,
0- the late specified In the Call for Bids.
- .-a time the bids will be publicly opened and read, after which the
bids .,ill be considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving
bids. Proposals shall be submitted On the forms attached hereto.
The work to he done is shown on the plans. Quantities are understood to
•,e only approximate. final payment will be based on field measurement of
actual 4uantities and at the unit price bid. The City reserves the right
' to add or elir•inate portions of that work as feemed necessary.
3. Plans may be examined and copies )btaioed at the Public Works Department
' Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4. The big price for any item must include the performance of all work
1 necessary fnr completion of that item as described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a
' total amount. In the event of errors, the unit price bid will govern.
Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive Inform-
, alitles If it is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation
' to the Director of 'finance of the City of Renton in an amount not less than
S' of the total amount of the bid shall accompany each bid proposal. Checks
will be returned to un.uccessful bidders inure diately following the decision
' as to award of contract. The check of the successful bidder will be
returned provided he enters into a contract and furnishes a satisfactory
performance bond covering the lull amount of the work within ten days after
receipt of notice of intention to award contract. Should he fail, or refuse
t to do so, the check shall .e forfeited to the City of Renton as liquidated
damage for such failure.
All bids must be self-explanatory. No opportunity will be offered for oral
explanation except as the City may request further Information on particular
points.
The bidder shall, upon request, furnish information to the City as to his
financial and practical ability to satisfactorily perform the work.
' 10. Payme^t for this work will be made in Cash Warrants.
' Rev. 7115181
CITY Of '4F MT0N CALL '_`a Olos
iSPRING BROOK WATERSHED
FENCING
PHASE 1
Sealed bids will be received until 2:30 p.m.,July 5th. 1984 at the
City Clerk's office and will be opened and publicl • read In the 4th floor
conference room, Renton Municipal Building, 200 Mill Ave. South.
The work to be performed wlth!n 90 _working days from the date of
commencumeni under this contract shall Include, but not be limited to:
Installation of approximately 1525 L Ft. site perimeter chain link
fencing - 8' h'gh with barb wirs. .
' The Cltq reserves the right to reject any end/or all bids and to waive
any and/or all Informalities.
Approved plans and specifications and form of contract documents may be
obtained at the Public Works Department office at the Renton Municipal
Building for a deposit of S 10.00 each set plus S 5.00 to cover
postage, If mail,d. 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 :ertifled check or bid fond in for amount of five percent (5S) of the
total amount of each bid must accompany each bid.
' The :Ity's Fair Practices and Non-Dicsccrrl,minatio�n Policies shall apply.
City Clerk
' Published:
Record Chronicle: June 22nd, and June ?otr , 1984
1 Dally Journal cf
Commerce: June 22nd, and June 29th, 1984
i
FNr1PIGTION Sy TROTWSD CVft% ?QR, $03COM"ACM AND SUPPLI9P REGARDING tQVU EMPLOYNIN1 OPPORTUNITy
r Me a we or o Ac age
INSTINCTIONS
This certification is required pursuant to Tederal iNecutiva Order 11746. The implementing tulas and
guletians provide chat any bidder or prospective contractor, or an
yy of their proposed subcontractors
d supplier$, shall State ae An initial p:rl of the bid or negotietlone of the contract whether it has
rticipatsd in any previous contract ar eubuonttAct subject to the egwl opportunity elRUN( and, it
so, whether it has filed all compliance reports dus under applicable Instructions.
te City has heretofore adopted Resolution 33a0 order date of June 2, 1960. amending a 'Fair Preatieas
)icy, as implemented by an 'Affirmative Action Program' therein amendinq the policy of the City of
Renton to promote and afford equal treatment and ""ice to all citizens and to &.sure equal employment
opportunity based on ability and fitness to all persons regardless of race: creed, Color, ethnicity.
tiomel origin; sex: the presence of a men-job-related physical, sensory or mental handicap, age or
rital status. This policy shall likoviae apply to all Contractors, subcovtractore and supplier&
nducting business with the City of Renton who in turn shall affirm and subscribe to said practice%
arJ policies. The Aforementioned provisions shall mot apply to contracts or subcontracts for standard
Fmmercial suppliers or raw materials or time or organisations with less than eight aWloyevs or
ntraets of less than $10,000 business per annum with the City.
When the Contractor/Subeontractor/Supplier (hereinafter referred to as the Contractor) is required by
4e City of NSnton to submit an Affirmative Action Plan, the minimum Acceptable pratentage of minority
pi
will be that percentage which is currently listed in 'Appendix I' (City of Menton Goals and
tables) in the published City of Renton Affirmative Action Program, i.e. 9.10. This Program is
available for review at the NuniciPal auilding.
Fundersigned contractor therefore covenants, stipulates and agtses that during the performance of
s contract he will act discriminate against any parson in hiring, promoting. discharging, compen-
ing or any other ter , or condition of employment, by reason of such person's statue, reference
the (11) categories listed in perm. I above.
Intrsc ee tor further age"* that he will take affirmative and continuous action to insure full compliance
th such policy and program in all respecta; it being strictly understood and agreed that failure to
eooply with any of the terms of said provisions shall be and Constitute a matarial breach of this
Contrant.
retractor %ball, upon request and/or as soon as possible thereafter, furnish onto the City any and ail
formation and reports required by the City to determine whether full compliance has been made by the
Contractor with said po,'.-y and program and Contractor will permit access to his books, records and
I�■Ccounts by the Citv .or the purpose of investigation to ascertain such compliance.
ntnactor further acknowledges that by hrs received a true and complete Copy of the City's 'rain
Practices Policy.'
Contract ent ea on r
LITIGATION By- CON'PRACTOR _ JVwCMM1TRACTOR or SUPPLIER
NAME: E y JPAJC F CIO
ADDRESS, 7a S ry,//�i
REPRESENTATIVVES: x. ,wc- d2z* �/ I AQ `
TITLE: parT.V,to�C ( .C=.;yI, PRONE,
1. Contractor/Subcontractor/Supplier has participaW. In a previous Contract or subcontract subject
to the Equal Opportunity Clause: Yes o
Compliance reports mere requited to be Mod in collection with such Contract or subcontract,
-yes Aso
�. Contractor/subcontraqfor/Supplier has filed all compliance reports due under applicable
Instructions: Y Yee _NO
If Answer to item 3 is 'No^, please explain in detail on reverse side of this Certification.
i• CtRTITIGTION: The information above is true and complete to the best of my tnOwledge and belief.
9F. er p ae se type or rant A�
D
S a -/
` signature at
ure e ,e't
viewed by City Authority: f.L:.1 Date: /0%/Sf>•I`�
v. 1/3116 3
AFFTRRATIVE ACTION PRAM
l cull Fence Co., nereinafter known as"Contractor" agrees to the following
Plan in 'Pasting its equal opportunity pursuant to Lxocutive Order 11446, and
Title VI and VII of the Civil Right Act of 19b4.
L' 1. Equal Employment Opportunity Policy
Contractors policy assures that applicants will be empioyea and will be treatea
during employment, alt'.cct r-eard to race, creed, color enthineity, national origin. sex the
presence of a non-Job related physical, sensory cr cents, handicap, age or marital status.
Tuts policy shall apply to every aspect of employment; upgradingi damotion; recruitment;
layoff or terminAtion; pay scales; ana app,-enticesnip or on the Jon training,
t. squat Employment Opportunity officer
Contractor hereby uesignates Colleen McBride, Bookkeeper, Gs -YF Off.csr wash full
autnorisy to administer ana promote an active program of equal employment. opportunity.
J, uissemination of Policy
' A. Contractors personnel authorised to hire, supervise, promote, demote, and terminote
employees, woo recommend soon action, or are involves In any of these actions will me made
fully cognisant of, ana will implement Contractors policy and contractual responsibilities.
To insure the advice is carried out, the following minimum actions will be taken.
1. Meetings of foremen, ieadmen and personnel indicated in 'A above, will ba halt
' periodically „ot lees than semi-anrually and Contractors eouai employment opportunity policy
and its implementation rev+awed and explained. These meetings will be conducted by the
F.FG Offlrer
2. All new foremen, leadmen and personnel indicated in la above will he thorough]
indoctrinated oy the &D Ufficer covering Contractors equal employment opportunity
obligations within thirty days following hiring in.
4. Recruitmen;
a. Any adtirtesements for employment in the newspaper shall include W1 Fence Co.
and Equal Employment Opportunity Employer, or reeruitmen: for all employees will be by
Affirmative Action.
4• Recruitment (rant)
order to the State Employment Security Commission when a vacancy is to be filled be a
minority group person.
b. Contractor will encourage employees to refer minority group applicants for
aaployment in dlacusslond regarding the procwdure for such reierral and be posting
appropriate notes and uulletlns on employee bulletin boards.
Wages
e, All benefits, monetary, and working conaltlons will be extended witnout
reaard to race, color, religion, sex, or national "rigin. The following actions will bo taken:
l� 2
■ Wages (con t.)
L.� 1. Perioaic inspections of all facilities will be made to insure con-
; l discriminatory treatment. of pereanne..
j-7■ wage evaluation mane to Insure non-dlscriminstory wage practices.
3. Periodically review personnel actions for evidence of disuriainatlon and
and take appropria va ac i. .here indicated and inform all complaints os avenues of appeal.
LJ 6, rraiuing ana Prowotion
a. contactor will enaeavor to locate, qualify, and increase the skills of minority
' group employees and applicants.
b. Conaistant wltn requirements and as permitiea witnin federal one state
' regualations. Contractor will fully utilize training programs for the contractual arse ano
advise employees ana applicants of these programs of these programs and their entrance
requirements.
' c. A program of review at' the training and nromoation otentiai of minority group employ.
will be conducted and these employees encouraged to apply for same.
7. Onions
Contractor will seek thu cooperation of all unions inereaei.ng opportunities for minority g.
group within the unions am follows:
a. Cooperate with all unions to develop joint training programs for the
qualification of minority group members for membership in the unions and Increasing
skills for higher paying positions.
Jb. Incorporate an equal employment opportunity clause into all union agreements to
the and that each union will be contractually bound to refer appicants without regard to
' their race, color, creed, pb;:ical, sensory or mental handicap, age or marital status.
C. If the union is unavle or unwillirg lo refer minority group applicants as requested,
' Contractor will fie vacancies without regard to race, color arose, ethnicity, national
origin. mental handicap, age or marital. status making scary effort to obtain persons in
-inority groups.
g. Subcontractiog
Contractor will strive to utilize minority group subcontractors or those with aeaning-
' fal minority group persons in their employ and use all effort to assure sucn subcontractor comp.:
with their equal opp^-ntumoty obligations.
' 9. Reports and Records
a. Contractor will keep tease records necessary in derermining compliance with
its equal opportunity ..biigati..nd. .hey .1.1 indicate:
(1) Sreak�own be wore classification on each city, reuoral or Federally.
assisted project of minority and non-minority 5roup members employed.
(2) The progress and efforts being was in cooperation with unions to increase
minority group employment opportunities.
(3) Contractors progress and efforts in locating, airing, training, qualifying
3-
Reports and Records (cunt.)
3. and upgre0ing minority group lmployses.
4. Contractors progress end efforts in securing the aer. ice of the sub-
contractors noted in p,regxaph b above.
b. All such records will be reteineZ for three years following contract completion
and be made availahle for inspection by the Contract Compliance Division at reasonable lives
c. Contractor will -,quire in every iutcontract of E10,000 or more a written
Affirmative Action Program -: ,sting rf all reauiramente heroin or with such modifiestla
as is necessary to obligate c:;e subcontractor to a program of Affirmative Action,
copies of such program being retained at Contractors office.
'■ 10. Goals
Bull ?once Co., is at the present time a fend} ow.Ed bubina9a. 'Charefara we
i,flve uo aoployees.
if at nay sue?: time we haves a ^cod for eaployeec. Bull Knee Go, will
conform Lo the Affinitive Action Flan.
0u mar
' PUBLIC YORE: OR IMPROCF?IENT Rev. 4/83
PARTICIPATION CERTIFICATION; REF. RC'Y 35.22.650
' CONTRACTS EXCEEDING $10 000 OR $15 000 FOR YATERN N CONS—AN)
t MINORITY BUSINESS ENTERPRISES (MBE)
and
WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE)
' (BUSINESSES OWNED AND OPERATED BY WOMEN)
Contractor
members. Contractor afurther aagrees ll ithat helshalltactivelv`sollcit bidsr
rfor theup
t subcontracting of goods or services from qualified minorlty businesses. Contractor
shall furnish evidence of his compliance with these requirements of minority
' employment and solicitation. Contractor further agrees to consider the grant of
sub ontractors t., said minority bidders on the basis of Substantially equal
proposals in the light most favorable to said minorlty businesses. The contractor
shall be required to submit evidence of compliance with this section as part of the
' bid. As used in this section, the term "minority business" means a business at
least fifty-one percent of which is owned b, minority group members. Minority
group members include, but are not limited to blacks, women, native Americans,
Orientals, Eskimos, Aleuts and Spanish Americans. the City will consider sworn
aff ldavits presented by subcontractors in advance of contract award as one means of
establishing minority status in accordance with criteria cited above.
' To be eligible for award of this contract, the bidder must execute and submit, as
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
' y E l n Certifies that:
..are of Bidder
' (a) it WMW) (does not) intend to sublet a portion of the contract work and
AMW (has not) taken affirmative action to seek out and consider minority
business enterprises as potential subcontractors.
' (b) the contact: made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or VISE and
identifv minority group. (If necessary, use additional sheet.)
' MBE Min. Gr. YMBF
2.
t (Name of Fitm, Bid Item, Results of Contacts)3.
fFL--J
t1
4.
' ---
5. ❑ f'-1
Mr./Ms.
the liaison officer for the adm nistration of the minor vas been bu5iness designated a
es
programramfor this firm.
1
f�
�i
CERTIFICATION OF EQUAL EF.PLOYMEN' OPPORTUNITY REPORT
( ' Certification with regard to the Perforzance of Previous 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 in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925, 11114 or
l 11246, and that Ge ..as lwa not filed with the Joint Reporting
Committee the Director 7-the Office o-"ederai Contract Compliance, a Federal
Government contracting or administering agency, cr the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
Company, ---
By: �� {
aC- , ]]{i
Date: T( >
1 Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be
submitted by bidders and proposed subcontractors only in connection with j
contracts and subcontracts which are subject to the equal opportulary clause. 1
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR GO-I.S. (Generally only contracts or subcontracts of
' $10.000 or under are exempt.)
Currently, Standard Form 100 (EEG-1) is the only report required by the
Executive Orders or their implementing regulations.
' Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have not
' filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
Federal Highways Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
' CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
Bidder is to indicate by check-mark which of the following statements pertains to th.,
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 ea Dloyment level is less than eight permanent employees,
and the total contract amount with the City during the current year is
less than $10,000."
Compan) Date
' B1 .
Title
t OR C b) It is hereby certified that an aprroved 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.
(( ' Company Date
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 ..ncludes:
' 1) Present utilization of minorities and females by job classification,
2) Goals and Timetables of Minority and Female Utilizatior., and
3) Specific Affirmative Action Steps directed at increasing Minority
' and Female Utilization.
t Company a)te
BS:
Title
' OR d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (5) worl.ing days of receipt of
notification of !ow-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.
' A"11 Nr_N C,
Company ate
BY: �i�1Gif' _
t `
Rev. 9/9/75 Title
( , NON-COLLUSION AFFIDAVIT
_ STATE OF NASHIRGTON )
I , SS
COUNTY OF Yi✓y
I , being -'uly sworn, deposes and says, that he is the identical person
who suimitted the foregoing proposal or bid, and that such bid is
( , genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the
deponent has not directly induced or solicited any other Bidder on
( the foregoing work or equipment to put in a sham bid, or any other
' person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself or to any
other person any advantage over other Bidder or Bidders.
SIGN HERE:
(, Subscribed and sworn before me this SLh day Of,].,/ ,
' 12177 ,�fn
owrary IKA.4 n and TOW the State of
residing at
� J therein.
{
�1
i
' CERTIFICATION RE: ASSIGNMENT OF
ANTITRtST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
RENTON, NASHINGTON:
Vendor and purchaser recognize that in actual economic practice
overcharges resulting from. antitrust violations are in fact
usually borne by the purchaser. Therefore, vendor hereby assigns r
to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order c- contract,
except as to overcharges resulting from antitrust violations
tcommencing after the date of the bid, quotation, or other event
establishing the price under this order or contract. In addition,
1 vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
� �Aame o7 F'rofect
�'� r
aft me of Bid ear's Firm
Signature 01 nw ,ZuilRepresentat ve of Bidder
' Date
i
1
1
1
MINIMUM WAGE AFFIDAVIT FORM
1
1 City of Rerton
1 COUNT OF _ k�`;,� , ss
1 I, the undersigned, having been duty sworn, deposed, say and certify i
1 that in connection with the performance of the work of this project,
1 will pay each classification of laborer, workman, or mechanic
1 employed in the performance of such work; not less than the prevailing
r.te of wage or not less than the minimur rate of wages as specified
1 in the princikal contract; that I have read the above and foregoing
statement and cert'ficate, know the contents thereof and the
substance as set forth therein is a t.0 rtry knowledge and be 'ef.
1 N /1
� IV OR
1 Subscribed and sworn to before me on this day of
19
1
1
Notary Public in a—n—T for the State
1 of Washington
Residing at
1
i
1
' BID BOND FW4
Herewith find deposit it the form of a certified check, cashier's check, cash,
' or bid bond in the amount of S �which amount is not less than five
percent of the total bid. ��--�
Sign Here_ .. �
iBID BOND
Know All Men By ihese Presents:
' That we, / s9 S';•;= S C� .- as Principal,
and as Surety, are
' held and firmly bound unto he City of Ren on, as Obligee, in the penal sum of
Dollars, for the payment
of which the Principal and the Surety ind thpdselves, their heirs, executors,
administrators, successors and assigns, ,jointly and severally, by these presents.
tThe concition of this obligation is such that if the Obligee shall make any
award to the Principal for
' according to the terms of the proposal or bid made by the Principal therefor,
and the Principal shall duly make and enter into a contract -.th the Obligee in
accordance with the terms of said proposal or bid and award and shall give bond
for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall, incase of failure to do so, pay and forfeit
' to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain
' in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as pe^alty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS _ DAY OFPrincipal
lg
' C /�S�•�P.r� S C�eG�
urety
19
Received return of deposit in the sue of S
t CITY OF RENTON
FINANCE DEPARTMENT N° 695H
RENTON, WASHINGTON 98055
19
RECEIVED OF �-C n,.c4.(� n
1
TOTAL io
�l
1
t
1
(' PROPOSAL
!' TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
The undersigned hereby certif_,/ that has examined the site of the
Prop ued work and ham_ read and thoroughly understand the plans,
specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said 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 to
figures.)
Signature ,
' Address ,
Names of Members of Partnership: ' D •e q o cc
Ro r rz u �
OR
' Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
' With Main Office in State of Washington at
L� SCHEDULE OF PRICES
I
SPRINGBROOK WATERSHED FENCING - PHASE I
(Note: Unit Prime for all its", all escenaions and total amount of
bid must be shown. Show unit prlcee in both words and figures
I and where conflict occurs the written or typed words stall prevail.)
( ' ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICY AMOUNT
NO. QUANTITY Unit Prices t6 be written in words DOLLARS CTS. DOLLARS CTS.
ff , 1 1,525 L.F. 8' Chainlink Fence s�j 4 qA 5t
' er
or s gures
� 2 L.S. Mobilization
' of
r V J cJ %® G v �! ✓
Per L. —
' 3 1,525 L.F. Clearing, Grubbing & Tree Removal 99,E S
In ?S ;
Subtotal
I
8.1' Sales Tax
TOTAL BID
/S 992. 1°s
1
1
1
1
1
1
1
1
I i �
SCHEDULE OF PRICES
!note-. Onat prams for all ate=. all •:cetutons and cocal o "t of
Dad must be shown. Show urat prams an Dote words and lapur,
r and whore confla:: occurs th* wrattaA or typed words shell prevaa .)
1 t ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY fc t Prows to DO wratcen In words DOLLARS CTS. DOLLARS CTS.
{ THE CA ERSIGNE➢ BI DER HEREBY AGREES TO START CONSTRDL ION WORK 0 THIS PROJECT, I
t ' AWARDE� HIM, NO LA7 ER THAN TEN (10) DAYS AFTER FINAL E ECUTION AN TO CC MPLETE WITI IN
90 WO ING DAYS AITER STARTING CONSTRUCTION.
DAIFD (,r THIS ,5 �y DAY 0 ;/ 198 "
A EDGEM',E.NT OF CEIPT OF ADDENDA:
NO. _ ATE
NO ATE
' NO r ATE
SIGNED
TITLE J
NAME OF COMPANY
ADDRESS r- y
CITY/STATE/ZIP_
' TELEPHONE
' CITY OF RENTON STATE CONTRACTO S
BUSINES LICENSE t IICENSE I_ L
1
1of7
CONTRACTS OTHER THAN FEDERAL-AID FHWA
i rK
THIS AGREEMENT, made and entered into this / 7 -T&-y of -f'`e-d.�-�,
by and between THE CITY OF DENTON, Washington, a municipal corporation of
the State of Washington, hereinefter referred to as "CITY" and
. ' BULL FENCE COMPANY hereinafter referred to as "CONTRACTOR."
` WITNESSETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within 95
working days from date of commencement hereof as required by the Contract,
' of which this agreement is a component part) perform all the work and
services required to be performed, and provide and furnish all of the
' labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike manner,
in connection with the City's Project (identified as No.
for improvement by construction and installation of: W-766
Springbrook Watershed Fencing, Phase I
All the foregoing snail 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 documents hereinafter enumerated, and in full compliance with all
' applicable codes, ordinances and regulations of the City of Renton and
any other governmental authority having jurisdiction thereover. It is
' further agreed and stipulated that all of said labor, materials,
' appliances, machines, tools, equipment and services shall be furnished
A 2of7
' Contracts Other Than Federal-Aid FHWA
and the construction installation performed and completed to the
tsatisfaction and the approval of the City's Public Works Director as
being in such conformity with the plans, specifications and all require-
ments of or arising under the Contract.
' 2) The aforesaid Contrart, entered intc by the accenicce of the Contractor's
bid and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
' e) Maps 8 Plans
f) Bid
1 g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
' 3. If the Contractor refuses or fails to prosecute the wnrk or any part
thereof, with such diligence as will insure its completion within the
' time specified in thi; Contract, or any extension in writing thereof,
or fails to complete said cork with such time, or if the Contractor
shall be adjudged a bankrupt, or if he should make a general assignment
' for the benefit of his creditors, or if a receiver shall be appointed on
account of the Contractor's insolvency, or if he or any of his
' Rev. 6183 _
MM"
Contracts Other Than Federal-Aid FHWA 3 of 7
I� subcontractors should violate any of the provisions of this Contract,
` the City may then serve written notice upon him and his surety of its
' intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation or cn-compl.ance of
any provision of the Contract shall cease and satisfactory arrangement
' for the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately
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 the
Contract or does not commence performance thereof within thirty (30)
days from :he date of serving such notice, the City itself may take
' over the work under the Contract and prosecute the same to completion
by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the
City thereby. In such event, the City, if it so elects, may, without
' liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equipment. plants
and other properties belonging to the Contractor as may be on site of
the project and useful therein.
' 4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
El
Contrac.s Other Than Federal-And FHWA ! cf 7
' 5) Contractor agrees and covenants to hold and save the City, its officers, _
agents, representatives and employees harmless and to promptly indemnify
' same from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred
by reason of any work arising under or in connection with the Contract
to be performed hereunder, including loss of life, personal injury
and/or damage tj property arising from or out of any xrurrence,
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 on-
patented invention, process, article or appliance manufactired for use
In the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party
' to any litigation commenced by or against Contractor, then Contractor
shall proceed and hold the City harmless and he shall pay all costs,
texpenses and reasonable attorney's fees incurred or paid by the City
in connection with such litigation. Furthermore, Contracto 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.
1 6) Any notice from one party to the other party urder the Contract shall
' be in writing and shall be dated and sigrad by the party giving such
notice or by its duly authorized representative of such party. Any such
t
4
Contracts Other Than Federal-Aid FNWA 5of7
_ notice as heretofore specified shall be given by personal delivery
i..■� thereof or by depositing same in the United States mail, postage prepaid,
certified or registered mail.
' 7) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than 90 working days
from the date of commencement. For each and every working day of delay
' after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be
the sum of Sixty three and No/100 ($63.00)_
' as liquidated damages (and not as a penalty) for each such day, which
shall be paid by the Contractor to the City.
8) Neither the final certificate of payment nor any provision in the
Contract nor partial or entire use of any installation provided for by
this Contract shall relieve the Contractor of liability in respect to
any warranties or responsibility for faulty materials or workmanship.
' The Contractor shall be under the duty to remedy any defects in th(
work and pay for any damage to other work resulting therefrom which
shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City
' will give notice of observed defects as heretofore specified with
' reasonable promptness after discovery thereof, and Contractor shall be
Contracts Other Thar. Federal-Aid FHWA 6of7
' obligated to take immediate steps to correct and remedy any such defect,
' fault or breach at the sole cost and expense of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the
' City such schedules of quantities and costs, proCress schedules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining
to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the
' faithful performance of the Contract, including the payment of all
persons and firms performing labor on the construction project under
' this Contract or furnishing materials in connection with this Contract;
said bond to be in the full amount of the Contract price as specified
in Paragraph 11. The surety or sureties on such bond or bonds must be —
' ouly licensed as a surety in the State of Washington,
11) The total amount of this Contract is the sum of Fifteen Thousand
' Nine Hundred Ninety Two : .d 05/100 (S15,992.05)which includes Washington
' State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions" of this Contract.
J
Rev. 4/83
Contracts Other Than Federal-Aid FHWA 7 of 7
i l IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Cortractor has hereunto set
' his hand and seal the day and year first above-written.
' CONTRACTOR CITY OF RENTON
ramtt(' ti .41
1d "_1J J�Ccf,
Press ent �a ner er mayor
' ATTEST.
Secretary -- �
City Clerk
d/b/a BULL FENCE COMPANY
Firm Name
Individual_ Partnership
Corporation _ A Corporation
Late o ncorpo rat ion
L
Attention:
If business is a CORPORATION, name of the corporation should be listed in
full and both President and Secretary must sign the contract, Olt if one
signature is perm".tted 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 business as) and firm or trade name; any one partner
may sign the contract.
' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by d/b/a and name of the company.
BULL FENCE COMPANY
P.O. Box 617
COLLEGE PLACE, WA 991?8
(509) 529-7157
City of Penton
200 Mill Avenue South
Renton, WA 98055
Attention: Mr. Ron Olsen, Utility Engineer
Dear Mr. Olsen:
Bull Fence Co, has five eaual partners. There names are:
Dan Flud
Robert Flud
James Flud
Jim Flod
Melvin Flud.
All partners are authorized to sign all change orders and any-
thing else pertaining to the project.
t . Very truly yours,
' Danny Flud
Co-Partner
OF
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned Bull Fetsce Company
as principal, and Fidelity a Depoe:t Co. of Maryland corporation organ red
and existing under the laws of the State of Na lwd as a surety
corporation, and qualified under the laws o the Statt of Washington to become surety
upon bonds of contractors with municipal corporations, as surety are jointly an!
severally held and firmly bound to the City of Renton In the penal sum of
S 15,992,05 for the payment of which sum on demand we Find our-
selves and our successo-s, heirs, administrators or personal representat Ives, us the
case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
CJ
Dated at laAii wa++• Washington, this 4veney-few th day of �i eel, �19 86.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (cr Resolution) No. 229c providing for
Springbrook Watershed Fencing
which contract is referred to herein and Is mat• a part hereof as though attached hereto),
and
WHLRERS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the wor♦ therein provided for in the manner and within the time
set forth;
NOW. THEREFORE, if the said Bull Pence Company
shall faithfully perform all of the provisions of said contract in the manner and within
the time therein set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materialmen,
and all persons who shall supply said principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall hold said City of Renton harmless
from any loss or damage occasioned to any person or property by reason Of any care-
lessness or negligence on the part of said principal, or any subcontractor In the per-
formance of said work, and shall indemnify and hold the City of Renton harmless from
any damage or expense by reason of failure of performance as specified In said con-
tract or from defects appearing or developing In the material or workmanship provided
or performed under said contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but other-
wise it shall be and remain in full force and ec
Dam Flud Partner Bull F• c• Company
Br Ln 0. ]one h s Aerne -Sn-Pact _
• ty Deposit Co. of Maryland
Revised: 8/16/83
VI -,ItO 1
MIE D�MObY1')
9/26/84/a4 Bb
PRODUCER
To s C[rn;uPo E■ caw AEA LATTER OF Y CUrTITNTN par AND COMRI"
Larry C. Fla[pe HO RIDMTt IAgN M CORMCATE MpDFR TIM OJFIiItNLIE OGEE NOT ARIM
WZW E. DRIVER 02HRANY, INC. BOUND ON ALTq M WVflNOE AFFORM BY M POU CIU EpDW.
400 CedatStreet
San Diego, California 92112 COMPANIES AFFORDING COVERAGE
619-238-182A ext 305
IF�rTER Tr A TRAEsaAgftlCA tNs'ulWAg mHpANY
C0 ITSURCO "'TTERRHY E
ROBFRi FIAA, DANIEL FUJD MA
Ban FEEA'E @NY @A `=AY CF
P. 0. Box 617 tbuPANT ♦7
C W College Place, 9Tington 99324 TENTER
COMPANv E
LETTER
IMTWNTNETANDI110 ARTT POILACKES OF REpUpEyEIR,nPMOORtCONDITION OF My CONTRAW'OD TO 07THE pUREOMANED.BONEFOR THE PWICYFERpDE,,Tr y
maEE IEEFI®M WY PF 01 M IIYIIIU1110E AFFOIpEp BY THE PpJCIEE DEEpIEDTNERFIM M SUMCTNEIR t PTO 41 M TTEIr.O PRMD,I T1MElIDURBO ,NID cob"
"OF EIIpI POUAGEE.
TYPE CF FIEURANICE P0.1tY n'JMBER PD[v EfRC�M NLLIfWMnO• LIABILITY UNITE M TWOMBO BB
T M1f N1W'IYI OIh LYf0191 AGGREGATE
G[16ML UTAENTr 800,
07EMRUCWK FORM 189725% 11/1193 11/1/84 MRwv $ S
�PRFMSEbOPE TDRS
FM1�05171{co .,st IAZW DAMAGE s
NOgaT$CppLLETH)OPERATIONS
COMIRACTUAL elm
j 1,000, >:1,000,
E�FPEEDEMf OONTRILTtlS
WM•D IOFE PROPERTY WAKE
PEF60A HAIRY RERSDIIAL ELAIRY $I,000,
AUTOMOBILE LMMIWY m,
ANY AIRO 1a972558 11/1/83 11/1l84 PAN, S
ALL OWNED AUTOS IM PASS I
�A} Iaar
ALL ovI Lure(�7i,'W$')
HIED AUTOS
NONaexEO WIDE GOMMUY S
ExaEE EMEAITT
IArREi,A RFEE 18872558 Effective 9/26/84 li/l/84 Rfx'IAWIroRD $ 4,000, $4.00D.
OTHER MW uePELLA FORM
WORMERS COYPENEATION 9T•MtEIY
MUD I f DAM AL'AA W.
EMFLovMM WEIITY VISE'AVAM UNRI
MI EAYtACHEEEI1WEEl
OTHER
DESCWPTy]H ITEW
Certificate NJEder is additional insured as respects insured's contract with the City for Fence Lim
•
W WLD 1Nr a M AAOVE DEECIIEIED POLICas EE CJ CKL�o
CITY OF BRUnION PIM EETION DATE THEREOF, TMB IEEUING COMPANY WILL .�
City YmicipAl Building NAIL DAYS WNPTTEN NOTICE TO TTI�H�pEpE�CERTIFICATE 401,MA NMIEO r01F{
M Mill AverAe South oEUO EEIXiME ED�Et
Brencm, WslTingcon 98055 Aurw O REPREEEN'A NE 11
/ nL
.. . ... ...�... ... try ....0 .. 1.. .
' 1984 .. 6467
1881►ED 09/10/64 CITY OF RENTON
BUSINESS LICENSE M. J. MULC►NT
' Pli 540.00 P.0 BOE, 07 vlNAnc►aMEcroM '
L,gnYIY "V. Yppue Fj g tm YCtly olHanlon Bps'Gl Wft mr --BYM:Y ruh�M pro+4
' ppn>of y 1F1Y V.BuvmY>RY9r41bnY GNpIM 1,CoM VI GYMIN.QIOiMncYY OI c0Y LiIY nl P.Y010n . ,
y1C Y,ifYM IEt COTVly r1IP YIMIYVVVMIMII>VI YYB W�'M yY LIG.IrM Y.111Ito IM
YnrYM Y1oI•Yt Cltry oeYs..O , �'9 wlmy.VW'°
ImIY iwYn.Ya wruYen.
,.is• r� � y •
BULL FfikCE COMPANY Y..�: 4 I�
1 COLLEGE PLACE IIA 99324
Y,y
!s
. .._....ti :tii.sli.__,JL.L.JY.•♦'L...v r..a:.33r ... _...
riT40A '
' VF WA51W�r�'s70N p AOF Bk>,t g
j J .
'MNtWvu>oY> Y6r apglyyB,#P
+B,kwt MCIMw,Qi � _!w n.tY rj ..4uy14y `.,n•. y
. IAY
pF'"►+iS� ..
BULL PE110E COMP"T - , 600 531 664 - ;.y I
' 5004 NT LA PEATTA DB r
SAN DIE00 CA 92117 J .
V�
e
6-NOT dUttFc �6/3'T Lei c� �5a
\! - HpIELT Rm AmEY1H IRRHBBH ' .EMIT Ewy.�
223-0
-MMADCD'AA&A: 31-4� CA_- -'
ARh1ENT OF 4B0P AND INDUSTRIES
TRACT011% REGISTRATION SECTION APPLICATION FOR
SM S WATER ST. P.0 BOX 95&)
! OLYMW.A. WASHINGTON SBSO. CONTRACTOR REGISTRATION
EASE MINT OR TYPE: 1•(t(M}76SS80)
BuSMESS AAAN (LIMIT TO w OHAIMCTERS AND ONLY ONE BARROOM NAME PHONE I S A.( COVRY
I'I : IF nC,e. Q.oN PAAJY s I� `I�� `� wpLLR WAU,a
ING-ll j: cGrP `LACE ..
- ( 1 CIA 95.122y EIpC)((
HAVE YOU BEEN REGISTERED PREVIOUSLY IN WASHINGTON AS A CONTRACTOR? ❑ YES My NO
YES. GIVE PREVIOUSLY REGISTERED NAME ----- .—_
PREVIOUS REGISTRATION NUMBER. DATE EXPIRED _
DO YOU WANT YOUR PREVIOUS CONTRACTOR REGISTRATION
t CONTINUED AS A SEPARATE BUSINESS _ .. .... ._ e YES 8 NO
LISTED AS 'OUT OF BUSINESS ... ...... .. - Y" - -_-- _NO
"' NOTE PREVIOUS RFGISTRATION WIILLL1 BE REFERENCED IN CURRENT FILE .... __.
MARK THE TYPE OF REGISTRATION: dal GENERAL CONTRACTOR ❑SPECIALTY CONTRACTOR
SPECIALTY CONTRACTORS ONLY: WRITE IN ONE OR TWO TRADES FROM LIST BELOW.
SPECIALTY CODE - SPECIALTY CODE
AA AM CONDITIONING BM EXCAVATINGIGRADING Of SEAL COATING
COMMERCIAL rvDUSTRIALIPEFRIGERATION ON FENCING OF SERVICE STATION EOUMMENT
BOILER'STEAM FMWG,PPOOESS PIPING BO FIRE PROTECTION SYSTEM(OTHER THAN CO SHEET METAL
AD PLUMBING BP GLAZMG'GLASS ELECT.I CH SIDING(OTHER THAN WOOD)
SANITATION SYSTEMS"SIDE SEWER" BO GUMTE CI SIGNS
WARM AIR VENTING,VENTILATION'EVAP OR HOUSE MOVING CJ S1TAL'ALUMRIUM EPECTORS
ACCOUSTICAL COOLW' BS HYDROLIC INSTALLATION REPAIR CK STEEL REINFORCING BAR WIRE MESH
BB ASPHALT PAVING BT INSTITUTKNAL�EOWP STATIONARY CL STRUCTUAL PEST CONTROL REPAIR
3 AWNINGS i CANOPIES,CAPPOPTS PATIO FURNITURE'LAS TABLES LOCKERS CM SWIMMING POOLS SERVICE REPAIR
CABINET AND MILLWORK COVERING$ BU INSULATION ON TANKS TANK RENOVATING
BE CARPFNTRYIFRALIWG BY MRIGATION'$MINIALING SYSTEMS CO VENETIAN BLINDS SHADES DRAPES
CERAMICS PLASTICIMI.TAL TILE BW LANDSCAPING CP WATER CONDITIONING EQUIPMENT
APPLIANCES EQUIPMENT BX LATHING CO WATER PROOFING
RESILIENT FLOOR'CCUNTEPTOP BY MACHINEPY C% WEATHER STRIPPING
MATERIALSIPLASTIC FINISH MA$ONITE BE MASONRY CS WELDING
CONCRETE CA ORNAMENIAL METALS CT WOOD FLOOR LAYING FINISHING
DEMOLITION CB PAINTING'WALLCOVERING CV GUTTERS'DOWNSPOUTS
BX DRYWALL CC PLASTERING CW CARPET LAYING
B, ELEVATOR CO ROOFING EX OTHER(SPECIFY)
OTHER REGISTRATION NUMBERS REOUIRED
NICE: YOU MUST FILL IN THE ACCOUNT NUMBERS LISTED BELOW OR YOU MUST ATTACH COPIES OF THE APPLICATION FOR
THOSE ACCOUNTS AFTER THOSE APPLICATIONS HAVE BEEN APPROVED, STAMPED IN OR VERIFIED 61 FOLLOWING
DEPARTMENTS.
I ' TRIAL INSIRANCE ACCOI�MT NUMBER EMPLOYMENT SECLPIT\Y'ACCOVNY Sl'MBFR
sea EXCISE
-0N N
COST OF REVENUE E%CISE TA%NUMBER S EMPLOYER IDEMIFKATI06 NUMBER
-349 4,�rn-OF NL%MNS DR CONES OF VERNIED APPLICATIONS AIR NOT BUIRMITTED YOUR REGISTRATION WILL NOT BE PROCESSED
\APT'• aCMPp r1
1 GONOWR SHEET
NAME CHANGE:
PRE-REG:
t'f<P
- REG SM/BDND
INSURANCE REG SAA/BDND INSURANCI
1 -
e �
4
1 ZLe ? 5 G JG 7
• p
y
1�. LI-6'.5-63 comer sheet 8-8�
e
vv �Y.
CONTRACTOR/SUBCONTRACTOR
MONTHLY MANPOWER UTILIZATION REPORT fJ�• REPORTING PERIOD
Month: Year:
To be submitted to the City's Project Goals and Timetables as committed
Engineer during the eat week of following ��� `1. in Contractor's Affirmative
1 vvonth while contract is in progress. Prime Action Plan 1
Contractor is responsible for obtaining and
3elftittiw all Subcontractor Re rts. or per City's Plan 9.1 91
1 ;o: (Mr mW local Son Of LaPltaoce Av y Dept.) From: (Hue and localion of coetractm
1 This report is require y Erecutive r 11246, Section 203. Failure to "port can
result in sanctions which include suspension, termination, cancellations or debarment of
contract.
f
Inv_ Total Total
Work Hours of Employment (Sao footrote) rits nW% or kctlr
1 claaal a. .a e.a .. of of
'its Tots Xia- er, ASAan/ �a:al total! atncri- empty.
Company I$ Aamt (•''� `;a tSono Tota Black ndlan MeL^.e _ =mpin eta
Dan:^ IaLrd .. eta
1 A
Tr
1
A,.
T;
i Tr
1
1 -
A
T
r
Tr
Tr
-.� -'.'Seu 'a ignature •n .ae hate signed
'.! opnone Lcaoe^.
�Inclutle Are: Ccdel
t-!hies L Females, --Minorities L Non-minorities)
80 (submittal Requirements L City's Goals/Timetables) Page of
INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION RlPORT (C/TY' OF RENTON) '
The Employment Utilization Report is to be completed by each subject contractor '
(both prime and subcontractors) and signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the term of the contract, and they shall include the total work-hours worked on t
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. '
Reporting Period . . . . . . . . . . . Self-explanatcr•.
Compliance Agency . . . . . . . . . . City of Renton (administering department)
Contractor . . . . . . . . . . . . . . Anv contractor who has a qualifying '
construction contract with the City of
Renton.
1. Companv's game . . . . . . . . . . Any contractor or subcontractor who has a t
qualifying contract.
2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicabl, ,
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 �v eac}, *minority
group in each classification and the coca: t
work-hours for all women.
Classification . . . . . . . . . . The level of accomplishment or status of
the worker in the trade. (C - Craftworker
Qualified, Ap - Apprentice, Tr - Trainee).
4. Percent of minority vnrk-
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 t
Employees . . . . . . . . . . . . Number of minority employees working in
contractor's aggregate work force during
reporting period.
6. Total Number of Employees . . . . Number of all employees working in ontractor's
aggregate work force during reporting period. '
• Minority is defined as Including Blacks, Hispanics, American Indians and Asian t
and Pacific Islanders - both men and women.
' RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL
POL T;;IX �AE3;KVA1lON Of- PUBL7CNA7URR_ F=CES
' In accordance with the provisions of Chapter 62, Laws of 1973,
H.B. 621, the Contractor shall secure any permits or licenses
requw.red by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Kin County Ordinance No. 1527 requires Building and Land
t eve o0 me _t R sign an y raulics Division review of grading
and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into project design stand-
ards to be incorporated into project design by Engineering
Services. Reivew by Hydraulics Division.
' King Count} Ordinance No. 800, No. 900 No. 1006 and Resolution
No B77S—vo. £d3S3, (vo. IdS3 o. an o I12ined
zn King County code Tit es 6 and lu are provisions or disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid haste
' Pu et Sound Air Pollution Control A encY Regulation I : A regu-
atlon to controlthe emission o air contaminants from all
sources within the jurisdiction of the Puget Sound Air Pollution
' Control Agency (King, Pierce, Snohomish, and Kitsaa Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94.
' WASHINGTON STATE DEPARTMENT OF FCOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air
contaminants to maintain records of emissions, periodically re-
' port to the State information concerning these emissions from
his operations, and to make such information available to the
public. See Puget Sound Pollution Control Agency Regulation 1 .
' R.C.W. 90.48: Enacted to maintain the highest possible standards
to ensure tie purity of all water of the State consistent vith
' public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
by industries and others to prevent and control the pollution of
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
' State any organic or inorganic matter that shall cause or tend
to cause pollution of such waters. The law also provides for
civil penalties of 55,000/day for each violation.
' R.C.W. 70.95: Establishes uniform statewide program for handling
so i wastes which will prevent land, air and water pollution.
!lakes it unlawful to dump or deposit solid wastes onto or under
the surface of the ground or into the waters of this State except
at a solid waste disposal site for which there is a valid permit.
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ,
R.C.W. 76.04.370: Provides fo,- abatement of additional fire haz-
ard (lands upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grounds). The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on
property on which an extreme fire hazard exists .
R.C.W. 76.04.010: Defines terns relating to the suppression or
abatement of orest fires or forest fire conditions.
R.C.W. 70.94.660: Provides for issuance of burning permits for
abating or prevention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 76.04.310: Stipulates that everyone clearing land or ,
c eaT ring rig-F-t of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses , or at such other times as the '
department may specify, and in compliance with the law requiring
burning permits.
R.C.N. 78,44: Laws governing surface mining (including sand,
gravel, stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations. '
W.A.C. 332-18: Delineates all requirements for surface mined
land clamation. '
W.A.C. 33Z-24: Codifies requirements of R.C.W, 76.04 pertaining
to land clearing and burning. '
U. S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13. J902: .Author-
izes Secretary of Army and Corps o ngtneers to issue permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and ,
specifications.
Section 404 of the Federal ;Pater Pollution Control Act (PL92.500 '
6 tat. 6 Aut-Tior ues the Secretary o r e imy, acting
through the CorpG of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified
d''isposal 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, 1899: ,
Provides that discharge o refuse without a permit into navigable
waters is prohibited, violation is punishable by fine. Any citi•
zen may file a complaint with the U. S. Attorney and share a por-
tion of the fine. '
_i.
PERMITS REQUIRED FOR THE PROJECT ARE A=LLOWS:
' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
' K'n& Count Resolution No. 25789 requires an unclassified use
p ernut or i tng, quarr to ineludin
ated activities such as asphalt Plants,grock rcruow shersJits nand
ssoci-
refuse disposal sites and provides for land reclamation t subse-
ofePublicnt t LWorkshese activities.
4 or Building and oLand sDevelopmentaDivisionPartmer.t
' Shoreline Mana ement Act 1971 requires a permit for construction
on tate s ore in
ermit acquired by Public Works and reviewed
by Building and Land Developm^nt Division.
' Kinz Count Ordinance No. 1488 requires permit for grading,
t s, grave pits, umntn q P 8 B� land
except on County right-of-wa quarrying and mining operations
ment Division. y• Review by Building and Land Develop
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949 Requires hydraulics permit on certain
projects. (King ounty 6epartment of Public Works will obtain. )
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
P:.A•C. 173-220: Requires a National Pollutant Discharge Elimination
' ystem permit before discharge of source into the navigable waters of the StaatelofWashington•point
1°'A•C• 37L-21: Permit to discharge commercial or industrial waste
waters into State surface or ground water (such as gravel washing,
Pit operations, or any operation which results in a discharge
which contains turbidity. )
Requires permit to use surface water.
W',A,C. 508-12-190: Requires that changes to permits for water use
e rev4ewe y tTie 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. Requires permit to use ground water.
t W.A.C. SOtl-12.2ti0
water storage Requires permit to construct reservoir for
' W.A.C. 5_ 08-1_2-280: Requires Permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood
contro zone. King County Public Works secures one for design.
' Contractor secures one for his operation (false work design, etc.) .
-3-
PERMITS REQUIRED FOR THE PROJECT - Continued '
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
R.C.W. 76.04.150: Requires burning permit for all fires except
or sma out oor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources re,erves the
right to restrict burning under the provisions of R C.W. 76.04.150,
76.O4.170, 76.04.180, and 70.94 due to exteme fire weather or to '
prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchant- '
a e rim er.
R.C.K. 76.08. 275: Operating permit required before operating
power equipment in dead or down timber. ,
R.C.K. 78.44.080: Requires permit for any surface mining opera-
tion inc u ing sand, gravel, stone, and earth from borrow pits) . '
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of Dlarch 3, 1899: Requires
permit or construction of er t an ri ges, see U_ S. Coast
Guard adminiEteied permits) on navigable waters (King County
Department of Public Works will obtain) . '
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010 52.28.020, 52.28.030, 52.28.040, 52.28.050: ,
ron es aut o my or, requirements o ind penalties for failure
to secure a fire permit for building an open fire within a fire
protection district. '
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3 1899 General Pr�idgee '
Act o Marc , 1. 6, and Geneiah3ri a .Act o 19 6 as amended
Au ust s ;quires a permit or construction o r7 gd a on '
naviga a waters (King County Department of Public (Corks will
obtain) . King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore-
mentioned permit: Section 4(f) of Department of Transportation '
Act, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY '
Section 9.02(d) (2) (iii) of Regulation I: Request for verifica- '
tion or popu�tion�ensity. ontractor 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 9.15 (preventing particulate matter from becoming '
airborne) .
-4- '
1
1 PERMITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
1 Title <0, Chapter Ic, Part 61: Requires that the Environmental
row teciton gency be notified S days prior to the demolition of
any structure containing asbestos material (excluding residential
1 structures having fewer than S dwelling units) .
The above requirements will be applicable only where called for
1 on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the D+)ector of Public
1 Works, 900 King County Administration Building, Seattle,
Washington, 98104. It shall be the responsibili • u` the Con-
tractor to familiarize himself with all requirement ; therein.
1 All costs resulting therefrom shall be included in the Bid Pict:
and no additional compensation shall be made.
All permits will be available at construction site.
1
1
i
1
1
1
i
1
i
1
1 _S_
1
i
1 HWY-R3232)-AA PREVAILING MINIMUM HOURLY WA^-E RATES MAY 25, 1984
OCCUPATION: FENCi ERECTORS AND FENCE LAPCRERS
1 LOCATION: CLALLAL. GRAYS HARROR. ISLANC. JEFFERSCN, KING. XITSAP. LEWIS.
MASON. PACIFIC [NORTH OF WAHKIAKUM COUNTY NORTH'.RN SCUNDARY
' EKTENDEJ UUE WEST TO TFF PACIFIC CCEANI. Pl"uE, SKAGIT.
SNCHCMISF. THURSTON ANC wHATCCM COUNTIES.
FRINGE 8EN€FITS
TOTAL HOURLY RENEFIIS 2.88 A/HR. FEDERAL
1 WAGE RAPES
uCCUPATICN CCLUPATION STATE FEDERAL
1 COU€ DESCRIPTIGN RATE RATE
259-0)1) FENCE ERECTOR 12.65 -
250-3^20 FEVCE LAACRER 10.60 ISLE
1
1
1
1
i
1
1
i
i
1 CIIY JF RFNTGN
WATER SHED FENCING
1
PACE 1
i
1
1
1
1
1
1
1 SPECIAL PROVISIONS
1
1
1
1
i
1
1
1
1
1
1
1
tCITY OF RENTON
APWA STANDARD SPECIFICATIONS
THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARED
BY THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION, 1981
EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS" AND
SAID SPECIFICA11DN5 TOGETHER WITH THE LAWS OF THE STATE OF WASHINGTON AND THE
ORDINANCES AND CHARTER OF THE CITY OF RENTON, SO FAR AS APPLICABLE, ARE HEREBY
INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR ENTIREIY AND SHALL
' APPLY EXCEPT PS AMENDED OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS
HEREIN.
' A COPY OF THESE STANDARDS SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE
PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON. WASHINGTON 98055, WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY.
WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICAIIONS TO THE OWNER, SUCH
REFERENCE SHALL BE CONSTRUEC TO MEAN THE CITY OF RENTON, AND WHERE REFERENCE
15 MADE 70 THE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE
t DIRECTOR OF PUBLIC WORKS, CITY OF RENTON, OR HIS DULY AUTHORIZED
REPRESENTATIVE.
NOTE: THE SPECIAL AND TECHNICAL PROVISIONS HEREINAFTER CONTAINED SHALL BE IN
' ADDITION 10 OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN
CONFLICT HEREWITH.
HEADINGS
t HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUBAHIICL£S ARE INSERTED FOR
CONVENIENCE OR REFERENCE ONLY AND SHALL NUT AFFECT THE INTERPRETAIIGN OF THE
CONTRACT DOCUMENTS.
SPECIAL AND TECHNICAL PROVISIONS STRUCTURE
t THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION 10, OR IN LIEU OF, DIVISION 1,
11, 111 AND IV OF 1HE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARKED
"REPLACEMENT SECTION" UR "PARTIAL REPLACEMENT SECTION," TIIE SPECIFICATIONS
' HEREIN ARE TO REPLACE, OR PARTIALLY REPLACE, THE STANDARD SPECIFICA11ONS
NOTED. WHERE SECTIONS ARE MARKED, "ADDITIONAL SECTION," THE SPECIFICATIONS
HEREIN ARE 70 BE AN AOD11ION TG THE STANDARD SPECIFICATIONS NOTED, WHERE
SECTIONS ARE MARKED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO
' BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS.
1 Revised 3/84
SPECIAL PROVISIONS
INDEX '
CTION '
PACE
SECTION 1 SP 1 '
SPECIAL PROVISIONS SP 1
STANDARD SPECIFICATIONS SP 1
ACT OF GOD SP 2
SHOP DRAWINGS SP 2 '
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2 SP 2
PUBLIC OPENINGS OF BIDS SP 2
SECTION 3 SP 2 '
CONSIDERATION OF BIUS SP 2
SECTION 4 SF 2 t
PROCEDURE AND PROTEST BY THE CONTRACTOR SP 2
USE OF MATERIALS FOUND ON THE PROJECT SP 3
WASTE SITES SP 4 '
HOURS OF WORK SP 4
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 4
SECTION S SP 4 '
SUBMITTALS SP 4
CONSTRUCTION STAKING SP 4
FINAL ACCEPTANCE SP 6
ME TH00 OF SERVICE OF NOTICE SP 6
ERRORS AND OMISSIONS SP 6
SECTION 7 SP '
SANITATION SP 6
LOAD LIMITS SP 6
EMPLOYMENT OF STATE RESIDENTS SP 7 ,
WAGES SP 7
SUBCONTRACTING SP 9
R':ORDS AND REPORTS SP 9 '
CONTRACTOR'S RESPONSIBILITY FOR WORK SP 19
RESPONSIBILITY FOR DAMAGE SP 11
PROTECTION AND RESTORATION OF PROPERTY SP 11
RESTORATION OF STRUCTURES AND SURFACES SP 11
UTILITIES AND SIMILAR FACILITIES SP 13
Revised 3/84 ,
t
1
1
1 PUBLIC LIABILITY AND PROPERTY DAMAGE SP 13
GENERAL SAFETY REQUIREMENTS SP 13
FLAGMEN, BARRICADES, AND SIGNS SP 14
1 DUST CONTROL SP 15
RIGHTS OF MAY SP 15
EMPLOYMENT OPENINGS SP 15
1 SECTION 8 SP 15
PROGRESS SCHEDULE SP 15
PRE-CONSTRUCTION CONFERENCE SP 16
1 NOTICE TO PROCEED SP 16
TIME OF COMPLETION SP 16
LIQUIDATED DAMAGES 1 SP 17 OVERTIME LARK BY OWNER EMPLOYEES SP 17
CONTRACTOR'S PLANI AND EQUIPMENT SP 17
ATTENTION TO WORK SP 18
1 SECTION 9 SP 18
MEASUREMENT OF QUANTITIES
SCOPE OI PAYMENT SP 18
1 OWNER'S RICH; TO WITHHOLD CERTAIN AMOUNTS SP 19
AM
SP !9
1
1
i
1
1
1
i
1
1
1
1
1
1
SECTION1
1
1-1.39A SPECIAL PROVISIONS TAODITIONAL SECTION)
ALL PROVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO ANO PROVIDING 1
FOR THE MEIHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE DELETED AND
VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE DOCUMENTS SMALL 1
BE THE BASIS FOR PAYMENT OF ALL WORK PERFORED UNDER THIS CONTRACT,
1-1 39B STNOMD SPECIFICATIONS (ADDITIONALSECTION) 1
OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM
THE LATEST EDITIONS OF: 1
AWWA AMERICAN WATERMORM(S ASSOCIATION
ANSI AMERICAN NATIONAL STANDARDS 1
ASA AMERICAN STANDARDS ASSOCIATION
ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS
1
1-1.50 ACT OF GOD (REPLACEMENT S CTIQN
"ACT OF COO" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC 1
PHENOMENON OF NATURE. A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL
PHENOMENON OF UNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE WORK, WHICH 1
MIGHT REASONABLY HAVE BFEN ANTICIPATED FROM HISTORICAL RECOF.DS OF THE GE4ERAL
LOCALITY OF THE WORI(, SHALL NOT BE CONSTRUED AS AN ACT OF CAD.
1-1.51 SHOP ORAWINGS (REPLACEMENT SECTION) 1
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THL 1
OET ` OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF !NSTALLATION, OR OTHER
CONS._. -TON PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, OR A MANUFACTURER
AND SUBMITTED FOR THE APPROVAL OF THE OWNER. 1
1-1 52 OR lEjM (REPLACEMENT SECTION)
WHERE THE TERN "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON
RECOMMENDATION OF THE ENGINF.ER, SMALL BE THE SOLE JUDGE OF THE QJALiTY AND
SUITABILITY OF THE PROPOSED SUBSTITUTION. 1
SP 1 Revised 3/84 1
1
1-1.53 APPROVAL (REPLACEMENT SECTION)
THE TERM "APPROVAL" OR "APPROVED" SHALL MEAN APPROVAL GIVEN BY OR GIVEN
PROPERLY ON THE BEHALF OF THE OWNER.
SECTION 2: 010 PROCEDURES AND CONDITIONS
' 2-1.12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION)
SEA_E- 810S WLI BE RECEIVED BY THE CITY OF RENTON, WASHINGTON, 3Y FILING WITH
Tvi C:., CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL FOR BIDS
AtiL A:LL BE OPENEO AND PUBLICLY READ ALOUD.
' SECTION 3
' 3-1.01 CONSIOERATION DF BIDS (ADDITIONAL SECTION)
AWARDING OF CONTRACT WIIL BE BASED ON IC/AL 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 IMF INSPECTOR AND THE CONTRACTOR OR HIS
SUPERINIENOENI OR FOREMAN AS 10 THE MEANING AND INTENT OF ANY PART Of 14
PLANS AND SPECIFICATIONS ON ANY CONTRACT DOCUHENI, SHALL BE IMMEDIATELY
BROUGHT TO THE ATTENTION OF THE PLO IC WORKS DIRECTOR OR HIS REPRESENTATIVES
FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
FAILURE ON THE PART OF THE PUBLIC WORKS 01RECTOR OR HIS' REPRESENTATIVE ID DISCOVER AND CONDEMN OR REJECT IMPROPER, OEFECIIVE OR INFERIOR WORK OR
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK OR
MATERIALS, OR THE PART Of 14 IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN USED,
10 PREVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES HERETO
THAT THE PUBLIC WORKS UIRECIOR OR HIS REPRESENTATIVE SHALI DETERMINk THE
' QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THESE
IMPROVEMENIS. ME SMALL DECIDE AIL QUESTIONS RELATIVE TO THE EXECUTION Of THE
WORK AND THE INIERPREIATIDN OF THE PLANS AND SPECIF1CAl10NS.
SP 2 Revised 3/84
1
IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH
INTERPRETATION, HE SWILL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
CLERK IN WRITING OF THE ANTICIPATED NATURE AND ANOINT OF THE DAMAGE OR
DAMAGES. TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE. IN THE EVENT
AN AGREEMENT CANNOT THEN BE REACHED WITHIN 3 DAYS, THE CITY AND THE CONTRACTOR
WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL SELECT A THIRD WITHIN 30 '
DAYS THEREAFTER.
THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND ,
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLENGES
THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THE
SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR THE PETITION FOR '
REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND DECISION:
1. ARE NO! RESPONSIVE TO THE QUESTIONS SUBMITTED;
2. IS CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THEREOF;
3. IS ARBITRARY AND/UR IS NOT BASED UPON THE APPLICABLE FACTS AND '
THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN '
WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED 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 SHALT. 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 NITHOUi REASONABLE
FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE CONTRACTOR.
THE VENUE OF ANY SUIT SMALL BE IN KING COUNTY, WASHINGTON, AND IF THE
CONTRACTOR IS A NON-RFSIDENT OF THE STATE OF WASHINGTON, HE SHALL DESIGNATE AN
AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COMMENCING WORK UNDER THIS '
CONTRACT.
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT (REPLACEMENT SECTION)
ALL SALVAUE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE DISCARDED
FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY SALAVAGED 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 CONSIDEREC ,
INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
SP 3 Revised 3/84 ,
' 4-1.12 WASTE SITES (ADDITIONAL SECTION)
ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE. WASTED SHALL BE HAULED, DAMPED,
AND SPREAD AT THE. LOCATIONS SELECTED BY THE CONTRACTOR.
THE CONTRACTOR SHALL RAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE SITE.
' ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED 10 BE INCIDENTAL TO
OTHER ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE.
THE ROUTE TAKEN 10 THE WASTE SITE SHALL BE MAINTAINED SOLELY BY THE CONTRACTOR
IN A MANNER AS DESCRIBED BELOW:
THE CONTRACTOR SHALT. BE PREPARED 10 USE WATER TRUCKS, POWER SWEEPERS, AND
' RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR 10
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 WOPKING HOURS FOR THIS PROJECT WILL BE LIMITED 10 WEEKDAYS DURING THE
PERIOU FROM 8:00 A.M. TO 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED Al THE
DISCRETION OF THE ENGINEER WHEN IT : IN THE INTEREST OF THE PJBLIC DR THE
' CONTRACTOR DUE TO REASONS OF SAFETY, RLALTH, 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 ONE COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING
ONE FULL SIZE SET OF DRAWINGS, SHALL EE KEPT AT THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND AT ALL TIMES AVAILABLE 10 THE OWNER AND THE ENGINEER.
ADDITIONAL COPIES OF THE CONTRACT DOCLMENTS, IF REQUIRED, WILL BE FURNISHED BY
' THE OWNER Al NET COST OF REPRODUCTION.
' SECTION' 5
5-1.03 SUBMITTALS (REPLACEMENT SECTION)
' THE CONTRACTOR SMALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA,
CERTIFICATES, SAMP,E 5, TESTS, METHOD, SCHEDULES, AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT THE MATERIALS AND EQUIPMEN'
10 BE FURNISHED AND THE METHOD OF WORK COMPLY WITH THE PROVISIONS AND INIEN)
OF THE SPECIFICA110NS ANO DRAWINGS, IF THE INFORMATION SHOWS ANY DEVIATION
FROM THE CONTRAC, REPJIREMENTS, THE CONTRACTOR SHALL, BY A STAIEMENI IN
WR_IING ACCOMPANYING TFE INFORMATION, ADVISE THE ENGINEER OF THE DEVIATION AND
STATE THE REASONS THERE'ORE.
' SP 4 Revised 3/84
1
5-1.05 CONSTRUCTION STAKING (REPLACEMENT SECTION) ,
THE ENGINEER SHALL HAVE THE RIGHT TO WALE 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 IS IN PROGRESS, THE CONTRACTOR SWILL 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 PERCENT OR LESS, AT
LEAST THREE BATTER BOARDS SHALL REMAIN IN PLACE [MIRING PIPE LAYING
OPERATIONDESTROYED SAND REQUIRE RESETTING.NG CONTRACTOR'S THE SLIMSHALL BE DEDUCTED FROM THE CONTRACTOR'S
FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING REQUIRED FOR SUCH
REPLACEMENT,
THE LASER METHOD OF ESTABLISHING GRADE WAY BE USED PROVIDING: t
1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE '
SUBMITTED FOR CITY REVIEW AND AFPROVAL AT LEAST FIVE DAYS PRIOR
TO USE.
2. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3
TIMES DAILY BY CONVENTIONAL METHODS,
3. PROPER ANCHORING OF PIPE IS PERFORMED IN LOCATIONS WHERE A BOX IS '
BEING USED FOR EXCAVATION.
LL
SETTING CONTRACTOR
CSTAKES�FOR THENGE NEXTHIPHASEE OF NIS TO ALLOW A OPERA OPERATION PRAEVENT TIME FOR
DELAYS 'WHILE WAITING FOR CONSTRUCTION GUIDES.
THE CONTRACTOR SHALL ASSLME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS AND
TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS.
REASON OF LACK
rIME REQUEST FOR SURVEY LESS THAN 3
DAYS ARE DELAYS YDEEMED O STAKES A A RISK TO THE CONTRACTOR AND SHALL NOT HE THE BASIS FOR CLAIMS
FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME.
ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED INCIDENTAL TO 'OTHER BID ITEMS IN THE PROPOSAL, AND NO FURTHER COPENSATION WILL. BE MADE,
UNLESS A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED IN THE SCHEDULE OF PRICES. ,
1
SP 5 Revised 3/B4 '
1
1
5-1.12 FINAL ACCEPTANCE (REPLACEMENT SECTION)
1 THE CONTRACTOR 544LL NOTIFY THE ENGINEER IN WRITING OF THE CONPI.EIION OF THE
WORK WHEREUPON THE ENGINEER WILL PROMPTLY, SY PERSONAL INSPECTION, SATISFY
HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORT( IN ACCORDANCE WITH THE TERMS
t OF THE CONTRACT, AND SHALL THEREUPON RECOMMEND TO THE OWNER THAT THE Waft IS
ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE WORK SHALL BE
MADE BY THE OWNER.
5-1.15 METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTION)
WRITTEN NOTICE SMALL BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON
TO THE INDIVIDUAL, OR 10 A PARTNER OF THE FIRM, OR TO AN OFFICER OF THE
CORPORATiJN OR OWNER OR TO AN EXECUTIVE OFFI,—AL IF THE OWNER 1S A
GOVERNENIAL BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSINLSS
ADDRESS SHOWN IN THE CONTRACT DOCUMENTS.
5-1.17 ELUM AND OMISSIONS (REPLACEMENT SECTION)
If THE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS OR
OMISSIONS IN THE CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SURVEY POINTS
AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN THE
CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE 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, UN'IL AUTHORIZED, WILL BE DONE Al THE CONTRACTOR'S RISK.
' SECTION 7
7-1.04 SANITATION (ADDITIONAL SECTION)
ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION MACILITIES
SHALI BE CONSIDERED INCIDENTIAL 10 THE PROJECT AND NO COMPENSATION SHALL NE
MADL.
7-1.07 LOAD LIMITS (REPLACEMENT SECTION)
ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL
STRICTLY ADHERE 10 CH. 46,44 OF THE MDIOR VEHICLE LAWS OF I E 57AIE OF
WASHINGTON (1967 EDITION AND WENOMENIS THEREOF) 1N REGARD 10 SIZE, WEIGHT,
AND LOADS OF MOTOR VEHICLES.
PAYMENT WILL HOT BE MADE FOR ANY MATERIAL THAI IS DELIVERED IN EXCESS OF THE
LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED.
Sp 6 Revised 3/84
1
i
ANY VIOLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTED LAW
ENFORCEMENT AGENT. i
THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WOM(S DIRECTOR A LISTING OF ALL
HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER. LICENSE i
NUMBER, TARE WEIGHT., AND ITrFNSFD LOAI1 LIMITS.
7-1 DB EMPLOYMENT OF STATE RESIDENTS (REPLACEMENT SECTION) i
THE SECTION ON EMPLOYMENT Of STATE RESIDENTS IS DELETED IN ITS ENTIRETY.
7-1.09 WAGES (REPLACEMENT SECTION) i
THIS CONTRACT IS SUBJECT TO CHAPTER 39.12 R;.W, AND AMENDMENTS AND ADDITIONS i
THERETO RELATING TC MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEOERAL WAGE LAWS
AND REGULATIONS ARE ALSO APPLICABLE. HOURLY MINIMUM RATES OF WAGES AND FRINGE
BENEFITS ARE SHOWN IN THE CONTRACT. WHEN FEDERAL WAGE RATES AND FRINGE i
BENEFITS ARE LIST:,[`, THEY ARE IN ACCORDANCE WITH THE UNITED STATES DEPARTMENT
OF LABOR DECISION NUMBER WA 83-5110.
THE CONTRACTOR, ANY SUBCONTRACTOR, OR OTHER PERSON DOING THE WORW OR ANY PART i
OF IT SMALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE REQUIRED
HOURLY MINIMM RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH
HOURLY RATES MAY BE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE i
EMPLOYEE SHALL CONTRIBUTE FOR EACH COMPENSABLE HOUR THE FRINGE BENEFITS
LISTED. 11 1S SPECIFICALLY URDERSTDOD AND AGREED THAT THE WAGE RATES AND
FRINGE BENEFTTS FOR THIS CONTRACT ARE SUBJECT TO CHANGES, THAT THE BIDDER i
ACCEPTS FULL RESPONSIBILITY AMC) ASSUMES THE RISK OF ANY INCREASED LABOR COST
BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY
DOES NOT mARRANT OR REPRESENT THAT LPQOR CAN BE PROCURED FOR THE MINIMUM RATES '
SET FORTH OR AS CHANGED. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ASCERTAIN
THE WAGES ABGVE SUCH MINIMM AS HE WILL HAVE TO PAY.
THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE TO THE CITY AND i
INDUSTRIES, A COPY OF THE APPROVED "STATEMENT OF INTENT TO PAY PREVAILING
WAGE," A COPY OF THE PREVAILING WAGE RATES FOR THE PROJECT UPON WHICH THE
CONTRACTOR HAS INDICATED THE APPROXIMATE NUMBER OF WORKERS IN EACH i
CLASSIFICATION; AND THE ADDRESS AND TELEPHONE NUMBER OF THE INDUSTRIAL
STATISTICIAN OF THE DEPARTMENT OF LA80R AND INDUSTRIES WHERE A COMPLAINT OR
INQUIRY CONCERNING PREVAILING WAGES WAY BE MADE. ,
ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES AND BY THE U.S. SECRETARY OF LABOR, IF
THERE IS A DIFFERENCE BETWEEN THE TWO 1N THE PREVAILING RATE Of WAGE FOR A i
SIMILAR CLASSIFICATION OF LABOR, THE CONTRACTOR SHALL PAY NOT LESS THAN THE
WAGE WHICH IS THE HIGHER OF THE TWO.
SP 7 Revised 3/54 '
IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
DETERMINED BY THE STATE DEPARTMENT OF LABOR AND INDUSTRIES, HE SHALL PRESENT
' TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A
PROGRAM APFROVEO BY THE STATE APPRENTICESHIP COUNCIL AND THE PERIOD OF
PROGRESSION FOR EACH SUCH APPRENTICE EMPLOYEE.
' IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
DETERMINED BY THE U.S. SECRETARY OF LABOR, HE SWILL PRESENT TO THE ENGINEER
WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF A SATE
' APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE L.S. BUREAU
OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE
CONTRACTOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S.
' BUREAU OF APPRENTICESHIP AND TRAINING. THE CONTRACTOR SWILL SUBMIT TO THE
ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE JOURNEYMAN RATIOS AND
WAGE RATES IN THE PROJECT AREA, WHICH WILL BE THE BASIS FOR ESTABLISHING SUCH
RATIOS AND RATES FOR THE PROJECT UNDER THE APPLICABLE CONTRACT PROVISIONS.
IF ANY DISPUTE ARISES AS 10 WHAT ARE THE PREVAILING RATES OF WAGES FOR WORK OF
A SIMILAR NATURE 10 THAT CONTEMPLATED UNDER THE CONTRACT AND SUCH DISPUTE
CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT
REPRESENTATIVES, THE MATTER SHALL BE REFERRED 10 THE DIRECTOR OF THE
DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR 10 THE
' UNITED STATES SECRETARY OF LABOR WHEN PREVAILING WAGES ESTABLISHED BY 1KAI
OFFICE ARE INVOLVED), AND HIS DECISION. THEREIN SHALL BE FINAL, CONCLUSIVE AND
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE.
' IF IHL CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED 1N THE
SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST IHE DETERMINAIION OF THE
APPROPRIATt WAGE RAIL FOR THE CLASSIFICATION AND FOR THE AREA IN WHICH WORK IS
' PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARIMENI OF LABOR AND
114OUSI INES.
ON FEDERAL-AID PROJECTS THE CONTRACTOR AND EACH SUBCONTRACTOR SHALL FURNISH
' WEEKLY PAYROLL STATEMENTS TO TM ENGINEER. IF WEEKLY STATEMENTS ARE NOT
Ul ILI7LD THE CONTRACTOR SHALL FURNTSh A CERTIFICATION PRIOR TO EACH PROGRESS
ESTIMATE PAYMENT, CONFIRMING THAI PREVAILING WAGE RATES HAVE BEEN PAID.
' IF THE CONTRACTOR UTILIZES THE OCCUPATION CODE WHEN SUBMITTING PAYROLLS AND
WAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE
' PROJECT, THE JURISDICTIONAL AREA INVOLVED SHALL BE SHOWN IMMEDIATELY FOLLOWING
THE OCCUPATION CODE NUMBER, I.E.: 10-0010 YAK.E.
THE CONTRACTOR'S RECORDS PERTAINING TO WAGES PAID AND PAYROLLS SHALL BE OPEN
TO INSPECTION OR AUDIT BY REPRESENTATIVES OF THE CITY DURING THE LIFE OF THE
CONTRACT AND FOR A PERIOD Of N01 LESS THAN THREE (3) YEARS AFTER THE DATE OF
ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS FOR THAI
' PERIOD. WHERE SUCH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE
CONTRACT ARE MAINTAINED BY SUBCONTRACTORS OR AGENTS OF IHE CONTRACTOR, THE
CONTRACTOR EXPRESSLY GUARANTEES THAT IHE RECORDS OF SUCH SUBCONTRACTORS OR
' AGENTS SHALL BE OPEN 10 INSPECTION AND AUDIT BY REPRESENTATIVES OF THE CITY ON
THE SAFE TERMS AND CONDITIONS �S THE RECORDS Of THE CONTRACTOR. IF AN AUDIT
IS TO BE COMMENCED HURL THAN SIXTY (60) DAYS AFTER THE ACCEPTANCE DAIS OF THE
CONTRACT, THE CONTRACTOR WILL BE GIVEN A REASONABLE NOTICE OF THE 1114E WHEN
' SUCH AUDIT 1S TO BEGIN.
SP 8 Revised 3/84
PAMENT IS MADE BY THE CITY OF ANY SUMS DUE UNDER THIS
CCIITY�MUST RECEIVE FROW THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY THE
,
"STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM L L I NUMBER 700-29
WASHINGTON STATE DEPARTMENT OF LABOR AMC) INDUSTRIES). '
UPON COMPLETION OF THIS CONTRACT, THE CITY MUST RECEIVE FROM THE CONTRACTOR
AND AS OPTNTCOPY OF "AFFIDAVIT OF
NUMBER STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT ALL PREVAILING ,WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE
FROM THE PRIME CONTRACTOR A COPY OF "RELEASE FOR THE PROTECTION OF PROPERTY
OWNERS AND GENERAL CONTRACTOR" (FORM L 6 I W4ER 206083 THE STATE DEPARTMENT ,OF LABOR AND INDUSTRIES). THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS
RETAINED, ACCORDING TO THE PROVISIONS OF RCM 60.28.010 ARE RELEASED TU THE CONTRACTOR. FORMS WAY BE OBTAINED FROM THE DEPARTMENT OF LABOR AND ,INDUSTRIES. A FEE OF S12 00 PER EACH "STATEMENT OF INTENT TO PAY PREVAILING
WAGES" AND "AFFTDAVIT OF WAGES PAID" IS REWIRED TI ACCOMPANY EACH FURH SUBMITTED TO THE DEPARTMENT OF LABOR AND INDUSTRIES THE CONTRACTOR IS 'RESPONSIBLE FOR PAYMENT OF THESE FEES AND SHALL MARE ALL APPLICATION$ OTRECTLV TO THE DEPARTMENT DF LA80R AND INDUSTRIES THESE FEES SHALL BE INCIDENTgI TOTO
W.I.
THE BIG ITEMS OF THIS CONTRACT
IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT 10 THE WASHINGTON STATE ,DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PROVIDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REWIRED ,BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.010 ARE
RELEASED TO THE CONTRACTOR.
11I SLBCOHTRACTING (ADOITIONgL SECTIONI
BEFORE PAYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT OF e
AMOUNTS PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE
PARTICIPANTS ON THE FORM PROVIDED BY THE CITY; CERTIFYING THE AMOUNT PAID TO
MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS. 1
7-1.113 RECORDS AND REPORTS ( EPUIL iMENi SECTION)
THE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SLO41T THE FOLLOWING DOCUMENTS 'BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE APPROVED BY THE PUBLIC WORKS DIRECTOR: '
I_ EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257
2. EACH JULY - STATE HIGHWAY FORM PR-1391 '
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE PRECONCTRUCTIUN MEETING. t
SIP 9 Revised 3/84 ,
' AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SWILL BE EXECUTED BY 1FE
BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH COMES WITHIN THE
' PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY OF
LABOR AS REVISED MAY 21, 1968. THE FORM OF CERTIFICATE WILL BE FURNISHED TO
THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO NETHER HE, HIS FIRM,
' ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN ANY PREVIOUS
CONTRACTS OR SUBCONTRACTS SUBJECT 10 THE EQUAL OPPORTUNITY CLAUSE AND IF SO,
WHETHER OR 407 HE HAS SUBMITTED ALL REPORTS DUE UNDER APPLICABLE FILING
REQUIREMENTS.
' FAILURE ON THE PART OF THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL BE
DUE CAUSE FOR REJECTION OF THE BID.
' IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT 10 BE MADE, EXCEPT FOR LACK OF AN
EQUAL. EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO PROMPTLY
' EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE BY
THE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKING FROM HIS PROPOSAL. THE
PROPOSAL GUIRANTEE, IN FORM OF BOND, CHECK, OR CASH WHICH ACCOPANIED THE BID,
WILL BE FORFEITED TO THE CITY.
WHENEVER A CONTRACTOR REQUESTS PERMISSION TO SUBLET A PART OF ANY CONTRACT AND
SUCH CONTRACT COWS WITHIN THE PROVISIONS OF THE EQUAL. OPPORTUNITY REGULATIONS
OF 1HE SECRETARY OF LABOR, REVISED W r 21, 1968, HE SHALL OBTAIN THIS
CERTIFICATION FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD I' TOGETHER WITH
SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFOPE RECEIPT OF SUCH
CERTIFICATION FROM THE SUBCONTRACTOR.
FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT.
' 7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WORK (REPLACEMENT SECTION)
' THE WORK SHALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE
CONTRACIOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CLAUSE, EXCEPT THAT CAUSED SOLELY BY THE ACT OF THE OWNER WHICH MAY OCCUR ON
' OR 10 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 1N THE EVENT OF THE CONTRACTOR REFUS? ,G OR NEGLECTING 10 DO S0,
THE OWNER MAY 1TSFLF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD ANY
SUCH LOSS DR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SMALL BE CHARGED TO
THE CONTRACIOR,
THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF HIS
AND HIS SUBCONTRACIOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACIOR'S PLANT
AND EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK.
WRING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL PURSUE
ONLY SUCH PORTIONS OF THE WORK AS SHAL_ NOT BE DAMAGED THEREBY.
SP 10 Revised 3/84
t
NO PORTION OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE '
AFFECTED BY UNFAVORABLE CONDITIONS SWILL BE CONSTRUCTED WHILE THESE CONDITIONS
EXIST, UNLESS BY SPECIAL MEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE
CONTRACTOR SHALL BE ABLE TO OVERCOME TWu
7-1.14 RESPONSIBILITY FOR DAMAGE (ADDITIONAL SECTilN)
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE
DURATION OF THE PROJECT. THE CONTRACTOR SWILL BE PREPARED TG USE WATERING
TRUCKS, POWER SWEEPERS, AND OTHER PIECES OF EQUIPMENT AS DEEMED NECESSARY BY
THE ENGINEER, TO AVOID CREATING A NUISANCE.
DUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND NO
COMPENSAi ION WILL BE MADE FOR THIS SECTION. '
COMPLAINTS OF DUST, MUD, OR UNSAFE PRACT'CES AND/OR PROPERTY DAMAGE TO PRIVATE
OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPT ACTION IN ,
CORRECTING WILL BE REQUIRED. WRITTEN NOTICE OF CORRECTION OF COMPLAINT ITEMS
WILL BE CALLED FOR SHOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE CITY.
7-1.16 PROTECTION AND RESTORATION OF PROPERTY (REPLACEMENT SECTION) '
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE PROJECT. '
THE CONTRACTOR SHALL LIMIT HIS OPERATION TO THE AREAS OBTAINED AND SHALL NOT
TRESPASS ON PRIVATE PROPERTY.
THE OWNER MAY PROVIDE CERTAIN LANDS, AS INCICATED IN CONNECTION WITH THE WORK ,
UNDER THE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS TO SUCH LANDS. THE
CONTRACTOR SHALL NOT UNREASONABLY ENCUNOER THE PREMISES WITH HIS EQUIPMENT OR ,
MATERIALS.
THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY ADDITIONAL
LAND AND ACCESS THERETC NOT SHOWN OR DESCRIBED THAT MAY BE REQUIRED FOR '
TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT
ALL ACCESS ROADS, DE10LR ROADS, OR OTHER TEMPORARY WORK AS REQUIRED BY HIS
OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT, STORAGE OF MATERIAL, ,
AND OPERATION OF HIS WORKERS TO THOSE AREAS SHOWN AND DESCRIBED AND SUCH
ADDITIONAL AREAS AS HE MAY PROVIDE.
RESTORATION OF STRUCTURES AND SURFACES '
A. GENERAL. ALL CONSTRUCTION WORK UNDER THIS CONTRACT ON EASEMENTS, '
RIGHT-OF-WAY, OVER PRIVATE FROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE
LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE
ACCOMPLISHED SO AS TO CAUSE THE LEAST MOUNT OF DISTURBANCE AND A MINIMUM t
AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS AND
TRENCHES SHALL NOT BE OPEN FOR MORE THAN 48 HOURS.
SP 11 Revised 3/84
B. STRUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS WAY
BE NECESSARY FOR THE PERFORMANCE OF THE WORK AND, IF REQUIRED, SMALL REBUILD
THE' REQUIREMENTS` ASHUS REMOVE[) IN AS HEREIN SPECIFIED. GOOD NE ASHALL ALSO
REPAIR ALL EXIST MINI"
G
STRUCTURES WHI,H MAY BE DAMAGED AS A RESULT OF THE WORK UNDER THIS CONTRACT .
C. EASEMENTS - CULTIVATED AREAS AND OTHER SURFACE IMPROVEMENTS. ALL
UL
CULTIVATED ARFHS, EITHER AGRICTURAL OR LAWNS, AND OTHER SURFACE IMPROVEMENTS
WHICH ARE DANAGE.0 BY ACTIONS OF THE CONTRACTOR SMALL BE RESTORED AS NEARLY AS
' POSSIBLE TO THEIR ORIGINAL CONDITION.
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 11 IN
SUCH A MANNER THAT IT MAY BE REPLACED BY HIM, OPO" COMPLETION OF
CONSTRUCTION, ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED W11H
' THE EARTH SURROUNDING THEIR ROOTS WAPPD IN BURLAP AND REPLANTED IN THEIR
ORIGINAL POSITIONS WITHIN 48 HOURS. ALL. SHRUBBERY OR TREES DESTROYED OR
DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALI7Y AT
THROUGH TANY Ll.AWN AREA THE OWNER.SOWER SHUALN BE CAREFULL THE EVENT Y CUTA IS NECESSARY ND ROLLED AND REPLACED
AFTER THE TRENCHES HAVE BEEN BACKFII.LED, THE LAWN AREA SHALL BE CLEANED BY
SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEE
TRACT L EQUIPMENT SINlIAR 10 THE SMALL
OR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING
EXCAVATION AND BACKFILL, ON EASEMENTS OR R;GHIS-OF-WAY WHICH HAVE LMWN AREAS.
ALL FENCES, MARKERS, MAIL BOXES, OR DTHEH TEMPORARY OBSTACLES SHALL BE REMOVED
BY THE CONTRACTOR AND IMMEDIATELY REPLACE, AFTER TRENCH IS BACKFILLED IN THEIR
ORIGINAL POSITION. THE CONTRACTOR SHAIL NOTIFY THE OWNER AND PROPERTY OWNER
' AT LEAST 24 HOURS 1N ADVANCE OF ANY WORK DONE ON EASEMENTS OR RIGHTS-OF-WAY.
ALL CONS RUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHI-OF-WAY OR
FRANCHESE SHALL BE CONFINED TO THE LIMITS OF SUCH EASEMENTS, RIGHT-OF-WA' OR
FRANCHI5E. ALL WORK SHALT BE ACCOMPLISHED SO AS 10 CAUSE THE LEAST AMOUNT OF
DISIUMBANCL AND A MINIMUM AMOUNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS
WORK SO THAT TRENCHES ACROSS EASEMENTS SHAIL NOT BE LEFT OPEN DURING WEEKENDS
' OR HOLIDAYS, AND TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS.
DAMAGE 10 EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAI MAY RESULT MRDM
' DEWAIERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SHALL BE
RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDITION SMALL BE
ESIABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE PRIOR TO
' CONSTRUCTION. ALL SUCH WORK SHALL BE DONE 10 THE SATISFACTION OF THE PROPERTY
OWNERS AND THE OWNER Al THE EXPENSE Of THE CONTRACTOR.
D. STREETS. THE CONTRACTOR WILL ASSUME Al L RESPONSIBILITY Of RESII'RA1 ION OF
THE SURFACE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
IN THE EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL IMEDIAIELY
' AVAILABLE TO MAKE NECESSARY REPAIRS, TMff_ CONTRACTOR SHALL SO INFJRM THE
OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND THE COST Of SUCH REPAIRS
SHALL BE PAID BY THE CONTRACTOR.
' SP 12 Revised 3/84
7-1.17 UTILITIES AND SIMILAR FAC .TIES (ADOITIUNAL SECTION),
LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR EXISTING UNDERGROUp FACILITIES
ARE IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND '
MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND LOCATION OF EXISTING
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND PRIVATE '
CZNVe ANTES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
COMSTPN/CTIOM AREA, THE CONTRACTOR 1S WARNED THAT CITY OF RENTON WATERTOL , STORM
UTILIITTIIE SANITARY
ES ARE NOT A PART OF THEN "LONE CALL'SYSTEM
TEFFIAID MUST HE CONTACTED '
SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, 1N THE PROSECUI ION D THE WM, IT 8<COES w SSA2
SURFACE O Y TO INTERRUPT EXISTING 'DRAINAGE, SEVERS, Un")ERDRAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND
STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SWILL BE FZSPONSIt3LE FOR, AND
SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES
FOR SAE. THE CONTRACTOR SWILL, AT H1_ OWN EXPENSE, REPAIR ALL DAMAGE TO SUCH
FACILITIES OR STRUCTURES DUE TO THIS CONSTRUCTION OPERATION TO THE
SATISFACREPAIREDTION OF BY THETHE UTILITY; DEPPAARTMENPT T�ATI CONTRACTOR'S FACILITIES
OORR BY BE
THE '
CONTRACTOR AS DIRECTED BY THE CITY.
7-1.18 PUBLIC LIABILITY AND PROPERTY DAM (REPLACEMENT SECTION) 1
THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SWILL BE AS FOLLOWS; '
THE AMOUNT OF COVERAGE SWILL BE NOT LESS THAN A SINGLE LIMIT OF $500,000 FOR
BOUIY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCURENCE. IN ADDITION, '
AN UMBRELLA INSURANCE COVERAGE OF NOT LESS TWIN $5,OnO,0O0 SWILL BE PROVIDED,
WITH THE OWNER AND ENGINEER THE NASD IN JREDS Th1S LIMIT SHALL APPLY TO
COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VEHICLE LIABILITY INSURANCE. ,
THE CONTRACTOR SHALL FURNISH THE CITY WITP 'ATISFACTORY PROOr OF CARRIAGE OF
THE INSURANCE REQUIRED.
7-1.23A GENERAL SAFETY I MEATS IAWITI SEAT IONZ ,
THE CONTRACTOR SWILL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION AREA, 'BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL LOCAL POLICE,
TPANSIT, ANY) 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 PRIOR TO CONSTRUCTION IN
FRONT OF EACH PROPERTY.
SP 13 Revised 3/84
' 7-1.23C FLAGMEN,.BARRICADES. AND SIGNS (REPLACEMENT SECTION)
FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR PROVIDED SHALL
' CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EDITION OF THE
"MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES," PUBLISHED BY THE U.S. DErARIMENT
O TRANSPORTATION.
' COPIES MAY BE PURCHASED FROM THE SUPERINTENDENT OF DOCUENTS, U.S. GOVERNMENT
PRINTING OFFICE, WASHINGTON D.C. 20402. THE CONTRACTOR SHALL IMPLEMENT THE
TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS APPLICABLE. IF
THE CONTRACTOR'S PLAN OF OPERATIONS 15 IN CONFLICT WITH THE CONTRACT TRAFFIC
CONTROL PLAN, HE MAY PROPOSE MODIFICATION OF THE TRAFFIC CONTROL PLAN BY
SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE
' PROJECT, AND SUBMIT 1T TO THE ENGINEER FOR APf�OVAL AT LEAST TEN DAYS IN
ADVANCE OF THE TIME THE SIGNS AND BARRICADES WILL BE REQUIRED.
' THE STRIPING OF NO PASSING ZONES THAT ARE 10 BE OB.:-ERATEO IN EXCESS OF 150
FEET BY PAVING OPERA1104S SMALL BE REPLACED BY "DO NOT PASS" AND "PASS WITH
CARE" SIGNS. THE SIGNS SMALL BE LOCATED NOT LESS THAN 2 FEET OUTSIDE THE
USABLE SHOULDER NOR LESS THAN 7 FEET ABOVE THE EDGE OF PAVEMENT. UNLESS
OTHERWISE SPECIFIED IN THE SPECIAL PROVISIONS, THE CONTRACTOR SHALL PROVIDE
POSTS AND BE MAINTAINED BY THHE CONTRACTOR UNTIL CONSTRUCTION OPERATIONS ARE
COMPLETE. WHEN THE PROJECT INCLUDES STRIPING BY THE CONTRACTOR, THE SIGNS AND
' POSTS SMALL BE REMOVED BY HIM WHEN THE NO PASSING ZONES ARE RE-ESTABLISHED BY
STRIPING. THE SIGNS SHALL BE RETURNED 10 THE CITY AND THE POSTS WILL BECOME
THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL. FAEN THE CONTRACTOR IS NOT
RESPONSIBLE FOR THE STRIPING, THE POSTS AND SIGNS WILL BECOME THE PROPERTY OF
THE CITY AND WILL BE REMOVED BY CITY FORCES WHEN THE NO PASSING ZONES ARE RE
ESTABLISHED BY STRIPING.
' THE CONTRACTOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES,
GUARDS, FLAGMEN, AND EQUIPMENT, .;ONSIRUCTION WARNINGS, AND NIGHT LIGHTS IN
ORDER TO PROTECT THE PUBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS
OPERATIONS. IF THE CONTRACTOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS AND
BARRICADES, IN THE OPINION OF THE HNGINELR, THE CITY SHALL HAVE THE 01CHI TO
PROVIDE THESE LIGHTS AND BARRICADE, AND DEDUCT SUCH COSTS ',ROM Pry ITS DUE
t THE CONTRACTOR. WORK SHALL BE RESTRUCTURED, THE ORDER OF WORK MODIFIED, THE
HOURS OF WORK MODIFIED OR THE WORK HALTED ALTt1GETHER AT THE ENGINEER'S
DISCRETION %hEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF ACTION
NECESSARY 10 PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, AND
' WELFARE.
ALL SIGNS REMOVED SHALL BE SALVAGED AND DELIVERED 10 THE CITY YARD.
TRAFFIC MOVEMENT SHALL BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND
PEDESTRIAN TRAFFIC. DURING ALL PHASES OF CONSTRUCTION, TRAFFIC MOVEMENT SHALL.
BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALL BE MAINTAINED AT
ALL TIMES TO ADJACENT PROPERTIES OUTSIOE O THE R1GHI-OF-WAY LINE. ALL ROADS
WILL BE OPEN 10 TRAFFIC DURING PEAK TRAFFIC PERIODS, 6:30 TO 8:30 A.M. AND
3:30 TU 5:00 P.M.
SP 14 Revised 3/84
NO WORK SHALL BE DONE ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY SIG45 AND
TRAFFI, CONTROL DEVISES ARE IN P1.ACE.
THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION SIGNS
SWILL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
7-1.23E �*RT CONTROL (ADDITIONAL SECTION) '
THE CONTRACTOR SHALL PROVIDE A MINIMUM 1,500 GALLON CAPACITY WATER TRUCK WITH ,
A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SWILL BE
CLEANED OF DUST AND DEBRIS AT THE END OF EACH WORMING DAY. IN ADDITION, THE
CONTRACTOR SHALL PROVIDE SPRINKLING, AS NECESSARY, TO ALLEVIATE DUST ' .1SANCE ,
OR AS DIRECTED BY THE CITY.
7-1.24 RIGHTS OF WAY (ADDITIONAL SECTION) '
THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TU THE
CONSTRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL COSTS e
OF THE SAME. COPIES OF ALL EASEMENTS AND ACCESS PERMISSION WILL BE PROVIDED
TO THE CONTRACTOR. THE CONTRACTOR SWILL PERFORM ALL WORT( ON PRIVATE PROPERTY
IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE EASEMENTS AND
RIGHT-OF-ACCESS DOCUMENTS.
7-1.28 EMPLOYMENT OPENINGS (REPLACEMENT SECTION) ,
ENTIRE SECTION OF STANDARD SPECIFIC^TIONS ON EMPLOYMENT OPFNINGS IS DELETED.
SECTION 8 ,
8_1.03 PROGRESS SCHEDULE (REPLACEMENT ;ICT ON) '
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE FIRST
PARTIAL PAYMENT IS MADE, THE CONTRACTOR SWILL ^SLIVER TO THE ENGINEER, AN
ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM S:TISFACTORY TO THE ENGINEER., '
SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION OF EACH OF THE
VARIOUS PAY ITEMS OF WORK REQUIRED UNDER THE CONTRACT DOCUMENTS AND THE
ANTICIPATED MOUNT OF EACH MONTHLY PAYMENT THAT WILL BECOME DUE TO THE '
CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SHALL
ALSO FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE OF
MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN MAKING UP ANY OF THESE
SCHEDULES WILL BE USED ONLY FOR DETERMINING THE BASIS OF PARTIAL PAYMENTS AND ,
WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS 10 OR DEDUCTIONS FROM
THE CONTRACT.
SP 15 Revised 3/84 1
fSHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAI OPERATIONS WILL
OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR SHALL,
WON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SANE FORM AS SPECIFIED
HEREIN, SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED LABOR FORCES OR
WORKING SHIFTS, MIGHT WOK, ETC., BY WHICH TIME LOSS WILL BE MADE UP, AND
CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF THE ORIGINAL
HE SCDULE HAS BEEN SECURED. FURTHER, IF AT ANY TIME A PORTION OF TIE ACCEPTED
SCHEDULE IS FOUND TO CONFLICT WITH THE CONTRACT PROVISIONS, IT SHALL, UPON
REQUEST BE REVISED BY THE CDNTRACIDR AND THE WORK SMALL BE PERFORMED IN
' COMPLIANCE WITH THE CONTRACT PROVISIONS.
PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS MADE
AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE CONTRACTOR
MAY BE WITHHELD. EXECUTION OF THE WORK ACCORCING TO THE ACCEPTED SCHEDULE OF
CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN OBLIGATION
OF THE CONTRACT.
PRE-CONSTRUCTION CONFERENCE (ADDITIONAL SECTION)
fPRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTOR, UTILITY DEPARTMENT, TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE, AND
DAIS 10 BE DETERMINED AFI;R AWARD OF IRE CGNTRACI, SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAT W- BE INCURRED. THE TIME, PLACE, AND
' DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE.
' B-1.04 NOTICE TO PROCEED AND PROSECUTION OF W(IW( (ADDITIONAL SECTION)
THE CONTRACTOR SHAIL NO11FY THE C11Y OF RENTON AT LEAST 48 HOURS PRIOR 10
COMMENCING WORK. THE SAME NOTIFICATIONS SHALL BE PROVIDED 10 THE POLICE AND
' FIRE AUTHDRIIIES AND THE SCHOOI DISTRICT WHEN WORKING WITHIN A ROADWAY
RIGHT-OF-WAY. THE CONTRACTOR SHALL ALSO NGTIFY PROPERTY OWNERS ADJACENT 10
THE. CONSTRUCTION AREA, INDICATING THE DURATION AND PROPOSED 11ME OF ACCESS
' CLOSURE TO THEIR PROPERTY.
8-1.05 TIME OF COMPLETION (ADDITIONAL SECTION)
THE CONTRACTOR IS EXPECTED TO DILIGENTLY PROSECUTE THE WORK TO COMPLETION IN
ALL PARTS AND REQUIREMENTS. THE PROJECT SHALL BE COMPLETED WITHIN THE IiME
NOTED IN THE CALL FOR BIDS.
SP 16 Revised 3/84
i
PROVIDED, HOWEVER, THAT THE CITY COUNCIL SWILL HAVE THE RIGHT UPON REQUEST OF i
THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON, WASHINGTON, TO EXTEND THE TIME OF
COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID UNLESS THE SAME BE IN i
WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY
ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER WORK OR
MATERIAL SHALL NOT FURNISH ANY GROUNDS TO THL CONTRACTOR FOR CLAIMING AN
EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND SHALL NOT RELEASE THE i
CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO COMPLETE THE WORK WITHIN
THE TIME REQUIRED.
RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S BIRTHDAY, i
WASHINGTON'S BIRTHDAY, MEMORIAL DAY, DULY 4, LABOR DAY, VETERANS DAY,
THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. THE i
DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOYEES WHEN CHRISTMAS DAY
OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SHALL BE A HOLIDAY FOR
CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY, WEDNESDAY, OR THURSDAY.
WHEN CHRISTMAS DAY OCCURS ON A SATURDAY, THE TWO PROCEEDING WORKING DAYS SHALL i
BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY OCCURS ON A SUNDAY, THE TWD
WORKKING DAYS FOLLOWING SHALL BE OBSERVED AS HOLIDAYS.
ALL REFERENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE i
DELETED AND VOID.
8-1.09 LIQUIDATED DAMAGES (ADDITIONAL SECTION) i
THE LIQU:DATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM i
COSTS `.Ai INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED
BEYOND CONTRACT COMPLETION DATE. THE COST OF ADDITIONAL INSPECTION AND
SUPERVISION SHALL BF AN -MOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT i
FOR OVERHEAD.
8-1.11 OVERTIME WOO( BY OWNER EMPLOYEES (REPLACEMENT SECTION) i
WHEN '.HE CONTRACTOR PERFORMS CONSTRUCTION WORK OVER THE ACCEPIED 8 HOURS PER
DAY OR 40 HOUR', PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES i
INSPECTION, THEN THE CONTRACTOR SHALL REIMBURSE THE CITY AT THE RATE OF $50
PER HOUR. THE CITY SHALL HAVE THE SOLE AUTHORITY IN DETERMINING THE NECESSITY
OF HAVING THE OVERTIME INSPECTION, AND SHALL NOTIFY THE CONTRACTOR OF INTENT i
AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE THE CONTRACTOR ON EACH MONTHLY
ESTIMATE.
8-1.12 CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION)
THE CONTRACTOR ALONE SHALL AT ALL TIMES P" RESPONSIBLE FOR THE ADEQUACY,
EFFICIENCY, AND SUFFICIENCY Or HIS AND oUBCONTRACTOR'S PLANT AND
EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT MCKE USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WutK ON THE SITE OF THE WORK. i
SP 17 ReviseL 184
1
i
t THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND PAID
FOR ACCORDINGLY.
t NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME, FOR
THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE COMENr..ED
UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE Gi<k. THE
CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING, BARRICADES, AND
WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE
PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE OWNER WILL BE
' PROVIDED KEYS FOR 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 70 THE END THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT
t PERSONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES TO
REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY 10
EXECUTE THE SAME, 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 TO 141M OR
TO HIS AUTHORIZED REPRESENTATIVE.
SECTION 9
' 9-1.01 MEASUREMENT OF QUANTITIES (ADDITIDNAL SECTION)
' ALL DELIVERY TICKETS THAT AF.Z REQUIRED FOR THE PURPOSE OF CALCULATING
QUAN1111ES FDR PAYMENT MUST BE HECEiVED BY 1Ht ENGINEER AT THE 11M£ OF
DELIVERY. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF DELIVERY
' Of MATERIAL.
A. BY TRUCK
PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF
MATERIAL, GROSS WEIGHT, IARE WEIGHT, TRUCK NUMBER, DATE, AND INSPECIOH'S
INITIALS.
SCALE CERIIFILATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS
POSSIBLE.
' EACH WEIGHT STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL 10 THE FROJECI . THE
WEIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED CUPY
TRANSMITTED DAILY TO THE CITY BY THE SCALE ATTENDANT. IN ISOLATED CASES
WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE 1HE
TRUCK VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY.
SP 18 Revised 3/94
B. BY OTHER !
METHOD FOR HEASA9EHENT AND PAYMENT FOR MATERIAL BROIKiMT TO THE SITE BY !
A''Y OTHER MEANS WILL BE DETERBMINED BY CONTRACTOR/OWNER AGW:EM BEFORE
AWARD OF THE CONTRACT.
P-1..07 SCOPE K PApEM fA0OiT7q IAN ccrt ION) !
ALL COSTS AND EXPENSES FOR ITEMS OF MARK, EQUIPMENT, OR MATERIALS, INCLUDING !
INSTALLATIONS, NOT IDENTIFIED AS 810 ITEMS IN THESE SPECIFICATIONS SHALL Ef
INCIDENTAL TO THE PROJECT. NO SEPARATE PAYMENT OF ANY KIND WILL S MODE FOR
THESE INCIDENTAL ITEM .
1
9-1. P'S RIfirt TO WtT n CERTAIN AM9Wj (AUDIT -ECTi NI
PARTIAL PAYMENTS ON ESTIMATES WAY BE WITHHELD UNTIL A WORK
1
AS DESCRIBED IN SECTION 8, WAS BEFN RECEIVED AND APPROVED PROGRESS SCHEIXILE,
OR IN THE EVENT TH%T ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE REQUIREMENTS 1
WORKMANSHIP SPECIFICATIONS
THE DIRECTORY MAY HAVE THE OPTION TO OF PUBLIC WORKS DEEMS SUCH ACCEPTANCE
c,NCN MATERIAL DR
BEST INTEREST OF THE CITY, PROVIDED THE CITY MAY NEGOTIATE PPAYMENT OFAILOWEERR i
UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP
1
1
1
!
1
1
1
SP 19 Revised 3/84 1
!
1
' TECHNICAL PROVISIONS
TECHNICAL PROVISIONS
SPRRIN3 BROOK WATERSHED
' FENCING
PHASE I
tMOBILIZATION
This bid Item shall provide compensation for costs incurred by the
' Contractor for moving equipment to the job site, securing s:itable
storage areas, providing a field office, If desired, providing sanitary
facilities for the workmen, rotating equipment during the project, and
removing al : equipment and facilitier from the project area upon
completion.
The lump sum for mobilization shall be full compensation for all labor
' and equipment, and all other costs necessary for the Contractor to
perform mobilization as specified. Partial payment for this Item will be
paid only when the owner determines that sufficient progress of the
project warrants such payment.
SOIL AND/OR UaURFA NI
' The bidder shall make his own decisions and conclusions as to the nature
of the materials to be excavated. the difficulties of making and
maintaining required excavations, the cifflculties which may arise from
' subsurface co,,^ditlons, and of doing any cther work affected by the
-ubsurface conditions and shall accept full responsibility.
Extra compensation will not be made for the adverse conditions that may
Pe encountered.
■1 EEMOVPL OF PRIVATE PROPERTIES
■ Removal arc replacement of private properties shall be assi ned as the
Contractor 's responsibility to restore private properltes to property
' owner's satisfaction. This Is not to be considered as new replacement,
Put only restoration of existing facilities, In case of damage by
contractor or restoration caused by recess lty of removal .
' Such removal and replacement shall be considered Incidental to the
Project and no compensation will be made.
MECHANICAL DAMPING
Mechanical tamring shall consist of hand-operated mechanical or pneumatic
tampers as ouTiired In Sect Ion 15-1.01A of the Standard Speclf'rations
and shall be required where called for In these specifications, on the
Plans, and where directed by the Owmer/
Mechanical tamping shell be considered as incidental to the construction
and al ; cost thereof shall be ircluded by the Contractor In other pay
Items within this contract. No further compensation shall be made.
1
TECNICAL PRCVISIONS
SPRING BOOK MA'ERSHED
FENCING
PHASE I
' TECHNICAL PROVISIONS ( t )
wate W gr shall be acquired anc placed In strlc' compliance with Section 16
of the Standard Specifications.
' Water shall be considered incidental to the project and no further
compensation shall be made.
CHAIN LINK FENCE AND GATFS - General
This work shall include but not be limited to the installation of chain
' link fencing with the related concrete footings. Hilght of all fencing
to be 8 feet above grade. The fence shall have 3 strands of barbed wire
for security and appropriate arms to support the barbed wire. Bottom of
' fabric to be approximately I Inch above ground.
All material used In the construct Ion of chain ! Ink fence and gate shall
be new. Iron or steel material shall be galvanized except as hereinafter
provided. Imperfectly galvanized material , or material upon which
serious abrasions of galvanizing occur, will not be acceptable. All
accessories shall be free of sharp edges. Ail welded members to be
galvanized after welding In single piece.
The base ,material for the manufacture of steel pipes used for posts,
1 braces, and gate frames shall conform to the requirements of A'ZTM
Designation A 120 :ept the weight of tolerance on tubular posts shall
be applied as pro. 1 Lelow.
All posts, braces and gate frames shall be hot-dipped galvanized. They
shall have a minimum average of 1 .8 oz. zinc coating per square foot of
surface area, with no individual test below 1 .6 oz. zinc coating per
square foot of surface area. In hhe case of members made from pipe, this
area Is defined as the total area inside and outside. A Sample for the
computing the average of weight of coating Is defined as a 12 inch piece
cut from each and of the galvanized member . Fittings, attachments and
hardware shall be galvanized in accordance with the requirements of ASIN
Designation A 153. Other materials shall be galvanized as s,eclfled
hereinafter. All fence materials shall be manufactured In the United
' States.
Fabric F
All chain link fabric shall consist of commercial quality steel wire
woven Into an approximate 2 Inch uniform diamond mesh. The fabric shall
be 9 gaug wire (0. 148 Irch diameter) , 8' 0" height, knuckled selvage cn
top and bottom. The fabric shall be hot dipped galvanized after.
wwc-
tTECHNICAL PROVISIONS
SPRING BROOK WATERSHED
FENCING
' PHASE I
' TECHNICAL PROVISIONS (Cont.)
End Posts
Posts shall be 2-7/6 Inches O.D. and eelgh not less than 5.79 lbs. per
lineal foot.
' Posts
' Posts shall be 2-3/8 Inches O.D., Schedule 40 or match existing posts.
Too Hall
Top rail shall pass through the tops of the line posts forming a
continuous brace from end to end of the complete stretch of fence.
Lengths of tubular top roll shall be Joined by sleeve couplings. Top
ralis shall be securely fastened to posts by press steel fittings.
Couplings for tubular top rail shall be outside sleeve type and at least
7" long.
' Zinc Coated Steel Fittings
Miscellaneous steel fittings and hardware shall be of commercial grade
' steel or better quality, wrought or cost as appropriate to the article,
and sufficient In strength, and other properties, to provide a balanced
design when used In conjunction with fabric, posts, and wires of the
qualities specified herein. The weight of zinc coating on below listed
steel fittings shall be 1 .2 ounces per square foot.
CTn ss
' All posts for chain link fence shall be fitted with an approved
galvanized pressed steel or aluminum cap on each post.
fTension Bars
Hot-dipped galvanized steel bars shall be not less then 3/16" x 3/4" and
' equivalent to fabric height. Bars are to be threaded through fabric and
attached to posts by means of tension bands spaced not to exceed 14
inches. One bar shall provide for each end post.
Hot-Olip . Galvanized Steal Tension Bands
' Hot-dipped galvanized steel tension bands shall be provided with tension
bars at each end post. These bands shall be of flat steel 1/8" x 3/4".
Spacing on post shall be at no more than 14" Intervals.
' TECNICAL PROVISIONS
' SPRING BROOK WATERSHED
FENCING
PHASE I
' TECHNICAL PROVISIONS (Cant.)
Brace Rand,
' Galvanized steel brace bands shall be provided where top rail or bracing
Is required on each end post. These bands shall be securely fastened to
posts and used with a rail-end. Bands shall be of 1/8w x e/4w flat steel .
Rail Ends
Galvanized rail-end shall be provided with each brace band where bracing
Is required.
Ties or Clips
' Ties or clips shall be provided for attaching chain link fabric to line
pcsts at Intervals of not more than 14 Inches. Ties may be of steel II
' gauge (galvanized) or aluminum 9 gauge.
Tension Wires
This reinforcing wire shall be 07 gauge toll a ring wire and shal ! have a
zinc coating o! not less than 0.80 ounces per square foot . Galvanized 9
gauge hog rings shall be provided for attaching tension wire to fabric at
Intervals not exceeding 14 Inches. Tension wire is required along bottom
cf fabric .
' Barbee-Wire Supporting Arms
Barbed-wire supporting arms, when specified to be furnished, shall be at
an angle of approximately 450, and shall be fitted with clips or other
' means for attaching three lines of barbed-wire. The top outside wire
shall be approximately twelve ( 12) Inches horizontally from the lance
I ins and the other wires spaced uniformly between the top of the fence
' fabric and the outside barbed-wire.
Barbed-Wire
Barbed-wire shall consist of three strands of 12-1/2 gauge wire with 14
>age 4 point garbs spaced approximately five (S) Inches apart . All wire
.gall be zinc coated with a minimum coating of .80 ounces per square foot
' of surface as on 12-1/4 gauge wire.
0 M
TECHNICAL PROVISIONS
' SPRING BROOK WATERSHED
FENCING
' PHASE 1
TECHNICAL PROVISIONS (Cont-)
1 Installation Standards
Line posts shall be spaced at not more than IO foot Intervals, plumbed,
In tine and placed In a vertical position. All posts to be set in
concrete. Tubular posts to be provided with cap• Fabric to be attached
io line posts with II gauge galvanized steel or 9 gauge aluminum ties
spaced at not more than i4 Inch Inter ais .
Terminal and end posts shall be plumbed In a vertical position. All
' posts to be set In concrete. Tension bands ant Kars to be provided at
each terminal , and two bands and bars for pull and corner posts. Bands
spaced on posts at Intervals of not more than 14 Inches. A corner post
' Is required when line of fence direction changes 30 degrees or more.
Posts are used to facilitate stretching In long runs of fence and abrupt
changes In grade line.
' Post Setting ( line, End Posts)
Diameter Depth Pdst Height
' of Hole of Hole Embedment of Fabric Pest
low 38" 36" 8, Line
10" 36" 36" 8, Terminal
Note: Where rock conditions exist, post setting to be determined by City
' Inspector.
Concrete to be 2,000 PSI , 6 sack mix, and crown all posts to shod water .
Fa � lc to be stretched tight, approximately 1 to 2 Inches above the
ground, from terminal posts and shell be fastened on to the side of line
posts by ties spaced at Intervals of not more than 14 Inches and 14
Inches for top roll . The fabric shall be cut and fastened to each
terminal post Independently by tension bar with bands. The tension wire
shall be fastened by means of hog rings spaced approximately 14 Inches
apart. Fabric rolls to be Joined by a single strand of fabric woven in
to fc,r a continuous fence line.
Fabrication and installation of materials furnished and !nstalled under
' these specifications shall be first class and show careful , finished
workmanship In all respects.
' TECHNICAL PROVISIONS
' SPRING BROOK WATERSHED
FENCING
rPHASE
rTECHNICAL PROVISIONS (Cont.)
MEASUREMENT AND PAYMENT
rChain Line Fence
r The unit bed price per linear foot shall constitute complete compensation
for all labor, materials, fittings, tools and equipment for complete
installation of the chain link fence and barbed wire as specified.
r Clearing shall be considered Incidental to fence Installation.
CLEARING GRUBBING d TREE REMOVAL
r The Contractor shall clear the new fence area, from the City Watershed
property line and to 6 feet Inside. This swath of cleared trees, and
brush shall be limited to city property only. While no debris of any
r kind shall be deposited In any stream, or on roadways, tree trimings,
logs and brush may be disposed on site in areas designated by the
engineerl No baring allowed.
rOrnamental and danger tree's within the clearing limits shall be removed.
Measurement A Payment
rClearing, Grubbing and Tree Removal shall be measured by the linear foot
of new fencing. The unit price per linear foot shall be full
r compensation for furnishing all labor and equipment for removal of brush,
trees, debris, stumps, ornamental and danger tress.
No seperate payment will be made for brush, danger or ornamental tree
removal .
r
r
r
r
r
' STANDARD DRAWINGS
1
1
aanwa •r,a '. s , ,, � S,
i
I ,i
_ N LL
SPRINGBROOK SPR
..�..,m WATERSHED
r Lm
i ,
•,yam
Co lkEf- 1 -
INSTALL NEW FENCE - ---- /
TIE TO EX FENCE
pRofscfY yltlitSrYD \"��
Rke
lae�lw. srw� �
np `-- L LFYlu4
' • ^.^.U1 SURVEY
W-766 SPRINGBROOK WATERSHED FENCING - Phase I WTR-1
C.D.
CITY OF RENT014
PUBLIC WORKS DEPARTMENT
CONTRACT CHANGE ORDER AGREEMENT
CONTRACT tnr'nRh 4 W t h i fn ^h _
CONTRACTOR Bull Fence Co.
SUMMARY OF PROPOSED CHANGE Reduce oroject oaycent because of non-spec.
9alvani¢inq coating on materials.
All work, materials and measurements to be in accordance with the provisions of the
Standard Specifications and Special Provisions for the type of construction involved.
bTFfGTN7l ZDflTkKtT— ZURRENT CGtTf1FAZfi—rSTIf-0�tMVTZ-HV�,`C �SfiITA(T'rj YN'
AMDUNT AMOUNT THIS ORDER I TOTAL AFTER CHANGE
S14 J93 J5 S14,793,75 Minus -S:252_30. 512,543,75
SIGNATURES; CONTRACTQR DATEyiM[i`S
PROJECT ENGINEER ��11?t.-c �c�ScIM�'�- DATE
APPROVED BY ' DATE
(Public Norks Oirecto�—_
OF RFy
THE CITY OF RENTON
y " 4- Z MUNICIPAL BUILDING 200 MILL AVE $0 RENTON.WASH.99055
NIL >g BARBARA Y. SHINPOCI+, MAYOR MAXINE E.MOTOR.
CITY CLERK a (206) 235-2500
rE0 st►REV'
July 26, 1984
Mr. Richard Merrill, President
Viking Fence Company
P.O. Box 86
Poulsbo, WA 98370
Re: Springbrook Springs Watershed Fencing, Phase I.
Dear Mr. Merrill:
At its regular meeting of July 23, 1984, the Renton City Council
accepted the overall low bid submitted by Bull Fence Company for
the referenced project.
Thank you for your interest in this matter.
Sincerely,
CITY OF RENTON
Matoyn J. Petersen
Deputy City Clerk
cc: yBob Bergstrom, Project Engineer
OF RFti
J �
c THE CITY OF RENTON
t' a-� L
y MUNICIPAL BUILDING 200 MILL AVE SO RENTON,WASH 911055
¢' BARBARA Y. SHINPOCH, MAYOR • MAXINE E MOTOR,
CITY CLERK a (206) 235-2500
"q P
�rfp SERIF
July 26, 1984
Mr. Dan Flud, Partner
Bull Fence Company
3274 Imperial Avenue
San Diego, CA 98103
Re: Springbrook Springs Watershed Fencing, PHise I ,
Dear Mr. Flud:
At its regular meeting of July 23, 1904, the Renton City Council
aCCepted your overall low bid on the above-referenced project in
the amount of $15,992.05.
To enable preparation of the contract documents, please submit
an undated performance bond, insurance certificate, and proof
of City and State licenses to Bob Bergstrom, Project Engineer.
Mr. Bergstrom can be reached at 235-2631.
If you require further assistance in this matter, please feel free
to contact either the Project Enginee- or Public Works Director
Richard C. Houghton at 235-2569.
Sincerely,
CITY OF RENTON
MaH1yn J. Petersen
Deputy Clerk
cC✓Bob Bergstrom, Project Engineer
OF RE.
4 THE CITY OF RENTON
MUNICIPAL BUILDING 200 MILL AVE.50. RENTON,WASH 98055
2
BARBARA V. SHINPOCH, MAYOR MAKINE E MOTOR,
9 n
CITY CLERK 0 (206) 235- 500
F0 SE VS F.
July 26, 1984
Ray G. McBride, President
McBride Fence Company
13202 NE 177th Place
Woodinville, WA 98072
Re: Springbrook Springs Watershed Fencing, Phase 1,
Dear Mr. McBride:
At its regular meeting of July 23, 1984, the Renton City Council
accepted the overall low bid submitted by Bull Fence Company for
the referenced project.
Thank you for your interest in this matter.
Sincerely,
�CITY OF RENTON
Ma&Klt�n 1. Petersen
000Uty City Clerk
ec: Xob Bergstrom, Project Engineer
OF RFC
i
°z THE CITY OF RENTON
MUNICIPAL BW LOING 200 MILL AVE.So. RENTON,WASH.9a065
"M BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR,
e CITY CLERK a (206) 235-2500
.Ee
�Ep �ptEw
July 26, 1984
William T. Porter, President
P. K. EnterpriF:s
P.O. Box S4S9
Kent, WA 98064
Re: Springbrook Springs Watershed Fencing, Phase 1.
Dear Mr. Porter:
At its regular meeting of July 23, 1984, the Renton City Ccuncll
accepted the overall low bid submitted by Bull Fence Company for
the referenced project.
Thank you for your interest in this (natter.
Sincerely,
CITY OF RENTON
i
// �
MYfilyn J. Petersen
Deputy City Clark
CC: V& Bergstrom, Project Engineer
OF RFC
«f Z THE CITY OF RENTON
MUNICIPAL 9UILOING 200 MILL AVE SO RENTON,WASH.96056
>li BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR,
p° CITY CLERK (206) 235-2500
b
rE0 5E P(EW'e
July 26, 1984
Mr, lake Collins, Owner
Perma Fence Company
13723 100th Avenue
Kirkland, WA 98034
Re: Springbrook Springs Watershed Fencing, Ph. a I.
Dear Mr. Collins:
At its regular meeting of July 23, 1984. the Renton City Council
accepted the overall low bid submitted by Bull Fence Company for
the referenced project.
Thank you for your interest in this matter.
Sincerely,
CITY OF RENTON
v�"�-�CtL[.mac-.✓
M4rilyn J. Petersen
Deputy City Clerk
cc: %A.b Bergstrom, Project Engineer
ROBERT F•IVER COMPANY INC. aoo CEDAR B•SAN DIEG0. CA 97112 s ]]8,187a
J}7iivY
Augsut 7, 1984
City of Renton
Municipal Court Bldg.
200 Mill Ave.
South Renton, WA 98055
i
RE: Bull Fe,tce Company
Policy No. 1887 25 58
Transamerica
Enclosed is:
1 1 The above captioned policy for your records % first Mortgagee. Second Mortgagee,
Third Mortgagee.
i
1 1 Endorsement($) for attachment to the above captioned policy,
I
( 1 Assignment of policy for attachment to the above captioned policy.
i
( 1 Signed authorization from the assured,
( 1 Invoice for the premium for the above captioned policy to he paid from assured's
impounds.
E; I Cerlificate of Insurance.
1 1
•r^^ truly yours.
ROBERT F. DRIVER CO.. INC.
By
Blanche I.eher for Larry Harpe
by
ends.
cc: Insured I
"1-- __j
FORK.eL 01
y Y
Y
Fq
l rnozo% �� 7
r
OF
RFti
t� OFFICE OF THE CITY ATTORNEY* RENTON 4VASHINGTON
U O •cn 1-1¢1•O.Ni l0a s xa s•EC• • •,++M +.•a-M14*Oh NOS* xss-•m
nQ a' g :_,aX RENCE I WARREN. cr.orp,.,r. DANIEL KELLOGG, •SS-$1- r c-r+•np,nr•
DAVID M DEAN. .nn+•,.r o.+•n p,+e•
MARK E.BARBER. •aLp•r,r rr..n prve.
�TEe SE11 October 11, 1984 ZANETTA L FONTES. •sysr••.• : •••o•+r•
MART HA A FRENCH,•sss.•e+ c • •e++e•
TO: Ron Olsen
FROM: Lawrence J. Warren, City Attorney
Dear Ron:
I have reviewed the Contract for Springbrook Watershed Fencing,
Phase I with the successful bidder being Bull Fence Co. The
contractor has made the entry on all of the Equal Employment
Documents that he has no employees. However, that is not the
requirement. In order not to fill out these forms, the
contractor mast have less than eight employees and contracts
for less than $11,000.00 business per annum with the City. While
this contractor has less than eight employees the amount of this
cont -act by itself is mo•e than $10,000.00. The forms should
be filled out. Interestingly enough, an Affirmative Action
Plan is attached to the contract documents.
The contractor should, therefore, properly fill out the certifi-
cation by proposed contractor, sub-contractor or supplier concerning
equal employment opportunity, the participation certification
(probably checking that Bull Fence Co. does not intend to sublet
a portion of the contact) certification of equal employment
opportunity report, certification of bidder's Affirmative Action
Plan.
The contractor, I note, is from California. While there is a
registration for out of state business to do business within the
State of Washington, I can find no proof that this contractor is
a licensed contractor under the laws of the State of Washington.
That needs to be provided.
As a final matter, the insurance certificate shows only a
$4,000,000.00 umbrella policy. The specifications call for a
$5,000,000.00 umbrella. This particular contract is not a very
large contract and the contractor is carrying more insurance per
incident than required by the specifications. Therefore, the City
could consider the umbrella policy shortfall as teing an
immaterial deviation from the specifications and waive the defect.
If you have any further questions, please feel free to contact me.
LJW:nd Lawrence J, Warren
cc: Mayor
OF RFC
°z PUBLIC WORKS DEPARTMENT
_
wR
i DESIGN/UTILITY ENGINEERING 0 235.2631
[si MUNICIPAL WILDiNO IDD W LL AVE.80. RENTON,WASIM M066
c� e.
P
rFo SEPItg
BARBARA Y. SHINPOCH
MAYOR
MEMORANDUM
Date: October 16, 1984
To: Maxine E. Motor, City Clerk
From; Ron Olsen, Utility Engineer
Re: CAG 068-84, Springbrook Watershed
Fencing, Phase I
Please have the original and copies of the referenced document
executed by the mayor and yourself. These documents have been
reviewed by the City Attorneys office per attached letter dated
October 11, 1984. The items referred to in this letter have been
taken care of. All forms have been properly filled out, included
is a copy of his contractor's license application, the original
is not available at this time. The umbrella insurance policy of
S4,000,000 is acceptable to the Engineering Division.
If you have any questions, pleasetact this office.
:jft
•�•o fox � 1 � •
BULL FENCE CO, L1 P) �t 3'- e
W A ci 3a4 3znJMPER lYAVE.
(619) 277-0693 Sn Cl _ S a - J 5AN DIE A 91102
r ' J40A
JtLA
1� �(,
BULL FENCE - SPRINGBROOK FENCE PHASE I
First Punch List:
I. Material Failures - See B 8 P Laboratories test report.
Galvanizing Tests
2-3/8" Pipe - 79, of Test Criteria
1-5/8" Pipe - 85, of Test Criteria
Wire Fabric - gofo of Test Criteria
Fence material is average of 90% of coating spec criteria.
2. Clearing incomplete - b' swath clearing limits nct adequately brushed
or cut cut out. Trees and brush to be removed are field marked.
3. Terminal pnsts have no braces or truss rods. Both must be installed.
4. Barbed wire was wrapped around terminal posts. Each wire must be
anchored to an end band.
5. Poor grading has left large gaps under the fence. Either the fence
must be adjusted or barbed wire installed under the fabric to limit
access.
6. Insufficient number of wire ties or clips were used to tie the chain
link fabric to posts. Also ties were not adequately twisted and about
10o have fallen off.
7. Insufficient number of end bands were used to z'tach the tension bars
to the end or corner posts.
8. Ground grading is inadequate, the fence is snarled and the fabric is
buckled hitting high spots between pasts. Regrading in the field is
required.
9. Barbed wire is not adequately installed or tied to supporting arms.
The wire has come unstrung and must be repaired. Clips or retainers
are required to insure the wire stays on the fence. One of the barbed
wire supporting arms is broken.
1C. The fence chain link fabric is inadequately installed. It is loose
and not properly stretched nor tied.
11. General_Workmansh2k
Genera poor workmanship is evident across the entire job. Top rail
has not been adequately installed and sprung off of the fence posts.
Fence chain link is poorly installed. Workmanship is poor. Additional
field review is required after items No. 1 through No. 10 are completed.
MEMORANDUM
TO -
=�� visor DATE 10/1
FROM Oar
SUBJECT Cash Bond-B.
Please give us a note to release the cash bond for ti,: 3pringbrook
Watershed Fencing phase 1 project.
• /J� • SPEED LETTER •
TO: :-�WEt6F1¢, . DATE:
PROJECTS I1;xL,_nd �`r,xn i i
SUBJECT lr�J7
'b n �.0 cz �R` , n.l..11F` w� �• �ee� ��4 re,,,:v �`�;.,s ..I,.v, � I tl �� ,�}`.
1 'hit CLAJ ta, 'po yp'l .-nga, AY A '.ld. 1oh lind..A (cih
n+ tf y.J 4, ;w,j }{ 1 .19un n,of tnab dnau
.� M.+� xia �Fx.l� xtel' 6c4w\ ,T`ux >�.1! ',h .�•l. �. u,.:� S•.' _
l ( 11- Ax.l b
l (Signed)
Triple-coatecbtor Longevity,*
Cold-formed for Strength...
SS-40 OUTPERFORMS SCHEDULE 40
r^•�^��- •�°•�`- porabng the in-I;ne galvanizing process,enable Allied
to minimize shipping co wry!-a providing
unmatched Service to the industry.Allied employs
more than 1,500 ptople and devotes a large gWUD
research,development and quality contrpt`It is an
► engineering-oriented company.The in-line process
provides the optimum situation for constantly
monitoring the entire production process.
Allied hac developed ail ehlpitlderin9Jrea,;iI%ml;fin UA �+•� ��*� -�`�"
corrosion resistance for lasting durability in all SS-40 fence pipe is one of th3 newest products
cemz:tes and atmospheric conditions.The formula is developed by the research and engineering depart-
a uniform triple coating of zinc,chromate,and acrylic' ment of Allied.Its specifications and characteristics
polyurethane formula which are applied in one are based on the concept tffat performance is the
continuous operation by Allied's incline patented Flo only true criteria.SS-40 will give superior perfor.
Coat' process. mance wherever Schedule 40 is presently used.
•Electrostatic Applied Clear Polyurethane Finish "Acceptance of SS40 has grown rapidly and is in-
•Chromate Conversion Coating creasingly widespread.We have gained acceptance
• Hot-dipped Uniform Zinc G..ivanizing.After Pipe is by State Highway Departments throughout the U.S.,
Fabricated including most of the seaboard states,which have
•Cold-rolled Steel Providing High Tensile-YIeIC the most corrosive environments."
Strength
RR MANUFAC%RER Federal agencies which have approved SS-40 include
Founded in 1960 by the inventor of the patented Flo qM following'
Coati process,Allied Tube&Conduit has emerged •(AASHTO)American Association of State Highway
as a potent factor in the pipe and tube industry, In and Transportation Officials M 181-77
the two decades since its inception,production has • Federal Specification RR-F-19112b(Chain Link
reached the rate of 300.000 tons annually. Fence Fence Gates)
pipe,a mainstay of its worldwide sales,has • Federal Specification RR-F-19113b(Chain Link
propelled Allied to its position as Number One Fence Posts,a aces,Top Rails)
Supplier to the fencing industry. • Department of the Army CEGSU2711
• Department of the Navy TS02711
Facilities • Department of Transportation Federal
SS-40 is manufactured in two locations:Harvey, Aeronautics Administration Brief 24020
Illinois,and Philadelphia,Pennsylvania.The head.
quarters complex in Harvey has more than 1,250,000 ASTM specification F-66"I Standard Specifications
sq. ft.The Philadelphia productloi-plant and for Strength.
warehouse facilities have an additional 2W,000 sq.ft.
Light electr.cweld cold forming pipe mills,incor
TMFPARNr1DH04nAV PRIXF55 p
I
.,tided cw,Nt.m,.d N.gpN.ea w.ry
TS ECHNICAI SUPPORT pwppes.Tn.Imam reed nth Shall be oelnmmed umrdbl k
IN melow outllnad In Ed.Far malnur manufactured under
I. Sol • this spudKatbn the 02 1 method shall par esed to oelarmele IN
This spuntkalan covers gaNanrtedICMW P OW Meal lance PIPS yond strength
yOouctt manufactured by the A11N0 Tube a Conduit patented fici 7. Cataakn PeA01111 int of 11'w Cbekd SWIDOM I
'hocous 1
2. MaWlak 7.1 Sae Spur Resrtanoa
11 es"Halal Sam medal Shad par slew Of Such duanly that the 72 Ea1ob Suds The exist char I hated•udaoa of IN ISPe shell
IMxKalao gooucl And meet the pM1O,manm crnma ml forth have a OsnronalrNao ability In SIMI 100 hour a 01 e.posure 10 bean IN
m In.,Slisholl This alml Strip used In the manutaclum Of the Pk. Alin A matnmunl of 5%red rust V hen posse ctsd In aaadercs win
anan conform IO ASTM A.560. AGTM 6-117.
3j jlllG TM zinc used in tM mYWlutun of Allrtl'a,bt9al 73InLM>Suitable.The rnlerl9r tlni hCil mated S.daCe Stunt h.',w a
09.
pipe conlotms with ASTM 56 High Grace and Spat High Gradill with a hunnnabnfyto WOhetanW I, nouncteapaweI0scis with
with a mavmwn 0154e red rust WIN, cwMUCled m acWsbenu wen
2.3 Clsae Coati The clear CO ling r manufactured Trion nigh leads ASTM 5117
Is.node als yrhncn produce a oinked acryRG pohruntnane 0 Hunaelly Reskkrles
coalmO 7!EaMbr Surtaes.The clear coated m1erly mdaca or IN Plpe Shan
2A hastened Coating.TN Inlw%i zinc licit paced costing Shall haw a have a oemonetrated IWlury to roust 500 hours of eapomra to 100'4
JPI(7nnum zinc pysQr gaonl of e7%by"ght and be Capable of pro wte1NS Nmbt1Y weltrpat bnsearing and playing when conducted in
r vbinQ aaNBnK yOIuINR ancotoance Aft.ASTM D22a7.
2S ChAVQW 6 abacralry days"chionsi conversion coaling ke 7.4 Wmtllaonrstar BaakM l
oepanted on 14 surface oI led Z" to nreprow, IN corrosion IS, 7.1Exklb SurIAo►TNCW,e.lanUrcoarin atoll naves oemhn
,uslaMe �_�� ,`� doled Ali 10 withstand Cep06un IOI 5W hours without ILlure at A
WepY1M bn0k aYeA _ _ U1ce rAellerlperYlurpof 145'F (63'^-r when IIII a,----
1 �fP , with ASTM U,twee NSTM Cr26))Aw won Type am Apparatus or ASTM
W zi 3.1 The weight .4 shall be(A ox"s 0�I _,..+ G 23(Carom Arc!Type HH apparatus.
u The welgtI of zsw coatings AND be dwar fined by Ito"Ityl con *><w
lobed In ASTM A 90 1 '
6, Chearseaa Cm "C9aeng
U The enromale costing weight shall pay 30 Inchgn+LW in. 115
mrcrognlrslSO m. lea.
42 The coaling weight shall be oetn,mrned by a SlrivArsl wegh a
method untwig an atomic absorption sueclmpnolomtlst
5. Thic neat of CiM C0a11Ikga or i
St Time,thickness of Ina clear coaling their be A norm net 000M m z
0.0002 in
U The thickness of this c"I pQ Shan be determined gy mmsuramen:
with a 6urnple magnetic 0,addy current coaling thickness tester Thy
thickness of IN:ks,coaling Is the pf atarl bNwem the thickness
of the zinc and the total thickness Of IN clear Coaling and zinc
5.3 They coaling thickness leske shell be standardized on IN atml _
surface arty removing the zinc peal to making the mesSurarthel _..
.'�
8. PMIC1111e11de Pt9prgee W to ROdISCI
6.1 Strength,pipe prWucls rranulacons m accordance wdh this
slandarrl shall mint m9 mlmmum strength negotiant MWlbed In
Tarua,
6.2 Sanding Tests.TN sr Sngth of Ions.into comer and pull posts shall
pit determined by usino a a or 6lout canlNvel beam Iasi TN strength
of too lead shall be detarmnwe pY using a 10-toot haeSupporfed loam
test.At the buyer'a option,4 y 61on1 cantilem,teals can par Alb to
test all hackwork componanl5.
SA AIImMtkle.Cakulalron of Sending Moment.As an alternalive to
IN beam tests Om.:abed above,dmformanoa with In ipecllKatbn
can be ey"Selected
dMac by, I(Ory Siant Of the benefit lidMn,gln of
a n be i en wlacled drys Rpm e let.and calculation lion of the
section n odulus accondmQ to the enacksted rormula lix this
nT
aI ad
TUBECNDUIT CORPORAW N
Ict'10 SOUTN 1ATsal(-W,HA(NEY sIINUS OIA26
130)339.1610 OQ 955.6"
Call tits TW6Fw ministers below for engkww"a design
JMO- 17031
Ala.An Ga.Ind,Iowa,Kant Mich.Mann,Mo..Mies.N Car.,
Neb Onw.Oka.%nn Tann.Va.W Va.,Al
14003234640 . ..•
Gat.W.,Mary.,N J.N Y N,Oak..S.Gk.,S Gr.,Wash.G.C.
A,4.GHt,Cob..Conn Fla. Idaho..Manure,edam.Mont.,N Hamp.,N
W. Net,Ore,An Island,Te.aa,Utah.Vt.,welek WYO '
ATC I I If'onnIM m USA
• DA� November 28, 1984
TO: FIIUUWCE DIRECTOR
PROM: PUBLIC WORKS DIRECTOR
SUBJECT. PROGRESS PAYMENT
CONTRACTOR: Bull Fence Company ESTIMATE / 1
CONTRACT I CA,-070-84 PROJECT: W-766 Springbrook Watershed Fencing Phase I
1. CONTRACTOR EARNINGS THIS ESTIMATE S 11,408.25
2. SALES TAX / 9.1% _924.07
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE S 12,332.32
A. EARNINGS PREVIOUSLY PAID CONTRACTOR E -0-
5. EARNINGS DUE CONTRACTOR THIS ESTIMATE S 10,837.84
6. * (95% x Line 1) SUBTOTAL - CONTRACTOR PAYMENTS f 10,E37.84
7. RETAINAGE DR PREVIOUS EARNINGS f -0-
8. • RETAINAGE ON EARNINGS THIS ESTIMATE 570,41
9. SUBTOTAL - RETAINAGE f 570.41
10. SALES TAX PREVIOUSLY PAID f -0-
1I. SALES TAX DUE THIS ESTIMATE 924.07
12. SUBTOTAL - SALES TAX f 924.07
GRAND TOTAL S _ 12.332.32
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR (Lines S and 11):
ACCT. I 421/000/15.501.37.65.15 f 11,761.91 I 1
ACCT. I S
RETAINED AMOUNT (Line el:
ACCT. I 421/000/15.b01.37.65.15 f 570.41 / 1
ACCT. 1 $ I--
O(M M ild, LAWS OF ISe6 TOTAL TNI$ ESTIMATE f 12,332.32
CITY OF RENTON CERTIFICATION "RETAINAGE: 5% of amount.
l M UkW"WM 0o Ma tl�nn 11p wwn a
1FYIw. IWr nq y�.r,W�11�M��1 MRMIO.IMF
NM.a 4.YMD M M IIJa IaYply,b M OM1'�
�A ain.or,wo w.wo
ooa�q+ 'D AV"v�enM on a yNR wo i�y
rmo®T 1p7 Ytl Mr
p6
n#G
CITY OF RENTON • DEPARTMENT OF ENGINEERING
• • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA 96055.235-2631
W-766 SPRINGBROOK WATERSHED FENCING
PROJECT Phase I PROGRESS PAYMENT ESTIMATE NO I
Contract No CAG 070-84 Contractor BULL FENCE COMPANY Clo,urg Date 11-2P-84 Sheet I of 1
It E
E, PRVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE
�. Oe.arpton Un.t �Um1 P"ce QtY Qty A—unt iQtY Arrqunt QtY Amount
7L(
1. 8' Chainllnk Fence L.F. 8.50 1,52510,370.00 1,220 10,770AO
2. Mobilization L.S. 840.00 840.00 L.S. 840.DU
3. Clearing, Grubbing 6 Tree Rawaval L.F. .66 1,'25 198.25 305 198.25
Subtotal i il,4oB.25 11,409.25
I
I �
� � III
i
I
I
I
� i
SUBTOTAL _lty.4'8.25 11,40E.2S
6.11 SALES TAX 924.07 424.07
SUBTOTAL AND SALES TAM �332- 12,332.32
LESS 5% RUMMAGE 570.41 570.41
LESS AMDUNT PREVIOUSLY PAID -0-
AMOONT DUE 11,761.91
BULL FENCE CO.
YARD)
/� j,� ! f �c ; ' 3274 IMPERIIL AVE
I Xl (619) 277-0693
SAN DIEGO CA 92I11I
' law) SAN DIEGO.C.A 9217-
let
��V
• Ito
(
10� <'l (. 6'1't YM1 S`� 1.'t. OK�C�
Ye 9 '' a�V-i nro 4z9 r,
yN.E
f ala.`- " la;t,�.i`. • c: 1.6 oa f A',a..
� t
•
I
11
•
December 11 , 1984
City of Renton
Public Works Dept.
Municipal Building
IOU Mill Ave. South
Rento. , Wa. 98055
Attn: Mr. Bob Bergstrom Subject : Springbrook
Project Engineer Watershed Fencing
Phase +l
Gentlemen:
On December 19, 1984 we visited the subject jobsite to
Inspect the fence installation by Bull Fence Co. We contacted
Mr. AUdoul Gafour and advised him of the tollowing items that
did not meet spec i ticat ions.
1 . The pipe for line posts and terminal posts as well as the
top rail were of foriegn origin. markings on pipe indicated
the manufacturer is Fugi of Japan. Your specifications
were explicit that all materials were to be manufactured
to the United States.
2. lerminal posts did not have braces or truss rods. 'our
drawing standard plan #77 clearly shows braces and truss
rods as well as your reference to A.P.W.A. standard sprc-
ifications which clearly require those items.
3. Chain link tsbric was not properly stretched in many areas
it was loose and not properly tied.
4. The barbed wire at the top of the fence was wrapped around
the terminal posts. Standard practice is to use one end
band for each stretch of barbed wire.
5. Clearing and Grading in some areas was not properly addressed
Fabri: was too high off ground so that animals or children
could crawl under it. Proper grading would have eliminated
this problem.
We feel the above items should be corrected before payment
is made. The arguement that they could not get domestic pipe
Is not acceptable.
Im
Bull Fence had the opportunity to contact suppliers
before the bid dare to determine the availability of domestic
materials.(lust like the other fence companies.) If Domestic
materials were not available to them prior to the bid they
should not have bid per plans and specifications.
There are many sources for Domestic Pipe, United States
Steel Corp. , Republic Steel, Master Fencc Fictiags, Builders
Fence Suppl7 , Murray Pacific and McBride Fence Co. to name a
few. It should be pointed out that the cost of Domestic mat-
erials are higher than Foriegn materials.
To allow Bull Fence Co, to substitute Foriegn materials
without acost penalty puts the other Fence Companies at an
unfair disadvantage. We feel if they could not f.irnish the
materials as specified the contract should have gone to the
next lowest bidder or been re-bid altogether,
We suggest you call a pipe supplier to determine the cost
difference in the Foriegn vs. Domestic . Or call Master Fence
Fittings of lent, Mr. Don Boose, Mgr. 872-7260.
,N
We have beentthe Fence Business for 40 years in the state
of Washington. We have bid many projects per plans and spec-
ifications and must emphasize that the owner must enforce their
specifications. When a low contractor is sllowed to furnish
substandard materials and workmanship it not only cas*s a bad
name on the fence industry but the owner also suffers in that
he does not get what he contrated for. Our concern In fair-
ness to all bidders on this project is that Bull Fence install
the project per plans and specifications no more, no less.
V,a .y Truly Yours, ,
Rey G. McBride
McBride Fence Co.
of R4•
PUBLIC WORKS DEPARTMENT
WL
DESIGN/UTILITY ENGINEERING 0 235-2631
p1$ MUNICIPAL BUILDING 300 MILL AVE.S0. RENTON.WASK 90056
9 e
P
"Co, SEPZF-
BARBARA Y. SHINPOCH
MAYOR
Dec.13,1984
Bull Fence Co.
P.O. Box 617
College Place Wash. 99324
Subject: Contract W CAG-070-84
Springbrook Watershed Fencing Phase I
As specified in the special provisions of the Bid Proposal 8 Specifications
of the subject contract, a "Statement of Intent tL °a; Prevailing Wages"
(Form L&I No.700-29, Wash. State Dept. of Labor 8 Industries) must be
submitted to the City before any payment can be made.
We have received a letter from your company stating the intent to pay
prevailing wages which is not acceptable since it was not approved by
the Department of Labor 8 Industries.
Enclosed please find a blank form which must be filled out by your company
and sent to the Department of Labor 8 Industries. A copy of the approved
form must be sent to this office before we can release your first payment.
If you have any question on this matter, please call me at 235-2631.
Sincerely,
Robert E. Bergstrom, P.E.
Engineering Supervisor
OF RF
i
0 THE CITY OF RENTON
Z MUNICIPAL BUILDING 200 MILL"E.SO. RENTON.WASH.99095
ill rR BARBARA Y. SHiNPOCH, MAYOR 235.2580
n
rF0 SEPtE�
MEMORANDUM
DATE: January 8, 1985
TO.: Council President John Reed
FROM: Mayor Shinpoch
Dear John:
A contractor has taken exception to the City permitting a rival firm to use
"foreign" pipe in a fencing Sob. He wrote in December requesting a meeting
with the "City Clerk and the Council President" in my office to resolve the
matter.
I responded that we did not have the technical expertise to analyze pipe,
foreign or domestic, ror were we able to decipher the bid specifications with
the proper legal credentials, but that I would have those staff people look
into the matter and cont,ct the person complaining.
Larry Warren and the Public Works Department have reviewed the situation and
assured the writer that the City had the legal option to approve a substitute
pipe that met bid specifications and chose to exercise that option. That may
or may not end this inquiry.
Anyone is entitled to come bef-,re the Council or, in fact, approach individual
Council members to discuss issues pertaining to the City (tne exception would
be a matter subject to a formal public hearing set for a time certain in the
future); but as a matter of practice, I do not accommodate requests for
meetings that exclude the pertinent staff people. Too often the applicant is
looking for a political solution that ignores the legal requirements. I've
had to listen to their side of the story, then do my own fact-finding, then
direct the principals to meet. It saves time and many possible misunderstand-
ings if the staff and the complainant and I sit down together initially to see
if a problem can be resolved.
Council President Reed
January 8, 1985
Page 2
It took me more than a year to learn that the first version of a story, while
almost never a fabrication, was usually carefully constructed to omit
details. I made cone miserable decisons predicated on information I didn't
have.
All of this to explain why the "City Clerk, the Council President, and 1" are
not neeting on this particular issue.
Barbara Y. W npoch, Mayor
BYS:hh
of R f.
'7 PUBLIC WORKS DEPARTMENT
RICHARD C HOUGHTON • DIRECTOR
n R i MUNICIPAL BUILDING 300 MILL AVE SO. RENTON,WASH.IBM
P 9 b 206 235-2569
$4�tE0 SEPtEE
BARBARA Y. SHINPOCH
MAYOR Ja,uary 14, i985
TO: Barbara Shinpoch, Mayor
FROM: Richard Houghton, Public Works Director
SUBJECT: McBride Fence Co.
"arbara:
I called Ray McBride an discussed with him the subject of the Spring-
brook Fencing contract and contractor.
After this conversation I understand more clearly his concerns and
admittedly there are some gray areas within our specifications; however,
we did clear the air so to speak.
I do not feet there will be any further problems In this regard with
Mr, McBride, Really - in the long run he may have helped us. We will
now review our contract specifications to make sure they are very clear,
especially in the area of what materials are acceptable and what are not.
�(/LLL4C
RCH:pmp
cc: Bob Bergstrom -
Don Monaghan
Ron Olson
File (Springbrook Fencing)
Rol
William T. Porter-President
David R. Kelly-Vice President
�
P K ENTERPRISES. INC. V4r= J. Kelly-Socretary-Tres,
PK-MM- 29208
P.O. Box 5459 Kent, We. 98D64-5459
Phone 852-7826
Cicy of Renton January 21, 1985 '
Public WorksDepartment
200 Mill Ave S.
Renton, Wa. 98055
Dear Sirst
We at P.K. Enterprises, Inc. take pride in our work and reputation. When
we bid a job to the City Of Renton,the costs represent the Materials to west
specifications and the labor to properly install theme m ,terials,to arrive at
a finished product that The City will accept.
When we loose a bid and the specifications are met, the Materials are installed
to meet all specifications and all conditions ars wet, we have no regrets. But
when the above is not met, we are the injured Party an this yob me taken from
us by pre-meditated Design. By a company who never intended to be honest with
the City.
Under these circumstances it is our contention that thepayment for this job
should not be made in any Part until the job meets all specifications.
Respectively Youra
William T. Porter President
David E. Kelly Vice President
We at P.K. Enterprises, Inc. have impacted the Talhot Road Water Resevoir
Job, phase 1 by Bull Rence.This job is so Sub Standard it would take many
Pages to list.
Workmanship, Alignment, Grades, Clearing and Wire Tensioning.
It shows virtually no Creftmonship at all.
V'DL'5T.R:AL LVDAZ3;DF-VT:ALC:ia1.`�LJ.0 Fc::Cl:G:C.YTRAC'CRS
OF RFC
J
z PUBLIC WORKS DEPARTMENT
46 DESIGN/UTILITY ENGINEERING • 235-2631
(=i d i MUNICIPAL BUILDING ?OO MILL AVE.SO. RENTON,WASH.98055
b
,yP
reo SEPYtM"
BARBARA Y. SHINPOCH
MAYOR
February 6, 1985
Bull Fence Co.
P.O. Box 617-C
College Place, WA 99324
Subject: City of Renton Springbrook Fence, Phase I
Gentlemen:
This letter is to notify you of your delinquency in com-
pletion of the project and of construction materials and
installation failures.
As I discussed with your Seattle crew, there are quite a
few items of work that are deficient and I have attached
a list for correction.
We also discussed the material specification failures and
agreed in principal that the City should receive a credit
on the materials. Because thegalvanizing spec failures are
very substantial, I am imposing a credit to the City in the
amount of $2,250.
Your project is many months beyond your contract completion
and several weeks behind your verbal commitments to complete
the work in January, 1985.
Without immediate action. I will notify your bonding company
of your failure to complete the work and look to them for
completion of the work.
Very truly yours,
Robert E. Bergstrom, P.E.
Engineering Supervisor
:jft cc: Bull Fence Co.
5004 Mt. LaPlatta Drive
Attachments San Diego, CA 92117
P LABORATORIES, Inc.
5635 Delridge Way S.W. Seattle,WA 98105 (208)937.3644
OF PENIT.NI Dat;=: ,1,. 15. 1%5
. _1 :c. Wor13 Department Test ReDc,t:
! Mill 4',• nue -;Cuth COATING WIi.1!oHTS, OF ZINC
Fenton, WA g8055 GALVANIZED FENCE: POST AND
Atto: Abdoul rafc,u- WIRE CLOTH
Thr:>e 1 e: - In-ee- diameters of 1 -- 1enaths m4
galyanizeu steel. p^St 'hot. dip :3nc process) and a A:2' piece iif
wire ;:lath, wyr'r Lhmt tt ntl fur testing ' ; det�—Iinv+ thw coating
weights. Determ:natlons of ®.terror zinc were made on the pipe.
.h,j h are r'f 1- EI". -" `P" and '..- ,,1... ',7.L,. 'a".d are .IS?rl,
respectivei ., for top rail., posts and end posts. The pipe was
.al e.n J71irI ec., far we nht nor t ,neat hno' .
ProcedureS 4or the analysts were as reQUired by ASTM A-1'20.
'Gin=1'rt1 - ::, Pr�.-?�tvre,y ar•8 k;p!:;]Itnpera7q¢I `tt i... .:Pc 4ipr Gal +amz,?d
F'Ipe� . �./•,E•''. f; .. -'al _t.l dtl onS USa formulas f.-pm A`;7M
3 h[. ::[lau•1� .r,. 'ia '4;,q... �+ -' I•••ns Gpr, t:l Ftr'o of wPl gr.r„ni.=H
F•mnclnq. Fhase It' 'Tecnn ual Frova;eons' section.
FESUI-TS
oat:na V az s!f t2
Standard Mira mum Ayer.acj . t .Fal uz-;ft.-
Least A11;.,wable Minimum
Test 1 E.:ter:or _.-0 ozs/ft2
Test k:::tenor 2. ozi, it:
Test _ F> terior- ._. ozs'fC
Weight per lineal 4ap't: 5.G2 lbs/it
Pipe %8" O.D. Average: 1.4:; ozs/ft2 pp
Teat 1 Ev ter lur 1 .3, o-i,1ft2 1 ��1
Test 2 Exterior 1.44 ozs/ft2
Test E, ter i Qr 1 .So ozs+tZ
Weight per lineal foot: _,.°s lbs.+t
pipe! l...m/il" O.D. A-;tragei 1.54 uz.s: ft.'`. 3�m/'•"9 ���.�
Test 1 Exterior 1.68 ozs:it:
Tee't E..:'.terior 1.40 oz is/ft''2
Test _ E-terior 1.°i7 az u,'+t:
Weight per lineal fools 2.2.2 lbs/ft
Wire Fabric, 2" mesh Average: l.h- ozs/ft2 tl(1 /� `t'�':t✓^�
Test 1. i aZ'i1+t:.' ;� f
Test Z 1.75 ozslft..
11TJNCLUSIONS,
There are numerous failures. Only the end posts meet
spec;tficati On Completel ..
D z r Laboratories, Inc.
P LABORATORIES, Inc.
5635 Delridge Way S.W. Seattle,WA 98106 (206)937.3644
CITY OF RENTON Date: January f 1989
F�.ibl i:: worts Depav+.,,ant Test Report:
q( M111 Frverlue scut. COATING WEIGHT$ OF ZINC.
Fenton, WA 98055 GALVANI2ED FENCE P05" AND
Httr,: -4rd0ul GatOUr WIRE CLOTH
ihv e¢, =.amG1 a-S each of [hr-,:-e dt.+:nEr�prsL l�rw[ht
3eI rani:en steal post that dip zinc procesai) and a t pied:
ware 1 CA were sl:bmit t-d 'ur ".w'sl,no to det er,n, -,u the 1:C .
we LJ i'IL n. Leterminati ,,is or a ter i Cir Zinc Were ma the f - .
wru :r, yr r. ,a( 1 .; _ . .. . '8" And -R" U.D. ,rN _. _.. .
resp ect t'el Y. for I.op rail. posts Ano end post the pipe wa.
dl Fart ..0 ..]r we,Unt I II',,—I , :�,�t.
the analyst= ware .j •'ecjul, . .,-. ✓I.
'An 3 i . t J F.,= -
<-r.
.f
1 .-
01.1np we] •:A•.'.. ..r..
StanCard M11-'..nn.iin A.er,i;o.. I .HO s;tt
Least al IOwat le Mi nlmwn 1.b•.! o:s:tt..
P1 rjP .. ,:rf" IJ.0. Hur:+r"g❑": 4Z4N+ ..
Test I E..tari oz vi
Te-r = E; tw iw o:a:tt�
Weight pear Jini+a, flout: 5.0= II I t
Fide _-U/fi" O.D. Nverage. 1.4; ozs/t tL
Test I Exterior I.M ozs/ft:'
Teat a Exterior 1.44 oz si ft<
Tent P E: terior I.Tit l oxslf t8
Weight per Iireal scot: :,.51, 1bLi tt
It I
pipe 1-�r8" O.D. Aver ago: 1.54 u_s it
Test 1 E.tteri.or 1.65 oes/tt
Tst E: ter t or 1.4i1 oW�/f t_� -"
test _ E::teri or 1.57 oz b;ft::
Wei oht per lineal foot: 2.22 Ibsi4t
Wire Fabric, mesh `average: 1.6' oz5/ft:_
1eSt. 1 1.51 '1z'>/4 t..:
rest � 1.75 o.s,tt-
CONCLUS 1 ONS
there are numercos failuro unlT the end posts meet
bpeei :� :2Uun; r.:ompletely.
c F CaCords t.zr tes, :c-• )/'1mr Tta
l)F kp
�•f PUBLIC WORKS DEPARTMENT
y _ DESIGN:UTtUTY ENGINEERING it 235-2631
n >R MUNICIPAL BUILDING 2001ALLAVE.SO. RENTON,WASN.VWA
O9 VAS �pb
V fp SEPlf
BARBARA Y. SRINPOCR
MAYOR
February 6, 1985
Bull Fence Co.
P.O. Box 617-C
College Place, WA 99324
Subject: City of Renton Springbrook Fence, Phase I
Gentlemen:
This letter is to notify you of your delinquency in com-
pletion of the project and of construction materials and
installation failures.
As I discussed with your Seattle crew, there are quite a
few items of work that are deficient and I have attached
a list for correction.
We also discussed the material specification failures and
agreed in principal that the City should receive a credit
on the materials. Because the lalvanizing spec failures are
very substantial. I am imposing a credit to the City in the
amount of $2.250.
Your project is many months beyond your contract completion
and several weeks behind your verbal commitments to complete
the work in January, 1985.
Without immediate action, I will notify your bonding company
of your failure to complete the work and 100K to them for
completion of the work.
Very truly yours,
Robert E. Bergstrom, P.E.
Engineering Supervisor
:jft cc: Bull Fence Co.
5004 Mt. LaPlatta Drive
Attachments San Diego, CA 92117
f raves t Pw No. a
McBRIDE FENCE CO.
For Any Type of Fencirf8
13202 NE 177th Place
P.O.rh. 476
WOODINVI LE.WkSHNGTON 98072
1839500 36"121
wraar warriro ro r"p"f 40'S Ci�nGPkaM art
GtT IF
�0 L wOrLKS < 1De F"�
\ r \cD\ry tr W x _
CIl1,Ira%r rm Npr anVJ AT \Oratga
AVt. SO\fE1a ct
ninlncn Darr a wawa roe now[
e.lrra>r wbna specaaNgnr me Ww mfor
llr4 FT. Z'Akf. 11 4 S44AM r1 wt,tt GNq,1,1 �I r kc- FWTCq, PA624C 40
Cie It W.1"Al941A I uz.. CJ Aft, ,r6 r0Atx cv S'A-VAte �0e •c 13�TCoM•
'-wc io is 70 3c Z1,`JC sc.N\=n `ko P,pe fsOcc- cowlcAcTe S..-S.
T.7f AfA44. To aF tT/tr'Jp ScNN lQ, Tp kM\r\ A 7GA.
l\�aa.itJN W,1`c
1_ 3•�J0 L'1.1D PoJTsr ScN.b `tJ
1 3'•Jp C V nr��'\ PosTJ Sc.N 1D r0
4'3rJp \�NQ CpNNrcLZ4uNf
47
Ib
C'x4STwb Ply; GA"l�
at f rap at weby to turmsh material ana labor —comVkte to accordance wah above mwil twns,for ite sm of;
'T.y�-r N.\_\:•:.a ANp RL jT� J. "Mrs cs --k I- )
Prrmpa m or maer ar r.l..\- 7 C
oi= 0.1- VJ614Y
.r.nr rrswr.w m p.wrm p«war.err.w,ww...n.uw.new.rw m«uar
rw«.epw w.eem.r a ra"Ampr�4.M4rmrw rw Ww r¢wn4 is pg9s+t mn 0e +�
«r.w.rmear w ar+a..r m nrry sw.awe w wr,rrcr.rr w.wa .,Ihprrua anal ccrpl.r
Ar'MmN Mrr ewpr/rr mYMM.ra�mr«rM1M lmurVer aI
Arrtptaltrt of f rap ad-Tft.m.pmar tprooaer.
«m ranatmr•rr w:\rxtory arm err tmrrq arcepw You an'~rC
p Oa 1M.ora a Wrnaap.Hprwa rnN oe amb M putN.aa aowm.
Dam W awplmua _ Spmwm _ - —_—
' �1�Imer. .�/arpo�d.d�, c�iates.P s
-,411CrhrV% at tau
164POsoul4itnu7 Path O.franlir.rUachinglcq 98188
If m-ur 1,o I, in tore rvr.Le in its
i._.. :i xe.ntor+ attd the Port
+f 1: . .. r , ', . 9c E.e I t .j 1. rrer fr wn . + ! dated
! Ja:. : 1Y8S, .:.: .:c used our - : irat, •f "pre-n,<titated
Res;kr" in sub'IL" i : '. Liber ;tr-Iv I 'Isv Li.!s ro the City of
Rent..n. AAditlon111 d,,hfr,. ,t.+rtts! :�,,:.�, Cer,n„! F.nv,i!:,•ering
Supervisor, has d_c.aaenr,d sever-11 teivnhune ca:Ls from your
Co ipany repoir iR;; Gl,+ dl'[`afiaCio'1> i-.,nt;tinod in your lettfr.
We also pow sass evidence that vnur company has cnntacted
the Port of Sea tt lc ling ineerinu Dfoatroent abn-jr allegedly
substandard work being perfur^n,:l nv Bull Fence, Inc.
AddictonaIly, yrar trucks have been spook,: at or near the
nro}ect are;i sc vr•ral rii,•s.
:'it.• 7 7 ,1 , . !1. ,L I and vuur continued
+. . 1 .,r. tiondhle in tort law.
the Washington Unfair
;,•u W :,. 1-• i.:r,.1 e:L interference in our
; Ir'! r + +'t ! r , n h :ill !Ie cc nailed '.o
, !i -'snrn , ai 1 - t rther
t .t t'. 1 t�•: ;� and
Mr. William T. Porter, Pres.
P.K. Enterprises, Inc.
February 11, 1985
Page 2.
Port of Seattle docww,nt .tny e -ntacrs by your company
which contain negative ;1legations about our client. If we are
co:apeiled to resort to liti•pation in order to resolve this
matter, we will -11 s.) rvquesr it.torncy's fees and Cie treble
damages all wabl,: order the v . ice.
I[C: 1L•' Yours ,
Thomas
JET 'sh
e. s - Mr. Jan 'rlud
City 'tont„o . 1t.n. R,�,;,^t it,•n�::r.rom, P.4:.
i'.,rc ;f ;,,at,,L., At_t-i. Fsic VAnn,Lt_ Engineering Dept.
• � • SPEED LETTER .
TO:—
SUBJECT: S yJg pcch k, / /
0
9 i'14Z 7-n r p g �
rMmer. Aarpold, &,/ ss"&ies.ns.
, 411CIAM al (au
96400,Eaul4rfnlei' Paikut*-,jraiiir., uashinyloij 98188
(AW) 575-1295
February 11, 1985
Mr. William T. Porter, Pres.
P.K. Enterprises, Inc.
P.O. Box 5459
Kent , Washington 98064-5459
Re: Bull Fence, Inc. v. PF E*ntcrnrisrs, Inc.
Dear Mr. Porter:
Bull rence, Inc. , has r.:t ine,: our fir- to address the
issue of your Company's tortio us interference in its
contractual relationships witli the City of Renton and the Port
of Seattle. We are in possession or a letter from you dated
January 21, 1985, which accuses our clients of "pre-meditated
Design" in submitting deliberately false bids to the City of
Renton. Additionally, Mr. Robert Bergstrom, Renton Engineering
Supervisor, has documented several telephone calls from your
company repeatin;, the accusations contained in your letter.
We also possess evidence that vo,:r company has contacted
the Port of Seattle Engineerinp la,partment about allegedly
substandard work bring T„•,formed by Bull Fence, lac.
Additior-Ily, your trucks nave bt :n spotted at or near the
project area several times.
The letters, the phone calls, and your continued
harassment of our client are clearly actionable in tort law.
You are also in direct. violation of the Washington Unfair
Business Practices Act.
If you do not imnediatt-1v cease all interference in our '
client's contractual re In tionshi ps , we will be compelled to
file Suit ay,ai;ist your cumpany. To insure against further
interference, we have requested that all City of Renton anJ
Mr. A:
P9rt ` _ . .
1lic :
,:after '� , 't - . . . E re
bec - Mc. lorry Warren .
e
r4fta Warpold. & ,Asso ates.n"s.
-1111(rnns at (au
16,�CtC jlu!l�leltte►"AOflttlYtL•fiaulcrllashtngrar� 9M
(2U61575-1295
February 14, 1985
�1L3. '7 j ,1
Y_ III
Mr. Larry Warren
Attornev at Law - ----
Warren 6 Kellogg
100 South Second St.
P.O. Box 626
Renton, Wa. 98057
Re: Bull—Fence, Inc. v. PK Enterprises. Inc.
Dear Mr. Warren:
Pursuant to our conversation on Monday, enclosed for your
Perusal is a copy of our letter to PK Enterprises, Inc.
What we would specifically like to see is a copy of the
January 21, 1985, letter from PK to the City of Renton accusing
our client of deliberately false bids. We would also
appreciate it if Mr. Bergstrom would docusent any future
negative contacts by PK on this matter.
'Runk you in advance for your consideration, Mr. Warren.
Incidentally, Wayne and Steve send their regards.
Sincerely yours,
{
VL+t..A
Jo-Ellen Thomas
JET/sh
encl.
cc - Mr. Dan Flud
OF Re
ti
OFFICE OF THE CITY ATTORNEY• RENTON.WASHINGTON
7 ros•O..K[p,.x .ee s)+e s•.(t• • 4w,d. w.l..+•t+p. Npt• xs.an
id F
09 LAWRENCE t WARREN C..0 s u.
. c .--o.a. GANIEL KE00, vs+ r o •n.r wM+c.
•� p DAVID M DEAN svnu.+c+.•++unrc.
lrro sfploo MARK E BARBI?, •svz+u.. C.....p•n[.
ZANETTA L FONTE6, szs.u.. c•..••a+..
February 25, 1985 MARTHA A FRENCH +ss,s••.•c•...roM.t.
TO: Bob Bergstrom
FROM: Lawrence J. Warren, City Attorney
Dear Bob:
I received the enclosed letter from Wimer, Harpold 6
Associates, P.S., requesting information about complaints
by PK Enterprises, Inc. against Bull Fence, Inc. Dick
Houghton and I previously discussed this problem. I see
no problem with releasing copies of whatever we have to
this attorneys' office. j
Lawrence' J. Warren
LJW:nd
Encl.
cc: Mayor
DATE 'April 1, 1985 C I T Y O F R E N T 0 N P.0.NO. i� !ro
REQUISITION • 3�sE
DEPT. Uttlitiu Enqirearing
ACCT. +C11000!O15.59b.38,ti .27 = 2,505.76 VENDOR NO.
ACCT. = PHONE NO. 4,1--°'
VENDOR NAME AND ADDRESS VENDOR "REMITTANCE" ADDRESS
Kcbridp Pence 1'....4n
13202 HE. 177th Place - Po B.. 1L',
doodinville, WA 'iA072
MY. DESCRIPTION IN DETAIL ANOINT
l.f. .. a high ♦ twrbed were chAln link fabrio to he 9 p, ?
rIn 2 oa. coatina. Larked o d e t�o n el iKi tn, t.tne poeth to be
:,Uite 40 nive.10 ce. concrote Tca) rail to I:e 1
,d... bottoet to ba,,• , 7ga, tens ton do.
, _ 1. p. ..r. Cie•. , Pram ') .' F'1ll.•r.
1 iu
3" uD Co:nar kwata, 4U
3' OD End cormectionh Y.vpm Snm
U PURCHASING TO ORDER AUTH. BY: fIt, -
pF RE•�
J T
} z
PUBLIC WORKS DEPARTMENT
LL
DESIGN/UTILITY ENGINEERING 0 2352631
n 1w MUNICIPAL BUILDING 200 MILL AVE,SO, RENTON,WASH.98055
09$ 0�o-�
9�rED SEVTEK'
BARBARA Y. SHINPOCH
MAYOR
May 23, 1985
Bull Fence Company
P.O. Box 617-C
College Place, WA 99324
Subject: City of Renton Springbrook Fence, Phase 1
Dear Sin:
In our nttempt to close out this project and release your retamoge, I have
found some gaps in the records that must be completed prior to project
close out.
Documents Repdted
L Change Order FI Please sign and return the signed original.
2. Prevailing Rates A statement of"Intent to Pay Prevailing
Wages"must be filed.
A "Request for Release"must be provided.
Both forms are processed and distributed
to the City through the State Department
of Labor&Industries.
3. Labor Reports A Department of Labor Form 257 and WSOOT
Form PR-1391 are required.
4. Material Credit A copy of the material test results and the
method for credit to the City,
Please sign and return the Change Order immediately,as well as providing the
Labor reports as soon as possible. In addition, we must have State Department
of Labor and Industries release before we release any funds. if Bull Fence Co.
chooses to be exempt from the Prevailing IVages law,appropriate Department
of Labor& Industries correspondence supporting your position will be required
by mV office. Your prompt attention to processing these forms will assure pro-
ject close out.
Thanks!
Very truly yours,
Robert E. Bergstrom, P.E.
Engineering Supervisor
:'ft-Attachments
PHONE CALL )
DATE_IO 1 _ - IL. r
TEUP,JNEC
L
1\-0 52z 0656 RRURG4L
� ___ PL619E CALL
\S '1'p KNOW WMEr/ WU CALL ASAiN
\S_FtaPl. QQY NENT ibx $�,c.�.`N- (tn...L� CAW
TO SIM vot
p16Aiu�. tr C WANTS
TO VOU
CP-14 CALL i
• ' �°'�2.rx.nc
iEJRH�WH]
OF RETURNED
JME _
aw•�J;.-.f /' vu�et.• enw:er�R 1 \/ PLEASE f.Mt
SSAGE,"�,s.�.�i�t r�r 11Ll=L-.. •R
[, ! J WLLL CGLL AQAM1
ldt^ �+ 34Tr/ - o
MAIL TO. •
INDUSTRIAL STATISTICIAti AFFIDAVIT OF
Deprtmeot of lobar t Industries • ' — WAGES PAID
Gemer 11 4d SraM.Ms DieisioR ON PUBLIC WORKS CONTRAtTp
Ceaeral AdNa6111504 BWyi1BAVMEN7(M61 75. WA 983a4 RECEIVED IcN
139617514a19 eY O� (,
i `l I967 Contract \umber ^_AG_D70-61 l �/
._
Contract Awarding public Agency a',,.y Date Bid Was Due
City Of Renio^-_ublic ;:ergs Date (natran Awarded Eantexh+r / S99G�k S
Date Weak Completed October 23 19g b+
Address Nunicical Ruildine
200 !!i_1 Ave. SoutY, County in Which Work Performed vino ^o' .L y
., _
Telephone bomber '2)r5) 235_ Prune Contractor 25�1 —Rull °er - ^n-pA--'� s Y
Was a Stmcment of Intent Filed
For this project^ Yes No
In compliance with RCW 39.12.040 1, the undersigned being a duly authorized representative of
n unuh nvnu,u IMdrdr
do hereby certify that the following rates of hourly wage and hourly fringe benefits have been paid to the laborers,
workmen and mechanics employed by me upon the project described above and that no laborer, workman or
mechanic has been paid less than the "prevailing rate of wage" as determined by the Industrial Statistician of the
Department of Labor and Industries.
List below each classification of labor employed by you upon the project described above and the rate of hourly pat
and hourly fringe benefits paid to each classification.
PLEASE NOTE
If 1111"tiees hate been emplmrd on this project, prul idc this additional information: name,registration number and
stag! of progression.
C.h
Nu e Nrl. rn.nrr.
Iloutl' Ib Innr,� 14rw fin fain
Doete Not Apply, Family Nnud
(NO Enployeea 'Fired) All Workers Are Fqual Parye;arn - -"
L.
NOV 1 2 iS8
s1,Ye Aua.h sdanon,l ss«I.,. n«e<o
Subscribed and sworn to before me
this .. f$. day of G,/-t! _. •�+-� ",:,—
19�J to tyr ay
✓ X ` ` ` / .i 1 se`ee)tertlf)"'Al dvewa nl`10 nit Wane re M I
lb ally fringe tlrrin m;ft t*,mn
1f ?a�._ to Ik tizlan AN.m rite Sl.rl of pevYt""It*age rcyuirm n lm of RCW 19.12 W have aren Mu,F,,
W ashiryrr ni .
end lw re,
rn Waa(ngrm dit INDUSTRIAL STATISTICIAN
I)E ARTMENT OF LABOR AND INDUSTRILS
INSTRUCTIONS:
NOV B 4 19Rc
1. Pursuant to RCW 39.12.040 copies of this form must be completed by the contractor and each of his sub.
contractors.
2. Complete this form in triplicate and have it notarized.
3. Submit all forms for approval to Employment Standards Division.Department of Labor and Industries,General
Administration Building, Olympia, Washington 98,;04.
4. Mail an approved ropy to the Contract Awarding Public Agency
CONTRACTORS AWE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SUB-
CONTRACTORS.This is required by law and payments can not lawfully be made until such affidavits arc filed.
titter aaaW,rI YYW I'"' W., Qpe1
.MAIL TA • PA�t"Ehr • statement of
INDUSTRIAL STATISTICIAN "c^fiV16 INTENT TO PAY
Department of Labor & Industries W�7 It PREVAILINGWAGES
Employment Standards Divisioe (Public Works 2oalratp)
General Administration Building O��CF
Olympia, WA 98(NIA
12091 753-4019 ,. r
Contract Number CACr-07"4 cp �L
Jn1y 7, 1984 o,A /9e F
Date Bid Was Duc
Contract Awardin Public Septwber 4, 19H4 .4
g Agency Date Contract Awarded-
- Glt f ypa- h1L/e Works County in Which Work Performed ''fig minty
Address --lot sn1A&1 Building_ Location Within County South Talbot
200 14111. Ave- South Prime Gmtramot Bull Fence Company
Phi (206) 235-2611 Contractor's Registration Certificate No. 354 696
Do You Intend To lire Subcontraa'wrs' Yes NO x
In compliance with RCW 39.12.040 1. the undersigned, being a duly authorized representative of
Bull Fenee Company, P.O. Box 617. College Place, Wash. 99324
-- •r ae we or 10.me..nm, ,As1eam
do hereby certifv that the following rates of hourly wage and hourly fringe benefits will be paid to all
laborers,workmen and mechanics employed by me upon the public works project described above and that
no taborer,workman Or mechanic will be paid less than the"prevailing rate of wage"as determined by the
Industrial Statistician of the Department of Labor and Industries.
PLEASE NOTE: If apprentices are to be used they must be registered with the State Apprenticeship
Council Or they must he paid prevailing journeyman wages.
CRAFT ESTIMATED NVMBER RATE or RATE OF Not'RI.Y
OF WORKERS HOURLY PAY FRINGE RENEFITA
Does Not Apply, Family Ounea
(No Employees Hired) All Workers Are E4u&l Partners
NOV 1 2 lsgj
NOTE: Attach Additional Sheets as Needed. pal
F-_"!Ht conju� --
liv
Subscribed and sworn�tr/oo before me 'Nk,
this dry of
r'C� e�r*i a. For 1. & 1 1'. (lily
.. ice. '� -_. e.
Ism APPROVED
Department of Labor & Industries
/ n = Industrial Statistician
\'wan Nlat to aMhn the state of Wahnumn,raid
.ry In R'atAi.wlwt
R\ _ Date NOV 0 d iHBS
BEFORE FINAL SETTLEMENT can be made on any public works project,the prime contractor and each
and every subcontractor must submit form LI-00.7':Afdavit of Wages Paid"m the officer charged with
the disbursement of public funds. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY
THE INDUSTRIAL STATISTICIAN OF THE. DCPARTMENT OF LABOR .AND INDUSTRIES BE.
FORE IT IS SUBMITTED TO SAID OFFICER.
PROGRESS PAYMENTS: Each voucher claim submitted it)an owner by a contractor for payment on a
project estimate shall state that prevailing wages have been paid in accordance with the prefiled statement
„r statements of intent to pay prevailing wages On file with the public agency.
COMPLETE AND MAIL ENTIRE SET FOR APPROVAL TO:
Employment Standards Division, Department of lathor and Industries.
General Administration Building. Olvmpla. Washington 9 504
CONTRACTORS,DISTRIBUTE APPROVED STATEMENTS AS FOLLOW&
;PINK COPY, ORIGINAL CONTRACT-AWARDING Af,F.S('Y
tGREEN COPY, DUPLICATE-INDI'STRIAL STATISTICIAN iRrtained by Drpsnmrmo
;BLUE COP1, TRIPLICATE-PRIME CONTRA(TOR
iVELLJOW COM QUADRUPLICATE SUBC(RSTRACTOR
LLman w...Fo.�:e✓,as Aa s�'s
... %Alt TO: • PAY,,, • Statement of
INDI'STRIAL STATISTICIAN kECFryE. INTENT TO PAY
Department or Labor k Industries 4ll D PREVAILING WAGES
EmDloymeal Standards Division 1 r�� (Public Works Cd�Rpcq
General Administration Building -.s a 85 C-
Olympia, WA 98.304 -.,, :,�. C,
106) 733.4019 e OCf �L
Contract Number CAC-070-94 FO
Date Rid Was Due July 7. 1984 a
Contract Awarding Pnbhc Agency Date C'ontrat Awarded SeDtenUer » --
C1ty Of Renton-Flblin Works County in Which Work Performed Rine CO=ty
Address yuniniTal ?Iildinp Location within County South Talbot _
—20" °ill. A''P•.._oua'_ Prime C.,ntroctur-'11 Fence '3otapaI:Y _
phume (206) 235-2631 - Contraol ,r, RegistratH,n Certificate Nu. _354 696 IN, Ymu Intend Toy 1'se Sulavmtrao,ors' Ye' M, x
In mmphance %oh R('%V a9.1.114u I, the undersigned. (wing A dul% authorized repre.entatice of
°v'l Fen^e_rmpa-2. P.O. Pox. Collere ?lace, 'Wash. 99324 .. __.. . .
c,mo.ren v s.bvmvw'ae.• Addmu�
do hereby certity that the tollowing rates it hourly wage and hourly fringe benefits will he paid to all
laborers.workmen and metfimnics employed by me upon the public works protect described above and that
mr laborer,workman or mechanic will he paid leas than the"prevailing rate(if wage"as determined by the
Industrial Statistician of the Department of Latelr and Industries.
PLEASE NOTE: If apprentires are to tw it ed Ihey must Iw registered with the State Apprenticeship
Council or the} must to paid prevailing journeyman wages.
CRAFT PRTIMATFD NC 51111.11 RATE OF RATE OF Not RLY
OF WORKERS not RLY PAY !'plMfl aeyEFTts
✓,en "ot ALv::;. FouOly Owned
(Pro Employees Hired) All Worker:1 Are t.{ural Partners
1"V 1 2 19d5
NoT_ Attach Additmnal Sheri' As Needed, Pu11 Fenne �2yop"..t
Subscribed and sworn to before me
i'1 fL day of ._ `• ti.: For 1.a 1 t'ne(MI,
this — ------'--•
I9 APPROVED
Department Of Labor & Industries
Industrial Statistician
AuEare.We4.in entl p+rM1 ytA[e,Yeah ew m.-r.�d
rAt In R6.hlANHln
By -
Date Now 0 4 U5
BEFORE FINAL SETTLEMENT can lot,made on any public works project,the prime contractor and each
and every subcontractor must suhmit form LI-700-7 "Atfidayit of Wages Paid"to the officer charged with
the disialrsement of public funds. F.ACH AFFIDAVIT OF WAtiE.V PAID MUST RE CERTIFIED BY
THE INDUSTRIAL. STATISTICIAN OF THE: DEPARTMENT OF I.ABOR AND INDUSTRIES BE:
FORE IT IS SUBMITTED TO SAID OFFICER.
PROGRESS PAYMENTS: Each voucher claim submitted to an owner by a contractor for payme:at on a
project estimate shall state that prevailing wages have been{raid in accordance with the prefded statement
,or statements of intent to pay prevailing wages on file with the public agency.
COMPLETE AND MAIL. ENTIRE SET rOR APPROVAL. TO:
Employmetu. Standards Division, Department if Labor and Industries,
General Administration Building. Olympia, Washington 9SAM
CONTRACTORS. DISTRIBUTE APPROVE(( STATEMENTS .AS FOLLOWS:
,PINK COPY'i ORIGINAL CONTRACT AWARDING AGF.Nf1'
(GREEN COPVI DUPLICATE-1\1CSTRIAL STATISTICIAN Reta,nM hY LMpanaxmo
iSIXF DOPY) TRIPLICATE PRIME CONTRACTOR
(YELLOW COPYIQCADRUPLICATE-SLECbhTRAC'"
W.'m.A bum n.P..i vi VA A 1 �!'>
MEMORANDUM*
To Finarce Department DATE 11-18-85
FROM Bob Bergstrom
SUBJECT Bull Fence Construction - Springbrook Springs Watershed Fencing Contract
CAG - ase
The Contractor has requested that the last disbursement checks be mailed to
thier new address.
Bull Fence Company
112 Mountain View Drive
College PI, Wa 99324
Jhc..1c LCw
r I For Use By City Clerks Office Only
AGENDA ITEM
RENTON CITY COUNCIL MEETING
..—e.......--------- ..............�.....
SUBMITTING
Dept./Div./Bd./Comm. Public Works/Utilities For Agenda of NOVEMBER 25, 1985
Staff Contact Richard NGughton/Bob Bergstrom Meeting Date
(Memel Agenda Status:
SUBJECT: Final pay estimate for W-766 CAG Consent
070-84 Springbrook Watershed Fencing Public Nearing_
Phase I Correspondence
Ordinance/Resolution
Contractor - Bull Fence Company Old Business
Exhibits: (Legal Descr., Maps, Etc.)Attach Me. Business
A. Summary sheet for final pay est. Study SessionOther
B.
C. Approval:
Legal Dept. Yes_ No_ N/A
COUNCIL ACTION RECOMMENDED: Approval Of rinance Dept. Yes__ No N/A
project, and final payment authorized Other Clearance
and begin 30 day lien period as of Nov. 25, 1985,
FISCAL IMPACT,
Expenditure Required $ Amount $ Appropriation- $
Budgeted Transfer Required
SUMMARY (Background Information, prior action and effect of Impiementation)
(Attach additional pages if necessary.)
The Public Works Department recommends the project and Final Pay Estimate in the
amo•mt of $1,170.69 be approved and that the retain
age of S627.18 be released
after 30 days f a 1 taxes have been paid and no liens have been filed.
This project was completed November 18, 1985 and accepted by the Public Works
Department November 18, 1985. It is recommended that the City Council accept
completion of the contract as of November 25, 1985.
PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED:
SUBMIT THIS COPY TO CITY CLERK BY NOON ON THURSDAY WITH DOCUMENTATION.
,FL 325
Rev. 10/14/70 Contract No. C.A.G. 070-84
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
To: State of Washington Date: November 25, 1985
Excise Tax Division ,
Audit Section
Tax Commission
Olympia. WA 98504
DO Not Use
From: City of Renton Assigned to:
Finance Department Date Assigned:
200 Mill Avenue South
Renton, WA 98055 P.W.G. Number:
Date:
Gentlemen:
Notice is hereby given relative to the completion of contr^ct or project
described below:
Description of Contract Sprinnbrook Watershed Fencing Phase I
Contractor's Name Bull Fence Company
Contractor's Address P.O. Box 617-C College Place Wa 99324
Date Work Commenced 7/23/84
Date Work Completea Nov. 18, 1985 Date Work Accepted: NOV. 25, 1985
Surety or Bonding Company : Fidelity 6 Deposit Company of Maryland
c/o Cox Jones Insurance Agency P.O. Box 688 Walla, Walla, Wa
Agent's Address 99362
Contract Amount : 14,793.75 Amount Disbursed 12,932.58
Additions :-(2,250.00) Amount Retained 627.18
Sales Tax 1,016.04 Total 13,559.79
Total : 13,559.79
By
Disbursing Officer - Finance Director
THREE COPIES OF THIS NOTICE MUST BE COMPLETED BY THE DISBURSING OFFICER
AND MAILED TO THE DEPARTMENT OF REVENUE AT OLYMPIA, WASHINGTON IMMEDIATELY
AFTER ACCEPTANCE OF THE WORK DONE UNDER THIS CONTRACT. NO PAYMENTS SMALL
BE MADE FROM RETAINED FUND UNTIL RECEIPT OF DEPARTMENT'S CERTIFICATE, AND
THEN ONLY IN ACCORDANCE WITH SAID CERTIFICATE.
cc: Department of Labor and Industries
• Mxn:ffk mber 18 1985
TO: FINANCE DIRECTOR
—+ FROM: PUBLIL W*%S UIRICIM
SURIECT: PROGRESS PAYImNT
a,,twYa11:8ul l Fence Company ESTIATE so. 2 Final
cwrRAcT AM.CAG-070-84 PRaEcr: SPringbrook Watershed Fencing
Phrse I - W-766
1. CralTRACI111 EAYNIRGS THIS ESTIMTE It 1,135.50
L. SAILS TAX a B.1T 91.97
1. TOTAL CONTRACT AMOUNT 1111S ESTIMATE s 1,227.47
R. FARNINT.S PREYIOUSI.Y PAID CONTRACTOR S 10,837.84
5. M'.ANNINGS IMIr: CONIPA"TOR TITS ESTIMTE f 1y078.73 _^
e. SUBTOTAL - COMIIIALTOI PAYMENTS S 11,916.57
7. RE'rA1MGE ON PREVIOUS EAaNIKS f 570.41
a.--RETAIMGE ON EARNINGS THIS ESTIMATE 5Tt.77
9. SUBIOfat • REl'AINAGE f 627.18
Ia. SALES TAX PREVIOUSIY PAID S 924.07
11. SALES TAX ANAL THIS LSTIMATL _ 91.97
12. SUMiOrAI. • MIES TAX s 1.010.04,—
•(95% , LTne 1) GRAM MAL s 13,559.79
,•REIAIMGE: 5-
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR (Lines 5 and 11):
ACCT. i 4211000/15.501.37.65.15 s 1,170.70 _!2-F
ACCT. 1 i /
ACCT. / f i
ACCT. / f 1
RETAINED NOW (Lfne 8):
ACCT. I 421/000/15.501.37.65.15 f 56.77 / 2-F
ACCT. /
ACCT. / ____ _ S 1_
ACCT. I
ACCT. I f !_
I:U IER its. LAWS OF 19e6 TOTAL THIS ESTIMATE f 1,227.47
CITY OF RENTON CERTIFICATION .i3
Vu��1�Y..Mtl.pnn W,n..n r
MM,
,MeY M\C f,M,MIOIwyI�IVUM�O �
YM„YO„Y„M,l al\4,i,Y
r�{
U-Q
k-llr Ur KtNIUN •• ULPAKIMLNI M L-NUINLL-KINIJ
MUNICIPAL OINO, 200 MILL AVE. SOUTH, TON, WA. 9e055-235-2631
'k-766 �ingbrook Watershed Fencing
PROJECT_�PhaSe I PRO43RESS PAYMENT ESTIMATE N0. 2-
_Final
Cent,sct No. CAS 070-84 Cent,gctor 8ull Fence Company Cloamg Diu I1-18-85 SheN_ot 1
Is De�cnpl,en Unit Umt P„ce It PREVIOUS TOTAL THIS E ,MATE TOTAL TO DATE
QtY. QIY Amoy.,1 Oty Am 111 i Qty A..,ew,1
1. 8' Cnainlink Fence L.F 8.50 11525 (SOX) 10,370.00 (220q 2,592.50 1525 12,962.5C
2. Mobilization L.F. 840.00 L.S. 1p0% 840.OU 38
5 0 100" 640.00
3. Clearing, 'ribbing 6 LJ .65 1,525 (20t 196.25I(80T 793.00 I1525 991.25
Tree Removal 305 12201.
Subtotal 4 1i,408.251 13,385.50 14,793.75
Change Order i I I 111
9 1 L.S. (2250.00 Mint ilpD. I12,250.00! 'I00` (2,250.00)
uc Dedt For { I �•
korkmanshio d Materials
TOTAL I I I I,135.50 I 12,547.75
I
II I
I t �
I
l
I
SUBTOTAL 11,408.25 �1,135.50 12,543.75
8.1 , SALES TAX 924.07 91.97 1,016_04
SUBTOTAL AND SALES TAX I-
12,332.32 1,2-7.4_7 13,559.79
LESS 5c RETAINAGE 410_41 56.77.I __6_7_18
LESS AMOUNT PREVIOUSLY -D �`�_
PAID
11,761-91
AMOUNT DUE 11,761.91 1j17G,70 ' 1,17G.70
GRAND TOTAL 13 SSn �9
I
1
sr
Star- of WaW,gSon• •
'� �� f.TCnAT OIY 90M T
':, aoa5 v.«w»•a a a..». Reg. No.
pyr. Ala. WNnlnrren aa30a,0R0
606 531 664
Certificate of Payment of State Excise
Taxes by Public Works Cont•aclor
Contractor:
RI'LL FENCE CO. P111' 65896
P.O. BON 617-C
COLLEGE PLACE MA 99320 t
We hereby certify that taxes, increases and pen-sties due or to become due from the above named
contractor ender Chapter 180. laws of 1935, as amended, with respect to the following public works
contract:
CITY OF RENTON
RESTON SPRINGBROOk MATFRSBED FENCING PHASE f
together with all other taxes, increases and penalties due from such contractor,have been paid in full
or that they are, in the Departments Opinion. readily collectible without recourse to the state's lien on
the retained percentage
This certificate is issued pursuant to the provisions of Chupter 60.28 Revised Code of Washington
for the Sole purpose of informing the state, county or municipal officer charged with the duty of
disbursing or authorizing the payment of public funds to said contractor that the Department of
Revenue hereby releases the state's lien on the retained percentage provided by this Chapter for ex-
cise taxes due from said contractor.
This certificate does not release said contractor from liability for additional tax which may be later
determined to be due with respect to the above mentioned contract or other activities.
Date at Olympia, Washington,
December 3, 1985 STATE GP WASettN6TON
DEPARTMENT por REvrNOE
.16 LY.W �c�Tk�PMroOP
ROU11N(i. Wlak Copy DMbumq OR xc Canary Copy—Conga,lot.
Pink CCWy—Flk.Guldnnrod Copy-Sproul Pk.
FORM REV II wn 41455
ENDING
QF FIL
FILE TITLE
�iN s � K G�rrte� Shed