HomeMy WebLinkAboutWTR2700767 W-767 SPRINGBROOK WATERSHED FENCING - Phase II � WTR-1 1+
BEGINNING
OF FILE
FILE TITLE
4i somow 7
5f)p, � tiG P60K
oate. p, SAee� �ye �NG
PA o 3 ,P, =
LOGTr+�Cf fs!G940�O n'y a L +/T FY�IK
•� rnt!/L.KCO,NlrO! - �9 GA - "'Nf+`.✓
,-
N rr Gur'3 .
CAO!/,Q lO4ilFP �rTO� �/yE��f'r�P
o.a.
Ps/L JJ��f�
�L9Kf r LKNER e. rof IZZ
M �(is7Lea ArLn).
/due./.rAct RrIH.
f
.OrIR lfRlrcr✓Il 1i •re-O bAX.JFrKr'�/O�r.$)iY ,y -
syR �� *.:•. ,o uNr E sr 4Ty vF R�wffcnf
co+_ y _ a6i
w R qw H. .PN11SC �
` r.•�. rq.. ' _{ .' i+��(1,+� r` •l xAi 1�'. .' 1V Al�ti3d.9
r
ryry 1
1 ' 4'R 1CW 4K-6BL MPN/ZFD'%M/C/iflN.-gao;- MIR / /✓�'r.Ctt sr•�c� lOc f12 rOC F Y.b� ��:.
'L°sbrrf(.N G1 Z/) ^-. N/r .rot P�+•L •V..: qcH.
i sl-/li fr/ol �wpo O1N✓iV�'/w
' i y�ht ..P[K1n//ZPO/ils r/l4114 PCC r
'Af.riMrNUN L09rlG h Ol raffl)
+' F'- / �fin/Ngj•.rwc vw+Alisea-(rPIM-rP '� &.c J
4 +
c
'A �sN+
! r _. '� ` ` •ems r. '/
><�-IG—JI--A—
F -Lpi
�c ,s
t 3' OD CNAWN tn'�K JWRfC r c � .� •vv jr� �
ftjY riif16
'WiiLMIJN $- f 6�, �' .•�r!" �. _ _ [
I '*a pl uN6 fit RBO i<�s�aErc.re¢
`yt B.vv �..siI O�OCR rffArR � r
X / Cin/D 3 r Qp
`• C �<y �/ ®LOCK KIIMR 67NLiI'
-4EOP' ' �
t
-,r I OAT( :O
^'ll-ro�-#F-� f , 1. . r t M", +f '. a r "3'• - ctt.�oF RtayTw l
FHA..rtt
/PMtE CONS7RLC)KII/ '• � ti r. y�. F*3. F`t�r.�+Wb . I � ..... ...,ais;T'/Ar
c;.I rfS 1NRu-)9=0�OIB. .� 1 t! sK'7�: , •: sn...re.
�aacdwwla#7T:' r ,. aru OOPFIe~1*6
4 . CaAT/NGS .5 +J y '�. 'N/7N WELDED FiAMFS 'MCB2IPF FO'V�F EA ':
' 1 KAA'K ¢AiYdN,/ZE jY AJTM"A/70 _ SF/E6vAA jr
._.. PaME Co.NSril ON 9' A4 M CbA160 - AS/M.I99/ W G ti. peMt• __. . _ _--�__
_y�
.. -.<res rlp=F.`�R
CONTRACTOR
McBride Fence Co.
13202 NE 177th P1.
Woodinville, WA 9B072
Phone: Seattle 364-0121
Woodinville 483-9500
Ray G. McBride
Joe Troxa
BONDING CO. AGENT
United States Fidelity d Guaranty Co.
Alexander 6 Alexander, Inc.
2001 - 6th Ave., Suite •1100
Westin Building
Seattle, WA 98121
Carol Barnard 623-7070
INSURANCE AGENT
Alexander 6 Alexander, Inc.
2001 - 6th Ave., Suite P1100
Westin Building
Seattle, WA 9817.1
Janet Duff 623-7070
CONTRACTOR
McBride Fence Co.
13202 NE 177th P1.
Woodinville, WA 98072
Pnone: Seattle 364-0121
Woodinville 483-9500
Ray G. McBride
Joe Troxa
BONDING CO.--AGENT
United States Fidelity 6 Guaranty Co.
Alexander 8 Alexander, Inc.
2001 - 6th Ave., Suite 01100
Westin Building
Seattle, WA 98121
Carol Barnard 623-7070
INSURANCE AGENT
Alexander 8 Alexander, Inc.
2001 - 6th Ave., Suite 41100
Westin Building
Seattle, WA 98121
Janet Duff 623-7070
Affidavit of Publication
STATE OF WASHINGTON
POINTY OF KING
Cindy 82rupp brmghntdWy swornon
alln.drlr+ae.one.+natnaeaha i.the chief clerk _ of
THE DAILY RECORD CHRONICLE.a NwaNDrr NMehed eta Ifl NNMae
week Tle;aa,d aewgpee N a legal newsp.",end it.,now aad► ,bran
for more roan air mrmlha prim to,he hale of puMiuhnn Marred to,
prmtrd and p.bli.hed,o thr Faith+h lan`uate:onpnuall}u a ne YSNNr MY OF RENTON CALL FOR B"
pubOMed f�urHnlme+a NrrY lnKmt, tnf Counh N'aahinelnn,aadltle SPRIedGM10011 WATERe11ED
no.end durmp dl of and nmc wn pnntrd In se uhlce malmsinM sl Ihr FENGNO—W(a$E 11
aMrraald tact M publwatlnn of+rid nrw,paprr That the Daily Record �Oba wM —r
Chro,ucir m been approved as a lrpl a,., hp order M the Suq-rior 00li ad apy 2 00
Court of the('oun(y in wh,,b a t.p.b ,hell,lo.wn.King(twat,. o 1e AuNW 14 Ina 0 he Get Clara a
take arW M he OP~and PA"reW
Call for drips that a1n epor mNeruo'acre.�rNp"
N'a,h ietoo Thal lheanneeeJ,sY Muop l ewbnp,200 MM Aft sough
Tha rn,a 1u a perlpmad aehe, w
wwrYq days hdn tM daR d rerlertntce
merit uroN IM urarad ahY rYnhAa.b1Y
rottsl~ ro
L,la, F li sppmrea, ,p 2.oee0
a.l Nail otoe dto oiti.e lsau w"w (uWr Fee(ye atith br darn IM
not m+upplenrcnt Mrn,,J snJ new,papen once ra+h tasue for s proud haom—e htph write Orbdrwe an,
She Car
,dNrYy
TM Gry rd," nM vie b rpKl any
two andlY aP 0,0a Arid b YINNa arty arWa aN
of umwcuhve pn.a,.,wm menana nn the m,wmNYM
A w Pero arb spe„tka o,art,
27t aynl �YlY 19 84 PO'.undrodmgthe bm d m nap moa wxs may a ob
Wasp M tM pupa= Wave Dwoutimsot
dhceet hw RaNan m rtY,pal ehaNNlp le,
a teptwl d$to 00 ade,m Ithe pe 00 b
�taQ day of August ,ly 64 Mtthdate, care,poetapa.d aeYed The ,appeY w+n
awi::IVe.gad Iha1 iii,h M4NPnper Naa regoYr1\dlalll(WIeJ b Ira wb M hNwba,hW,nlwn d Me hart aria
xnera dunnN rill of+alp ,bond Thor 1hr lull Itmnunl of the for $DKd�aboos n poop oaretaie wahn
mnry wys afn bat operrlp.Tba m,*V
cnarpe"rot tm'•poled
'hare" for the for.,mie publtaahoi ,\ Ile run, of S 24.3Dwh,oh a cendtao d,llca a bd boob ,n the
hY>ItRll paid la full ni 1nF Iite,d pr/(Uri 1 td riot nYnJfld WOrdd for t11e elnlMlnl d hire Parallel 15%)d dM"N
hot lmm�mn uad per Mh.Mu',e b.odred word.for each auM"imat amowedaad,bM mlat a(eonpar,y eaM
insertion 1 P,d
TM Drys Fiat P wga a and Non.
M.F.MMd
CRY Clark
Pabl ehed o,aM Dairy Rame CbmnMe
Chier Clerk ry 21 aro A."e.(Ns 111RM
Suhacrdad andrworn,uhelore me tho 3rd deyat
Augl�vt ro 84
Yo
Aotery Pubha In the Self M Waahll,p(an,
reudlaf at IBRpKmp('aunty
TaaAe,eaal td.tst
Paseedby tha Lea,.+laturr.IM.anawnas Senate Bill ml effroweJune
Nh, I'M
--Wettern Fmem 1'0epraph C. rule,foe counhag Nardn and hNure,.
adopted by the neN.pa('en of thr State
r03N0 NO wamnN 1Nr1000V MON9 3SV31d
SNINOW S001A3Vd r40tl444
30NVIVO 3nQ 1SVd
Ot •t1i� M•iT IIF 0/rl/1.
Ot'1r"Ngriozz JS'� [ Tito w/GI/F
^E•Ar'k. ^:•S rp'•e foul roll
fart/ �
or •!ram ^•5 it:,, . .1 /l Tit
crn� C56f e:es"" `,PhJft
rS•f9� o5•tI the', +sill/t
01.16T 0c•lr ♦P/R/t
ff'r0� ^,•�• ,i Lrr. e. /till
94
4C•!t � 0�•1T ♦tt VI"\l ) 11I1 'A ♦.f.'•'!:
W61 TT/t
-... WL% •tit
r,J :9•`V -.Jr'ri 11:9 Ir.>>!rr!, . _, i (1/'
YT 31041, -L"'T ;\'l, IN3•..ti.`r,�; ,. •!^i/,.
dl 0+�1 iY r'►V lYldla l�'n� Y1.f;'fl
` ) Re"'(•CHARTER 116. LAWS OF 1900 1`+l. 4 *0
•T' M1M7\N13 r�vrr•�111 OF RE ♦:lie/t
NTON CERTIFICATION •YY>a a..t
u itNYfO On ATa,lwinav al OUwaalnV -
>l !0 00 Nl• YY \.iYY{{ OYqq ,10�1MH w �y10 Uyt
Yl[N tux N,tN(D, YOI1TO11O0 O.V A OMV NAG•1sOl V N%IV 0 tNl
IM011 xgr0p if N1.
.! TN>GAIT•YUMN 0>O,Yai w 1.OIpOaY 19 mom.l
IN[ CIUY �a(Nlu 011 IN(( 1Ml YO aL11��>>lONt/\1r.aNIR Iyi Nis 1Nl OINbYa 1 Yl>a
iN•T ITT OI aatYTOw, tl�l1a O IN>T N" Oli lt>13 1UY>M 0ala> OwY>OY11 ftt 1 L
TO OUT a' a, to[ M• QOOTYt w
uaYaa NOIIVDIA11830 NO1N38 10 UO
)►9nS 5961 iO 1MVI '9118318VH3
1 i•(f afC "rq/GT19 - - - ',l:.r 41I ,1„a
• 1 . ltrl > ,
TF/n ltt. If`ft 11ar - . 11
J")v-U 3l't0>'1 1VJN)
r,r J-r[^14 `: `i)YINSr• fIN/A
�41411
!, , '4 1 • 1•V • ��..
ULUV ki "FAIkfS
P•L. !Lt 1.0
PnLtit IiCl lei;-Attl
Ll- - OAII U4t v/lO/P.%
t:.rd•:• fill Cr
•.i ..1 Jh LIfV H#0L -
• Lt.1:'R NA VN0:4
S,1. c
L- . T '• .1�. �'1 f -- i� . 1
_ice.JI
... \
9/li/at F4;70 ..:0 �I S.hL
L/ Iti•i4 n9117 c,.,r 4S.7c
Rego
�[OB!
/Ill u•1 ol16
a/.$141 n9144.
Ht2A/ + k41id 7.00 �J 7.+0
dli4/.14 1.11J49 I1.f.0 \C:•lu
R c0to 411/00o/ot5.501 17 GG00 M a¢.to
R 1302- Qoi/000/ ors. sot. 3�.1•J CM) f 24• W
(L y 33s 4ot/oar/otY sat r•" CIO f 42.54t-
dv� R93s3 4ir�uw/ of SJt. �yGS(,3t•� +i SS 0-
pb CHARTOR 116, LAWS OF 1%6
CITY OF RENTON CERTIFICATION
I,TYf Uw.f\.I.nf• ...1.90,eta,,., ""It"
YIY'l,• 01 .I t1V•V tM.T lw\ Y.Tt R14t1 NRV[
•1 .R�.,n.l O. I.r t\RY11:(t.I wi,IRIO 0R Mt
1•�D. ••• RY\D Rt Ot tf11.\D YIt11.,RMD 1M.1
:M L1.IY ,t t lV.l.DU\ .•D Vn. .., I On I
O NRtI 1M1 CIl• DI n{wT.M \49 .M.t 1 .a
W� OI,NIID to ,{uJt �t�n1�laYR y�t1D. Ot11% Q `
VAIIIV AthiPAPtkt — Jcl.C9 i 44000 1107•ti4
�r4A laU -r- K�L!n�T�t�yMA. 9¢t151-CCS7 f� ;,,ra:'' ter••'
•bJ I It0.1J 1 241•/P PAST DUE BALANCE , i 1.41i•9N
(.� •nw.w'11 +�.- � �-� FROM PREVIOUS MONTHS
PLEASE SHOW ACCOUNT NUMBER ON CHECK
8263-F Affidavit of Publication
City of Renton
Chain tAnk Fence
Md D.W.Aaa.la
Crr'Y OF•RENTON SKATE OF WASHINGTON
8FRINGORU(IK KING COUNTY—SS.
WATERSHLD FENCING-
PHASE II
Sealed bid, will be received
until sw it m gkEust Id,I99/ The undersigned. on oath states that he is an
u the City Clerks office and hn
will ke op!rMd and publi y authorised representative of The Daily Journal of Commerce,
mad in the 1 flit mnfereme a daily newspaper, which newspaper is a legal newspaper
in' it Ave &,u h a'itd of general circulation and it is now and has been for more
{he work to ne pe rtom ed than six months prior to the date of publication hereinafter
within m working drays from refered to, published in the English language continuously
under,this mntrrvtt`shall in. as a daily newspaper in Seattle, King County, Washington,
dude,burn., ell it to: and it is now And during all of said time was printed in an
imately l78t80 Lin ear F'pmi f e offictl maintained at the Aforesaid place of publication of
perimeter chain link Iencing this newspaper. The Daily Journal of Commerce was on the
- a high with barbed win 12th day of June, 1941, approved AS A legal newspaper by
The Citty reserve,the right,. the Superior Court of King County.
otivet any mdlor ali bids and to
wave any and/or ;.li infnr. The notice in the exact form annexed, was published in
malilles. regular issues of The Daily Journal of Commerce,which was
APRroved glans and regularly distributed to its subscribers during the below
peer .dons an to .1 tom
:rao it umerua may be.btalm
ed a:the Puhllr w.eks stated period. The annexed nntice, it
nieit IBtlldlnttoraM�od .......Naticit of Rid Call
■■ MaB ..........................
tla. earth e, plua to
rover Its it mailed 7he .................."......"._._...._._...._._....
deposit will t refunded upon July 27 a
return i the Plana and WY pubftdlad an
Sped flnti.nI it cord mnd4 -'
bidaeltkin thin�gy days after __-August...3a..1.984
bid .Pening. the moiling ..•._ ....__.__
rhArm witl not be refunded
Ahertlfled cheek.r bid bond - .._.....-.-_._.___.----.-------.
in the am.um of flue pernmt
IS'-of the can amount of each
bi mu aacompaey each bid.
q,ItY A Fair Practices and .. �.
Y an.
�D�Batuzyiminabon Pnliclea �'.....------
aha�apP1EE MOTOR. Subacrihed And sworn to before me on
Car llieek
Oefea of publinti.. I. me August 3, 1984
Seattle Daily Joural.f Cnm _... ._ .. .....
metre. Jul. T and Aayyuat 8, r
1a81 02133 81 / /J
_.. a> .._.. ..
,tot-"eubl"p.r :n, il.le r wpMnatnn,
r.eiama to Wale.
8263-A Affidavit of Publication
City of Renton
Chain tank leme
Bid Dam.Am.to
aft OF RENION STATE OF WASHINGTON
DS
SPRINGBLL ROOR KING COUNTY--SS,
WATERNH ED FENCING—
PHASE It
Seal ad bids willusun be
umu x.W p m A �, The undersigned• on oath states that he is an
at the Cify Clerks a
ww be ^penes and y authorittd representative of The Daily Journal of Commerce,
mad in the ath❑.wr ronhtaexe ■ daily newspaper, which newspaper is a legal newspaper
nrom Benton municipal Build
�nf{x�wlrIAw oar rtthrlormed than six
and it is now and has been for moo
prior in the date of publication hereinafter
ith,. 9e u.,kioX�nrcmen refered to, published in the English language conlinuousiy
under this wotracl shall in. as a daily newspaper in Seattle, Ring County, Washington.
Nude,bul not be limited to_ and it is now and during all of said time was printed in an
�matelyl2,WAe Linear Feet We offices maintained at the aforesaid place of publication of
perimeter rhiiln link fencina this newspaper. The Daily Journal of Commerce was on the
- a high with barbed wire Mh day of June, 1951. approved as a legal newspaper by
and mute"a""
n Neadna the Superior Court of King County.
•ITe CI
1y reserves the nght to Pe na tY•
rdeo'any tmd or all bids and to
wove any and.or it in I, The notice in the exact form annexed, was published in
^'anties. regular issues of The Dail Journal of Commerce,which was
App roved plane and Y
spiel rlrations and form of ma. regWarly distributed to its subscribers during the 1,,•Inw
t ran documents may be obtain
ed at the Public Works Desin stated period. The annexed notice, a
meni oflire at the Retain, M.
nicippaal Bu,dru6 Mrii lSsitw ....._......_._.....
.Notice of..Bid Call
$10, 0 evh p
cover rats a i( mailed. The
d.rsi wdibe mfundd upon ....._ _...
re urn of the plans and was published on July 27.
m Sperifkatire in good ..di
-
bia npeatn within `hi0Ae amtrilini " - August_3,-.1984
Norge will pit be reloaded
A remitted chttk or bid bond ......................_•.._....._...............
.. .._. ._...
In the amount of live Pannier
(5%)of the total smoun'of '
biemutt aecumpan eachbld
TAe City' Fair drulitsr aed ..I,.
Non Diss�e��ryy'minati,.1) PoIiNn .__......._.. _,
ahAOTa�E.MO TOR, Subscribed and sworn to before me on
CityClerk.
taes of ramilratlwt in the August 1,. 1994
Statue Daily Journal of Cast "-'- --- -
an,". July 21 and A4auat 5.
a1s7.B _ tf .
b
1Mun runup r.n"n.. . s.r e,.rr,�.,a,,.',.
Y leMalaa Ia�Wltla
_=
GJournal o ommerce
'rc.blII�M 103,
17 COLUMBIA ST 1146-413 112721 SEATTLE WASH 11AIN
au_._AileVAt_�._.19$4
Y City of Renton
Office of Citv Clerk
200 Mill Ave. So.
Renton, Wa. 98055
Notice of Bid Call 8263-8
Chain Link Fence
56 Lines @ 1.00 per line 56.00
56 lines @ 90C per line 50.40 $106.40
CR�a. uwtstxig��
CITY OF RENTONA&RTVISAT%4
{,Yf oKgY)•Ip w I.IIRI cOn/. YYYtY
NM\,. W Y{OVY, W.. rl Mtf.of wII$
Nlw YMIM{O..M[ Yf 1Y.ClY w\MOt. AA, .yy(
luO.rf Y.0Wl0 Yt O1 KYNlY v1 Y\M Awf•.wlf
.M\ C\.1�1111{{11p1111{1.0Y{ MO Vf1Niy Ah 1Y{11011
S m,ft a• {t Mnia�i e��i'.\iwY.° nii.. .1w.
47 fewf ; Sol
PMxY MIMY Atm al Yatlw watt Pa w{
' AWARDED CoPY_ Contract No.CAG05-iF4
Tnh1 RPInC FEN! E rnmPnnti
IJE I���^ A LJnnninv cct
EZQ 4Y5.65 H83.950C 9EC72 �
1
1
BID PROPOSAL AND SPECIFICATIONS
1 FOR
' PHASE II
PRINGBROOK WATERSHED
FENCING
1
Vs 767
1
CITY OF RENTON
PUBLIC 'WORKS DEPARTMENT
MUNICIPAL BUILDING, 200 MILL AVE 5
RENTON, WASH 98055 • 12061235 2631
1
1
1
CONTRACTOR
McBride Fence Co.
13202 NE 177th P1.
Woodinville, WA 98072
Phone: Seattle 364-0121
IWoodinville 483-9500
Ray G. McBride
Joe Troxa
BONDING CO. AGENT
United States Fidelity 8 Guaranty Co.
Alexander 8 Alexander, Inc.
2001 - 6th Ave., Suite 91100
Westln Building
Seattle, WA 98121
Carol Barnard 623-7070
INSURANCE AGENT
Alexander 8 Alexander, Inc.
2001 - 6th Ave., Suite +1100
Westin Bu11ding
Seattle, WA 98121
IJanet Duff 623-7070
1
1
N
WASHINGTON _ \
akk
-t
-�,�IraYll
IL,wh.1.
SE Rd St.
' SPRINGBROOK
WATERSHED m
i
' VICINITY MAP
' CITY OF RENTON
BID PROPOSAL AND SPECIFICATIONS
SPRING BROOKWATERSHED
FENCING
' PHASE (I
INDEX
Summary of Fair Practices/Affirmative Action Program, City of Renton
Scope Of Mork
' instructions to Bidder
(-all for Bids
•Certification by Proposed Contraeio-/Subcontractor/Supplier/ref. EEO
' •Minority and Women's Business Enterprlc, Participation
•Certification of EEO Report
*Certification of Bidder's Atfirmative Action Plan
*Non-Collusion Affidavit
' +Cert'rf !catlon re: Assignment of Antitrust Claims to Purchaser
•Minimum Wage Form
e Bfd 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 most be executed by the Contractor, President
' and Vice-Presldent or Secretary if corporation by-laws permit. All pages
must be signed. In the event another person has been duly authcrtzed to
execute cortracts, a copy of the corporation minutes establlsfing this
' authority must be attached to the bid document.
' CITY OF RENTON
Public Works Departmeht
Renton, Washington 98051
' EZRIe21• V'
O CITY OF Ri..,'ON
SUMMARY OF FAIR PRACTICES POLICY
' ADOPTED BY RESOLUTION NO. 2140
The policy of the City Of Renton ie to Promote and afford equa'
treatment and service to all cttieans and to
' mant opportunity to all persona re ardlaas or urecreedaqua, am,ay_
ethnicity; national 8 race; creed; ec'or;
origin; eat; the presence of an-job-re. ted
physical, eensary, or men taZ handicap;
y ag or marital
tat status.
This policy shall be based on the principles of equal amp Zoy.Tanz
' OPPartunity and affirmative action guidelines as set forth in
federal, state and local Zawe. All departments of the City a
Renton shalZ adhere to the following guidelines:
(1) £NPLOYN£NI PRACTICES - AZ' activities relating to emplcy-
menc suc ae ra crut tmen t, select'on, promotion, termination and training shall be conducted in a non-die criminatcry
' manner, Personnel decisions wi Zl be based an individual
With governing Ci
Performance, staffing requirements, and in accordance
vii Service Lau& and the agreement
between the City of Renton and the Washington state
' CcuneiZ of County and City Employees.
(2) COOPERATION WITH HUMAN RIGFI:, -
Renton ut cocper¢te ,u y --- - — - The City of
commteetane rqa aed tc r - cations and
' opportu .,.�. ,F .::'ee and equal
(J+ AFFIRMA7: .-..S.=Ak _ ;'he •-
Action Pr.grar ,:;,. a matrttati ne,.' aiva
' represents Lion within the City w:.
equal employment opportunity to cZ:. q,,
raeponai bi 2i ty and duty of all City _ 'e and employees
to carry out the po:jo Zes, guidelines ,.— •..rrect{va
' measures as set forth by this am program. .:rw eti ve
pIoyme nt programs may be established by the Mayor on
the recommendation of an Affirmative
theca departments in whi chf¢ protected ca Zseetion a�rtmxt se for
' ie under-rapraaented. enPLobeao
(e) CONTRACTORS, OBLIGATION - ,Contractor#, n,bcontrootare and
9u4ZZ gaff con uettng ueinees With the City of Reneen
eha ii affirm and subeari be cc the Fair Practices and Non-
Dtsarimina"on pclicisc act frith by law and i Affirmative Action Program. n the
' Copies of this Policy shaZZ be diecribu- d to shall appear in all operational documentation of l the city ityemployees.
Z oyses,
bid calls, and sha ZI be Prominentlydie . W+ tRCIea RO
faci:itiee, p. +yed in appropriate
COXCL'FR£D IN by the City Council of the City of Renton, washin�rom,
' this 2nd day of Lune
18 N0.
5ENT-17 R£NTON CITY COUNCIL:
Preei dent
AtteR:
Issued: JulY 10, 1972
Revised: ,tune February
2 y 976
19401
1
CITY OF RENTON
SPRINGBROOK WATERSHED
PHASE II
' SCOPE OF WORK
' The work involved under the terms of this contract dxument shall E
be full and complete installation of the facilities as shown on
the plans and in the specifications; to include, but not be limited
' to, approximately 2,880 linear Feet of fencing, fence lire clearing,
and complete restoration of all surface material so as not to be a
visual detraction. A,l work shall be as set $orth in the design
' drawings and specifications.
Ani contractor connected with this project shall comply with all
' Federal, State, County and City Codes or regulations applica^le
to such work and perform the work in accordac�e with the plans
and specifications of this contract document.
1
I
' INSTRUCTIONS TO BIDDERS
' 1. Sealed bids for this proposal will be received by the City of Renton at the
office of the Renton City Clerk, Renton City Nall, until 2:30 o'clock p.m.,
on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the
bids will be considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receivino
bids. Proposals shall be submitted on the forms attached hereto.
The wark to be done is shown on the plans. Quantities are understood to
be only approximate. Final payment will be based on field measurement of
actual quantities and at the unit price bid. The City reserves the riunt
to add or to eli^inate portions of that work as deemed necessary.
f3. Plans may be examined and copies obtained at the Public Works Department
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
4. The bid price for any item must include the performance of all work
' necessary for coroletion of that item as described in the specifications.
S. The bid price shall be stated In terms of the units indicated and as to a
total amount. In the event of errors, the unit price bid will qovern.
' Illegible figures will invalidate the bid.
b. The right is reserved to reject any and/or all bids and to waive inform-
alities if it is deemed advantageous to the City to do so.
7. A ,.eroif;ed 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
5x of the total amount of the bid shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately fall owinq 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 bend coverinq the full amount of the work within ten days after
receipt of notice of intention to award contract. Should he fail, or refuse
' to do so, the check shall be forfeited to the City of Renton as liquidated
damage for such failure.
8. All bids must be self-explanatory. No opportunity wilt be offered for oral
explanation except as the City may request further information on particular
prints.
?. The bidder shall, upon request, furn;sh information to the City as to his
financial and practical ability to satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
' Rev. 7/15/81
' (Non-FHWA Ony)
' LITY OF REM10N CALL FOR BIDS
SPRINBBROOK WATEkSHED FENCING - PHASF II
' Sealed bids will be received until 2:30 p.m., Auuust 10 1484 at
the City Clerk's office and will be opened and Pu c y rea in the 4fWTT-.-r
conference room, Renton Municipal Building, 200 Mill Ave. South.
The work to be performed within 90 working days from the date of commencement
under this contract shall include, no: be limited to:
Installation of approximately 2,880 Linear Feet site perimeter
chain link fencing - 8' high with barbed wire and fence line
clearing.
The City reserves the right to reject any and/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 each set plus S 5"On to cover postage, if mailed. The
deposit n thiry days after bid op . The mailing ct rge will
iwithirtdnrfening , ts in g
condition of be
refunded.
A certified check or bid bond in the amount of five percent (5%) of the total
amount of each bid must accompany each bid.
' The City's Fair Practices and Non-Discrimination Policies shall apply.
Y
Published:
Record Chronicle: July 27, 1984 and August 3, 1984
Daily Journal of
Commerce: July 27, 1984 and August 3, 1984
�RIIFICATION BY PROPOSED CONTRACTOR, SVBCOATRACTOP AND SUPPLIER REGARDING EQUAL ENpLOYNENT OPPORTUNITY
ems o rime 0ntractoT --
' ro act sine
INSTRUCTIONS
This certification is required pursuant to Federal Executive Order 11246. The amplementina rules and
gulations provide that any bidder or prospective contractor, or any of their proposed subcontractors
d suppliers, shall state As an initial part of the bid or negotiations of the contract whether it has
rticipated in any previous contract or subcontract subject to the equal opportunity clause; and, if
Ao, whether It nos filed all compliance reports due under applicable instructions.
e City has heretofore adopted Resolution 2340 under date of June 2, 198C, amending a 'Fair Practices
licy,' as implemented by an •Affirmative Actio-. Program" therein amending the policy of the City of
nton to promote and afford equal treatment and service to all eitizenc and to assure equal employment opportunity based on ability and fitness to all persons regardless of race: creed; color; ethnicity,
Ettonal origin; sex: the presence of a non-3ob-related physical, sensory or Monte handicap; sae or
rital status. This policy shall likewise apply to all contractors, subcontractors and suppliers
rdicting business with the City of Renton who in turn shall affirm and subscribe to said practices
and policies, The aforementioned provisions shall not Apply to contracts or eubcor.tractt sop standard
frcial suppliers or raw Materials or fir-- or oraanizations with less than eight employees or
ntracts of less than $10,000 business per annum with the City.
en the Contractor/Subcontractor/Supplier (hereinafter referred to as the Contractor) is required by
the City of Renton to acbmit an Affirmative Action Plan, the minir..u:m acceptable peecentage of minority
l�np-oyment will be that percentage which is currently listed in 'Appendix I` (City of Renton Goals and
notables) in the published City of Penton Affirmative Action Program, i.e. 9.1%. This Program is
salable for review at the NuniCipal Building.
is undersigned contractor therefore covenants, stipulates and agrees that during the performance of
is contract he will not discriminate against any person in hiring, promoting, discharging, comMn-
tinc or any other term, or condition of employment, by reason of such Person's status, reference
the (11) categories listed in pars. 2 above.
Intractor further serene that he will take affirmative and continuous action to insure full compliance
th. such Policy and program in all respects: it being strictly understood and agreed that failure to
eply with any of the terms of said provisions shall be and constitute a material breach of this
contract.
Ietractor shall, upon request and/or As soon 49 possible thereafter, furnish unto the City any and all
formation and reports required by the City to determine whether full COMOliance has been made by the
contractor with said policy and program and contractor will permit access to his books, records and
CO'unts by the City for the purpose of investigation to ascertain such compliance.
ntractor further acknowledges that he has race.,ved a true and complete copy of the City's 'Fair
ractaces Policy.-
1 Contract enta .,cation Nun. r
IERT;FICATION BY: CONTRACTOR or SVBCvNTRACTOP or SL'PPLIEP
' NAME: Eyy L-C CJhNIAtii oar
—
ADDRCSB: _kZLoz Pi.t= l"» ''-" f�4 r w �L k 0dH rixD'�'L
' REPRESENTATTIVES! J.0 F jn 3�p
TITLE: SA.e3 1"ej AC,, _ PRONE: 4LI , p
1. Centractor/Subcontractor/Supplier has �!rticiPated in a previous contract or subcontract subject
to the Equal Opportunity Clause: _Yes No
Compliance reports were required to be filed in Connection with such contract or subcontract:
_Y Yea _No
,. Contractor/Subcontractor/Supplier has filed all compliance reports due under applicable
instructions: Yes _No
a. If answer to itun 3 is 'No', please explain in detail on reverse side of this certification.
CERTIFICATION: The information above is true and complete to the best of My knowledge and belief.
a.{1 IQ.pXA ��-lS N/\ON AC -yL
' e an3 Ta 4e c leper pea sp a typrint,e pr
/ dJL \O \SKI
lane urn �e
wiwed by City Authors Date:
1'i:'$I
FURMANE FENCES
-ALL TYPES W G'QOD & `ti'IRE MATEWALS 6 1NSCALLAi10.e s
P.:.BOX 478
... .:V'00DINVILLE,WA 05072. `d
3u4-0121-463e57f
.,. ...
. . wi9.-� '- •�'a�tsr'L'..:r.•.:.♦�z =.'ii,.f� _�.. '.:�_ sK',YieF� '•��' _ R .iL
' AFFI N.ATI7E A77::', PLAN
McBride Fence :., hereinafter kmown as "Contractor" agrees to the
following Tlan _ meeting its equal opportunity pursuant to Executive
tOrder 11246, ant Title VI amd VII of the Civil Hight Act of 1964.
1. Equal Exp-cynent Opportunity Policy
Contsactors policy assures that applicants will be employed
and will be treated during employment, without regard to race,
creed, color ertUncity, -national origin, sex, the presence of a
' non-job related ,hysical, sensory or mental handicap, age or
matital stautus. ;
' This 11olicy shall apply to every aspect of employment; >
upgrading; demotion; recruitment; layoff or termination; pay .:
scales; and apprenticeship or on the job training.
' 2. Equal Emplo;+aent Opportunity Officer
Contractor hereby designates Colleen McBride, Bookkeeper,
as EEo Officer w'_th full authority to administer and promote am t
active program :f equal employment opportunity.
' 3. Lisseminatits of Policy
a. Contra:.crs personnel authorized to hire., supervise,
' promote, demote, and terminate employees, who recommend such
action, or are :_valved in any of these actions will be x ade
fully cognizant af, and will implement Contractors policy and
eontractua: iiities. o insure the advice is carried
' out, the fc_L^wing minimum actions will be taeen:
"ee__ngs of foremen, leadmen and personne- indicated
ir. ja above, a.:_ be held periodically not less than =emi-annua'ay
and _ontratt:re equal employment opportunity policy aid its
implemertat_:c, r_viewed and explained. These meetings will be
condacten •.< -=C' fficer.
2. - _ .ew formen, leadmen a" personnel indicated in
3a aocve :. _ -: :horoughly indoctrinated by the E: . -.fficer
' covering ::a. ^p equal employment opportunity ob..gations
w:t:._r. tnir a folloxtag hiring
' 4. -ecru'_t-ec:
a. Any t::erase::,ents for employment in the newspaper shall
inc:ude :'.c9r_:e lance Co. and Equal Lmpluyment "pportunity Empauy.:r,
or recruitme.._ f:r all employees will be by Affirmative Action
a+l!
, t ,1�icBR1DE , FrI�TGF.A CO
` HURRICANE FENCES
r:ALL iZ'FLS OF ROOD & WIRE MA fFR14LS & INSTALLA11bNS
.. . .�
i•/e•9, �— vrOODINviLLf,WA,
t�dV'_A7St-�:a:+.�+�.•�aa.ly _.
' 4. :recruitment (coat.)
order to the State Employment security Coc,mission when a vacancy
is.to be filled be a minority goup person.
b. Contractor will encourage employees to refer minority
' group applicants for employment in discussions regarding the pro-
cedure for such referral and be posting appropriate notes and
bulletins on esployee bulletin boards.
Wages
a. All benefits, monetary, and worr,ing conditions will be
extended without regard to race, color, religion, sex, or
national origin. The following actions will be taken:
e
(1) periodic inspections of all facilities will be made ,
to insure non-discriminatory treatment of personnel.
(2) Wage evaluation made to insure non-discriminatory
wage practices.
(3) Periodically review personnel actions for evidence
of discriminaticn ana take corrective action where indicated
(4) =ncestigate in full all complaint¢ of alleged
' dicriminiaticn 9.=3 take appropriate action where indicated and
inform all c:=:_aants of avenues of appeal.
6. Training ani P.nc=otio❑
' a. Contra:.crw::= endeavor to 'locate, qualify, and increase
the ski'_ls ef =_n.r:ty grc,up er..plcyees and a.;,-_-cants.
' b. Cons_,:z.. wish requirements and as per::.fitted within
federal and r.a.`- regualticns, Contractor w.'_ fully utilize
' training tr:E:a=a : r .he contractual area anc advise employees
an3 applica:..: .•e=_e grcgraes and their a%trance requirements.
' c. A pr.;r� of review of the traininh a:.: promotion
otential of r_ty group employees will be c3naucted ara these
e=:loyees ens:ara:ec to apply for same.
' 7. Unions
Contract.' will seer, the cooperation of all unions increasing
opportunities `.:r minority group within the unions as follows:
0
t r
PENCE
;^'pFS C FIrOOD & WILL MATERIALS e. I'CST_�LIATIOtiq
>•'��+ 36a-0721 463C�5;, 1'A FM71,L1.
' -3-
7. Cnions (coat.;
. a
..' a. Cooperate w a all unions to develop joint trairing
Progr-ms for the qu - fication of minority group members for
membership in the ut_omc and increasing swills for higher paying
positions.
b. Incorpc 'ate zx equal employment opportunity clause into all union agreements tc :he end that each union will be contractually
ethnicity,refer
national ir tinglsez�tthe regard
presence their
arnou-�b-related creed, i
Physical, sensory or rental handicap, age or marital status. Ef
e. 'If tl_e union y unable or unwilling !
applicants as• requezoad, Contractor will vacancies withogroup
ut 4ti
regard to race, colts, creed, ethnicity, national origin, mental
handicap, age or mer--mal status making every effort to obtain 1{;
persons in minority —oups.
•iE
• 8. Subcontracting
Contractor will strive to utilize minoritygroup subcontractors •
or those with neanimmful minorit n B In
o p
their employ and uss all effort to assureesuchssubcontractor
-;� compliance with the_ equal opportunity gbligattons. ••� f
9. Reports and ReeLzg9
a. Contractor r keep those records necessary in determining
coomplaince with its ea:al opportunity obligations. They rill ind-
0; Sreakdow* :e work classification on each city, Federal
'or Federally-asciet•.: ,roject of minority and non-minority group
'meavere employed.
(2., The pragr:.:a and efforts being made in cooperation with
unions to increase _�_rity group employrent opportunities.
(3) Contract: .: crogress and efforts in locating, hiring,
training, qualifying ir: upgrading minority group employees.
00 Contract: :; progress and efforts in seciring the service
Of the subcontractors voted in paragraph d above.
� Y
McBIKIDE -FEN
HLMCANE FENCL`
ALL TYPFSAF GOOD S VIRE M.AT:kiAL� F: INSTALLAT1O\S
•..a:.� i�ra.s �.Wast:a.lu._..c..f..r..7 _ .�-.. .. r.1..""Q
Feuorts and Records (cunt.)
b. All such records will be retained for three ,years following
contract completion and be made available for inspection by the
Contract Compliance Division at reasonable times.
C. Contractor will require in every subcontract of 810.000
or more a Written Affirmative Action Program consisting of all
requirements herein or with such modification as is necessary to
' obligate the subcontractor to a program of Affirmative Action,
copies of such program being retained at Contractors office.
10; Goals
Contractor has a complememt of S employees, or •,hich /
is a minority. :f at any time there is a need for additional per-
' sonnnel, we will make an effort to hire a minority p..:wn as our
next employee.
1
Rev. 4/83
! PUBLIC WORK OR IMPROVEMENT
PARTIC:PATION CERTIFICATION: REF. RCW 35.22.650
' CONTRACTS EXCEEDING $10,000 (OR $15,000 FOR WATERMAIN CONSTRUCTION)
MINORITY BUSINESS ENTERPRISES (MBE?
' and
WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE)
' (BUSINESSES OWNED AND OPERATED BY WOMEN)
Contractor agrees that he shall actively solicit the employment of minority group
t members. Contractor further agrees that he shall actively solicit bids for the
subcontracting of goods or sen•ices from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requirements of minority
e-Ployment and solicitation, Contractor further agrees to consider the grant of
subcontractors to said minority bidders on the basis of substantially equal
proposals in the light most favorable to said minority businesses. The contractor
shall be required to submit evidence of compliance with this section as part of the
' bid. As used in this section, the term 'minority business" means a business at
least fifty-one percent of which 1s owned by 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
affidavits 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
f.rv.�of Bidder C4MFA Certifies that:
Name
(a) It 4Ywd (does not) intend to sublet a portion of the contract work and
(has) (has not) taken affirmative action to seek out and consider minorf-v
business enterprises as potential iubcontractors.
(b) the contacts made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or WMBE and
identify minority group. (If necesrarv, use additional sheet.)
' MBE Min. Gr. W?BBE
1. El _— ❑
' (Name of Firm, bid Item, Results of Contacts)
2 ❑ ❑
3. ❑ ❑
4. ❑ ❑
' 5' ❑ ❑
Mr.Ms. 31K_ has been designated as
' the liaison officer f,,r the administration, of the minority business enterprise
program for this fink.
CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
' The bidder er hereby certifies that he has
hsaot _, participated in a previous contract or subcontract subject to iF—e
equal opportunity clause, as required by Executive Orders 10925, 11114 or
' 11246, and that he has I i5MW=Vat• , filed with the Joint Reporting
Committee the Director o t e Office federal Contract Compliance, a Federal
Government c.ntracting or administering agency, or the former President's
' Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
(Company
By: , Q'
(Title
Date: �.,L IJ. 14x-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
' Contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
1 Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
' Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have not
' filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
Federal Highways Administration or by the Director. Office of Federal Contract
Compliance, U.S. Department of Labor.
tCERTIFICATION OF BIDDERS AFTIRMATIPE ACTION PLAN
' Bidder is to indicate by check-mark which of the following statements pertains to this
bid package, and is to sign the certification for that specific statement:
' a) It is hereby certified that the bidder is exempt from the City's
Affirmative Action Plan requirements because:
t "Average annual employment level is less than eight permanent employees,
and the total contract amount with the City during the current year is
less than $10,000."
' Company Date
i B7. _
Title
' OR b) It is hereby certified that an approved Affirmative Action Plan is on
file with the City of Renton, and that said Plan specifies goals and
timetables which are valid for the current calendar year.
Company Date
' BY:
Title
Dk u c) It is hereby certified that an Affirmative Action Plan is supplied with
this Bid Package. Said Plan will be subject to review and approval by
the City as a prerequisite to the contract award, and it includes:
1) Present utilization of minorities and females by job classification,
2) Goals and Timetables of Minoritv and Female Utilization, and
' 3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilization.
Company ate
BY:
Title
' OR d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (5) working days of receipt of
' notification of low-bidder status. Said Plan will be subject to review
and approval by the City as a prerequisite to the contract award, and
it will include:
' 1) Present utilization of Minorities and 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.
C-O i\,J
Company Date
B7': � �. VnJ>Ja Sl%�i_c IVva.,,AC al_
Title
Rev. 9/9/75
' NON-COLLUSION AFFIDAVIT
' STATE OF WASHINGTON )
t ) SS
COUNTY OF )
J o kax�"'P
tbeing duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
' genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, 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 day of 4, c ,
19�`
No any ub a in an or the State of
residing at
�`�'- therein.
C:RTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
RENTON, WASHINGTON:
Vendor and purchaser recognize that in actual economic practice
' overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Therefore, vendor hereby assigns
' to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order or contract,
except as to overcharges resulting from antitrust violations
' commencing after the date of the bid, quotation, or other event
establishing the price under this order or contract. In addition,
' vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser,
' subject to the aforementioned exception.
' �u,As��n Sick NX..._. ;,c wA"Fx n.S,i�b nzr.x �N
Name o ro ect
' Vyl C—Z', cr"��. lv.
' -Name of Bidder's7irm
Si Wture of Authorized Representative f Bidder
I
' ate
1
MINIMUM WAGE AFFIDAVIT FORM
' City of Renton
ss
COUNTY OF Y.Ir,t !�
1, the undersigned, having been duly sworn, deposed, say and certify
' that in connection with the performance of the work of this project,
I will pay each classification of laborer, workmrn, or mechanic
' er?loyeo in the performance of such work; not less than the prevailing
rate of .age or not less than the minimum. rate geb as specified
in the principal contract; that I have read tn. ae and foregoing
tstatement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
' Vti CPi:vJ: F.�rJ.0 Ct7
L.77TUR
' Subscribed and sworn to before me 6A this 1lL day of
Notary Public In and the State
of Washington
Residing �t
�Cj 7cs�`.Cc c.
t
i
BID BOND
9
9
KNOW ALL MEN BY THESE PRESENTS:
That the undersigned Principal and Surety are held and firmly bound unto
CITY OF RENTON, WASHINGTON
as Obligee in the penal amount of the deposit specified in the call for bids the payment of
whch the Principal and the Surety bind themselves, their heirs, executors, administra-
tors, successors mid assigns, jointly and severally, by these presents.
i
WHEREAS, the Principal has submitted a bid for
Phase II, Springbrook watershed Fencing
NOW, THEREFORE, It the Obligee shall accept the bid of the Principal and the Prin-
cipal shall enter into a Contract with the Obligee in accordance with the terms of such
hid, and give such bondor bonds as maybe specified in the bidding or Contract Documents
with good and sufficient surety for the faithful performance of such Contract and for the
t'- prompt payment of labor and material furnished in the prosecution thereof, then this obli-
gation shall be null and void, otherwise to remain in full force and effect. Provided, how- I
ever,that if the Principal's bidwould otherwise bedeclared non-responsive by the Obligee
solely because the wording in this bond varies from that which is specified in the call for
bids, then this document is hereby amended to include the wording so specified.
'S
SIGNED, SEALED AND DATED THIS August 10, 1984
PRINCIPAL: SURETY:
I
McBRIDE FENCE CO. U. ':'.LI 'Y AND GUARANTY COMPANY
By
fh:
Attorncv-in-Fact
Carol L. Bernard
��.o•o..-F� -T-o.S�i��+i=����i-e�o�o•o.�n _. _, __--.1
r
I CERTIFIED COPY
GENERAL POWER OF ATTORNEY
New,,,,_956D2
........................
[a...D.Vea by A~herwa:
That UNITED STATES FIDELITY AND GUARANTY COMPANY,.aepain:on orpen.il and citm.., under the I.,al the
Star of\laryland•and hadry he pnnawl ones at the Gip Carol L. Bernard of Baltimore,I-the Stall of\6rymn•1.-Ina heroin,c,,wan,.and apwud
' .Fthe City of Seattle Sein.of Washington
its true and lawful attorney ]flfilkipaki"at"x XA
' for the roe.nor,wrP:wia m an:
To ran tta name an many to.and in aaacma,aJ and mitemalydaa any and ail bands,and to mepaUreiy de ad pa[orm sly avd all.1.avd thing at forth in the resslmion of the Bored of Directors of the mid CNITED STATES FIDELITY .AND (arm. ...d COMPANY,a certified on"of which is herein orni.id and made a wro of thin Po.a of Anomey: and the mid UNITED STATES
' TY
FIDELITY AND GUARANTY COMPANY.through an,im Board of Dnecton,hereby raffia and :.mfinne JI wind whatwx.n the mid
Carol L. Bernard
' mey 6..117 do m the pnmiwr by'unue of they wamtr.
In Punea Whaeol, the aid LNITED STATES FIDELITY AND GUARANTY COMPANY he.ruined this Inatarecm to be
waled with Its corwnu will,data aneaed by the sib antra of it.Vivs.Prwdent and .Auiaaa Sssanaq,tFis 23rd
N ar ch A.D.198k day of
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By.... ,`.aa�s..0, Aector
...........' (SEAL)
(Signed) ..... obert G. Hruce vice 4Wafdatt.
Aarfrenu Sernary.
' STATE OF NIAfl YCAND.
BALTIMORE CITY, a! pp On thin crd �� IA alCh •.♦.0.19"a .before me wn me onally cs
James D. Rector
,Vice.Pmidat o1 the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Robert
be it G, Bruce •Assistant Secret,of mid it V.,rill both of
whom I am PerriI".9inted,whe being by me seraally daily anon,mid that they,the mid .Tam e a D. ti e c t o r
and Robert 0. Bruce .are rota irtly the Vice Preeldent and the Amismun Saremp of ton aid UNITED
' STATES FIDELITY AND GUARANTY COMPANY,the cor9ainion deveribed in and which eaacmed the f a,,,a n,Patent of Attorney:
Win thew each knew the and of mid corfamim ; that the and aaaed to aid Peer of .Ananey wan ruck,corporate tssi,that it as
an filed by older of the Board el Dia nam of mid ca wntian,and.het the eianed their name theano by like order a YlcePresident and Awaant Smrereey.rapect,mw.of the Comwny.
' My aemmiaian apba the fins day In Jell.A.D. 19 e6..
(SEAL) Margaret }l, Hurst
(Sigaeil ......................._........ .....I....
:Votary Public.
STATE OF \IARYLIND 1
BALTIMORE CTFY, j Set
I. Saundra E. Hama ,Clerk of the Circuit f.nnt for Bahimoa City.which Court ea
' Comnf Rewrd•avdhaaaal,dobnebycenifytha :Iargaret M. Hurst
.ha .Eputre,bet."
m 'he annned s&darita armmade,anJ who ha there. cubaribed fire yams•way at the time nl w duivfi a Not,, Public of the
Say of \laryland, iv and for the U, of BJ!,aane, duly cmemuuoned and.wont aad authoriad by law to adminuta mdu and take
ackvorled�evt,or Intel of deeda in be re Cede l eberei. I further "widw that 1 ear a9naint.d with the havdwrftiy of the mid
Naacw,and airily belie.the deaa.re.be his genuine slava.a
fe realmany Dharea/.I hnav mo my hand and affix the wJ of the Circuit Court her BJtimoee City.tk,a aye lain,a Tam
of Reard•tbia 23rd day.,( March ,.A.D.1984
(SEAL) I_c(3ce.) Saundra E. Banks
.
sg a nan
C1eiA air rM Circuit Ceara far swimit w City.
:w,
a:
.t
COPY Of RESOLUTION
TM IPh oven,it to netnreff Ine the Iff-mal tnneartien of bwinne that the Carapace
Carapace point-,Ina and"mmery with pmrn
and aonharlty to set for it and in its name to hate,other than Meptan&and ably Terrirotln of the Lilted Stain and fe the Prolintm
and territorin of Gorda:
Thereiers,he is Reunited.the this Company do.aed it herby den,awhorfaa and empower us President or either of ha VIM
Pmidenn in coniuSecret,tian wah it.Sett,a,one of in,America Soda a under it,corporate mat.Or appellee appellee any par or patent,
' u aiI I Or+nomeysimfatt,m hem or gents of mid Company,in it,neme aad n ho act.to etmwe rid deliver on,sort all nntnca
gwramntni the fidelity of pemns Midi" pouitiona of public or private:toed.narantnin, the peirfarmancn of mndaaa other than
inevraeee Virtue and teetutmp ae,usnnteolut bond,and nd,nakinsa required or permitted in all attioM ar proeledivge,or b)Lw
allowed,and
At^in it.mote and u her r.m,or ttmarreivi or gent ar"let.to esmme and,arromn the modleou of any and all
hand,.ne,,V.ra m,obllgatione,nipuloniona ardem0inp or amThirs in the oaten of either Of the mama, which an or el by law.
otvnicipid nr otheewim,or by any Statute of the!sited Stara or a any, State -r Temmey of the United Stain or of the Peal or
terdmdn at Canade,or by the ruin.resolauona,olden,cuamrae, pf&Mte or dixretion of any hoard,body.or,niu[ion.aden or c46cer.
' local,municipal or atherwue, be allowed,renal or permitted to be executed.made,taken,river,indexed,accepted.filed or recorded
for the..it,er protection of,by or for any peaon or pe earre. mapormhal ,.adY.Odor. biracial. raudnipalip or ethic aamciarion er
aganiutmn shaeroevn,in any and all eapeeitlea whaaumer.conditioned fnr the dnin,or not data,of anything or any conditions which
' may be padded for in am mach band,rringuar.n,ohhpstion,reputation,or undertaking,or anThins in the nature Of aid,,of the ama
1, ?ore o iore u. Parks .an Aninam Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY,do hereby certify that the factual is a felt.true and coffee[ copy of the original power of attorney pivee
by mid Commonly to Carol L. Eernard
' of Seattle, Was"1ngton ,authorities and empowering her to all bonds or Orion we
catch,which post of attorney he.never horn mwked and It-till in full fern and eEed.
And I do further certify the,maid Paver a(Attorney wor Fiver. in punwven of•rrealatian adopted at a regain meeting of the
' Roard at Direcron of aid Conti. duly called and held at the mace of the Company in the City of siitimore, on the 75th day of
November.1981,at which meains•quormm Of the Board of Director was penenl and that the fangeing b a area,and career,copy of aid
rndation,and the whole thereof or retarded m the minute,of aid meeting.
' 1. Twlennwe iherl 1 have hecevato set any hand and the mat Of the UNITED STATES FIDELITY .AND GUARANTY
COMPANY on August 10, 1984
I Dates /
i,.teennt t.r-:�
1
1
' PROPOSAL
' TO THE CITY OF RENTON
RENTON, WASHINGTON
' Gentlemen:
The undersigned hereby certifu_ that 0c has examined the site of the
proposed work and ha S read and thoroughly understand S the plans,
specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much
thereof as can be completed with the money available, in accordance with the
' said plans, specifications and contract and the following schedule of rates
and prices:
' (Note: Unit prices for all items, all
extensions, and total amount of
' bid should be shown. Show unit
prices both in writing and in
figures.)
Signature` Q�:3;;Pc
1 /
Address \31c)z N c 1'T7 f�.
' Names of Members of Partnership: W1700 WJ\ik .G, Wraa 4r0 TZ.
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
SCHEDULE OF PRICES
' (Note: unit prices for all hens, all extensions and total asount of
bid must be shown. Show unir prices in both words and figurer
' and where conflict occurs the written or typed words shall prevu 1.)
I?EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY runit Prices to be written in Norris DOLLARS CTS. DOLLARS CTS.
1 2,880 L.F. 8' Chainlink Fence
61001 DoLwAAl An10 i 1
Tel.,t-T Sl "
er L. . orris figures
2 L.S. Mobilization
NO Cugn OC �C O o0
Per L. .
3 2.880 L.F. Fence Line Clearing, Grubbing, b
Tree Removal �=
' y
C)NC O�tiAt. Aud N;n c�'f S
er L.t.
' 4 3 Each Double 14' Wide Chain Link Gate 5` 717 f°
Tw Llv "-c Atil C1Pt x , s 745-0
er a.
5 1 Each Single 6' Wide Chain Link Gate 1p'k St
twn F . 12 v-
Par a.
' i Cif 114 - o
Subtotal
8.1: Sales Tax
Total Bid 1f4 9
quej���
iN F tr Rom, � � to \A r a✓.�r` +�
810 't EM- ON 41k' 10J JJ
kciTAL (il9 v' j
I
' SCHEDULE OF PRICES
(Note: vnat prams for al1 item, all extensions and total aaount of
Lad s t be shown. Show urat Prams an ,bth words and fapureF
and where m flict occurs the wratwn or typed words shall prevaal.)
' ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMDLTNT
M0. QUANTITY ur.t Prams to be Written an Words DOLLARS CTS, DOLLARS CTS.
' THE ERSIGNED BI DER HEREBY AGREES TO START CONSTRUC ION WORK D THIS ROJECT. 1
AWARD IA HIM. NO ER THAN TEN (10) DAYS AFTER FINAL E ECUTION AN TO C EEL W1 1%
9J WO LKING DAYS A ER STARTING CONSTRUCTION.
DATED �Z M)o iLLC CH THIS l �y' DAY 0 AvL�T: 198
AUK. EDGEMENT OF CEIPT OF ADDENDA-
NO. tiur.' ATE
' NO ATE
' NO ATE
I
SIGNED
TITLE_ ALG. y
' NAlff OF CO•"A\Y N I il I
ADDRESS k 3 'L W 7 _
' CITY/STATE/ZIP i N IN
' TELEPHONE 1C", 1483- 'iSOC
s•
' CITY 0 RENTON STATE CONTRACTO S
BUSI"'ES LICENSE a LICENSE 1 WC
1
' Iof7
1 CONTRACTS OTHER THAN FEDE0.A:-AID FHWA
THIS AGREEMENT, made and entered into this I day of 1 g-'
_ .-e=—
by and between THE CITY OF RENTON. Washington, a municipal corporation of
' the State of Washington, hereinafter referred to as "CITY" and —
' McBride Fence Co^pan+ hereinafter referred to as "CONTRACTOR."
iW I TW I T Nam. to-wit: within 9'
' 1) The Contractor shall within the time stipulated,
working days from date of commencement hereof as required by the Contract,
' of which this agreement is a component part] perform alt the work and
services required to be performed, and provide and furnish all of the
labor, materials, appliances, Machines, tools, equipment, utility and
t!ansportation services necessary to perform the Contract, and shall
complete the construction and installation work in A workmanlike manner,
W-ibl
in connection with the City's Project (identified as No.Phase
�—
for improvement by construction and installation of: I�
tSpriogbrook Watershed Fencing
1
Ali the foregoing shall be time
Performed, furnished, constructed,
' installed and completed in strict conformity with the D'•ans and ;Dec-
' 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
' 2of7
Cr,tracts Other Than Federal-Aid FHWA
and the construction installation performed and completed to the
satisfaction and the approval ;f 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.
1 2) The aforesaid Contract, entered into by tha acce)tacce of the Contractor's
1 bid and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as fully a part
' thereof as if herein set out in full, and if not attached, as if
' hereto attached.
a) This Agreement
' b) Instruction to Bidders
c) Bid Proposal
' d) Specifications
e) Maps 6 Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
' 3. If the Contractor refuses or fails to prosecute the work or any pact
thereof, with such diligence as will insure its completion within the
time specified in this Contract, or any extension in writing thereof,
' or fails to complete said work with such time, or if the Contractor
shall be adjudged a bankrupt, or if he should make a general assign
' for the benefit of his creditors, or if a r cciver shall be appointed on
account of the Contractor's insolvency, or if he or any of his
' Rev. 4/8j
' Contracts Other Than Federal-Aid FHWA 3 of 7
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 terminal^ the Contract, and unless within, ten (10) days
' after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
' for the correction thereof be made. this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately
tserve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after
the ser,ing upon it of such notice of termination does not perform the
Contract or does not commence performance thereof within thirty (30)
' days from the date of serving such notice, the City itself may take
over the work under the Contract and prosecute the same to 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, ii it s0 elects, may, without
liability for so doing, take possession of and utilize it completing
said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
ithe project and useful therein.
' 4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
Contracts Other Than Federal-Aid FHWA 4 of 7
5) Contractor agrees and covenants to hold and save the City, its officers,
agents, representatives and employees harmless and to promptly indemnify
same from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred
by reason of any work arising under or in connection with the Contract
' to be performed hereunder, including loss of life, personal injury
and/or damage to property arising from or out of any occurrence,
omission or activity upon, on or about the premises worked upon or in
any way relating to this Contract. This hold harmless and indemnification
provision shall likewise apply for or on account of any patented or un-
' patented invention, process, article or appliance manufactured for use
' in the performance of the Contract, including its use by the City, unless
otherwise specifically prnvided for in this Contract.
In the event the City ,hall, without fault on its part, be made a party
tto any litigation conrenced by or against Contractor, then Contractor
' shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable a'rtorney's fees incurred or paid by the City
in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney's fees that may be
' incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements hereunder.
6) Any notice from one party to the other party under the Contract shall
' be in writing and shall be dated and signed by the party giving such
' notice or by its duly authorized representative of such party. Any such
Contracts Other Than Federal-Aid FH6'A 5of7
notice xs heretofore specified shall be given by personal delivery
thereof or by depositing some in the United States mail, postage prepaid,
tcertified or registered mail.
' 1) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall corplete 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 One Hundred Five and No/100s (S105.00)
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 the
work and pay for any damage to other work resulting therefror 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
treasonable promptness after discovery thereof, and Contractor shall be
1
6of7
' Contracts Other Than Federal-Aid FHWA
obligated to take immediate steps to correct and remedy any such defect,
' fault or breach at the sole cost and expense of Contractor.
' 9) The Contractor and each subcontractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining
to the Contract as may Le requested by the City from tine to time.
t
' 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
duly licensed as a surety in the State of Washington.
t 11) The total amount of this Contract is the sum of Twenty-Eight Thousand
Four Hundred Forty-Five and 65/100(S28,445.65) , which includes Washington
' State Sates Tax. Payrents will be made to Contractor as specified in the
"S;�ecial Provisions" of this Contract.
Rev. 4/33
' Contracts Other Than Federal-Aid FHWA 7 of 7
' IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and the Contractor has hereunto set
' his hand and seal the day and year first above-written.
' CONTRACTOR a CITY OF RENTON
1 ( nt -
enti aftnef r Mayor Ur
ATTEST:
r y.
' secretary My C erk
McBride Fence Co.
i rm Name
Individual R Partnership
' Corporation _ A Corporation
State or incorporation
Attention:
If business is a CORPORATION, name of the corporation, should be listed in
' full and botn President and Secretary must sign the contract. OR if one
signature is permitted by corporation by-laws, a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/b/a (doing business as) and fir^ 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.
1
City Of Renton
tPublic Works Department
Municipal Building
' 200 Mill Ave.South
Tenton,Wa 98055
Phase 11 Spring Brook Watershed Fencing
This is to certify that Joe Troxa is authorized to sign all
' pertinent documents on the above job,for McBride Fence Co.
McBride Fence Co.
Ray-C.McBride
1
BOND TO THE CITY OF RENTON
KNOW ALL MEN By THESE PRESENTS:
That we, the undersigned ps/Qr_ rLA' G6
es princlpa 1, and corporation organized
and existing under the laws of the state of X L Q ry A as a surety
corporation, and qualified under the laws of he State o Wad- shington to become surety
upon bonds of contractors with municipal corporations, as surety are jointly and
' Sevveil.1y.e)d an$ firmly bound to the City of Renton in the penal sum of
'G1�U4. ,� /e rj for the payment of which sum on demand we bind our-
se ves an our successors, heirs, administrators or personal representatives, as the
use may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated ate -, Washington, this G Zj day 19J
' Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for_
sTFF)A// plt/9/7k VA-rirvS,fFA CFV,4 itVl
' FASisL
which contract is referred to herein and is made a part hereof as though attached hereto),
and
WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time
set forth;
NOW, THEREFORE, if the said_/f///'_ _ ge CfJ
shall faithfully perform al) of the provisions of said contract in the manner and within
t the time therein set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materlalmen,
and all persons who shall supply sold principal or 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 appearinq or developing in the material or workmanship provided
or performed under said contract within a period of one year after its acceptance th_reof
' 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 effect.
' Un $ A y� GUARANTY ti ANY
CAROL L, BERNARD
Revised: 8/16/83
' ATTORNEY-IN-FAc,
CERnnED COPY
GENERAL POWER OF ATTORNEY
No......95602
.......................
' :amen.11M..it tAem Nmrwta:
That —NITED STATES FIDELITY AND GUARANTY COMPANY,a mrpsmioo onpnr•d and e.inm. under the h..of the
' State of Marl and,roil haviq its penew,"l a6ce m the Ciy aI b hiseene,se the 51.1.of Maryland.does Forthy eommme sod appoim
Carol L. Bernard
of the Go,el Seattle stm.el Washington
' ar mratM a.iul avorny xXXXWXiRJi EtLx%xdM '
to,the fall ow.......won,m.n;
To near ita mare as rvretY to,and to saecute.seal and as knawkdr any and ill bo.d%..it to row seinly do and infers,ay and
all mu and things out forth in the resolution of the Board of Duerinn of the mid UNITED STATES FIDELITY AND GUARANTY
COMPANY,.eere fled sup,of rhicb i.been.amresed end made.pon of if,.. Power of Attotney; sod the said UNITED STATES
' FIDELITY AND GUARANTY COMPANY.thnuah us,its Board of Directors,hemby ntihe,and mnfiem, all sod whatmty the acid
Carol L. Bernard
' my lawfully do in the Drcmrae•by rietw of these V,00nt•.
In Ritnom Fhereo/,the mid UNITED STATES FIDELITY AND GL'.ARANTY COMPANY has named this inmranent to be
t sailed with its corponate mil,duty sttestM by the si.tsstuen of its\'isu.Ptmiden,and Assistant Secretary.this 23rd Sty of
March A.D.ip BL
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) Is,....T"es...D.,,Pector
........................
Yiy.Femdsar.
' (SEAL) Robert o. Bruce
(Signed) ........................ ....................
Aaimm,Seree.....
STATE OF MARYLAND. '
' BALTIMORE CITY. as.
0n this 2 3 r d a.t of March' A.D.79"pp
b .odor ame
art petmnsl:•c
' Jones L. Rector ,Visa Prn�drm of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and Robert G. Bruce ,Amiw n.,Srrr .ry of mid Co.��aay.Pith both.f
-hem 1 am Interstitially.caaai.led.who being by one.r enll>dol......,mid the.thn.,he mid Jam e a D. Re e t or
and Robert G. Bruce wear seepatiselY the VicePreadent and the Assistant S"ossy of the mid UNITED
' STATES FIDELITY AND GUARANTY COMPANY'. the eorlwnlion deie,6bed in and which summed the foeegoing P..n.1 Anomy;
that they such knew the ml of mid corporation; that the sual eased is mid Pnser of Ation— us amh eorpnnte mi.that it wea
as fined by order of the stand.1 Dueeton of mid eorponebn,and tau'they si.ned their moors thereto br hke order ne Vier,Pnvdent
and Asswan,Smert.ry.rsupecti.6Y.of the f mpany.
' MY mmarimlon.Dues the first day in J.h.A.D.19.
(SEAL) ,._ Margaret t' . F>.:rat
Nersn Pot':..
' STATE OF MARYLAND 1
SALTINIORE CITY, 1
I. Saundra E. Barks .Gerk of the Cnrsn Cs,in for HdYimnm Gty..hich Court u•
' Court of Record,tail but•am!,de hereby oertih tsar X a r R etr e t M. Bu r a t ,Esquire.onion
-hoar the annnoe uadavi.weer made,and who hen therm. .ubaceibed his waarq...at the stare of m do,...Nang Public sl the
State of Ml Iuyd.is and for the City of BJnmon,duly mmmi..ioned and von and aothederd by a.m odmlautm tathe and take
acknowledgment, at proof of deeds to be namrded therein. 1 froth, eertih the, 1 w sefusinted with the handwritity of the mid
' N.toey.and send,brhr.r the ai.aaner m b.his.eouine dammre
fat Tomimsny iAessol, 1 hart,.tat my hand and&a the wool of the Grceit Court Im Bnitimorc Gry.toe mtee Mu{a Gun
of Resod,U.. 21rd day of March ,A.D.1964
(SEAL) (Sigr.ei Saundra E. Banks
Clark 0 the lutai,lnrl for Ref.mere City.
A.fiat:
COPY OF IIESOLMON
' TM R'Aoeww.It I.oernaay ter%be A tmI restraints.of buune,that this Comgny appoint agents and attorney.nth"year
and authority to see for it and in its mtee in States what than ?laryland,and in if.Temrepn of the t7wtod$tam and to the P.,faeot
and tereuann of Canada;
7hnr/ere,he b Rumford,that We Counties,de,and it hereby dare,authorise and empower in President or either of in Mm.
President.in c-nlunrtien wi,h its Stevens,or no of in Apnea.Seerennev.under he coryomn teal,to ar pout any pert or perm.
Is from,,-r atterney,'is".or gear or agents of mid Compam,u in name and Is its art.to egeme and delieer am and all contncu
guaranteeing the fidelm of peroons holding position of public or private trust.guaranteeing the parfomucces of contracts other than
menrsnce 1xi.end esec u.,ar guaranteeing bonds and ggdertakinps,required or ".find in 0 amwm or praeredus s,ar by Is.
•,awed,and
' Mee,in m nss a and"its adorns,or shcyh smfart or gout Is agent.to maern and Internal.the Maidstone of ens,and al:
hoods.reropurances,-bhgatm,,mipuLtioot,undertaWnp or mml.na in the .tent of suite,of the p.. wbftb arc or any by Iaw.
mumdpl..her rip,o,by any Statute of the Umeed Sotee or of any Safe or Temton of the Lied -%:es or of the P.mess n
wrrintip of Canada,.by the rule,oegulanom orders.eu"em, practice se diprtuan of any board,bad,,omsnnanau.o6ce or otter,
' loin,municipal or other.,., be Jbwed,required or permitted to be eucuted.and,.taken.gma,tendered,accepted.Used or pcordod
for the asearrll n prntpuo-of,beer for any pem t or fissions, torporeamn.bndv,once, interest,momcip by or other assocntion as
Ingratiation uncreative,m any and all.parities whaneenr,eneditionrd for the doing or no,doing of anything or any madmen.which
any be presided for to ass,such bond,rscogniunus.obligation.nipulauon,or undertaking.ns anything in the oats of either of the wine.
' t, Theodore 5. Farke ,an Assieum Seto ii- f the UNITED STATES FIDELITY AND
GUARANTY COMPANY,do hereby corufy char she forgoing is a fall.true and rorreer cot• of the -npnal ewer o1 amr," given
be gpd Commute to Carol L. Eernard
' of Eeattle, 'eashingtor. ,ansbarumt and..p ,eeng her to dr bends o,there{.ate
forth.wht,h ernwer of ota,ny bn reeve been remked and a pill in foal force and'Tees.
And 1 it.further certify that said Po-e,of Ammo" &, p,rr. m ptrrsmana of a rem:mien a&ptod a, a regular moping of the
Sna d of Dhrctore of said Company.duh tailed and beld at the ofor of the Compeny in the Cy -f Bdttmore. on the 25•h dos, of
Nogmber.1981,at which meetiog a quorum of the loved of D recto.seas press..and that the f.rgwng n a troy,and correct to,el.,d
regulation.and the wAJe thereof as rcre d d in the.fretsys of mid mourn.
6 T«"fumy !Anse), 1 here instant- art my Lod and the wl of eM UNITED STATES FIDELITY AND GCARAYTY
COMPANY on �(�,p L,s y- I y f/d1 •/J� ��f
iDpe,
.............................._ .......... ......,
dpipane 5ernpry.
t
1
t
ISS;h pA "`9'Y�1
or E s 8/24 Tt/84IUM
PRODUCER THE C[NTFIC.TE E ISSUED AS A MATTER O HiOREATION OMLT MO CONFERS
NO RaHTS IIFUR THE CERTIE"TE HO.EHEA THIS CERTIFICATE DOES MDT WEND.
ALEXANDER 6 ALEXAN➢ER, INC. E+TEAc ON uW, THE DOVEAIAaE AFFORDED SY TIE ROUGES EfLOR
2001 - 6th Ave., Suite 1100
Westin Building COMPANIES AFFORDING COVERAGE
Seattle, Washington 98121 -
�AA A U.S. Fidelity 6 Guaranty Ins. Cc.
COWSURED `F^EµY loyds of 1=42D.-
MCBRZDE FENCE COMPANY �nN. C
13202 NE 177th Place United National Ins. Co
Woodinville, Washington 98072 HETTE p _
COERAN� E
{ETTEA
THIS 6 TO MRTFY THAT POLICES OF"URANCE L R LISTED ODOR NAVE E EER ISSUED TO THE RSUIEO"FARES ASOW FOR THE ROUCT PERIOD INDICATED
IaTRTTMETANDPa WY HEOUAsReW,TENA ON CONDITION OF WT COMTRACI ON OTHER DO Ae y RRN HEEPECT TO RHRoI THIS CERTIFICATE SA,
EE E,U,,ON MY FERTAIM,.THE O,EIIRAHGE AFFORDED EY THE POLICIES OESW[O NEIEIN E SUww TO ALL THE THEE.ESDLUSIONE,"C'COND.
TENS OF SUCH,RQUOILS
RA.'+im:tiT qn IO,A-- LREI•ITY WITS E TMOUS MOS
L TYRE OF INSJM1AMCE W.1CT HJMBEP gyp^AYZVI, DA W$ No, WGWYTF
aTNENAL NANUTT
S
S 500, 500,
mNEREHEMsryE HORN
MP056602920 16/1/84 � 6/1/85 FRD.EP..
ryw AtmkAPSE"zw Bodily Injury Only °"'�E S 250, S 250,
ARtla,rvcDHIF�ETtfl o>Ea+ros
CtlNTM^x as,eR'.Nea 1 I S
B RemnDN'CQOMCTDRS 01059 6/1/P4 6/l/85
Iflaw am W&ERfY DANZ Property Damage Only
VEISCAA,*AIR, I REAC'JN.A,'I ,UiY S 500,
Y_
Y. m Fli
AFn All;D MP056402920 6/1/84 16/1/85 �-
uE MI.,MOE 9a+ .Ass, A".
mm�HRR yy �- ;
t.7E,A:i OARED AIDE(Pbv+p.II'R) i F ,
I wRn artas I p w'TM S.
X MO eim,ALROS
a Soo,
IDIOM UAB%M C�.uEM..0 EDFN 052735 6/l/84 6/1/85 cDRL"w> S 5,000'IS S,D00
mH[R ti.�RATRELL+I..w
RTA.InDRv
WORI(ERS COMPENS+TIOM $
AND
EwROYERE UASA..TTY
OTHER —
I
9CRRTION ITEUS
It is understood and agreed that the City Of Renton is named as an
Additional Insured as respects Contract for Springbrook Watershed Fencing
Phase II
CITY CF AENTON EHOULD ANT OF THE AEOVE DESCISKU POLRYS EE CANCELLED EAFURE THE III
hRATION DATE THEREOF. THE ISSUING CMI MV RILL ISEMRXRM
PUBLIC WORKS DEPAATN.ENT ru.__D DAYS RT %Nara TO THE DENTFIGATE HaLDENV,Irc'J TG THE
Municipal Building `E"'� vEEwE �csmnEE�
200 Mill Ave. S. . eNERRE LT+T
Renton, Washington 98055 ' rles F. Rua e
1
i
1
i
1
1
1
1 i— CETAGH Tp OiSa,c•CE+'•IpTE �
�A'Z2Z 133S33aII LSLL�L'�a lSC
1 DEPART61ENT OF LABOR AND INDUSTRIES
TWS CERTWIES THAT THE %E°SDY NAMED HEREON IS REGISTERED AS PROVIDED BYLAW AS A
3F3.C?LLTY GO T^ACTOR_'•
STATE Oi WASXiNOTON
-�il.[�T1C�1311GE 1L�"_I:I[�l�liL1.IlT 1i E.
OETAC.TOO'.4r AAA IFlCATE
1
1
1
1
Application for General Business Lice
., NEnr.' X_ pENEw-E0
Na.Sta to Business Benton Business
State Tar N>.! /1'?f1,-'/F �h License lib. /' License No.
\
Business Name �:,-�J✓l/���/! 7/..=e.1/s i(ril. Owner Name 1 /e+ YJt Gy� ILCi
I OrionJ 3.�! �tl� /�%�"!� Address_a 'f z&� z
`ArL `!('-���./ �F"y7�^
tmesa Phone ��J - ��C Owner Phone r -�%�3
Nailing f�
1�re ss '-_ We Emergency Names and Phone Numbers
JI/r.Wf7s' 1 11 �� L n.�1' One sF3 J�la3
2 ph*
Isiness Type—
ck all items that apply Describe type of business--
_ Nome business Salesr��fLJ
T Office Service
u Contractor Industry-Manufacture
Mote:/Motel Institution-Education
UBusiness Opened /;Fy
sch Fonn F-i for COMWpC1ALLV ZONED 9UWaSS Nl1GOE CRY LASTS ar OIXm F-2 to HONE BUw&SS LOCATED,NSIDE CITY LASTS)
ert beloF the total number of employees (includir:g owners), the license fee: penalty, if any, and
total tee due. businesses outside the City Limits, count only those employees working in the City.
alty fee schedule for failure to pay License fee within thirty (30) days of date due is 5s of the
license tee for the first month and an additional 5% for each succeeding month, not to exceed 25%.
'BATE PASIC FEE Nc. EMPLOYEE$ LICENSE FEE PENALTY TOTAL FEE
�C
A 3 through 5 EmFl oyels d 40.00
F. 6 through 10 Employees 60.00
11 thrcugh 20 Employees 120.00
21 through 100 Employees 200.00.
plus $5.00 per employee
over 21 Ln number
E. 101 through 200 Employees 6e0.00.
plus $3.50 per employee
over 101 in numbe•
F. 201 or more Employeeo 5DO.00.
plus $3.00 per employee
over 201 in number
.i.m,eelt", Nur the a.d mro.ruen ......hed br e. this ahc l+uuo.a e tr., an:etwp`etee tethe ., .1mr owu
pew�-Ir
1. aa aiad•e char the etataras and t. w mm m,
F .ar.o. r •eed er r Om ah,. .ve:...tt .r•p� .or .n are
n 7m, t.aYr. o W \�"t.'�e�V
.eruty, X^1L •O-N-I6U�. rie
City of Renton License Division
• n completed Applicstron to: 200 mill Avenue south
Union. Naehington 44055
IIS-260e _
r—
TICE USE ONLY i;
Its, air nar Data auileiM P•ir. el r•bpi. M. of W.Nxbi
1 CONTRACTOR/SUBCONTRACTOR `1 Y r
MONTHLY MANPOWER UTILIZATION REPORT REPORTING PERIJU
P>: - �: Month: Year:
1 To be submitted to the City's proje
Engineer during the 1st week of following
foals and Timetables as committed
month `1�while contract is in progress. in Contractor's Affirmative
Prime l� T Action Plan
Contractor is responsible for obtaining end
submitting all Subcontractor Re rts. or per City's Plan 9.1
lb: (Nate and location of Coepllanee Agency Dept.) From: (Nay and location -----1 of con -
This report is required by Executive Order 1124 , Section 2". ailure to report can
result t. an,
which include suspension, termination, cancellations or debarment rf
contract.
1 z. 3
1 T• D.
:Inc. Total total
Work Hours of employment (Sae fao Lnotel lS2y number number
Cheat a. .e C. . . v/h or Of of
I His. As.'. Ae tan/ -Dial miner it} Employ.
Co.pany's Name fL D.) -,ad* fica- Total Black total
Lions panic !an Poc Y1c 9e- �mpa os- eee
Isiard "ale .. ees
1
A
Tr
f
f A
wl Tr
I Tr
A
T
f.
P.-
1
1 A_
T
i C -
T,
Tr
Cc_pany Official's Signature an Tr. e
:'ate {,Dec p. a tptone i.cmter
l In ci4Ee A'ca Co Eel
-!77 (.Males 6 Femeles, ••Minorities c Non-minorities)
60 (Submittal Requirements 6 City's Goals!Timetables! Page of
INSTRUCTIONS MR FILING ENPLOYMM UTILIZATION REPORT (CITY OP RENTON) '
The Employment Utilization Report is to be completed by each subject contractor
(both prime and subcontractors) and signed by a responsible official of Is ,
company. The reports are to be filed on the day required, each month, 'wring
the term of the contract, and they shall include the total work-hour, worked on
the project for each employee level in each designated trade for th entire reporti+?
me '
period. The prim 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-explanatory '
Compliance Agency . . . . . . . . . . City of Renton (administering department)
Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying
construction contract with the Citv of ,
Renton.
I. Company's Name . . . . . . . . . . Any contractor or subcontractor who has a '
qualifying contract.
2. Trade . . . . . . . . . . . . . . Only those crafts cm ered under applicable
EEO bid conditions.
3. Work-hours of Employment . . . . . The total number of hours worked by all
employees in each classificatior; the total
number of hours worked by each *minority
group in each classification and the total
work-hours for all women. ,
Classification . . . . . . . . . . The level of accomplishment or status of
the worker in the trade. (C - Craftworker -
Qualified, Ap • Apprentice, Tr - Trainee).
4. Percent of minori[V work-
hours of total work-hours . . . . The percentage et total minority work-hcurs
worked of all wo rx-hours worked. (The sum
of columns b, c, d and a divided by column a.)
5. Total Number of Minority ,
Employees . . . . . . . . . . . . Number of minority employees working in
contractor's aggregate work force during
reporting period.
6. Total Number of Employees . . . . Number of all employees working in contractor's
aggregate work force during reporting period.
* Minority is defined as including Blacks, Hispanics, American Indians and Asian
and Pacific Islanders - both men and women.
S
RRURE UIREMENTS PR THE PREVENTION OF ENVIRO:'MENTAL
POL s CES
In accordance with the provisions of Chapter 62, Laws of 1973,
H.B. 621 , the Contractor shall secure any permits or licenses
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
Kin Count Ordinance No. 1527 requires Building and Land
eve opment tvtSion and Hydraulics 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 liydtaulics Division.
' King County Ordinance No. 900, No. 900 No. 1006 and Resolution
90. 877�. 0 , o. an o. contained
in kingCounty CodeTitles an 0 are provisions or disposi -
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid Waste.
Pu et Sound Air Pollution Control .4 ency Re ulation L A regu-
atton to control the emisston o air contaminants rom all
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (King, Pierce, Snohomish, and Kitsa, Counties) in
' accordance with the Washington Clean Air Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
fW.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 Cuntrol Agency Regulation I .
' R.C.W. 90.48: Enacted to maintain the highest possible standards
to ensure--tFe purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
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 ny 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.
'0.95: Establishes uniform statewide program for handling
so t wastes which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
the surface of the ground or into the waters of this State except
at a solid waste disposal site for which there is a valid permit.
WASHIN STATE DEPARTMENT OF NATURA
L RESOURCES
ahR.C.w. 76.04.370: Provides for abatement of additional fire haz -
azar an s upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grou;.ds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads re
property on which an extreme fire hazard exists. on
R.C.N. 76.o4.O10: Defines terms relating to the suppression or '
aZiatement o orest fires or forest fire conditions.
R.C.K. 7p,g4.660: Provides for issuance of
'
a atin-b"—" prevention of fores burning permits for
t fire hazards,
or
silvicultural operations. instruction or '
R ea—r 76,04.310: Stipulates that everyone clearing land or
clearing rig t-of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapid]other
'
the clearing or cuttin,, progresses. or at such other times as the
department ma s yas
burning permits,pecify , and in compliance with she law requiring
R•C•"� 7g.44 . Laws governing surface mining '
grave stone, and earth from borrow R (including sand, '
and permits, olan or operation, pits) which provide for fees
inspection ofoper at on
reclamation plan, bonding, and
N'•A.C. 332-19: Delineates all requirements for surface mined ,
an rec amation.
1' .A.C. 332-24: Codifies requirements of P.C.h'. 76.04 pertaining
to an c earing and burning.
U. S. ARtlY CORPS OF= CNGINEERS
Section 1 of the River and harbor Act of June 13,
izes . e a etare o Arm 1902: Author-
any persons or corporation desiring togimeers rovetanissue permits to ,river at their own. expense and risk p y navigable
specifications. pon approval of the Plans and
Section 404 of the Federal Hater Pollution Control .Act (PL9 '
6 tat. 6 ut orizes t e '-500
t roug t o Cor s ecretary c tTie—Army, acfL92
ting
of dredged or fill of Engineers, to issue permits for the discharge 'disposal i1• material into the navigable waters at specified
P sites. Permits ma be denied if
discharge will have adverse yeff ects on mu, ic
shell fish beds and fisher a it is determined that such
real water supplies, ,Y teas and wil life or recreational areas.
+!ISCE�L LgNFOVS FEDERAL LEGISLATION'
Section 13 of the River and Harbor Act a
rove es t at isc ar e o PP roved March t 1899:
waters is p R re use without a permit into navigable
zen rohibited. Violation is punishable by fine. Any '
tionrof the ef ine. plaint with the U. S. Attorney and
citi-
share � por-
-2- ,
--on
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
Kin Count Resolution No. 25789 requires an unclassified use
' permit or i ing, quarrying including borrow pits and associ-
ated activities such as asphalt plants, rock crushers) and
refuse disposal sites and provides for land reclamation subse-
quent to these activities. A copy is available at the Department
' of Public Works or Building and Land Development Division.
Shoreline Mana ement Act97 1 ; requires a permit for construction
' on rate s ore neS. Rrm acquired by Public Works and reviewed
by Building and Land Development Division.
' King County Ordinance No. 1488 requires permit for grading, land
fills, gravelppit>, u- umpinq,quarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
ment Division..
WASHINGTON STATE DEPARTIENT OF FISHERIES AND GAME
' Cha ter 112, Laws of 1949: Requires hydraulics permit on certain
projects, ing ount�epartment of Public Works will obtain.)
tWASHINGTON STATE DEPARTMENT OF ECOLOGY
V..A.C. 173-220: Requires a National Pollutant Discharge Elimination
system permit before discharge of pollutants from a point
' source into the navigable waters of the State of Washington.
W.A.C. 372-24: Permit to discharge commercial or industrial waste
waters 5-to-'State surface or ground water (such as gravel washing,
pit operations, or any operation which results in a discharge
which contains turbidity.)
W.A.C. SOB-12-100: Requires permit to use surface water.
W.A.C. 508-1.-190: Requires that changes to permits for water use
' be Tevlewe y tKe 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. 508-12-220: Requires permit to use ground water.
W.A.C. 508-12-260: Requires permit to construct reservoir for
twater storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
tW.A.C. 508-60: Requires permit to construct in State flood
contro zone. King County Public Works securesonefor 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 smf al o�oor fires for recreational purposes or yard debris '
disposal. Also the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.W. 76.04.150,
76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to '
prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchant-
s .e tip m—'m e� '
R.C.W. 76.08.275: Operating permit required before operating
power equipment in dead or down timber. ,
R.C.W. 78.44.080: Requires permit for any surface mining opera-
tion me u ing sand, gravel, stone, and earth from borrow pits) .
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires ,
permit or construction of er t in n gee, see S. Coast
Guard administered , ormits) on navigable waters (King County
Department of Public Works will obtain) . ,
FIRE "ROTECTION DISTRICT
R.C.h'. 52.28.O:J, 52.28.020, 52.28.030, 52.28.040, 52.28.050:
rove es aut orrty tor, requirements o , and pens ties or ailure
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 Frid e ,
Act o Marc 6, an General ,ri a Act o 1 as amen e
u2 ust Requires a permit or construction o bridge on
naviga a waters (King County Department of Public Works will ,
obtain) . King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore-
mentioned permit: Section 4(f) of Department of Transportation t
Act , National Environmen' al Policy Act of 1969, Water Quality
Improvement .Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY '
Section 9.02(d) (2) (iii) of Re ulation I : Request for verifica-
iro popu atron 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 (preven•ing particulate matter from becoming ,
airborne).
-4-
PE114ITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
' Title 40 Cha ter Ic Part 61: Requires that the Environmental
rotect on gency be noti 5 days prior to the demolition of
any structure containing asbestos material (excluding residential
structures having fewer than 5 dwelling units) .
1 The above requirements will be applicable only where called for
on the various road projects.
1 Copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the Director of Public
1 Works, 900 King County Administration Building, Seattle,
Washington, 98104. It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices
and no additional compensation shall be made.
All permits will be available at construction site.
1
i
1
1
1
1
1
1
1
1
i s
1
' HWY-R72321-AA PREVAILING MINIMUM HOURLY WAGE RATES MAY 25, 19R4
OCCUPATION: FENCE ERECTORS AND FENCE LA MERS
' LOCATION: CL AI I#P, GRAYS HARBOR. ISLANC. JEFFERSCN. KING. KITSAP, LE IS.
MASON. PACIFIC (NORTH OF YANK IAKUM COUNTY NORTHERN BLUNDARY
EXTENDED DUE WEST TO TFE PACIFIC OCEAN). PIERCE. SKACTT,
' SNONCNISf. THURSTON AND NHATCCM COUNTIES.
FRI4GE BENFFITS
' TOTAL HOLRLY RENEFITS
2.88 t/Flk. FEDERAL
WAGE RATES
JCCUPATIC1,Df CCtUPAi ION
t0 DESCRIPTION STATE FEDERAL
RATE RATE
259-0913 FENCE ERECTOR
250-0120 FENCE LARCRER 12.tS --
' 10.60 15.1E
e
t
CITY OF RENTON
' WATER SHED FENCING
PACE 1
' SPECIAL PROVISIONS
1
1
' CITY 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 10 AS THE "STANDARD SPECIFICATIONS" AND
1 SAID SPECIFICATIONS TOGETHER WI1P 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 AS MENDED OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS
HEREIN.
A COPY OF TFESE 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 IN RESTED PARTY.
WHEREVER REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE UWNEH, SJCH
REFERENCE SHALL BE CONSTRUED 10 MEAN TILE CITY OF RENTON, AND WHERL REFERENCE
1S MADE 10 14 ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED 10 MEAN THE
DIRECTOR OF PUBLIC WORKS, CITY OF RENTON, ON HIS DULY AUTHORIZED
' REPRESENTATIVE.
NOTE: THE SPECIAL AND 'r.CHNICAL PROVISIONS HEREINAFTER CONTAINED SHALL BE IN
ADDITION 10 OR SHALL SUPERSEDE PROVISIONS OF THE SIANOARD SPECIFICATIONS IN
CONFLICT HEREWITH.
' HEADINGS
HEADINGS TO P641S, SECTIONS, FORMS, ARTICLES, AND SUBARIICLES ARE INSERTED FOR
CONVENIENCE UR REFERENCE ONLY AND SMALL NOT AFEECI THE INTERPRETATION OF THE
CONTRACT IX£lME NT S.
SPECIAL AND TECHNICk PROVISIONS STRUCTURE
' THE SPECIEICAIIUNS NOTED HEREIN ARE IN ADDITION TO, OR IN LIEU OF, DIVISION 1,
11, III AND IV OF THE STANDARD SPECIFICATIONS. WHERF. SECTIONS ARE. MARKED
"REPLACEMENT SECTION" OR "PARTIAL REPLACLMENI SECTION," THE SPECIFICATIONS
HEREIN ARE IU REPLACE, OR PARTIALLY REPLACE, 7HE STANDARD SPECIFICATIONS
' NOTED. WHERE SECTIONS ARE MARKED, "ADDITIONAL SECTION," THE SPECIFICATIONS
HEREIN ARE 10 BE AN ADDITION 10 THE STANDARD SPECIFICATIONS NOTED, WHERE
SECTIONS ARE MARKED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO
tBE A SUPPLEMENT TO THE SIANDARO SPECIFICATIONS.
Revised 3/84
SPECIAL PROVISIONS '
POEM( '
SECTION PAGE '
SECTION 1 Si' 1
SPECIAL PROVISIONS SP 1
STANDARD SPECIFICATIONS SP 1
AC1 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 BIDS SP 2
SECTION 4 SP 2
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 t
SUBMITTALS SP 4
CONSTRUCTION STAKING SP 5
FINAL ACCEPTANCE SP 6
METHOD OF SERVICE OF NOTICE SP 6 '
ERRORS AND OMISSIONS SP 6
SECTION 7 SP 6
SANITATION SP 6
LOAD LIMITS SP 6
EMPLOYMENT OF STATE RESIDENTS SP 7 '
WAGES SP 7
SUBCONTRACTING SP 9
RECORDS AND REPORTS SP 9
CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10 t
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 3/94
1
i
1
1 PUBLIC LIABILITY AND PROPERTY DAMAGE SP 13
GENERAL SAFETY REQUIREMENTS SP 13
FL9GMEN, BARRICADES, AND SIGNS SP 14
1 DUST CONTROL SP 15
RIGHTS OF WAY 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 SP 17
1 OVERTIME WORK BY OWNER EMPLOYEES SP 17
CONTRACTOR'S PLAN] AND EQUIPMENT SP 17
AITEN71ON TO WORK SP 18
1 SECTION 9 SP 18
MEASUREMENT OF QUANTITIES SP 18
SCOPE OF PAYMENT SP 19
OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 19
i
1
1
1
1
1
1
Revised 7/84
1
1
SECTION 1 '
1-1.39A SPECIAL PROVISIONS (ADDITIONAL SECTION) ,
ALL PROVISIONS OF THE APWA STANDARD SPECIFICATIONS RELATING TO AND PROVIDING
FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE DELETE: AND
VOID. THE MEASUREMENT AND PAYMENT SECTION SET FORTH IN THESE DOCUMENTS SHALL ,
BE THE BASIS FOR PAYMENT OF ALL WORK PERFORMED UNDER THIS CONTRACT,
1-1.398 STANDARD SPECIFICATIONS (ADDITIONAL SECTION) '
OWNER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM
THE LATEST EDITIONS OF' ,
AWWA AMERICAN WATERWORKS ASSOCIATION
ANSI AMERICAN NATIONAL STANDARDS '
ASA AMERICAN STANDARDS ASSOCIATION
ASTM AMERICAN SOCIETY FOR TESTING AND MATERIALS
1-1.50 ACT OF GOO (REPLACEMENT SECTION)
"ACT OF GOD" MEANS FV EARTHQUAKE, FLOOD, CY-LONE, OR OTHER CATACLYSMIC
PHENOMENON C NA;UtE. A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL
PHENOMENON OF UN('SUAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE WORK, WHICH ,
MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE GENERAL
LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD.
1-1.51 SHOP DRAWINGS (REPLACEMENT SECTION) '
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION OF THE '
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR OTHER
CONSTRUCTION PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, DR A MANUFACTURER
AND SUBMITTED FOR THE APPROVAL OF THE OWNER. ,
1-1.52 OR EQUAL (REPLACEMENT SECTION)
WHERE THE TERM "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON
RECOMMENDATION 0'- THE ENGINEER, SHALL BE THE SOLE JUDGE OF THE QUALITY AND
SUITE C,iLITY OF THE PROPOSED SUBSTITUTION. '
SP 1 Revised 3/84
1
1-1.53 APPROVAL (REPLACEMENT SECTION)
THL TERM "APPROVAL" OR "APPROVED" SHALL MEAN APPROVAL GIVEN BY OR GIVEN
PROPERLY ON THE BEHALF OF THE OWNER.
tSECTION 2: BID PROCEDURES AND CONDITIONS
' 2-1.12 PUBLIC OPENINGS OF BIDS (REPLACEMENT SECTION)
SEALED BIDS WILL BE RECEIVED BY THE CITY OF RENTON, WASHINGTON, BY FILING WITH
' THE CITY CLERK, MUNICIPAL BUILDING, RENTON, WASHINGTON, AS PER CALL FOR BIDS
AND WILL BE OPENED AND PUBLICLY READ ALOUD.
SECTION 3
3-1.01 CONSIDERATION OF BIDS (ADDITI ]AL SECTION)
' AWARDING OF CONIRACI W111. BE BASED ON TOTAL SUM OF ALL SCHEDULES OF PRICES.
NO PARTIAL BIDS WILL BE ACCEPTED.
' SECTION 4
' 4-1.05 PROCEDURE AND PROTEST BY THE CONTRACTOR (REPLACEMENT SECTION)
ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR HIS
SUPERINTENDENT OR FOREMAN AS 10 THE MEANING AND INTENT OF ANY PAR] OF THE
PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IHVEOIAIL.Y
BROUGHT TO THE ATTENTION OF THE PUBI IC WORKS DIRECTOR OR HIS REPRESENTAIIVES
FOR INTERPRETATION AND ADJUSIM:NT, ;F WARRANTED.
FAILURE ON THE PART OF THE PUBLIC WORKS DIRECTOR DR HIS REPRESENTATIVE TO
DISCOVER AND CONDEMN OR REJECT IMPROPER, DEFECTIVE OR INFERIOR WORK OR
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK OR
MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BELN USED.
' TO PREVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES HERETO
THAT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALI. DETERMINE THE
QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THESE
IMPROVEMENTS. HE SHALI. DECIDE ALL QUESTIONS RELATIVE TO THE EXECUTION OF THE
WORK AND THE. 1NTERPRETAIION OF THE PLANS AND SPECIFICATIONS.
tSP 2 Revised 3/84
t
INTERPRETATION,IN THE EVENT HE HE CONTRACTOR
WITHIN3 DAYS, NOTIFY THE OPINION T HEI ENGII EN BE GINEER AND THE CCAMAGED By ITY e
CLERK IN WRITING OF THE ANTICIPATED NATURE AND AMOUNT OF THE DAMAGE AR
AN AGREEMENT CANNOT HEGES. TIME IS OF N BE REAACCIEDHWITHIN GIVING
DAY, HE CITY LCE. IN THE AND THE CONTRACTOR
WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL SELECT A THIRD WITHIN 30
GAYS THEREAFTER.
THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND t
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED ?ARTY, 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 GRgDpS FOR THE PETITION FOR
REVIEW ARE LIMITED TO SHOWING THAT THE FIHA)INGS AND DECISION:
1. ARE NOT RESPONSIVE TO THE QUESTIONS SLIB IMO: ,
2• IS CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THEREOF;
3. IS ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS AND 1
THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTTNG 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 STATUIES OF THE ,
STATE OF WASH INGTON AND COURT DECISIONS GOVERNING SUCH PROCEDURE.
THE COSTS OF
AN SHALL BE
CONTRACTOR UNLESS HI ARIST THIEI BOARDS MAJ BORNEOPINIONEALLY THAT TTHE CCITY AND ONTRACTOR'S '
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE
FOUNDATION. IN THE LATTER CASE, ALL. COSTS SHALL BE BORNE BY THE CONTRACTOR.
THE VENUE F ANY SUIT SHALL KING COUNTY,
N
GTON. IF
CONTRACTOR IS NON-RESIDENT OF T STATE OF WASHINGTON, HE SHALL DEHSSIIGNATE THE AN
AGENT, UPON WHOM PROCESS MAY BF SERVED, BEFORE COMMENCING WORK UNDER THIS '
CONTRACT.
4-1.10 USE OF MATERIALS FOUND ON THE Pwnr T (REPLACEMENT SECTION) '
ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY OF THE DI!'-'VRDEO t
FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY SALAVAGED AND
DELIVERED TO THE CITY SHOPS.
ALI. SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH t
BASINS, AND STORM AND SANITARY SALVAGEI AND DELIVERED
TO THIS CITY SWOPS. MANHOLE COVERS SHALL BE '
ANY COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL BE CONSIDERED
INCIDENTAL TO THE PRCJECT AND NO COMPENSATION WILL BE MADE.
SP 3 Revised 3/84
t
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 HAVE THE RESPONSIBILITY OF OBTAINING HIS OWR WASTE SITE.
ALL WORK INCLUDED IN THIS SECTION SALI. BE CONSIDERED TO BE INCIDENTAL 10
OTHER ITEMS OF WORK AND NO RIRTHER COMPENSATION WILL BE MADE.
THE ROUTE. TAKEN TO THE WASTE SITE SHALL BE MAINTAINED SOLELY BY THE CONTRACTOR
IN A MANNER AS DESCRIBED BELOW:
THE CONTRACTOR SMALL- BE PREPARED TO USE WATER TRUCKS, °OWER SWEEPERS, AND
' RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WOWS DIRECTOR 10
ALLEVIATE THE PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROW' RESIURAIION OF
THE ROUTE IS MANDATORY.
4-1.13 HOOTS OF WORK (REPLACEMEN' SECTION)
' THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM 8:00 A.M. TO 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED AT THE
DISCRETION OF THE ENGINEER WHEN 11 15 1N 14 IN,ERESI OF 'HE PJBL1C OR THE
' CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE,
4-1.14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS
THE CONIRACIUR WILL BE SUPPLIED BY bit OWNER WITH 5 SETS (If PLANS AND
SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING
' ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPI Al THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND Al ALL TIMES AVAILABLE 10 THE OWNER AND THE ENGINEER.
ADDITIONAL COPIES Of THE CONTRACT DOCUMENTS, If REQUIRED, WILL BE FURNISHED BY
' THE OWNER AT NE1 COST OF REPRODUCTION.
' SECTION 5
5-1.03 SUBMITTALS (REPLACEMENT SECTION)
THE CONTRACTOR SMALL FURNISH ALI. DRAWINGS, SPECIFICATIONS, OESCRIPIIVE DATA,
CERTIFICATES, SAMPLES, TESTS, METHOD, SCHEDULES, AND MASJF ACIURLRIS
INSTRUCTIONS AS REQUIRED 10 DEMONSTRATE FULLY THAI THE MATERIALS AND E.QUIPMENI
10 BE FURNISHED AND THE METHOD OF WORK COMPLY WITH THE PRUVISIONS AND INIENI
OF THE SPECIFICATIONS AND DRAWINGS. IF THE INFORAATIUN SHOWS ANY 0EVIAl1UN
FROM THE CONTRACT REQUIREMENIS, THE CONTRACTOR SHALL, BY A STATEMENT IN
WRITING ACCOMPANYING THE INFORMATION, ADVISE THE ENGINEER OF THE DEVIATION AND
STATE THE REASONS THEREFORE.
SP 4 Revised 3/84
5-1.05 jCWSTRICTION ST41fI REPLACEMENT SEfTTKIu� '
THE ENGINEER SWILL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES AS
THEY ARE SHOWN ON THE DRAWINGS. GRADES WILL BE ESTABLISHED IN THE FORM OF
WORK. STAKES AT
WORK
IS
IN PROGRESS,
GREATER ASS, THAN 50 FEET.THE CONTRACTOR SET
SHALL�HAVE OF IN HIS EMPLOYMENT A WORKER COMPETENT TO SET A BATTER BCMD OR OTHER CONSTRUCTION
GUIDE FROM THE LINE Arm GRADE STAKES GIVEN BY THE ENGINEER. '
SUCH EMPLOYEES SWILL 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 SMALL REMAIN IN PLACE DURING PIPE LAYING
OPERATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STAKES SHALL BE
DESTROYED AND REQUIRE RESETTING, A SLIM SHALL BE DEDUCTED FROM THE CONTRACTOR'S 'FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING REWIRED FOR SUCH
REPLAC. 'EN'.
THE LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING:
1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE
SUBMITTED FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR ,
TO USE.
2. GRADES ME CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3
TINFS DAILY BY CONVENTIONAL METHODS,
3. PROPER ANCHORING OF PIPE IS PERFORMED IN LOCATIONS WHERE A BOX IS
BEING USED FOR EXCAVATION. '
THE CONTRACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK DELAYS ,
WHILE WAITING FOR CONSTRUCTION GUIDES.
THE CONTRACTOR SHALL ASc_UNE FULL RESPONSIBILITY FOR DETAILED DIMENSIONS AND
TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS.
DELAYS BY REASON OF LACK OF STAKES OR A TIME REQUEST FOR SURVEY LESS THAN 3
DAYS ME DEEMED A RISK TO TIME CONTRACTOR AND SHALL NOT BE 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 COMPENSATION WILL BE MADE,
UNLESS A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED IN THE SCHEDULE OF
PRICES.
SP 5 Revised 3/84 t
t
' 5-1.12 FINAL ACCEPTANCE (REPLACEMENT SECTION)
THE CONTRACTOR SHALL NOTIFY TIE ENGINEER IN WRITING OF THE COMPLE11014 OF THE
WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY
HIRSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH THE TERMS
OF THE CONTRACT, AND SHALL THEREUPDN RECOMMEND 10 THE OWNER THAT THE WORK IS
' ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE WORM( SHALL. BE
MADE BY THE OWNER.
5-1.15 METHOD OF SERVICE .^.F NOTICE (REPLACEMENT SECTION)
WRITTEN NOTICE SHALT BL DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON
' TO THE INDIVIDUAL, OR 10 A PARTNER OF THE FIRM, OR TO AN OFFICER U7 HHE
CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A
GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSINESS
' ADDRFSS SHOWN IN THE CONTRACT DOCUMENIS.
' 5-1.17 ERRORS AND MISSIONS (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, 1F HE DEEMS 11 NECESSARY,
SHALL RECTIFY THE MATTER AND ADVISE THE CONTRACTOR ACCORDINGLY. ANY WORK DONE
AFTER SUCH DISCOVERY, UNTIL AUTHORIZLD, WILL BE DONE AT 74E CONTRACTOR'S RISK.
' SECTION 7
7-1.04 SANITATION (ADDITIONAL SECTION)
' ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION FACILITIES
SHALI OF. CONSIDERED INClDEN11AL 10 THE PROJECT AND NO COMPENSATION SHALL BE
MADE.
7-1.07 LOAD LIMITS (REPLACEMENT SECTION)
' ALL MOTOR VEHICLES OF THE CONTRACTOR, SIIBCONTRACIORS, AND SUPPLIERS SHALL
STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE STAlt OF
WASHINGTON i1967 EDITION AND AMENDMENTS THEREOF) IN REGARD 10 SIZE, WEIGHT,
' AND LOADS OF MOTOR VEHICLES.
PAYMENT WILL NOT BE ALOE FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF THE
' LEGAL WEIGHT FOR WHICH THE VEHICLE TS LICENSED.
SP 6 Revised 5/84
ANY VIOLATION OF THESE REGULATIONS SWILL BE REPORTED TO THE AFFECTED LAW
ENFORCEMENT AGENT.
THE CONTRACTOR 15 TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL
HAUL VFH -,ES USED ON THIS PROTECT, LISTING THE VEHICLE NUMBER, LICENSE
NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS.
7-1,08 EMPLOYMENT OF STATE RESIDENTS (REPLACEMENT SECTION)
THE SECTION ON EMPLOYMENT uF STATE RESIDENTS IS DELETED IN ITS ENTIRETY. '
7-1.09 WAGES (REPLACEMENT SECTION) t
THIS CONTRACT IS SUBJECT TO CHAPTER 39.12 RCW, AND AMENDMENTS AND ADDITIONS
THERETO RELATING TO MINIMUM WAGES. ON FEDERAL AID CROJECTS, FEDERAL WAGE LAWS '
AND REGULATIONS ARE ALSO APPLICABLL. HOURLY MINIMU, RATES OF WAGES AND FRINGE
BENEFITS ARE SHOWN IN THE CONTRACT. WHEN FEDERAL WAGE RATES AND FRINGE
BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE LIMITED STATES DEPARTMENT '
OF LABOR DECISION NUMBER WA 83-5110.
T!r CONTRACTOR, ANY SUBCONTRACTOR, LR OTHER PERSON DOING THE WORK OR ANY PART ,
OF IT SHALL NOT PAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE REQUIRED
10URLY MINIMM RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH
HOL)m.Y RATES MAY GE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE
EMPLOYEER SHALL CONTRIBUTE FOR EACH COMPENSABLE HOUR THE FRINGE BENEFITS '
LISTED. IT IS SPECIFICALLY UNDERSTOOD AND AGREED THAT THE WAGE RATES AND
FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJECT 7. CHANGES, THAT THE BIDDER
ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY INCREASED LIBOR COST
BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY
DOES NOT WARRANT OR REPRESENT THAT LABOR CAN BE PRDCURLED FOR THE MINIMUM RATES
SET FORTH OR AS CHANGED. IT IS THE CONTRACTOR'S ;' .PONSIBILITY TO ASCERTAIN '
TrIE WAGES ABOVE SUCH MINIMM AS HE WILL HAVE TO PAY.
THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTARLE TO THE CITY AND
INDUSTRIES, A COPY OF THE APPROVED "STATEMENT Ur 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
CLASSIFICATION; AND THE ADDRESS AND TELEPHONE NUMBER OF THE INDUSTRIAL
STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES WHERE A COMPLAINT OR
INLMAIRY CONCERNING PREVAILING WAGES MAY 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 IN THE PREVAILING RATE OF WAGE FOR A
SIMILAR CLASSIFICATION OF LABOR, THE CONTRACTOR SHALL PAY NOT LESS THAN THE '
WAGE WHICH IS THE HIGHER OF THE TWO.
SP 7 Revised 3/B4
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
FROGR 1 APPROVED BY THE STATE APPRENTICESHIP COUNCIL AND THE PERIOD OF
PROGRESSION FOR EACH SUCH APPRENTICE EMPLOYEE.
t IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
DETERMINED BY THE U.S. SECRETARY OF LABOR, HE SHAIL PRESENT TO THE ENGINEER
WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF A STATE
t APPRENTI:ESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE U.S. BUREAU
OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE
CONTRACTOR SMALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S.
BUREAU OF APPRENTICESHIP AND TRAINING. THE CDNTRACIOR SHALL SUBMIT TO THE
' ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE JORHEYF:'.N RATIOS AND
WAGE RATES IN THE PROJECT AREA, WHICH WILL BE THE BASIS FOR ESTABLISHING SUCH
RA710S AND RATES FOR THE PR03ECI UNDER THE APPLICABLE CONTRACT PROVISIONS.
' IF ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR WORK OF
A SIMILAR NATURE TO THAT CONTEMPLATED LINGER THE CONTRACT AND SUCH DISPUTE
CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT
REPRESENTATIVES, THE MATTER SHALL BE REFERRED TO 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 THAT
' OFFICE ARE INVOLVED), AND HIS DECISION THEREIN SHALL 1E FINAL, CONCLUSIVE AND
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE.
' IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED 1N THE
SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST THE DETERMINATION OF THE
APPROPRIATE WAGE RATE FOR THE CLASSIFICATION AND FOR THE AREA IN WHICH WORK IS
' PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND
INDUSIIRES.
Ok FEDERAL-AID PROJECTS TIE CONTRACTOR AND EACH SUBCONTRACTOR SHALL FURNISH
' NEE%LY PAT, ILL STATEMENTS TO THE ENGINEER. IF WEEKLY STATEMENTS ARE NOT
UTIL17ED THE CONTRACTOR SHALL FURNISH A CERTIFICATION. PRIOR TO EACH PROGRESS
ESTIMATE PAYMENT CONFIPMING THAT PREVAILING WAGE RATES HAVE BEEN PAID.
' IF ' f CONTRACTOR UTILIZES THE OCCUPAI ION CODE WHEN SUBMI111NG PAYROLLS AND
WAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA 1S INVOLVED IN THE
PROJECT, THE JURISDICTIONAL ARFA INVOLVED SHAIL BE SHOWN 1MHEDIAIFLY FOLLOWING
' THE OCCUPA110N CODE NUMBER, I.E.: 10-0010 YAK.E.
THE CONTRACTOR'S RECORDS PERTAININ' TO WAGES PAID AND PAYROLLS SHAIL BE. OPEN
TO INSPECTION OR AUDIT BY REPRESENTATIVES OF THE CITY DURING THE LIf"E OF THE
CONTRACT AND FOR A PERIOD OF NOT LESS THAN THREE (3) YEARS AFTER THE DA1L OF
ACCEPTANCE THEREOF, AND THE CONTRACTOR SHALL RETAIN SUCH RECORDS FOR THAT
' PERIOD. WHERE SUCH RECORDS PERIAININC TO WAGES PAID AND PAYROLLS FOR THE
CONTRACT ARE MAINTAINED BY SUBCONTRACTORS OR AGENTS OF THE CONTRACTOR, THE
CONTRACTOR EXPRESSLY GUARANTEES THAT THE RECORDS OF SUCH SUBCONTRACTORS OR
AGENTS SHALL BE OPEN 10 INSPECTION AND AUDIT BY REPRESENTATIVES OF THE CITY ON
' THE SAE TERMS AND CONDITIONS AS THE RECORDS OF THE CONTRACTOR. IF AN AUDIT
IS 10 BE COMMENCED MORE THAN SIXTY (6C) DAYS AFTER THE ACCEPTANCE DATE 0P THE
CONTRACT, THE CONIRACTO: WILL BE GIVEN A REA50NABL.E NOTICE OF THE TIME WHEN
' SUCH AUDIT IS TO BEGIN.
' SP 8 Revised 3/84
BEFORE PAYMENT IS MADE BY TIE CITY OF ANY SUMS DUE UNDER THIS CONTRACT, THE
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY OF '
STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM L i I NUMBER 700-29
WASHINGTON STATE DEPARTMENT OF LABOR AND INDUSTRIES).
UPON COMPLE'TON OF THIS CONTRACT, THE CITY MUST RECEIVE '
AND EACH SUBCCPTRMENT FROM THE CONTRACTOR
OF COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L 1 I NUMBER700-7 STATE OLPART 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 PROPS' Y
OWNERS AND GENERAL CONTRACTOR" (FORM L 1 I NUMBER 206083 THE STATE DEPARTII
OF LABOR AND INDUSTRIES). THESE AFFIDAVITS WILL BE REQUIRED BEFORE ANY FUNDS '
RETAINED, ACCORDING TO THE PROVISIONS OF RCW 60.28.010 ARE RELEASED TO THE
CONTRACTOR. FORM$ HAY BE OBTAINED FROM T INDUSTRIES. A FEE OF S �P�T�NT Of AND
„ 12 00 PER SAC_ H_S+'ITEI�ur nr NTENT TO PAV � '
WAO- AN "AFFIDAVIT OF WAGE) AI 5 RE IRED i
SUBMITTED TO THE DEPARTMENT f ACCOIFANY EACH F is
RESPONSIBLE FOR PAYMENT OF THESE FEESS ANOSMDigll MWKS ERgLL APPLICATIp SS DIRECTLY
A THE DEPARTMENT OF LABOR ATR INDUSTRIES. THESE FEES $HALL INCI NTA TO
ALL 7HE-E�OF THIS C TRACT.
IN ADDITION, THE PRIME CONTRACTOR SHALL SUBMIT TO THE WASHINGTON STATE '
DEPARTMENT OF ! 49M AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PROVIDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REQUIRED
BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.010 ARE t
RELEASED TO THE CONTRACTOR
7-1.111 SUBCONTRACTING (ADDITIONAL SECTION1 '
BEFORE PAYMENT OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT OF
AMOUNTS PAID TO MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE '
PARTICIPANTS ON THE FORM PROVIDED BY THE CITY; CERTIFYING THE AMOUNT PAID TO
MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS.
7-1.111 RECORDS AND REPORTS (REPLACE'ENT SECTION) '
',HE CONTRACTOR WILL B: REQUIRED TO COMPLETE AND SUBMIT THE FOLLOWING DOCUMENTS '
BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE APPROVED BY
THE PUBLIC WORKS DIRECTOR:
1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257 t
2. EACH JULY - STATE HIGHWAY FORM PR-1391
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE '
PRECONSTRUCTION MEETING.
1'
SP 9 Revised 3/84 ■
. AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SMALL BE EXECUTED BY 1ME.
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 HAY 21, 1968. THE FOUL OF CERTIFICATE WILL BE FURNISHED TO
THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO WHETHER HE, HIS FIRM,
ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN ANY PREVIOUS
CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND IF 50,
WHE. .ER OR NOT HE HAS SUBMITTED ALL REPORTS WE UNDER APPLICABLE FILING
REQUIREMENIS.
' 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 REPOFI CERTIFICATE, REFUSES OR FAILS 10 PROMPTLY
EXECUTE AND FURNISH THE REQUIRED CERIIf ICATE WITHIN 10 DAYS AFTER NOTICE BY
THE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKING FROM HIS PROPOSAL. THE
PROPOSAL GUARANTEE, IN FORM OF BOIL, CHECK, OR CASH WHICH ACCOMPANIED IMF. BID,
WILL BE FORFEITED TO THE CITY.
' WHENEVER A CONTRACTOR REQUESTS PERMISSI-N TO SUBLET A PART OF ANY CONTRACT AND
SUCH CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY REGULATIONS
OF THE SECRETARY OF LABOR, REVISED MAY 21, 1'.O, if SHALL OBTAIN THIS
CERTIf 1CATION FROM HIS PROPOSED SIBCONTRACTCR AND FORWARD I1 TOGETHER WITH
SUCH RECUEST. NO SIBCONTRA,l WILT. BE APPROVED BEFORE RECEIPT OF SUCH
CERTIFICATION FROM THE SUBCONTRACTOR.
FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT.
7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WOE( (REPLACEMENT SECTION)
THE WON( SHALL BE UNDER THE CONTRACTOR'S RESPONSIBIE CARE AND CHARGE. THE
CONTRACTOR SMALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CLAUSE, EXCEPT THAI CAUSED SOLELY BY THE ACT Of THE OWNER WHICH MAY OCCUR ON
' OR TO THE WORK DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR
DAMAGE OCCURS, THE CONTRACTOR SHALL. IMEDIATELY MAKE GOOD ANY SUCH LOSS OR
DAMAGE, AND IN THE EVENT Of THE CONTRACTOR REFUSING OR NEGLECTING TO DO S0,
THE OWNER MAY IISFLF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD ANY
SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SHALL BE CHARGED TO
THE CONTRACTOR.
' THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSLILE FOR THE SAFETY OF HIS
AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCUNTKACTOR'S PLAN'
AND EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK.
' DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL PURSUE
ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY.
1
SP 10 Revised 3/84
t
NU PORTION OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE
AFFECTED BY UNFAVORABLE CONDITIONS SMALL. BE CONSTRUCTED WHILE THESE CONDITIONS
EXIST, UNLESS BY SPECIAL MEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE
CONTRACTOR SHALL BE ABLE TO OVERCOME THEM. '
7-1.14 RESPONSIBILITY FOR DAMAGE TADOITI '
mrrrn
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
TG DURATION OF POWER
SWEEPERS,E MDTHE OTHE CONTRACTORPIECEESS OF EQUIPMENT AS DEEMED NECESSARY BY
THE ENGINEER, TO AVOID CREATING A NUISANCE
OUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO THE PROJECT, AND NO
COMPENSATION WILL BE MADE FOR THIS SECTION.
COMPLAINTS OF DUST, MD, OR UNSAFE PRACTICES 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 PROTEC'i ION AND REST QU TION OF PROPERTY (REPLACEMENTS TION) '
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REWIRED FOR THE PROJECT,
THE CONTRACTOR STALL LIMIT ?PFRATION TO T;E AREAS OBTAINED AND SMALL NOT
TRESPASS ON PRIVATE PROPERTY,. '
THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE 4ORR
CONTRACTOR SHALL R THE LNOT TOGETHER WITH
THE ENCUBEROTHE OF ACCESS
WITH HIS E IA PM. 7HE t
MATERIALS.
THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY ADDITIONAL '
LAND AND ACCESS THERETG NOT SHOWN OR DESCRIBED THAT MAY BE REQUIRED FOR
TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT
ALL ACCESS ROAC;, DETOUR ROADS, OR OTHER TEMPORARY WOW AS REQUIRED BY HIS '
OPERATIONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT, STORAGE OF MATERIAL,
AND OPERATION OF HIS WORK,Ki TO THOSE AREAS SHOWN AND DESCRIBED AND SUCH
ADDITIONAL AREAS AS HE MAY PROVIDE. '
RESTORATION OF STRUCTURES AND SURFACES
A. GENERAL. AIL CONSTRUCTION WORIR UNDER THIS .tN2RACT ON EASEMENTS,
RIGHT-OF-WAY, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE
LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE ALL WO SHALL BE '
ACCOMPLISHED SO A'. TO CAUSE THE LEAST A40UNT OF DISTURBANCE ANL MINIMUM
AMOUNT OF DgMptf• THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKEYOS OR HOLIDAYS 0.N0 '
TRENCHES SHALL NOT BE OPEN HOR MORE THAN 48 HOURS.
SP 11 Revised 3/84 ,
B. STRUCTURES. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY
BE NECESSARY FOR THE PERFORMANCE OF THE WORK AND, IF REWIRED, SHALL REBUILD
THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH MINIMUM
REQUIREMENTS AS HEREIN SPECIFIED. HE SWILL ALSO REPAIR ALL EXISTING
.TRUCTURES WHICH MAY BE DAMAGED AS A RESULT OF THE WOW UNDER THIS CONTRACT.
' C. EASEMENTS - CULTIVATED AREAS AND OTHEK SURFACE IMPROVEMENTS. ALL
CULTIVATED AREAS, EITHER AGRICULTURAL OR LAWNS, AND OTHER SURFACE IMPROVEMENTS
WHICH ARE OANAGED BY ACTIONS OF THE CONTRACTOR SWILL 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 1T MAY BE REPLACED BY HIM, UPON COMPLETION OF
CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH
THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPLANTED IN THEIR
' ORIGINNL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES DESTROYED OR
DAMAI. J, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALIiY AT
NO ADDITIONAL COS] TO THE OWNER. IN THE EVENT THAT IT 1S NECESSARY TO TRENCH
' THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT AND ROLLED AND REPLACED
AFTER THE TRENCHES HAVE BEEN BACKFII.LED. THE LAWN AREA SWILL BE CLEANED BY
SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
' THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR 10 THE SMALL
TRACIOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING
EXCAVATION AND BACKFILL, ON EASEMENTS OR R1GH1S-OF-WAY WHICH HAVE LAWN AREAS.
ALL FENCES, MARKERS, MAIL BOXES, OR OTHER IEWORARY OBSTACLES SHALL BE REMOVED
BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS BACKFILLEO IN THEIR
ORIGINAL POSITION. THE CONTRACTOR SHAIL NOTIFY THE OWNER AND PROPERTY OWNER
' AT LEAST 24 HOURS IN ADVANCE- OF ANY WORK DONE ON EASEMENTS OR RIGHIS-OF-NAY.
ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAY OR
FRANCHESE SHALL BE CONFINED TO THE LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR
' FRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS 10 CAUSE THE LEAST AMOUNI OF
DISTURBANCE AND A MINIMUM,, AMOUNT OF DAMAU. 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 WEN FOR MORE THAN 48 HOURS.
DAMAGE 10 EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM
DEWATERING AND/OR OTHER CDNSTRUCIION ACTIVITY UNDER THIS CONTRACT SWILL BE
RESTORED 10 ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDITION SHALL BE
ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MDE PRIOR TO
CONSTRUCTION. ALL SUCH WORK SHALL BE DONE 10 THE SATISFACTION OF THE PROPERTY
' OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR,
0. STREETS. THE CONTRACTOR WILL ASSUME AIL RESPONSIBILITY OF RESTORATION OF
]HE SURFACF OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
IN 1HF LVENI THE CONTRACTOR DOES NOT HAVE LABOR DR MATERIAL IMEDIATELY
AVAILABLE 10 MAfE. NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM 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 FACILITIES (ADDITIONAL SECTION)) ,
LOCATION AND DIMENSIONS SHOW ON THE PLANS FOR EXISTING UNDERGROUND FACILITIES '
ARE IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND
MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND LOCATION OF EXISTING
FACILITIES.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND PRIVATE ,
COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF RENTON WATER, STORM ,
DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL UNDERGROUND
UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED
SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING
SURFACE DRAINAGE, SEWERS, UNDERORAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND
STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SHALL BE RESPONSIBLE FOR, AND
SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES
FOR SAME. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, REPAIR ALL DAMAGE TO SUCH
FACILITIES OR STRUCTURES DIME TO THIS CONSTRUCTION OPERATION TO THE
SATISFACTION OF THE CITY; EXCEPT FOR CITY OWNED FACILITIES WHICH WILL BE
REPAIRED BY THE UTILITY DEPARTMENT AT CONTRACTOR'S EXPENSE, OR BY THE
CONTRACTOR AS DIRECTED BY T07 CI(Y.
7-1.18 PLRLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION) '
THE MINIMM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS: ,
THE MOUNT OF COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF $500,000 FOR '
BODILY INJURY INCLUDING DEATH AND PROPERTY DAMAGE PER OCCURENCE. IN ADDITICN,
AN UMBRELLA INSURANCE COVERAGE OF NOT LESS THAN S5,000,000 SHALL BE PROVIDED,
WITH THE OWNER AND ENGINEER THE NAMED INSUREDS. THIS LIMIT SHALL APPLY TO
COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VEHICLE LIABILITY INSURANCE.
THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTORY PROOF OF CARRIAGE OF
THE INSURANCE REWIRED.
7- .23A GENERAL SAFETY REQUIREMENTS (ADDITIONAL SECTION, ,
THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION AREA,
BY MAIL, PRIG. 0 CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL _OCAL POLICE,
TRANSIT, AND FIRE DEPARTMENTS BY MAIL PRIOR TO CONSTRUCTION. NAMES AND
ADDRESSES WILL BE FURNISHED BY THE OWNER. THE CONTRACTOR SHALL FURTHER NOTIFY
EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO CONSTRUCTION IN
FRONT OF EACH PROPERTY.
SP 13 Revised 3AB4
' 7-1.23C FLAGMEN. BARRICADES. AND SIGNS (REPLACEMENT SECTION)
FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR PROVIDED SWILL
CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EDITION OF THE
"'ANUAL ON UNIFORM TRAFFIC CONTRu DEVICES," PUBLISHED BY THE U.S. OEPARIMENT
OF TRANSPORTATION.
' CUaIFS MAY BE PURCHASED FROM THE SUPERINTENDENT OF DOCUMENTS, U.S. GOVERNMENT
PRINTING OFFICE, WASHINGTON D.C. 20402. THE CONTRACTOR SHALT. IMPLEMENT 1HE
TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS APPLICABLE. IF
THE CONTRACTOR'S PLAN OF OPERATIONS IS IN CONFLICT %TIM THE CONTRACT TRAFFIC
CONTROL PLAN, HE MAY PROPOSE MDDIFiCAl10N OF THE TRAFFIC CONTROL PLAN BY
SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE
PROJECT, AND SUBMIT IT TO THE ENGINEER FOR APPROVAL AT LEAST TEN DAYS 1N
ADVANCE OF THE TIME THE SIGNS AND BARRICADES WILL BE REQUIRED.
THE STRIPING OF NO PASSING ZONES THAT ARE 10 BE OBLITERATED IN EXCESS OF 150
FEET BY PAVING OPERATIONS SHALL BE REPLACED BY "DO NOT PASS" AND "PASS WITH
CARE" SIGNS. THE SIGNS SWILL 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 THE CONTRACTOR UNTIL CONSTRUCTION OPERATIONS ARE
COMPLETE. WHEN THE PROJECT INCLUDES STRIPING BY THE CONTRACTOR, THE SIGNS AND
POSTS SHALL BE REMOVED BY HIM WHEN THE NO PASSING ZONES ARE RE-ESTABLISHED BY
STRIPING. THE SIGNS SHALL BE RETURNED TO THE CITY AND THE POSTS WILL BECOME
THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL. WHEN THE CONTRACTOR 15 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, CONSTRUCIION WARNINGS, AND NIGHT LIGHTS Iti
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, 1N THE OPINION OF THE ENGINEER, THE CITY SHALL HAVE THE RIGHT TO
PROVIDE THESE LIGHTS AND BARRICADES AND DEDUCT OUCH COSTS FROM PAYMENTS DUE
THE CONTRACTOR. WORK SHALL BE RESTRUCTURED, THE ORDER OF WORN MODIFIED, THE
' HOURS OF WORK MODIFIED OR THE WORK HALTED ALTOGETHER Al THE ENGINEER'S
DISCREIION WHEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF ACTION
NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACIOR'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 PPOPERTIES OUTSIDE OF THE RIGHI-OF-WAY LINE. ALL ROADS
WILL BE OPEN TO TRAFFIC DURING PEAK TRAFFIC PERI0DS, 6:3U TO 8:30 A.M. AND
3:30 TO 5:00 P.M.
' SP 14 Revised 3/G4
NO WORK SHALL BE DONE ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY S NS AND ,
TRAFFIC CONTROL DEVISES ARE IN PLACE.
THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFII;ATION SIGNS '
SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE,
7-1.27E DUST CON'R01 CAMITIONAL SECTION) ,
THE CONTRACTOR SHALL PROVIDE A MINIMUM 1,50U GALLON CAPACITY WATER TRUCK WITH
A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET AND CLEANING. THE STREETS SHALL 1
CLEANED OF DUST A DEBRIS AT THE END OF EACH WORKING DAY. IN ADDITION, THE
CONTRACTORSHALL PROVIDE SPRINKLING, AS NECESSARY TO ALLEVIATE DUST NUISANCE
OR AS DIRECTED BY THE CITY. ,
7-1.24 RIGHTS OF WAY (gOOITIONAL SECTION) '
THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY TO THE '
OFNTHE�SAW.TION OF ALL I COPIES OFDVEENTS LOCATED ON PRIVATALL EASEMENTS AND ACCESS EPERMIISESION WI LABE APROVIDED
TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WORT( ON PRIVATE PROPERTY ,
IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE RIGHT-OF-ACCESS DOCUMENTS. EASEMENTS AND
7-1.28 EMPLOYMENT OPENINGS (REPLACEMENT SECTION),
ENTIRE SECTION OF STANDARD SPECIFICATIONS ON EMPLOYMENT OPENINGS IS DELETED. ,
SECTION 8
8-1.03 PROGRESS MULE (REPLACEMENT SECTION)
IMMEDIAPARTIALIELY ER
PAYMENTIS MADE. THEDELIVERY CONTRACT THE CONTRACTTOR $HALL DELIVER TTO THEFENGINEER FIRST
AN '
FCTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY TO THE ENGINEER,
SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION OF EACH OF THE '
ANTICIPATED US AMOUNTAMOUNT OF OF EACH REQUIRED
UNDER PAYMENTHE THAI�WILLLLT BECOME DOCUHENTS
AND TTHE
Hc
CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SHALL
ALSO FURNISH PEh.00IC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE OF ,
MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN WAXING UP ANY OF THESE
SCHEOL"l,i WILL BE USED ONLY FOR DETERMINING THE BASIS OF PARTIAL PAYMENTS AND
WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS TO OR DEDUCTIONS FROM t
THE CONTRACT.
SP 15 Revised 3/84 ■7'
■
t
SHOULD 11 BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS WILL
OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR SHALL,
UPON REQUEST, PROMPTLY SUBMIT REVISED SCHEDULES IN THE SAME FURS AS SPECIFIED
HEREIN, SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED LABOR FORCES OR
WORKING SHIFTS, NIGHT WORK, ETC., BY WHICH TIME LOSS WILL BE MADE LIP, AND
CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF THE ORIGINAL
' SCHEDULE HAS BEEN SECURED. FURTHER, IF AT ANY T'ME A PORI ION OF THE ACCEPlt0
SCHEDULE. IS FOUND TO CONFLICT WITH THE CONTf'ACU PROVISIONS, IT SHALL, UPON
REQUES' BE REVISED BY THE CONTRACTOR AND THE WORK SWILL BE PERFORMED IN
COMPLIANCE WITH THE CONTRACT PROVISIONS.
PAYMENTS OF ANY FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST 15 MADE
AND UNTIL AN APPROVED MODIFIED SCHEDULE HAS BEEN PROVIDED BY THE CONTRACTOR
' MAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF
CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN OBLIGATION
OF THE CONTRACT.
PRE-CONSTRUCTION CONFERENCE (ADDITIONAL SECTION)
' PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTOR, UTILITY DEPARIMENT, TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALL A71END A PRt-CJNSIRUCTIDN CONFERENCE, WITH TIME, PLACE, AND
' DATE TO BE DEIERMINEO AFTER AWARD OF THE CONTRACT. SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEK_Y CONFERENCE TO REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAT MAY BE INCURRED. THE TIME, PLACE, AND
DATE TO BE ESTABU.ISFED AT THE PRE-CONSIRUCT ION CONFERENCE.
8-1.04 NOTICE TO-' `<ED AND PROSECUTION OF WORK (ADDITIONAL SECTION)
THE CONTRACTOR SHAI , "011FY THE CITY OF RENTON AT LEAST 48 HOLRS PRIOR TO
COMMENCING WORK. THE SML NOTIFICATIONS SHALL BE PROVIULU 70 THE POLICE AND
FIRE AUTHORITIES AND irE SCHOOL DISTRICT WHEN WORKING WITHIN A ROADWAY
RIGHI-OF-WAY. THE CONTRACTOR SHALL ALSO N071FY PRfPERIY OWNERS ADJACENT TO
THE CONSTRUCTION AREA, INDICAIING IF*.. DURAIIPN AND PROPOSED 114 OF ACCESS
CLOSURE TO THEIR PROPERTY.
8-1.05 TIME OF COMPLETION (ADDITIONAL SECTION)
THE CONTRACTOR 1S EXPECTED TO DILIGENTLY PROSECUTE THE WORK 10 COMPLETION IN
ALL PARTS AND REQUIREMENTS. THE PROJECT SHALT BE COMPLEILD WITHIN THE TIME
NOTED 1N THE CALL FOR BIDS.
SP 16 Revised 3/84
PROVIDED, HOWEVER, THAT THE CT'Y COUNCIL SHAi!. HAVE THE RIGHT UPON REQUEST OF 'THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON, WASHINGTON, TO EXTEND THE TIME OF
COMPLETION OF SAID WORK. NO EXTENSION SMWL!NT TO SUCH EXTENSION BY THE S_ BE VALID UNLESS THE SAME BE IN
WRITING AND ALCOIPAN IED BY THE WRITTEN CUNSEURETY 'ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER WORK OR
EXTERIAL SHALL NOT FURNISH ANY TENSION OF TIME FOR THE COMPLETION
GROUNDSCLAIMING
OFTHE WOE(, AND SMALL NOT RELEASE THE
CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO COMPLETE THE WOE( WITHIN 'THE TIME %QUIREO.
RECOGNIZED HOLIDAYS SWILL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN•S BIRTHDAY, 'WASHINGTON•S BIRTHDAY, MEMORIAL DAY,THA .1ULY 4, LABOR DAY, VETERANS DAY,DAY BEFORE
RING AND THE DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. TIE DAY BEFORE CHRISTMAS SWILL BE A HOLIDAY FOR CITY EMPLOYEES MEN CHRISTMAS DAY
OCCURS ON A tSE WHEN CHRISTMAS FA THE DAY AFTER CHfRISTMAS SMALL BE A HOLIDAY FOR
CITY EMPLOYEES MEN ONDAY OCCURS ON A MONDAY, WEDNESDAY, OR THRSDAY.
BE OBSERVE- ASWHEN CHRISTMAS �HOLIDA�. WHEN CHRISTMAS DAY OCCURTURDAY, THE TWO S ON MHOSUNDAY,THE TWOL WORKING DAYS FOLLOWING SHALL BE OBSERVED AS HOLIDAYS.
ALL REFERENCES TO RECO:NIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE 'DELETED AND VOID.
8-1.09 LIlUIDATEO ONY1fE5 (ADDITIOWIL SECTION) ,
THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM
COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS iNCURRED 'BEYOND CONTRACT COMPLETION DATE, THE COST OF ADDITIONAL INSPECTION AND
SUPERVISION SHALL BE AN MOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT
FOR OVERHEAD.
8-1 11 OVERTIME WOE( By OWNER EMPLOYES (REPLACEMENT SECTION)
WHEN THE CONTRACTOR PERFORMS CONSTRUCTION WORK OVER THE ACCEPTED 8 HOURS PER 'DAY OR 40 HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES
INSPECIION, THEN THE PER HOUR. THE CITY S CONTRACTOR
UP SHALL
HALLL HAVETHESOLE AUTHORITY 1IN DEITEF04INING THE TY AT THE THE ESSITYY
OF AND HSAIDG THE COSTTS WILLOVERTIME
BE DEDUCTED FROMAND
MONIESLDUE THE NOTIFY
CONTRACTTOR ONCONTRACTOR
EACH INTENT
MONTHLY ESTIMATE. '
8-1,12 CONTRA -:'S PLANT AND EQUIPIENT (REPLACEMENT SECTION) t
THE CONTRACTOR ALOE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY,
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTORS PLANT AND ,EQUIPMENT, THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WOE(.
SP 17 Revised 3/84 t
1
' THE USE OF SUCH PLANT AND EQUIPMENT SHAL( BE CONSIDERED AS EXTRA WORK 'AND PAID
FOR ACCORDINGLY.
' NEITHER THE OWNER NOR THE ENCINFER ASSUME ANY RESPONSIBILITY, AT ANY TIME, FOR
THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE COMMENCED
UNTIL FINAL ACCEPTANCE OF THE WORT( BY THE ENGINEER AND THE OWNER. THE
' CONTRACIOR 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 TO THE ENO THAI 11 SHALL BE PROSECURED FAITHFULLY, AND WHEN HE 1S N07
' PERSONALLY PRESENT ON THE WORT(, HE SHALL AT ALL REASONABLE TIMES TO
REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO
EXECUTE THE SAFE, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY, AND
WHO SHALL BE 14 LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE CONTRACTOR SHALL
BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS DELIVERED TO HIM OR
TO HIS AUTHORIZED REPRESENTATIVE.
' SECTION 9
9-1.01 MEASUREMENT OF QUANTITIES (ADDITIONAL SECIIGN)
' ALL DELIVERY TICKETS THAT ARE. REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR PAYMENT MUST BE. HECEIVED BY 1H ENGINEER Al THE 11ME OF
DELIVERY. NO PAYMENT WILL BE MAr1E ON TICKETS TURNED 1N AFTER DATE OF DELIVERY
' OF MA)LR1AL.
A. BY TRUCK
' PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF
MATEHIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DAIL, AND INSPECIOR'S
INITIALS.
pSCALE LCRIIFICATION SHALL RE SUBMITTED AS EARLY IN THE PROJECT AS
POSS I c
aEAUn n i S197ION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT , THE
WEIGHT LIST SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNcD COPY
t TRANSMITTED DAILY TO THE CITY BY THE SCALE AITENDANT. IN ISOLATED CASES
YRIERE SCALE WEIGHT IS NOT AVAILABIE, THE INSPECTOR SHALL MEASURE Ili,
TRUCK VOLL0E AND CERTIFY AS TO ITS FULL LOAD DELIVERY.
1
SP le Revised 3/84
F:} ,
B. BY OTHER MEANS '
METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BROUGHI TO THE SITE BY '
ANY OTHER MEANS WILL BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT BEFORE
AWARD OF THE CONTRACT.
9-1.03 SCOPE OF PAYMENT (ADDITIONAL SECTION) '
ALL COSTS AND EXPENSES FOR ITEMS OF WORK, EQ '.YMENT, OR MATERIALS, INCLUDING '
INSTALLATIONS, NOT IDENTIFIED AS BID ITEMS iN THESE SPECIFICATIONS SHALL BE
INCIDENTAL. TO THE PROJECT. NO SEPARATE PAYMENT OF ANY KIND WILL BE MADE FOR
THESE INCIDENTAL ITEMS. '
9-1.098 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS (ADDITIONAL SECTION)
PARTIAL PAYMENTS ON ESTIMATES MAY BE WITHHELD UNTI7 A WORK PROGRESS SCHEDULE, '
AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED AND APPROVED.
IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT WET THE REQUIREMENTS '
OR SPECIFICATIONS, THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH MATERIAL OR
WORKMANSHIP IF THE DIRECTOR OF PUBLIC WORKS DEEMS SUCH ACCEPTANCE TC BE IN THE
BEST INTEREST OF THE CITY, PROVIDED THE CITY MAY NEGOTIATE PAYMENT OF A LOWER ,
UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
1
1
SP 19 Rev!-.-J 3/84
t
' TECHNICAL PROVISIONS
TECHNICAL PROVISIONS
' SPRRING BROOK WATERSHED
' FENCING
PHASE II
MOBILIZATION
This bid Item shall provide compensation for costs Incurred by the
' Contractor for moving equipment to the job site, securing suitable
storage areas, providing a field office, If desired, providing sanitary
facilities for the workmen, rotating equipment during the project, and
removing all equipment and facilities irom the project area upon
' completion.
The lump sum for mobilization shall be full compensation for all labor
t 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.
UJL AND/OR SUBSURFACE ONDITIONS
The bidder shall makc ais own decisions and conclus'ons as to the nature
of the materials to be excavated, the difficulties cf making and
maintaining required excavations, the difficulties which may arise from
subsurface conditions, and of doing any ether work affected by the
subsurface conditions and shall accept full responsibility.
Extra compensation wl II not be made for the adverse condit Ions that may
be encountered.
REMOVAL OF PRIVATE PROPERTIES
Remcval and replacement of private properties shall be assigned as the
Cont-actor's responsibility to restore private properifes to property
owner 's satisfaction. This Is not to be considered as new replacement,
but only restoration of existing facilities, In case of damage by
contractor or restoration caused by necessity of remcvel .
' Such removal and replacement shall be considered Incidental to the
project and no compensation will be mad .
1 MECHANICAL TAMPING
Mechanical tamping shall consist of hand-operates mechanical or pneure* ;c
' tampers as outlined In Section 15-2.0IA of the Standard Speclficatiors
and shall be required where called for In these specifications, on the
plans, and where directed by the Owmer/
Mechanical tamping shall be considered as Incidental to the construction
and all cost thereof shall be Included by the Contractor In other pay
Items within this contract. No further compensation shall be made.
t
t
' TECNICAL PROVISIONS
' MING BOOK WATERSHED
FENCING
' PHASE 11C
TECHNICAL PROVISIONS (Cont.)
WATER
' Natet r ; e acquired and placed In strict compliance with Section 16
of the : dard Specifications.
' Mete• shali be conside-ed incidental to the project and no further
compensation shall be made.
' CHAIN LINK FENCE AND GATES - General
This work shall Include but not be limited to the Installation of chain
link fencing with the related concrete footings. Height of all fencing
' to be 8 feet above grade. The fence shall have 3 strands of barbed wire
for security and appropriate arms to support the barbed wire. Bottom of
fabric to be approximately I Inch above ground.
All material used In the ^onstruction of chain link fence and gate shall
be new. Iron or steel mat,rlal shall be galvanized except as hereinafter
' provided. Imperfectly galvanized materiel , or material upon which
serious abrasions of galvanizing occur, will not be acceptable. All
accessories shall be free of sharp edges. At ; welded members to be
_,lvanized after welding in single piece.
The base materiel for the manufacture of steel pipes used for posts,
braces, and gate frames shell conform to the requirements of ASTM
Designation A 120 except the weight of tolerance on tubular posts shall
be applied as provided below.
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 coatlnu per
square foot of surface area. In the case of members made from pipe, this
' area Is defined as the total area Inside and outside. A Sam-pie !Cr the
computing the average of weight of coating is defined as a 12 Inch piece
cut from each and of the galvanized merber. Fittl +tachments are
' hardware shall be galvanized In accordance with t -rents of ASTM
Designation A 153. Other materials shall be gaiv r, eclfled
hereinafter. All fence materials shall be manufr •he Unite"
States.
Fabrit
' All chain link fabric shall consist of commercial quality steel wire
■oven Into an approximate 2 Inch uniform diamond mesh. The fabric shall
be 9 gauge wire (0. 148 Inch diameter) , 8' Ow height, knuckled selvage on
top and bottom. The fabric shall be hot dipped galvanized after.
TECHNICAL PROVISIONS
' SPRING BROOK WATERSHED
FENCING
PHASE
TECHNICAL PROVISIONS fCont.1
End Posts
Posts shall be 2-7/8 Inches O.D. and Weigh not less than 5.75 lbs. per
lineal foot.
Posts P shall be 2-3/8 inches 0.0., Schedule 40 or match existing posts.
Ton Rail
Top rail shall pass through the tops of the line posts farming a
' continuous brace from end to end of the complete stretch of fence.
Lengths of tubule- top rail shall be joined by sleeve couplings. Top
rails shall be securely faster+d to posts by press steel fittings.
Couplings for tubular top rail shall be outside sleeve type and at leas'
7" long.
?Inc Coated Steel Fitting
Miscellaneous steel fittings and hardware shall be of commerclai grade
steel or better quallfy, wrought or cast 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 specifled herein. The weight of zinc coating on below listed
steel fittings shall be 1 .2 ounces per square foot.
Cans
' All posrs for chain link fence shall De fitted with an approved
galvanized pressed steel or aluminum cap on each post.
' Tension
Hot-dipped galvanized steel bars shall be not less than 3/16" x 3i4" and
' equivalent to fabric height. Bars are to be threaded through fabric and
attached to posts by means of tension bends spaced not to exceed 14
Inche . One Dar shall provide for each end post.
' Not-Cinbad Galvanized Steel Tension Bands
Mot-dipped galvanized steel tension bends shell be provided with tension
' bars at each and post. These bands shall be of flat steel 1/8" x 3/4".
Spacing on post shall be at no more than 14" intervals.
i
W-767 SPRINGBROOK WATERSHED FENCING - Phase II WTR-1 2
TECNICAL PROVISIONS
SPRING BROOK WATERSHED
FENCING
PHASE
TECHNICAL PR0VIS10Nc (Copt 1
Brace Bands
' Galvanized steel brace bands shalt be provided where top rail or tracing
is required on each end p,st. These bands shall be securely festered to
Posts end use! with a rai .-end. Bands shall be of 1/8" x 6/4" flat steel .
' Rail Ends
Galvanized rail-end shall be provided with each brace band where tracing
' Is required.
Iles or Clips
Ties or clips shall be provided for attaching chain link fabric To line
Posts at intervals of not more then 14 inches. 71es may be of steel II
gauge (galvanized) or aluminum 9 gauge.
1 Tension Mires
' This reinforcing wire shall be /T gauge coil spring wire and shall have a
zinc coat Ing of not less than 0.80 ounces per square foot. Galvanized 9
gauge hog rings shall be provided for � trccing tension wire to fabric at
' Intervals not exceeding )4 Inches. Tension wire Is required along Lotto"
of fabric.
Barbed-Mire Syj1nortiny Arm<
' Barbed-wire supporting arms, when specified to be furnished, shall be a'
an ,ngle of approximately 450, and shall be fitted with clips or other
1 means for attaching three Ines of barbed-wire. The top outside wire
shall be approximately twelve ( 12) inches horizontally from The fence
line and the other wires spaced uniformly between the top of the fence
' fabric and the outside barbed-wire.
garbed-Mire
' Barbed-wire shell consist of three strands of 12-1/2 gauge wire with: 14
gauge 4 point barbs spaced approximately five (S) inches apart. All wire
shall be zinc Coated with a minimum coating of .80 ounces per square to('
' of surface area on 12-I/4 gauge wire.
t
TECHNICAL PROVISIONS
SPRING BROOK WATERSHED
FENCING
PHASE--V-
USHNICAL PROVISIONS (Cont.)
' Installation Standards
' Line posts shall be spaced at not more than 10 foot intervals, plumbed,
In line and placed In a vertical position. All posts to be set In
concrete. Tubular posts to be provided with cap. Fabric to be attachec
to ,no posts With 11 gauge galvanized steel or 9 gauge aluminum ties
spaced at not more than 14 Inch Intervals.
Terminal end end posts shall be plumbed In a vertical position. All
posts to be set In concrete. Tension bands and bars to be provided at
each terminal , and two bands and bars for pull and corner posts. Bands
s aced on posts at Intervals of not more than 14 Inches. A corner post
Is required When line of lance 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 Post Helgh-
tcf Hnle of Hole Embedment of Fabric Post
10" 38" 36" 81 Line
' low 38" 36" 6' Terminal
Note: Where rock conditions exist, pcst setting to be determined by City
Inspector.
Concrete to be 2,000 PSI , 5 sack mix, and crown all posts to shed water .
Fabric to be stretched tight, approximately I to 2 Inches above the
ground, from terminal posts and shall be fastened on to the side of $ Ine
posts by Iles spaced at intervals of not more than 14 Inches and 14
inches for top rail . The fabric shall be cut and fastened to each
terminal post Independently by tension bar with bands. The enslon 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
tto form a continuous fence line.
Fabrication and Installation of mete• lals furnished and Installed under
' these specifications shell be first class and show careful , flnlshed
workmanship In all respects.
' TECHNICAL PROVISIONS
' SPRING BROOK WATERSHED
FENCING
' PHASE
' TECHNICAL PROVISIONS (Cont.)
MEASUREMENT AND PAYMENT
' Chain Line Fence
The unit bee 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.
Clearing shall be considered Incidental to fence Installation .
CLEARING GRUdRING A TREE REMOVAL
' The Contractor shall clear the new fence area, from the Cit : atershed
property line and to 6 feet Inside. This swath of cleared gees, and
brush shall be limited to city property only. While no debris of any
kind shall be deposited In any stream, or on roadways, tree trimings,
' logs and brush may be disposed on site In areas designated by the
engineer; No During allowed.
' Ornamental and danger tree's within the clearing limits shall be removed.
Measurement A Payment
t Clearing, Grubbing and Tree Removal shall be measured by the linear foot
of new fencing. The unit pric^ per linear foot shall be full
compensation for furnishing all labor and equipment for removal of brush,
' trees, debris, stumps, ornamental end danger trees.
No separate payment will be made for brush, danger or ornamental tree
removal .
1
t
' STANDARD DRAWINGS
03NSH31 vm i•w�• N
S`Jh9HW)CodV_r PUHdS
a
WPM ,
a,
1
1�r �rI 11 1 , '�.�` nl I 1 I1 � �' 1`\� 1 • 11 � %
v
u•
I I/
��'' t' - 1N57ALL NEW
I N
MI4--TI6 To Exlsrtwe
FFnk'L=
u••TTTTT44444,w .. .... �` _.-.....rr .r++r..
wm i r i
• ..�• • • /Sec R3E.W
Ai
SKO pI me A.N.4,.
1
•.+.• M.,,FN .�SSOUArIS-SURVErpRS ClTV F Ip4,016
pJOPir! �.Kf.Hf
_ ..• rf
n,na..a Drown""
nw• Lwf
1 11 <w•1M I.Mr r ry � •. «1 1 I •
INa\M Yr•nM b• \»»IN• 1
_—__—. _ __ _ �`h `r ewe t� n_<�..c r«,•.. ,
I
1
i
,w• I�.ql
w o.»I».
110 .``
r
1 M• bW1 «
1n Y 11"IwM
<I C �•
Y I�
1
1
1 1TAMA11D MAN NO n
1 Chain Link Gates
wr,uo.•o..
1 DID.Vil '87
f
• ._N7 h. L w.K MdF.L
rWrAf roP F1N.Y✓G��K�iL C�r'"� ,�
7
••' •' ..p �., r} :� it .
Nf1lf<ur'f nr.rN -jr w0
Puff � ~F
ZZO
e "��t alLls K//f) • . .do rr
wrE[' b
la
94K/ efFAEt cm .. 1 t,.
i�"i. �� /•sr p•o r.yaJ �r �.'i,l ._�11 ,
AV
k 4 Q�,scc"
.o-'I MNR� lfflil 1' ' .D.LINE ppST_ L,Ty of
tl�/ ��9<<tii4 ;,ky--r' .I� •s rof or. oA11s� u,c.
P .` se�E sin e..•c,Nv
N}AZR
I, _ �i*:. 1', .: 6iA• ,e f, reps, f .N✓n c•�.F KFN« NL q.,oa t N N.
ZOT
♦ 14'1-few u.lc-�'?L/Ioi fA(.fs fH•//1fI /AO L Nam__ WCAi h'NI,�a r
NK/a/As1d'97I1 ••f�1r) �<.:
y / r /tK ..•Vs,rf NOW C<•gffsco
p b K.( fM b.L.7 i Ibl • D `
7.w' Nf.uMrfNiC6D-/'!�/M+q N!) a•� b�niD'7r
. .Y
'fifiwsvlsd=ol*siirT L4g'�;a,d� sy.^•
t` -r+�'yv�t[xo$n-rvp� �hrrn�
J6Or a![td o♦ •%�' v J8T �- r r _
;• M 134;wevwcvV" !an•r avw,�lerr oL[r wL1r Oazi r Y� v� r" e
tl,r9 9N/NP!)a/r00 Oft —
.^�MY w erO N t -QOO.O- /-/1ar fl[Y9
„ r dgj +, r, � •jj /RL2la'[tn0
2 dwYe[
3 0.NT+aa1N'w '7 't99N^d4 7f OL f� • i
e. No2,r.ElU� lt� � - �I � ' -�f'nar-FE•' '
S[fGH 1Y33AIL?O 9NINAvg F71 r9
it.: far—n9bleenQ i 'h1 ! i=r �.ti
.JC'M9 b7Vlla/ b�O�G � '� r, �p3f1 �'��..•+4'.,,._%
i �b 3033N YJ-��Y - Nam•/" bMG
s ., a �r++b a Nsiw ra uii bZc
v r .' * . �///rY 7► 7 MYNA�, O C
}a �. i ��il-.• 11 r.� T ��`!• T T 'R_� if� 7�� T � I r
�� _� sit^-•M-�-Y �_]�-err, 1�• y�Y+f.K— 7�r ��,�_,�'� = r Y
ue ! k� ,r�►.t �y y,: i .. gr
,M
RENTON CITY COUNCIL
August 20, 1984 Municipal Building
Monday, 8:00 p.m. Council Chambers
M I N U T E S
CALL TO ORDER Mayor Pro Tempore Robert J. Hughes 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; KATHY A. KEOLKER,
COUNCIL MEMBERS RICHARD M. ST REDICKE, JOHN W. REED, NANCY L. MP THEWS,
THOMAS W. TRIMM, EARL CLYMER.
CITY STAFF LAWRENCE J. WARREN, City Attorney; MICHAEL W. PARNESS,
IN ATTENDANCE Administrative Assistant; MARILYN J. PETERSEN, Deputy City
Clerk, RAY CALDWELL, Police Department.
PRESS Pat Jenkins, Renton Record Chronicle
MINUTE APPROVAL MOVED BY REED, SECONDED BY MATHEWS, COUNCIL APPROVE
THE MINUTES OF AUGUST 13, 1984 AS WRITTEN. CARRIED.
CONSENT AGENDA Items on the Consent Agenda are adopted by one motion which
follows the listing:
Claim fur Damages Claim for damages in the amount of $630 filed by Robert F.
Stevenson Stevenson, 1509 Fdmonds Avenue NE. for sewage backup damage
to basement area of his home, alleging improper maintenance of
sewer lines by the City (8.03184) . Refer to City Attorney and
insurance service.
McHugh Rezone Land Use Hearing Examiner recommended denial of Edward A.
Dental McHugh Rezone from MP to 8 -1 for approximately 1.36 acn
located at the southwest corner of SW 41st and East Valley kuad,
File No. R-056 84. Short Plat 057-84. No appeal filed within the
14-day appeal period. Council concur.
IAC Fund Parks Department requested appropriation of grant funds from
Appropriation Interagency Comml4 ee for Outdoor Recreation (IAC) in the
amount of $124,315 r the Pedestrian Corridor and Shop Site
Redevelopment Project. Project is currently under constr uc Uon
and scheduled for completion in early November. Refer to
Ways and Means Committee.
Scott Annexation Policy Development Department requested Council set a public
hearing on 9, 1084 to consider Scott 751 Notice of Intent
Petition to Annex, site located on the north and south sides
of NE Sunset Boulevard between Monroe Avenue NE and Union
Avenue NE. City's zoning, Comprehensive Plan, and bonded
indebtedness accepted at 104 hearing on 6;18.84. Council
�pL71rL - tJ-7L7 concur.
Bid Opening City Clerk reported bid opening 8!10;84 for Phase If of the
Springbrook Spongbrook Watershed Fencing Project; three Us received;
Watershed Fencing Engineer's estimate $25.J00. Refer to Utilities Committee.
Consent Agenda MOVED BY REED, SECONDED BY CLYMER, COUNCIL ADOPT
Adopted THE CONSENT AGENDA AS PRESENTED. CARRIED.
OLD BUSINESS Transportation Committee Chairman Trimm presented a report
Trans ortation referring the matter of the proposed Local Improvement District
ommittee on South 43rd Street back to the Administration for recommen-
out 43rd LID rla t ion.
Joint CitylCounty Transportation Committee Chairman Trimm presented a report
Agreements concurring with the request of the Public Works Department
and recommending approval or three CitylCounty Joint
Improvement Agreements
Renton City Council • •
8 27 84 Page Two
Correspondence continued
COUNCIL REFER THIS MATTER TO UTILITIES COMMITTEE.
continued CARRIED. (See Utilities Committee report s p1ge.1
Waiver Request Added correspondence from Larry Rude, Renton Fire
for Bike A-Thon Department, requested waiver of oarade fees and restrictions
for Renton Firefighters Bike-A-Thon Send-Off Ride on
Friday. September 7th at 10:00 a.m. Approximately 40
to 70 penple will participate in the event which routes bikers
to Bremerton and ultimately, California; proceeds to benefit
the Northwest Burn Foundation. MOVED BY CLYMER,
SECONDED BY KEOLKER, COUNCIL REFER THIS MATTER
TO THE MAYOR FOR DETERMINATION. CARRIED.
Councilwgman-Walhews noted that T-shirts commemorating
the event are on sale at the Fire Department.
OLD BUSINESS Community Services Committee Chairman Keolker presented
Community Servicx- a report recommending that the present Massage Parlor
Committee Ordinance be repealed simultaneously with the drafting of
asssage Parlor a new Massage Part-r Ordinance. The new ordinance would
Ordinance establish acts of prostitution and sexual contact between
patrons and masseuses as a violation of City Code. Such
a violation would be declared to be a nuisance and abated
either through removal of the business license or civil
abatement in court. It is also recommended that the
sections of the special endorsement and special occupation
license ordinance requiring police background check be
deleted.
Continued The Committee further recommended that the matter be
referred to the Ways and Means Committee for drafting
of the appropriate ordinance. M0 BY KEOLKER,
SECONDED BY MATHEWS, COUNCIL CONCUR IN THE
COMMITTEE REPORT. CARRIED.
Planning and Planning and Development Committee Chairman Stredicke
evelo ment presented a report recommending that a public hearing be
ommittee set for 5;10 84 to consider input from property owners and
Valley Comprehensive the general public on the Valley Comprehensive Plan
Plan Revisions revision prepared by the Planning Commission. The
Planning and Development Committee has proposed several
changes in the Land Use Element Mao and Policies. MOVED
BY STREDICKE, SECONDED BY REED, COUNCIL CONCUR
IN THE COMMITTEE REPORT. CARRIED.
Sister City Councilman Slredicke referenced Park Board Minutes of
Exchenge Program - 612'84 and questioned City funding of one-half of travel
Renton, Scotland expenses and two weeks paid exoerience for Park Department
employee to participate in work study exchange program
with Renton, Scotland. Mayor Shinpoch advised that the
City's participation in this particular program has been
canceled, and to her knowledge, the City soerds no funds
for any activity with a Sister City. Councilwoman Keolker
announced that the matter of Sister City affiliation will
be reviewed by Community Services Committee in the near
future following receipt of a report being prepared by the
City's Administrative Intern.
Utilities Committee Utilities Committee Chairman Mathews presented a report
id Awa�7or — concurring in the recomnendation of the Public Works
S?ringbrook Department to accept the low bid of McBride Fence
Watershed Fencing Company in the amount of $28,445.65 for Phase 11 fencing
Phase It of the Springbrook Watershed. The Committee further
recommended that the Mayor and City Clerk be authorized
to execute the contract documents. Chairman Mathews
reported that including Phase I, the total cost of the
fencing project is $46,500. well below budgeted amount of
51,000. MOVED BY MATHEWS, SECONDED BY KEOLKER,
COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED.
Fluoridation Utilities Committee Chairman Mathews presented a report
regarding the matter of waterfluoridatioa program, referred
7'23.84. The Committee has met with Public Works staff;
Mr. Moe Beira, Regional Engineer of the Department of
ARMA FENCE
COMPANY
� 1
12U61 W3�POST(7678, •�.
Au Post 1"', _ •=d
'i'v
, ier*on
Der- of
200 Yill Aven•:e,
Renton, 'tiA
Attn: Fob -:ere,•^o-
Lea.^ bob:
Concerning :^y :at.e!r'.+. ; i.; fpr -.ri1.r;lrooK, '.`-as•, ", etal. to
your agent ior, to yo.:•• . e:la item+ter' 'a^ „-.n�ican line. er our rConr
covareat ian bust before^t^.e bid oDeninr I informed von.: that 7 would
nave to adi ^nupt,ly 81,,On•�, ' Ty ; ,d for Ame^scan Tipe. and !:ence
as you can "e from my hid, Iwas lust a little ovor *hat. -,.icn
hiphPr from t^e low-9' bidder, intention, 'a`, is not to do anv-
har. for an honest mistake, !o raint. out r . -,t .,a,;r
"up 4!verican snec is 'r.iphly •rual irnd has crevted eorr
serious errors. You will fine that your enri%- timate of
Vfi,'N. is "based on foreign Dine, contrary to !oeci°', .
As •row rect.il, on yo+:r 'hale : bid, : way !,•r. act :
freely that for tha, b1d. the t.uy Americ a overlooked, and
It .appears evident ti.at at Ieast two of s also over-
looked the clause. Your clause is very ir. it at it does not
specify percentages of foreign content. ' 'ive performed , government
contracts within tltP last year, all wlihot '.ad bay American clauses
in them, attd none of which had American pipe in them. Thee e contracts
were a] ' performed legally within the prescribed percentages.
What I am as!;tnr that you do "+ob, in recommend that the Phase II job
be rebid with an adder,Jum ca111ng for a more standard buy American
clause. •Typically, fencinp is supplied with American made fabric and
fittings and foreign pipe. .lust savinv you want "all American" will
do little to police wh&t you actually vet. I firml,r believ itat
honest mistakes were Raise by several parties involved canhly
hope that the spec can be rewritten or reemphas s 'l1�ea aa8n lie
fair to all bidders.
n era}y,
Co17Ins
TO DATE_
v SCHEDULING AND NOTIFICATION
v �^ REQUEST FOR PRE-CONSTRUCTION CONFERENCE
NAME OF PROJECT: sC C 1�C-dc t
INSTALLAVON: Z->«-�-
LOCATION:
ve Set Date and Time
SFnT //
Call Harriet in Mayor's office to book Conferen� Room _% _ Floor
�. Notify Appointed Inspector * riA*,fuz - thy�[ i l --
V/K Notify Contractor/Developer z'C. 1i—�rJ-
n �
it c'-
5. Fill out attached form, make appropriate number of copies, and r - to to City
personnel rQ icr to meeting date. Notify the following City Departments:
Desigr Engineering _
Fire Department
Police Department
Street Department
Traffic Department
Utilities Department
Water Shop
Sanitary Sewer/Field C
Other
6. Telephone the following outside companies:
Phone Number
Department of Transportatic- TWUST—
Pacific N.M. Bell Company 251-ABO
Puget Sound Power b Light Company 255-2464 X 4309
Teleprompter Cable TV Company 433-3420
Washington Natural Gas Company 622-6767 x 249
Metro-Bus Routes 447-6859 (Mr. O'Brien or Mr. Nelson)
Other
PRECONSTRUCTION CONFERENCE
PROJECT: u� i.c, {�cft,� .G.tG�-.<4 Lc _ DATE: 9-//- a 3`PM
AJDkESS/LOCATION:"
PROJECT M _ PERMIT / WORK ORDER N ,
w w f i i t i f i 1 r r f i i i i i i f f f i f i i r Y f i i i f i i f f r ♦ 1
THOSE IN ATTENDANCE
NAME COMPANY PHONE
Anew 6Af+Wa _ Grr r Rt.Ti._i 1 w"V, 23y xf$1
.aa-naoa sa.a�s 1 Oa..ar a r.a�evrc.
6 •
�c�tic�c �enu ea.
o �aaoa r�.e rn,n taco
w000mnue.w. se0n
AND SEWER PROJECTS
_Y UNDER CONSTRUCTION
oa yam,
Hurc r.0w,a.,092a IN �L)/1 [ 41 ^
iE CITY OF RENTON r �/
WATER PROJECT 0 rr� SEVER PROJECT P! DATE�,_g _
n
WATER PROJECT TITLE i��e.l t`...c{T �1'c.n.s��L ��...ct<,.c- �� z'
PROJECT LOCATION
DEVELOPER LI1Y Ct RQNILV
ADDRESS
PHONE 2(bt- hi„ ClyiN S Uc4c,r.+.e
EMERGENCY
PHONE
CONTRACTOR M.. BQ�DE IENc(
ADDRESS I3 , c2 NE 171 ,. PN"L 1,ti..•n USA ` PC7L
P40NE a?i ) 5(, 3(-4 �. �L1
EMERGENCY
PHONE
FOREMAN
PHONE
EMERGENCY
PHONE
City of Renton Inspector n._�i 1�L �1�fyyter
Other Insnector
• 0 +
MCBRIDE FENCE COMPANY
13202 N.E 177tn Place
P O 476
WOODINVILLE WA%072
Phone 485.9518 6 364�0121
,
OTYV OESCAIP1h N PRICE AAICUNT
I
r
l i
TAM
TOTAL
Au caTn Anp .aa ua�ec poppy
M4dY pp e:-<omPlefbp tar tn�9 p.0 /''�j {�� 1
OF RED
� T
R
THE CITY OF RENTON
MUNICIPAL BUILDING 280MILLAVE SO. RENTON,WASH.99968o ✓g BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR.
s 1p CITY CLEfN( • (206) 235-2500
P
�rFO 5Ev1E�
August 27, 1984
Mr. Ray G. McBride, Owner
McBride Fence Company
13202 NE 177th Place
Woodinville, WA 980R
Re: Bid Award for Springbrook Watershed Fencing, Phase It.
Dear Mr. McBride:
At its regular meeting of August 27, 1984, the Renton City Coun0
accepted your overall low bid on the above-referenced project in the
amount of $28,445.65.
To enable preparation of the contract documents, please submit an
undated performance bond, insurance certificate, and proof of City
and State licenses to Project Engineer Bob Bergstrom, Engineering
Department, 235-2631.
If you require further assistance in this matter, please feel free to
contact either the Project Engineer or Public Works Director Richard C.
Houghton at 235-2569.
Sincerely,
CITY OF RENTON
Ma6lyn J. Petersen
Deputy Clerk
cc: ,,Bob Bergstrom, Project Engineer
OF
z THE CITY OF RENTON
MUNICIPAL BUILDING 209 MILL AVE SO RENTON.WASM.9ee56
Rg BARBARA Y. SMINPOCM, MAYOR 0 MAXINE E.MOTOR,
a CITY CLERK a (206) 235-25M
P
�rE0 SEP1E01
August 28, 1984
Ms. Lynda Chandler, Secretary
Crown Enterprises, Inc.
1144 South Carl
Burlington, WA 98233
Re: Bid Award for Springbrook Watershed Fencing, Phase II.
Dear Ms. Chandler:
At its regular meeting of Aug, -t 27, 1984, the Renton City Council
accepted the overall low bid submitted by McBride Fence Company
for the referenced bid in the amount of $28,445.65.
Thank you for participating in the bid process.
Sincerely,
�.�CITY OF RENTON
VnJ�t��—n -
a
M
Deputy Clark
cc: Project Engineer
OF )?e
Z THE CITY OF RENTON
MUNICIPAL BUILDING 200 MILL AVE $0 RENTON,WASH.98055
o UL $ BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR,
0
90 ?e CITY CLERK • (206) 235-2500
��rEO SEPTE�
August 28, 1984
Mr. Jake Collins, Owner
Perma Fence Co.
13723 100th Avenue NE
Kirkland, WA 98034
Re: Bid Award for Springbrook Watershed Fencing, Phase II.
Dear Mr. Collins:
At its regular meeting of August 27, 1984, the Renton City Council
accepted the overall low bid submitted by McBride Fence Company
for the referenced bid in the amount of $28,445.65. Your bid deposit
in the amount of $540.00 is enclosed.
Thank you for participating in the bid F rocess.
Sincerely,
CITY OF RENTON
JMat* J. Petersen
Deputy Clerk
cc: Project Engineer
Enclosure: Bid deposit check 05336 for $640.00
OF RF
OFFICE OF THE CITY ATTORNEY• RENTON,WASHINGTON
V 2 WSr 1 p.IN 100•].a S+MEr • .INTO..ws.nO+a. MM+ }».SIM
LAWRENCE I WARREN, G+r urO..er DANIEL KELL000, .svp..+c......Wm[r
a' DAVID M.DEAN. .SVST. T cn•.na.sr
P
�TED SEo'E/ MARK E.BARBER, nrs+..r c,u+O..er
August 31, 1984 ZA RTHA L.FRENCH sys+..+ o++.+1a.
MARTHA A.FRENCH,smsr..* b*r.++a..c•
TO: Ron Olsen, Utility Engineer
FROM: Lawrence J. Warren, City Attorney
RE: Springbrook Watershed Fencing - W-767
Dear Ron:
I have reviewed the above contact and approve it as to legal
form, with one comment. The proposal does not reflect the
type of business and one of the boxes should be checked.
Lawrence J. Warren
LJW:nd
Encl.
cc; Mayor
P LABORATORF.S, Inc.
5635 Delridge Way S.W. Seattle.WA 98106 (206)937.3644
Ii. w 1 ' ,
OF RFti
PUBLIC WORKS DEPARTMENT
_ DESIGN/UTIL',TY ENGINEERING 0 235-2631
n
O F MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON,WASH.9111055
9 e
P
wrFO SEP'Soei
BARBARA Y. SIiINPOCH
MAYOR
October 2, 1984
McBride Fence Co.
13202 N.E. 177th Place
Woodinville, MA 98072
Attention: Mr. Roy McBride and Mr. Joe Troxa
Subject: Springbrook Watershed Fencing, Phase 11,
City of Renton Contract CAG 053-84, W-767
Gentlemen:
In conjunction with the installation of the fence for the sub iect
project; the following items must be corrected prior to acceptance
by the C!ty:
I. The galvanizing of the end posts does not meet our speci-
fications for zinc coating content. Please see the attached
laboratory report by B G P Laboratories.
2. An existing drainage ditch by the west fence which was
filled with dirt during the clearing process must be redug
to allow prcoer drainage.
3. On the north side of the property, a tree stump under the
new fence must be removed.
4. Please submit to us the invoices of all the fencing materials
used on the job in order to verify thut they were manufactured
in the United States as specified in our specifications.
5. According to the survey of the subject property, the total
lineal footage of the fence is 2,719.38 feet (excluding 48
feet of fence for the three 14' gates and one 6' gate which
are separate bid Items).
1 have talked to Joe Troxa about the test results and he was going
to submit neit post sample and fabric sample to be retested. The
cost of said tests will be charged to you since the initial test
did not pass.
McBride Fence Co. - 2 - October 2, 1984
If you have any questions or .his matter, please contact Bob Bergstrom
or myself at 235-2631.
Very truly ycurs,
Abdoui Gafour
Project Engineer
:jft
cc: George Stahl, water Department
WANCNOR
►tMG.
ANCHOR POST PRODUCTS OF CALIFORNIA
DIVISION OF PPA INDUSTRIES. INC.
12482 EAST PUTNAM STREET 1 2131693.2794 • WHITTIER, CALIFORNIA 90608
October 5. 1984
Mr. Rov McBride
McBride Fence Co.
13202 N.E. 177th Place
Woodenville, WA 98072
Re: Certificate of Compliance: Contract No. CAG 05384-8
Citv of Renton - 2800 LF 2-9-8 Chain Link Fence Materials
Gentlemen:
This will certify that the chain link fence materials supplied
for the above mentioned project are in strict compliance with
State of Washington, AASRO Standard Specifications, and meet or
exceed the requirements of Federal Specification RR-F-0191J,
and requirements as spelled out by ,lob plans and specifications
as follows:
Fabric: 2-9-8 Galvanized after weaving chain link fabric meets
or exceeds all above specifications, and is Type I,
Class I , 1.2 oz. zinc per square foot per ASTM A392,
and is domestically produced.
Posts, Rail 6 Braces: Meets all above specifications, and is
1.8 oz. z.nc per square font per ASTM A120, and is
domestically produced.
Chain Link AccessoriesJFitt in'
s: Meets all above specifications,
-is domestioally produced.
Very truly ,yours,
fj AX90R POST PRODUCTS OF CALIFORNIA
�-
lT�,aw Yr1y'i ,y ` mil/
�49hert W. Wallace
Regional Sales Manager
Rh'R/kp
. 1
1 - 1
� * 0 !
McBRIDE FENCE COMPANY
13202 N E 177th Place
P O 476
WOODINVILLE.WA%072
Phone 485-9518 6 364-0121
SML'b.� CnSH ...� .n 'E :±N n<f.i MbSE PEip PMpll
pTr CBSCPlPTEO(i PW= I AMCVMT
`'+.`S) .27c:d L"t ✓�.-�c. Ci«t% 95 ,�,.15 cd
TAX
TOTAL .. __....__..__
AI• Gams and rewrnetl goon.
NVST b.eCCQmDen:eq Oy ln.bl.
SFNtB P..:. -.II UUIK I.�fll(
P LABORATORIES, Inc.
5635 Deiridge Way S.W. Seattle,WA 98106 (206)937.36"
CITY OF RENTUN Dates Iktober
Public Worts Department Test Report:
200 Mill Avenue COATING WEIGHTS CIF ZINC
Renton. WA 48055 GALVANIZED FENCE POST AND
Attn. Abdr. .1 WIRE CU:ITH
--------------
-------------------------------------------------
One 16" length of galvantned steel pnst (hot dip zinc.
process) and a 6::6' piece of wire c:loth were submitted for test-
1ng t.0 determine the r.oatinq weiyhta Separate det rminatt,urns of
both e;cterior and interior zinc were made on the pipe, which was:
inches I.I.D. and 1% used for end posts. The pipe, was also
checked for weight per lineal font.
Procedures for the analysis were .as required b. A6'TM A-12+'?,
'Analvttcal Procedures and Recommended Standards for Galvanized
Steel Pipe' . 6tandard=_. are as regi-,fired in 'SpeClflcations for
Spring Bront. Watershed Fencing, Phase 11' under 'Technical
Provisions' .
RESULTS
coating Weight. cz.sift.:
Standard MinAnkum Average 1.0i, ❑zs/fta
Least Allowable Minifflum 1.60 ozs/ft2
Pipe 2-7 8" O.D. Average: 1.0".i oz rei ft2
Test I Es ter i or* 1.65 ozs/ft2
Interior 1.82 nzsaf t2
Test - E>.terior 2,05 ozs/4t2
Inter uaa 1.88 oza/ft.2
Weight per lineal foot: 5.45 lbs/ft
Wire Fabric. mesh Averages 2.CXI m.s/ft'2
Test t Z.05 ozs/4t2
Ipt;t 2. 1..9ZI oZS/f t2
CONCLUSIONS
Both ulpe and fabric meet specification satandards.
6 5, F 1_abAnr"a�tories, Inc. (,
1/�� tK
V V�� JAN 1 0 IM
CITY RENTON • DEPARTME10 OF ENGINEERING
• • MUNICI L EUILMW 200 MILL AVE SOUTH. NENTON. WA 90055*235 2031
PROJECT_SPPiNCAPWP W,TERSNEO RNING
C1�E- PROGRESS PAYMENT ESTIMATE NO Innel)
— 17--__
Cemeaet NP ']9-6< Conv..l . KPTDE FENCE CMPANe CIPYro wLe 10.1'.Rd gam, I p1 1
NOR, EV PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE
NA De.cn Pho� u,n luml a.,ce Ofr Oty Anp.r11 Oty A., Otv Ar.,gN,l
1. B' GNaiNt UA Tw. L.G. 2,89 2,M0 2MR 21,R39S2 2MR 21,RM.52
2. mbill aM, L.S. om L.S. 4. -0-
3. Noce LINT Cteerle9,Grv6Aleq 6
Tee Rele.0 L.F. 0.95 2,RR0 2368 2,629.60 MR 2,629.60
A. OeN6le la' .If.CW,, UM bate EA. 211.50 3 3 112.5p J )1250
S. Slegle 54 .I1.MIN LIM bete EA. I 1e2.% 1 142.50 1 14250
I
SLETpTN 25,]N.12 25,32e.12
tIRNCJ, Ovp[P
I
I
I I I
gMIOTM ALL CWW OMM
l I
I
1
SaTpru (yite_II -_25,72a1Z
SNRTDTM ALt CHARGE OADEAS
(a) CONTRACT EUNINRS TOTAL _76,31A.17 ._2S,]Ifd2_
16)� LESS RETAINAGt it . (a)
(c) EARNINGS PAIAALE THIS ESTIMATE ( -(6) 2a�051.91 _29 t
(f)I SALES TAT AT 9.11 . (a) I 951_25 __ZQ
(e) GAAND TOTAL (a) • (f) �
27.MIS MILL22
(T) LESS ANIIAIT"EVIOUSLT PAID
191 LESS Wterle' TMtln9 Fela
MOOR p¢ 'N1S ESTIMATE � I_26,9p.16
I I I
I
JA jn
DATE kctober 16, 1984
TO: FINANCE DIRECTOR
FROM: PUBLIC WORKS DIRECTOR
SUBJECT: PROGRESS PAYMENT
CONTRACTOR: McBride Fence Company ESTIMATE 1 1 (Final)
CONTRACT 4 CAG 053-84 PROJECT: Springbrook Watershed Fencinq Phase 2
I. CONTRACTOR EARNINGS THIS ESTIMATE $ 25,324.12
2. SALES TAX 8 8.1% 2,051.25
3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 27,375.37
LESS $106.00 for Material Testing Fees 27,269.31
4. EARNINGS PREVIOUSLY PAID CONTRACTOR E -0-
5. EARNINGS DUE CONTRACTOR THIS ESTIMATE S 24,057.9)
6. + (95E x Line 1) SUBTOTAL - CONTRACTOR PAYMENTS S_24,057.91
7. RETAINAGE ON PREVIOUS EARNINGS E -0-
B. • RETAINAGE ON EARNINGS THIS ESTIMATE 1,266.21
9• SUBTOTAL - RETAINAGE $ ),266.2'i
10. SALES TAX PREVIOUSLY PAID E -0-
11. SALES TAX DUE THIS ESTIMATE 2,057.25
12. SUBTOTAL - SALES TAX S 2,051.25
LESS E10640 for Material Test Fees$ (106.00)
GRAND TOTAL E 27,269.31
FINANCE DEPARTMENT ACTION:
PAYMENT TO CONTRACTOR (Lines 5 and 11): (LESS E106.DO for Material Testing Fees)
ACCT. / 421/000115.501.37.65 15 S 26,003.16 / 1
ACCT. 0 S ;�
RETAINED AMM (Line 81:
ACCT: / C27/000/15.501.37.65.15 S 1,266.21 / 1
ACCT. / $ -- ,--
CHARTER 118, lAWS OF 1966 TOTAL THIS ESTIMATE S 27,269,37
CITY OF RENTON CERTIFICATION *RETAINAGE: 5% of amount,
l M~f w-Aw CN it.Ripl ft Y"m
1RM�. IMI Mf Wnl1W iYN NU M'IrMIO M
IC1M41 Ali T a.M ai�f W�Mm�i OfNI lm
wrw. Mo MA, +4 CuW a�.YI Out wu JVYp
OMW.gi,•fMw� M ory a pwTt 4p�,i Jy j fi n
iYInURIC IO urw.n,u,1�MD CMAY N MD MM.
�c
FL 325
Rev. 10/14/70 Contract No. C.A.G. 053-a4
NOTICE OF COMPLETION OF FuBLIC WORKS CONTRACT
To: State of Washington Date: October 29, 1984
Excise Tax Division
Audit Section
Tax Cwvr,ission
Olympia, WA 98504 Do Nut Use
From: City of Renton Assigned to:
Finance Department
200 Mill Avenue South Date Assigned:
Renton, WA 98055 P.W.G. Number:
Date:
Gentlemen:
Notice is hereby given relative to the completion of contract or project
describea belcxv:
Description of Contract Springbrook Watershed Fencing, Phase II
Contractor's Name McBride Company
Contractor's Address 13202 4,E. 177th Place, Woodinville, WA 98072
Date Work Commenced September 12, 1984
Date Wor. Completed September 25, 1984 Date Work Accepted: Nov. 5, 1984
Sarety or Bonding Company United States Fidelity 8 Guaranty Co.
Agent's Address Alexander 8 Alexander, Inc., 2001 6th Ave., Suite 1100,
Westin Bldg., Seattle WA 98121
Contract Amount $26,314.20 Amount Disbursed $26,003.16
Additions (Deletions) (990.08) Amount Retained $ 1,266.21
Sales Ta,. $ 2 051.25 Total $27.269.37
(Non-Taxable Deletions) 606.00)
total $27,269.37
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 SHALL
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
PUBLIC VOR)<.S MV1W;.TS - LIM FOR
EXCISE TAXES -- FIUL PAYMCWIP
RCH 60.26.CLO (sec. L chap. 236, Laws of 1955) The amount of all taxes, in-
reases and pens ties due or to become due under Title 62. Rini from a contractor
r his successors or assij,ees with respect to a fublr: ieprovewwnt contract whers-
n the contract price is five thousand dollars or more shall be a lien prior to
11 Other liens upon the amount of the retained percentae,e withheld by the dis-
wrsine officer under such contract, and the amount of ill other taxes, increases
nd penalties due and Mini, from the contractor shall be a lien upon the balance
f such retainer percentage remaining In the possession of .he ditbursing office-
fter all ether statutory lien clan: h.ve heur, paid.
S_l: o0.2d. C50 (sec. 5 chap. 236, Laws of 1955) Upon final acceptance of a
ontra:t, the state, county or other municipal officer charged nth the duty of
abursing or autheriting disbursement or payment of such contracts shall forth-
th wtif�, the tax -- m fission of the completion of said contract. Such officer
11 not make any payment from the retained percentage fund to any person, until
s has received from the Tax Ccri ssion a certificate that all taxes, increases,
d penalties due from the contructor, and all taxes due and to become due with
apect to such contract have been paid in full or that they are, in the comsLLesion'e
pL.ion, readily collectible without recourse to the state's lien on the retained
rcentace.
KN 60.2d.Ce,0 (sec. 6 chap. 236, Laub of 1955) If within thirty days after
eipt of notice by the Tax Commission of the completion of the contract, the
unt of all taxes, increases and penalties due Ircm the contractor or any of
is successors or assignees or to become due •rith respect to such contract have net
Am paid, the Tax COmaissinn may certify to the disbursing officer the amount of
11 woes, increases and penalties due from the contractor, together with the amount
f all taxes due and to become due with respect to the contract and way request
nt thereof to the Tar Commission in accordance with the priority provided by
s chapter. he dlabursinr officer shall within ten days after receipt of such
-r,d request pay to the Tax Commission the amount of all taxes, increases
d penalties certified t, be due or to become due with respect to the particular
ontract, and, after payment of all claims which by statute are a lien upon U;e
stained percer.ta,e wi:hneld ty the disbursing officer, ;hall pa) .c the Tax
omai7610n Use balance, if any, or so much thereof as shall be necessary to satisfy
e claim of the Tax Commission for the balance of all taxes, increases or penalties
own to be due by the certificate of the Tax Commission. If the contractor wee
taxes imposed pursuant to Title 62, dCU, the Tax Corm'asion shall so certify
the disbursing officer.
0
• IFor By City Clerk's Office Only
AGENDA ITEM
RENTON CITY COUNCIL MEETING
SUBMITTING
Dept./Div./Bd./Comm. Public Works/Utilities Eng. For Agenda Of Nov. 5th, 1984
Meeting Date
Staff Contact Richard Houghton/Ron Olsen
Name Agenda Status:
SUBJECT: Final Approval for W-767 Consent
Phase 11 Springbrook Watershed Fencing Public Hearing
Correspondence
CAG-053-84 —_ Ordinance/Resolution
Old Business
E.hibits: (Legal DesCr., Maps, Etc.)Attach New Business
Study Session
A. Sunvnary Sheet for Project Other
B.
C. Approval:
Legal Dept. Yes_ No_ N/A_
COUNCIL ACTION RECOMMENDED: Approval of Final Finance Dept. Yes_- No. N/A_
Pay Estimate: Request final acceptance of Other Clearance_
project and begin 30-day lien period.
FISCAL IMPACT:
Expenditure Req.lred $ Amunt $ Appropriation- $
Budgeted Transfer Required
SUMMARY (Backcrouna information, prior action and effect of implementation)
(Attach additional pages if necessary.)
Recommend project be appro,ed and that the first and final estimate in the amount of
$26,003.16 be paid and that the retainage of $1,266.21 be released after thirty days
if all taxes have been paid and no liens have been filed.
I
PARTIES OF RECORD/INTERESTED CITIZENS TO BE CONTACTED:
SUBMIT THIS COPY TO CITY CLERK BY NOON ON TMURSDAY WITH DOCUMENTATION.
OF RE•1
! z PUBLIC WORKS DEPARTMENT
_ RICHARD C HOUGHTON • DIRECTOR
n R MUNICIPAL BUILDING 200 MILL AVE.$0, PENTON,WASH.98M
CP e° 206 235-2569
�rEO SEPtE�
BARBARA Y. SHINPOCH January 2, 1985
MAYOR
Mr. Ray G. McBride
McBride Fence Co.
P. 0. Box 476
Wocdinville. WA 96072
Dear Mr. McBride:
I am in receipt of your letter dated December 11, 1984, a copy of
J. D. Trcxa's letter of December 21st, and a copy Of the Mayor's reply
dated December 27. (984. all of which pertain to questions you have
ref. domestic vs foreign materials used for Springbrook Fencing project.
Please be advised that in answer to your concerns I am referring to you
Section 6-1.05 of the A.P.W.A. Specifications, copy attached.
As you will note the standard specification- allow the owner (City)
the latitude to make a decision as to whether or not they will use non-
American nade construction materials, so while we are appreciative of
your concerns we are operating within the guidelines of the Standard
Specifications as set forth.
Very truly yours,
7
Richard C. Houghton
Puilic Works Director
RCHepmp
cc. Mayor Shinpoch
Larry Warren
January 9,1985
RECEIVED
PUBLIC WORKS DEFT.
City of Renton CITY OFRENTON
Public Works Dept.
Municipal Building
200 Mill Ave. South
Renton, Wa. 98055
Attn: Mr. Richard C. Houghton Subject; Springbrook Fencing
Public Works Director Project
Dear Mr. Houghton;
Thank you for your response to our letters of December
llth and 3SI 1984 relative to the fencing requirements on the
Springbrook Watershed Project.
We are aware that the city of Renton has the latitude to
make the decision as to whether or not Foreign or Domestic
materials can be used with the A.W.P.A. format Standard Spec-
ifications.
Our concern is that your reference to the A.W.P.A. Spec-
ifications stated "NOTE; The special and Technical provisions
hereinafter contained shall be in additionto or shall4upersede
provisions of the standard specifications in conflict herewith."
Under technical provisions second page, under chain link
fence and gates-general, 4th paragraph, lastsentence, states;
"All fence materials shall be manufactured in the United States."
There should be no question the City of Renton superseded
the specifications in requesting, Domestio materialq. We are
saying the bidders had no choice but to bid on Domestic materials
which are more costly that Foreign materials, Therefore putting
those of us that bid Domestic materials at an unfair disadvantage.
We know that Foreign materials can not meet the galvanizer)
specifications for pipe as outlined in the A.W.P.A. specifications.
Evidently those pipe materials were not tested for galvanize
coating.
All bidders, including out of state bidders should be
required to abide by the plans and specifications on Public
Works Projects.
'Per Truly xqu rs
� )��� L�.
cc: Mayor Barbara Y. Shinpuch ay (3. McBride
OF RFti
Z THE CITY OF RENTON
MUNICIPAL BUILDING 200 MILL AVE SO RENTON.WASH 99055
W BARBARA Y. SHINPOCH. MAYOR 235-258^1
m
NFp
1TEO SEet Eel
MEMORA14DUM
DATE: January 14, 1985
TO: Dick Houghton
Larry Warren
FROM: Mayor Shinpoch
SUBJECT: McBride contention that allowing foreign pipe violates the bid
procedure.
Are we back to square one? Please advise.
V Q7tV 41L W
Barbara Y. Shinpoch, Mayor
BYS:hh
Attachment
January 9, 985 REC IVED�
,AN 10 �se� i
CITY pr nu.l vN
City of Renton MAYOR'S 7FFICE
Public Works Dept.
Municipal Building
20G Mill Ave. South
Rc Iton, Wa. 98055
Attn: Mr. Richard C. Houghton Subject ; c engbrook Fenc.,,s
Public Works Director Pr:., ;ect
Dear Mr. Houghton;
Thank you for your response to our letters of Decembor
I Ith and 2to 1964 relative to the fencing requirements on the
Springbrook Watershed Project.
We are aware that the city of Renton has the latitude to
make the decision as to whether or not Foreign or Domestic
Materials can be used with the,A.W.P.A. format Standard Spec-
. 'icati�ns.
Our concern is that your reference to the A.W.P.A. Spec-
ifications stated "NOTE; The special and Technical provisions
hereinafter contained shall be in additionto or bhallsupersede
provisions of the standard specifications in conflict herewith."
Under technical provisions second page, under chain link
fence and gates-general, 4th paragraph, lash sentence, states;
All fence materials shall be m. uufactured i,t the United Sta•es."
There should be no question the C_ty of Renton superseded
the specifications in requesting Domestic materials. We are
saying the bidders had no choice but to bid on Domestic materials
which are more costly that Foreign materials, Theretore putting
thope of us that bid Domestic materials at an unfair disadvantage.
We know that Foreign materials can not meet the galvanized
specifications for pipe as outlined in the A.W.P.A. specifications.
Evidently those pipe materials ere not tested for galvanize
coating.
All bidders, including out of state bidders should be
required to abide by the plans and specifications on Public
Works Projects.
er
��^��
cc : Mayor Barbara Y. Shinpoch ay G. McBride
PUBLIC WORKS DEPARTMENT
RICHARD C HOUGH'ON • DIRECTOR
MUNICIPAL BUILDING 200 MILL AVE SO RENTON.MASH.ea055
9 <
EP 20E 235 1569
��rEp SEvtE�
BARBARA Y. SHINPOCH
MAYOR _„ . IG, 195`
1G: Barbara Shinpu h. Mayor
FROM: Richard Houghton. Public Works Director
SUBJECT: McBride Fence Co.
Barbara:
I called Ray MpBride an discussed with him the subject of the Spring-
brook Fencing contract and contractor.
After this conversation I unterstand more clearly his concern% and
admittedly there are sure gray areas within our specifications: however.
we did clear the air so to speak.
I do not feel 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.
a
RCH:pmp
cc: Bob Bergstrom _
Don Monaghan
Ron Olsen
File lSpringbrook Fencing) _,. _
ENDING
IL
TITLE
FILE
V— 7,/ �
S�Ri �W B�a� k
(JaieRSl� �rJciNG
Phase �"