Loading...
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