HomeMy WebLinkAboutWTR2700790(7) S .
_ Waterma i n ep l acement W- p
79
N.E. 6th St . Between Monroe N. E. & Union N, E. 1 of 2
Bid P ropo�,a 1 F. Spec
BEGINNING
OF
FILE TITU W7 I
00UPKin
18!W
INE
•
v
1 AWARDED LTI-A Contract No CAG a x:.c
1 TO GrAw-'(sncfrurfiem
/agor - 1j,- A„& s e
Ce„fe+ , WIC 9dos(.
).if. - 0418
UTILITY ENGINEERING
1
BID PROPOSAL AND SPECIFICATIONS
1
1 FOR
i WATER PROJECT NO. 790
1
1 811 WATERMAIN INSTALLATION
1 NE 6th ST FROM MONROE AVE NE
1 TO UNION AVE NE
1
CITY Of RfNION
PUBLIC WORKS DEPARTMENT
ft(AK fAl W1(DI40, 200 Mill AVf S
REa+oh, WASH. W0e5 . (2"1 235.Mai
N-790
' N.E. 6TH ST. FROM "ROE AVE. N.E.
TO UNION AVE. N.E.
CON'.RACTOR:
' Grant Construction Company
12901 - 172nd Ave. S.E.
Renton NA 98056
Office: 226-0418
' Emergency: 271-0200
INSURANCE 6 BONDING AGENT:
Dan B. Hauff 6 Associates
P.O. Box 770
Renton MA 98057
Office: 228-1500
1
1
CITY OF RE no,
BIC PROPOSAL AND SPE,.-ICATIONS
B* WATERMAIN INSTALLATION
NE Etr ST FROM 16"ROE AVE NE TO UNION AVE HE
W.-TER PROJECT NO. W - 790
lI�F.F
Summary of Fe it Prect lcas/'Af f l rmat l ve Act l on Program, City of Renton
Scope of Mork
Vicinity Ma^
Instructions to bidder
Call for alas
*Certif lcatlon by Proposed Contractor/Subcontractor/Suppi'er/ref. EEO
*Certification of EEO Report
*Minority and Wdmens Business Enterprise Participation
aCertlficaflon of Bidder's Affirmative Action Plan
*Non-Collusion Affidavit
•Certification re: Assignment of Antitrust Claims to Purchaser
*Mlnlaur Wage Form
*Flo Bond Form
*Proposal
*Schedule of Prices
Bond to the City O' 'anon
Contract Fgreaman•
EEO Compliance Rep,rt Sampic Form and Instructions
Hourly Minimum Wage Ina'*s
Environmental Regulation Listing
Hourly Minimum Wage Rates
Special Provisions
Technical Provisions
Detall Sheets/Standard
1
DOcuren+s marked a above must be executed by the Contractor, President
and Vlce-Prasl dent or Secretary If corporation by-laws permit. All pages
must be signed. In the event another person has been duly authorized to
execute contracts, a copy of the corporation minutes establlsling this
authority must be attached to 14 bid document.
CITY OF RENT%
Public Works Dept.
Renton Washington 96055
I
MY OF RNRTOR
' SUMMARY OF FAIR PRACTICES PCLICY
ACOPM NY RESCLJTIOR RC. I7k0
She po:iay of the City of Renton is to pro"ots and afford asks.,
treatmtnt and eervioe to &I: cities"# and to aa#wr# ogkaI SRploy-
went app;rtkmity to d:t persons re aard:ss# of roof; erted; eotor;
sshniaity; national onell; ass; the rresenve of a non-jab-n t#tfd
physiest, es"Oory, or "Real handicap; age; or "vital status.
This policy shall be based on the principles of equal emptokr"snx
opportknity and affirmative aetio" guideline, as 0#1 forth to
fedora:, state and :oval laws. Ail depart"eat# of the City or
Renton shall adhere to the fat:owing guidelines:
! '� tMFL DIMFM.' PRA.^II CFS - Al aetivitise rotating to vwploy-
wsnt su— o a�ri orr�"eat, eeleatton, pre+ction, termination
and training shall be conducted in a so"-disari"inatcry
Reamer. Personnel decitio"s will be based on imdividua:
perrormanet, eta}'fiwg re gki rem,ate, and in accordance
art t�t governing Civil Service Laws and the agreement
botwoen the City of Renton and the Washington State
Conseil of County amd City gmptoyeos.
' !;) " R P-
N ' ON" - Tha City or
Rtoa wt eoopara a -y w t a arpa"u:ciom# and
sowwtssions *remain so prawot# fair praoricte and Osua:
' Opportunity in empt00wOR1.
!d1 AFFSRMA:S J: AClSOR.lROORAM - The City of Renton Affirmative
at OR rogrsn u • wotmtaiRod to faeilitare #quitst:f
representation vithiR the City warkforee and to assure
equal omp'oym#Rt opportkRi sy to ait. It ♦hat! be the
reeponeibi iity and auto of It' City officials end amplcyt##
Rto aesource,
out tht poIietes, gkide Lines and verreotiv#
Resoure as sat forth by this pro Pao. *orroltivo
emplaywo"c programs Ray be ostabIish#d by the Mayor on
the reeaRweada ti cn of an Affirmatiof AotiCR Co"-ixxas f.r
those departments in whisk o proseased a:ass of srp.,cyt#t
is wader-r#pre#emtsd.
:A' C0844c24dsp�g j - CORtraOtora, fMAaontrecty» a"_
#kpp era eon uc " � kti."oa# with the City Of Penton
•hail affirm and srAferibo to the Fair praetieto and NoR-
bissr{" na xi on poiicies eat forth by *so and in the
Affirmative Action Progra".
Cspiao of this p.liey spat: be divtri`utcd to all City e"p::rret,
seal: appear in at., opera etonal de.•k"amta ei a" of the Ciry, iRc:k_'.Rr
bid oasts, and oka:I a proni"e"tly displayed in appropriate Ciry
foci,tiff.
' CPRfL'AF dI IN by the City Cou"ail of tke City of Rontom,
skit IsA day of .,use Jose.
CITE OF PERTOR; PFy:ON CI^I/C+OVN:II:
N:. r ::knoll Frees J,,!
Attest:
Issued: July 10. 157;
4 ,J f 1976
Monads Jwe Ir 1990
,
er
tCI TT Of RENTON
Water Project No. w - 790
8" watermaln Installation
NE tth ST FROM MONROE AVE NE TO UNION AVE NE
1
1
' SCOPE Of WORK
The work involved under the terms of this contract shall be the Complete
installation, testing end sterillzatlor cf a "ew 8-Inch diameter
' watermaln to replace an existing a" steel watermaln In NE 6th St east
from Monroe Ave NE to Union Ave NEas shown on the project plans and
Specifications. The work shall Include, but not be limited to
excavation, backfill end compaction and Installation of approxl mately
2680 11 eat feet If 8 inch diameter watermaln. All water main shall be
' ductile Iron class 52. The work shall Include all fittings, valves,
sleeves, reducers, blow-off assemciles, concrete thrust blocks,
connectlons to the existing system, testing and sterilization of
' Installed pipe, end complete restoration of all surfaces and existing
underground utilities.
1
All contractors participating in the work on this project shall comply
with all Federal, Stetm, County, and City codes of regulations applicatel
to such work and In conformance with the plans and specifications.
Hai" aloe
son
1 �o�°i III . '�°•�° �mc�,
���0"p�� « uoo °,, ■n � �� +Ica
41 ry 07'4:InGe n liN�ln C �� v �.�"V
�1
Oil C
Q wF Coed w � YYY ar a�e '=n ' rur � D"DCD .0
_•'se°a ' �,j � ° � �.L°1st•' gp ' '
• it °� • n u o ^Y� � ^#��, ,
fit a�
_-
r.
"= S{;�Rg� ; • t "scar � F . „
prM_�.C�
Um
••R�CSGB�' �$eO0
r►
�e
INSTRUCTIONS TO BIDDERS
t I. 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.
1 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 receiving
bids. Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to
be only approximate. final Payment will be based on field measurement of
actual Quantities and at the unit price bid. The City reserves the right
to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Department
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the site.
$. The bid price for any item must Include the performance of all work
' necessary for completion of that item as described In the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a
total amount. In the event of errors, the unit price bid will govern.
Illegible figures will invalidate the bid.
6. The rght Is reserved to reject any and/or all bids and to waive
Inform-alities If it Is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation
to the Director of finance Of the City of Renton In an amount not less than
St Of the total amount of the bid shall accompany each bid proposal. Checks
will be returned to unsuccessful bidders immediately following the decision
as to award of contract. The check of the successful bidder will be
t returned provided he enters into a contract and furnishes a satisfactory
Performance bond Covering the full amount Of the work within ten days after
receipt of notice of Intention to award contract. Should he fall, or refuse
' to do so, the check shall oe forfeited to the City of Renton as liquidated
damage for such failure,
8. All bids must be self-explanatory. No opportunity will be offered for oral
' explanation except as the City may request further Information on particular
points.
' 9. The bidder shall, Upon request, furnish Information to the City as to his
financial end Practical ability to Satisfactorily perform the work,
10, Payment for this work will be made in Cash Warrants,
Rev. 7/15/81
Clty of Renton Call for ILL"
WATER PROJECT NO, W _ 790
8" WATER MAIN INSTALLATION
WE 6th ST FROM MONROE AVE NE TO UNION AVE ME
$ealed bids a] 11 be received until 2,30 p.m,, also. March 13_ Ittam of
the City Clerk's office and wl 11 be opened and publicly read In ♦ha Ifh
floor Conference roan, Renton Municipal Building, 2k1D MI 11 Ave, South.
The work to be performed within _11_ working days from the date of
cWlencement under this Contract shell Include, but not be Ilml '•c -c:
tFurnish and Install appro■Imetely 2280 linial feet of 8" ductile Iron
water main, together with all repulred appurtenances, and complete
restoration as set forth in the design drawings and specifications
The City reserves the right to reject any and/or all bids and to valve
any and/or all informalltles.
Approved plans and specifications and for" of contract documents may be
obtained at the Public Works Depsrtvent office at the Renton Municipal
Building for a deposit of 135.00 , each sat plus S 5_Op to cover
postage, If mailed. The deposit will be refunded upon return of the
Plans and Speolflcatlons in 90" condition within thirty days after bid
opening. The mailing charge will not be refunded.
A certified check or bid bond In the amount of five Percent (Sf) of the
total amount of eacn bid must accumpany each bid.
' The City's Fair Practices and Non-Olscr-iminaflon Policies shall apply.
' Marine E. Motor City Clerk
Pubilshedl
Record Chrontrle: February 18 6 22. 1911
1 Daily Journal of Commerce, February 2O 8 27. 1988
1
1
Cf PT1TICATiON SY PQQROMO�ALf�D CCONTMACTOA, iUbCONT MCTOa AND SOPPIIIP PLGAADING 9OO►1 WLOYMIWT OPPORTUNITY
[pia rem t ctTT —Tru ect Hams,
INSTRUCTIONS
TMS reltif1c4tion is required pursuant to Federal tsecu.lvo O:'t*F ;lid. The imp Leantlng rule and
regulations provide enst any bidder of prospective contractor, or any of their proposed subcontractors
and Sappla*rs, shall state As ,n Initial part of the bad or negotlattonr of the contract Whether it has
participated in any prevaoua contract or subcontract olY.lact to the *gosl opportunity clause; and, if
so, Whether it has filed all compliance reports due under applicable instructions.
The Cat)" has heretolore adapted Rosolutlon 2140 under date Of cure i, 1110. aan..ug a *Fair Practices
Policy,* as Implemented DY en 'Affirative Action Program- there,,, aandinq the policy of the City of
Renton to Proata And afford egad treatment and service to all citizens and to a,aare equal *mploym*nt
Opportunity based On ablllt} And fatness to all arson, regard.*&* of race creed: color: ethnicity,
Rat400141 Origin; "a: the presence of a non-lob-related physical, sensory or antal handicap: Aee or
marital sthtua. This pollry shall Ilk"Is* apply to all contractor,, subcontractors and suprliara
conducting bus'"As With the City Of Ashton Who Ir turn shall afflrm and subscribe to said practices
and policies. The afareantioned provisions shall not apply to contracts Or subcontracts tog standard
' corrrc441 suppliers or raw ataraalg or farms or organizations With less than Sight employees or
contracts of lose than $10,000 bosayeos per annum With the City.
Wh*r. the Cbht T*Ctbg/SYbCOntreet06$WPp11er (hereinafter referred to as the Contraetou is r*quarea by
the City of Renton to submit an Afdrativg Action Plan, the miniman a<nptab i* pt*pntale of minority
employment w11 be that percentage which as currently lasted an -hope cd is 1' (City of Asnton Goals and
Taatshl*❑ an the Published Ca ty of Manton AfflIMAtivs Action ►rograr i.e. 0.11. Thi* Program it
avail abl* for review at the Municipal building.
T^s undersigned Contractor therefore -ovenantg, *tlpulatss and agrees that during the performance of
I..ae contract he Wall not ducriminst. against any person In haling, promoting• dlSchargang, compen-
&*llaq Or Any Other tare or condition of employment, by reason of such person'$ status, reference
the ill) cata909/*8 listed In Para. 2 above.
Contractor further Agrees that he will take affarat,* and continuous actiab to in Mitg full compliance
with each Policy and program In ell teap*cts: It being strictly understood and agreed that failure to
comply With Any of the terms of said provisions Shall be and constitute a mat*rlAl breach of this
contract.
Contractor Shall, upon request and/or as goon as possible thereafter, furnish unto the City any and all
ahforation And reports ngulfed by the Ch tl to dattrmlhe Whether full compliance nu been year by the
contractor wath *Aid policy and Praeger arrd contractor Will permit access to his book*. records and
accounts by the City for the purpose of iTVestigatlbA to Aacertaln such compliance.
Contractor further Acknowledge, that he has received a true anti Ciwglete copy of the City's -la:r
Practices pglacy.-
ontract u*nit 1cMon N,net
CIRTMCATIOA SYi CONTRACTOA T or SUbCOnRACTOA _ or SCPPl1IA _
law
AODRtSSTJTIE� PHONE.
t REfRL SINT ATStR S: _ —
' 1. contractor has participated in a previous contract or subcontract Satjact
to the Equal Opportunity Clause: `Y*g No
•. CMPP'�ACA reports ware regalt*d to be flied in connection With each contract or $abContr Act;
]. CoineraetoMiwmeeOAiryAayaWppiaer has filed all Compliance reports du* under applicable
Instructions: ce-va, _NO
1. It anew- to at" 1 to 'No-. glass, supiaah an detail on reverse tide of this certification.
CtA.irICATION: The InfolmAtion Above as glut and COuglete to the best of my knowledge and ballet.
� 1 y
me and 74 o'signet 1, ease yea of print
signature ate
' bvaeaed by City Awtherityn Data,
aaa. 1'11 43
� 1
1
1 CERTIFICATION OF_E EQUAL 01PLOYNENT OPFORNNITY REPORT
1 Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
1 The bidder j_, proposed subcontractor , hereby certifies that he has
has not _, participated in a previous contract or subcontract subject tote
1 equal opportunity clause, as required by Executive Orders 10925. 11114 .0
11246. and that he has *" has not , filed with the Joint Reporting
Committee the Director oFthe Office 7"ederal Contract Compliance, a Federal
1 Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
Orem
con
Cuon
1 N WAu1MN
1 oopani , .
By: �L "Z�lfs
1
r:-
1 '—tl e
Date; 3
1 Note: The above certification is required by the Equal LeFloyment Opportunity
Regulations of the Secretary of Labor (41 CFR b0.1.7 (b) (1) , and must be
1 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 ai CFR bU-1.5. (Generally only contracts or subcontracts of
1 $10,O00 or under are exempt.)
Currently, Standard Form 100 (ELO-1) is the only report required by the
1 Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
1 previous contract or subcontract subject to the Executive Orders and have not
filed the required reports should note that al 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
1 Federal Highways Administration or by the Director. Office of Federal Contract
Compliance, U.S. Department of Labor.
1
1
PUBLIC WORK OR IMPRnVEMENT Rev, 4/83
PARTICIPATION CERTIFICATION: REF. RCW 35.22.650
CONTRACTS EXCEEDING $10,000 {OR 515,000 FOR WATERMAIN CONSTRUCTION)
MINORITY BUSINESS ENTERPRISES (MBE)
and
WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE)
(BUSINESSES OWNED AND OPERATED BY WOMFN)
Contractor agrees that he shall actively solicit the employment of minority group
' ambers. Contractor further agrees that he shall acticely solicit bids for the
subcontracting of goods or services from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requirements of minority
' employment and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority bidders on the basis of substantially equal
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 is owned by minority group members. Minority
group members include, but are not limited to blacks, women, native Americans,
' Orientals, Eskimos, Aleuts and Spanlsi Americans. The City will consider scorn
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 oxecu,> 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
' Ibm
tom, Certifies that:
of der
' (a) It (UMjgi (does not) intend to sublet a portion of the contract work and
(r.) (has not) taken affirmative action to seek out and consider minority
business enterprises as potential subcontractors.
' (b) the contacts made with potential minority business enterprise subcontractors
and the results thereof are listed below. Indicate whether MBE or WMBF and
identify minority group. (If necessary, use additional sheet.)
' f4t Min. Gr. WNIBI
1. ❑
' (Name of Firm, Bid Item, Results of Contacts) ❑
2. ❑ ❑
' 3 ❑ ❑
i. ❑ ❑
5' ❑ ❑
Mr./Ms, •_,i_� has been designated as
the liaison officer for trio admits stration of the minority business enterprise
program for this firm.
1� CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
Bidder is to indicate by check mark which of the following statemeras 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
Afflrma tive Action Plan requirements because:
I "Average annual employment level is less than eight permanent employaes,
1, and the total contract amount with the City during the current year is
less than f10,000."
' Ccmpany _
Date
BY:
Title
OR b) It is hereby certified that an approved Affirmative Action Plan is on
' file with the City of Renton, and that said Plai specities goals and
timetables which are valid for the current calendar year.
' ompan � i - i S
., /.� - J Date
1 BY: ( .
Title
OR c) It is hereby certified that an Affirmative Action Plan is supplied with
' this Bid Package. Said Plan will be subject to review and approval by
the City as a prerequisite to the contract award, and it includes:
i
' 1) Present utilisation of minorities and females by job classification,
2i Goals and Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action Steps directed at increasing Minority
and Female Utilisation.
i:ompanF at���..
BY:
t it lM e
OR d) It is hereby certified that an Affirmative Action Plan will be supplied
to the City of Renton within five (S) 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 Utilisation, and
' 3) Specific Affi motive Action steps directed at increasing Minority
and Female Utilization.
Company Data
B1:
Rev. 9;y/75 Title
NJ JaId
i GRANT CONSTRUCTION
12901 1?' S.E.
4entun, y.IahiOttun 98056
Navesber 30. 1984
APPIRNATIVE ACT10N PLAN
Cratit CWlatruCliull hereinafter known as "Grant., agrees
' to Chu fulluwinL plan is, Iw.uting its equal opportunity
obligatiun pursuant to $%a•CutlVu Order 11246. and Title
VI and VL1 of tbu CaviL Righls Act of 1964.
P:�,lun,x•H/ Uuuul uuilY NuI ICY
Or4nt'a Policy aaaurea that aPpplicants will be employ,]
' and will b)• Cro.ito,l during vmpluywa:nt, without rel;acJ to
t'ace, creed, color, ellanacaly. uati.onal Origin, sea, the
prc"Ilcu of a non-juh related physical, sensory or mental
' handicap, al,e or marital status. This policy shall a, ly
to ."cry a pcc[ at' cmpluym.•Itt, upgrading; demotion; re-
cruitaucnt, layufi or let'Imillalion; Pay scales; and apprentice-
' shop or ou the job training.
=' . loll Ku, )luym.•nr Q) wrCanll' QI I•Il'ur
Crant huroby dusignatca Jean Grant, owner, as EEO Officer
wtth full authority to aJllioister and promote an active
' prul;r.uu ,)I cqu.,l :wpluy,uet)I opportunity,
0 aswuinatlon of Po1Lcv
Grant Por:,"11"l authurc cJ to Wtv.. supurvise, promote,
dumwte. MJ terminate ctnpluyccs, who recnunund such action•
or are Lavolved in auy ul these• actions will be made
fully co>nizanr of, and wilt Implement Crant 's policy
.MJ contractual ruapuosib,lttlea. To tnauru the advice
izi carried out Ilse fuiluwaug r„inim,wu actions will be
taken:
Elcctinj;a of furumen, lea.lm. n ,,nd pursoonul indicated
' to above, will be hu1J per lud,cally not luba than sumi-
annually and Crant's equal upp.,rtunity pulicy and its
Lml,lcmvutal iuu rewicweJ and uaplained. Theau muctinga' wall bu conducted by the EEO Ufficur.
All new forumun, lu,dmen d' pursonnel indicated in..Love will be thuroughly inJuctrtnatcd by thu EEO Officer
covering Crant's equal upiwrtunity obligations withi,.
thirty Jaya following hiring in.
4• Rerrutlmettl -continued
GRANT CGNS
TRUCTION
Any udvvrt&su•tunta for vu„lo shall fucludv "Grant ! Ymuut ut the n•w
UPapur
Batpluyur". or rucrui.uv,,n�yal L'mPloywvnc unity
LY A0(irw,uvv for Cr Yved will
Security action urJcr to thetSt.C. oY will be
Y Cwamt„ion whyt, a vJe4nc i[atu emplovment
a mltwrity I;Cuup I'cr;
group apPli;anc ,on Y to bu filled by
Grant will cu� . ral'v rwpluyvca to ryfur winority
4 Cor ywl,luywynt in Jiacuasions rn-
1 "Jrdfur tlty PCVnotV, and bur Juyl. rufvrral and by Puating
buaropraacv notya and pullytaina on emPloyee bulletin
boards.
' ecraunnvl
Act wn:.
All
be •xtenduJ(without rvpaY. .nJ working conditions will ,
ur nuraunal vr/Lin, • rJ to tutu. color, rt/V1luMing actions uillgpunCakex.
l+y Wad, to Pc utaPvcttuna ut Crant fac111tinY will
w insnsure non-Jiacrawinatury treatment of Persannul.
wa•a Wagu cvlauaCiu„ uwJv to inauru nos,-discriminatory
b PraCCiuea.
' 1'yt'tuJry411y ryVacw Pcravnnul actions for aF diacriwina[ion unJ taky aPPropriatn action where in-
Jttacyd. 're in.
' dC" iu lull J11 lotmPlainCs of alle6
cnd Anforn, anJ cakc apprupriate action where
JnJ inform JII bcJ ed
coegylaananta or avynuya of appeal.
indicated
and Pcuxwtiun
' crcaay thu akillswillof cnJyavor to locate, qualff w.nurt[y Croup UMPluyvua and and in.
Cupai. aPPlicanta.
within +[vet with rc,lutrwuvnta and
FaJyrJl 4oJ Si4tc nLLul4tiona, Grant willefuilyed
utilaey Cr•un u,L pcugrmua Cur the contractual acne and
' JJvtac cuy+luycw and .PPl+canta of hasa pro r
chctr ontraucu ruyuirvutents.
g aaY and
A Pru;raw of ruvluw of the training•,
1>ury ntial u( a,inority group v,apluyuu will pa
JnJ thuau yu+ilu and Promotion
7 1 Yvva vncuuragvd to 4PPly for b"t, t•d
Jnivna
Cr4ot will --k t
utc rcJain • by cuupvratian of !spot unions an
b u purtuniciva Fvr minoraty groups within the
' uriuna va fo lows :
Cu�.•�,,,--,tom, with i.,;,ur unions
to Jartalop joint
Y
' GRANT CONSTRUCTION
' training prugrawb Iwo the qua111fC4tau11 of winority group
a.v"vrs for IwmUvrbl,lp it, the unions and increasing skills
for hii;hcr pry ieg I.u..it nn... .
lnaepwfate "it equal wl,pvrtullity Claube Into all
t Uniu11 ap,reeibcl Lb to the ctld LIIA arch union will be con-
tr"etually LuuoJ to refel' applie.,nt5 without regard- to
their race, ewlvr, creed, ctJu„a ty, national origin, sea,
pre.cucc ul a nun-loll t.l„ted pl,ysieal, ben>ury or
handicap, age or mrriC"l btatub.
' If the union ib unahly jr unwilling to refer minority
: ,,,,,,t:. J. ieywe. 11.1. I,rrnt will fill vacanclub
c.,,ard to race, color, creed, ethnicity, national '
ur it).,i, ;.,i, the prebvnec of a nun-lub related phybical ,
4VI14Ury ur 1„cnlrl handicap. al•,c or mirit41 status making
every effort t„ vbtalli per-u";. in tinority groups.
b. sub.-tot racI I11j. .
Gi ant will btiivc to u u ii.:e &itiurity gruup bubcontractors
t or thusv with wvoningful mtuority gruup perbons in their
w.q,luy anJ wee all effort to "»ury such bubcontractor
wlrh their c,iu,.l uppur•-unity ubligation>.
' Grant will kuep Lkvbc ree..tJ necebi.ary in dvtvrwrning
.ulbpliallce With its equal opl+alrtunrty obligations , They
Will indicate:
Lte.,1,Juwn by work . la..ntIlcaltun on each city
Pedw'„1 or 1''edelrlly-.,>:.i>teJ pl'u)CCt of wi:iurity and
I1011INilwCity group wewbur> Vwpluycd.
TI,e p wVreaa and eifurt> betog wade rn Cuupuratiun
with uniun> tv increabe winwricy group employment
' oppwrtunitia>.
Gr"ut'> prugrc>b and effurtb in locating, hiring,
' training, qualifying "nil uunurity gruup vmpluyeub.
Gi,ukCb prugre» "ad vffort> in securing the bervicu
w£ the subcuntr"etorb nuteJ in paragraph 8 above.
All >wch rucordb will be retained for rhrea years
' IelluWLu,j evuti'act cueq,lctwn "I'd Lv made available for
tic,peCtfoll Ly the Colltr"ct Cutaplianev DivLbiun at reason-
..blu rimy>.
' Crant will >ubwtl periudtcal rvpurtb on forms
iurnl>hed by the Cvwpliancc Urvibion of its employees
' and thobc of its subcontracturs if any.
Grant will r;ruire :n evvey subcuntracc of $ 10,000
' GRANT CONSTRUCTION
or more a ILi( : Th:N Affiralativu Action Program con-
sistit4; of aI re4ulrelYenta hurain or with ouch mod-
i.fi.caci.on u. is necessary to obligate the subcontractor
to ;. pru�;raw ui A(firsubcontractorc Action, cupies of such pro-
gram buutg rutaincd at Crant's ufficc.
' 10. Guals
' Grant has a compluasant of 2 employees of which 0
arc minority group individuals. An appropriate balance
in the cuwpltvwcnt is 2 white, and 0 non white. haled
uu I" "Mil•,,py'„ I•tc.anl r..tc W Lurnuver the fulluwing
l;uala, w geed Callh, arc established:
' hoiut; a awall firw with littlo turnover we will
wa" cv cy eff"t in tlw futuru to uwpluy minority work-
ers as the upportunity arises.
1
1 , -
Hi%hurd E:franc Owner
t
1
t
NON-COLLUSION AFFIDAVIT
STATE OF NASHINrTON )
SS
COUNTY OF )
1 being 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 node 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 equipwnt to put in a sham bid, or any other
person or corporation to regain from bidding, and that deponent has
not in any manner sought by .allusion to secure to himself or to any
ether person any advantage over other Bidder or Bidders.
SIGN ,HERE::
ir
' Subscribed and sworn before me this %'N, day of
1 ` a C an Or t o Late c`
' residin3 st
therein.
1
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
7� TO THE CITY OF RENTON
RENTON. NASHINGTON:
1,
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,
1 except as to overcharges resulting from antitrust violations
commencing after the date of the bid, quotation, or other event
est,blishing 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.
�?
ame o ro,ect
f-ant Construction
LNo1-171bd&E.
ElDton, WA DOW
' ame o ldder s irm
S7gnature o ut or to epresentative o Bidder
to
1
r
r
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
COUNTY OF ,�,,,_
ss
1, the undersigned, having been duly sworn, deposed, say and certify
that in connection with the performance of the work of this project,
I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing
rate of wage or not less than the minimum rate of wages as specified
' in the principal contract; that I have read the above and foregoing
statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
TRACTOR`
Subscribed and sworn to before me on this /s.i day of
19t` .
la
aryl n for 5 ate
' of Washfnpppkon
Residing
1 �.
' CNA American Casualty Company
of Reading, Pennsylvania
CNA Plata A Stock Coml.any
' Chicago, Illinois 60685
' DID BOND
' KNOW ALL MEN BY THESE PRESENTS.'•.a!..r
Iichard E. Grant dba Grant Construetion
P .
and AMERICAN CASUALTY COMPANv 0° READING PE NNSY LVANIA. surety are nest andbrmly biotinrdl unto
City of Renton Obagee.
in the sum of
Five Percent (52) of total aealunt of bid ------------------------------
--------------------
r- --ate ti - h
Do11Ns(s i
' tpr Ine payment of*rich we bird ourselves.out"at Itlpresenl"al situcessors and asaigns.prilly and Severalty,Iatnty
by Inese Dresents
WHEREAS.Pam"has suomdled or IS about to submll a proposet to Obligee on a contract lot
Water Project W-790
NOW,THEREFORE,d the sad cwteaet be awarded to Princtpal and Principal snail. wdh,n sucn time as riay be
' specula).enter.mo the contract in Wnting an give such bond or bons as may be 5peohed in the billing ar contract
Kumenis With Surely accepla0la to Otuwae:Dr d Participial snag tad to do%' Pay to OtN,gtte the damages vyhich OtWtgae
"ay sutler by reason of such taoure not eacei the penalty of this bond man this obI19a1Wn snail be vow.o,herwtse to
amain m fua force and enact
;,gnwo sealed ana a+tea March b, 1985
t
Richard E. Granto�db'a
' Grant Cowructit.
LL
t
PROPOSAL
To THE CITY OF RENTON
RENTON. WASHING70N
Gentlemen:
The uncersigned hereby certif that die has examined the site of the
1 proposed work and ha_ read and thoroughly understand_ the plans,
Jspecifications 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
thereaf as can be completed with the money available, in accordance with the
1 said plans, specifications and contract and the following schedule of rates
and prices:
(Note: Unit prices for all it.ms, all
extensions, and total amount of
' bid should be shown. Show unit
prices both in writing and in
figures.)
Signature '
' Address
tNames of Members of Partnership:
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
4.790
SCHEDULE OF PRICES "A. bun Street,
Monroe Ave. N.E. to Union Ave, N.E.
faotr. Unit priori for ail lbaw, all est"._ians and total aasunt of
l 41" suss be shown. SAW unit Prices an both Words and' fi ea
and where oonflrct occurs the written or [VPed words shaljp prevail.)
l' NG• QUANTITY' Unit Prins to be W1Jtten an words
ITEM APPROX. ITEM WITB UNIT PRICED BID DO�IT PRICE AMOUNT
,.LARS CTS. DOLLARS CTS.
I 2,660 L F, Furnish and Install 8" Class 52
Ductile Iron Pipe 4 Fittings
(Tyton Joint)
er r�'st I$ Sj ff � vo
guret
2 8 ea. Furnish 4 Install 8" Gate Valve
1 Assembly with Cast Iron valve Box
$r
3 I ea. Furnish 4 Install 8" on 10" Topp-
ing Tee 4 8" Tapping Valve w/Cast
Iron Valve Box
4 65 I.F, Furnish I Install 6" Class 52
Ductile Iron Pipe 4 Fittings
(Tyton Joint)
er
5 2 ea. Furnish 4 lnatall 6" Gate Val,-.
Assembly with Cast Iron Valve oox
Ser
6 6 as, ( Furnish 6 Install 5" MVD Corey-
' ! Type fire Hydrant Std. Assembly
$. _ i90 oa
Far • +
i
7 50 c.Y, furnish 4 Install Poured-in-Place
Concrete Thrust Blocks
t $
er . . y �o
t i 8 244 Tons Furnish 4 Install Bank Run Gravel
For 84ckfiil
I
' I 9 1,176 Tons Furnish 4 Install 5/8" Crushed
Rock
^.. .•a,,
r on
W790
SCHEDULE OF PRICES N.E. 611, Street, iron,
Non roe Ave. N.E. to Union Ave. N.E.
(NOta: Watt Priors For Ill rteae, all extensions and total aeount if
Did mat be shorn. Snow unit Prtcea in both words and figures
and where conflict occurs the written or tweed words shall Pre Yall.7
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUAIFIITY LA4t Prrcas to be Written in words DOLLARS CTS. DOLLARS CTS.
lu 377 Tons Furnish 6 Install Asphalt Concrete
' for Pavement Restoration
er on Words igu s
11 4 ea. Furnish and Install 3/4'' Water
Service Replacement Type I
er ac
t it 45 ea. Furnish 6 Install 3/4" Water
Service Replacement Type II
t S r• TIZ
ach
3 I ea. Furnish 6 Install 3/4'' water
' Service Type III
14 Lu,^p Sum Construction Staking
S ` C 1 oe
er L.S.
SUBTOTAL
8.l i. TAX p o
' TOTAL % y 7 3.2
t
KHEDULf OF FIRM
U W-790
N.E. btn S[. from Union Ave. N.E. to
(MOte: Out pucwa for all ItYes, •I1 YrIYnSAQns Anti roe V e NA
total of
llld A1UC DY stw n. SAcv ,,At prices In both vorda And tlpursa
Ana rtNrY ccntllc•: occurs tee mitten t typed w"da atoll pt&vall.)
ITEM APPR01t. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY ulut Prl Oaa tc Oe vrltt" In Words DOLLARS CTS. DOLLAR] CTS.
� I
ll4 . IP-wo
ASICNED BI DER HEREBY AGREES TO START CONSTRU ION WORK 0 THIS PROJECT. 11j
AHIN. NO LA ER THAN TEN (IQ) DAYS AFTER FINAL 'CUT10N AN TO LETS WI IN
iING DAYS A ER STARTING CONSTRUCTION.
TNIS DAY 0 j
198 '-
DGMENT OF 'CEIPT OR ADDENDA:
0 ATE
ATE
ATE
SIGNED
TITLE
NAME OF COMPANY
12 1.1=
ADDRESS B41406 WA WON
CIlY/STAY{/IIP
TELEPWJNE
K
ITY OF RENTON STATE CONTKACTO S
SINESi LICENSE / LICENSE R
i
BOND TO THE CITY Of RENTON
KNOW ALL MEN By THESE PRESENTS:
That we, the undersigned Riclutrd L. Grant dba ('rant Construction
as Principal, and American Ca[Ua Ety Elnmpany of ReadlnN 1',\ corporation organized
and existing under the laws of the State of Ill in"is as a surety
corporation, and Qualified under the laws o the St le o Washington 1p become surety
' upon bonds of contractors with municipal corporations, as surely are jointly and
severally held and firmly bound to the City of Renton in the penal sum of
$46,491. 11 for the payment of which sum on demand we bind our-
selves and our successors, heirs, administrators or personal representatives, as the
case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
tDated at Dentou , Washington, this /714L day of zzakv _, 19�
Nevertheless, the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for
Water Project W-79f1
which contract is referred to herein and is made a part hereo 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;
iNOW, THEREFORE, if the said Richard E. Grant dba (,rant Gonstructi,in
shall faithfully perform all of the provisions of said contract in the manner and within
the time therein set forth, or within Such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materialmen,
and all persons who shall supply said principal or subcontractors with provisions and
supplies for the car.( inq on of said work, and snail hold said City of Renton harmless
/rum any loss or damage occasioned to any person or property by reason of any care-
lessness or negligence on the part of said principal, or any subcontractor in the per-
formance of said work, and shall indemnify and hold the City of Renton harmless from
any damage or expense by reason of failure of performance as specified in said con-
tract or from defects appearing or developing in the material or workmanship provided
or performed under said Cont.act within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but other-
'wise it shall be and remain in full force and effect.
Richard L. Grant dba Giant. Ct3q,,Lrugtipn
LgecICAP 41;ua lty Comuam .I it Ntn• PA
}
r.ised'
8/1643 tee huh; Attorney-In-I a, t
American CeSualty Company
of Aeatlinq, Pennsylvania
CNA
Dmt"Chkpo.lltnWt POWER Of ATTORNEY APMINTRIG INDIVIDUAL ATTORNEY-IN.tACT ,
RMe Aa M" by 140 fMWft That AMERECAN CASUALTY COMPANY Or READING. PENNSYLVANIA. M tolMIMAIR duty
oreanlesd and Mahn under the been, Of the COMm R~h M PM VN&fte, end hatl,lB 0.a IP,RC*M altwa Al the CAI M CUt"o.
and SIMe of ul,Mla,does horsey rMhe,taMldpU and obpemt _D= 1_
of 1{eetlm. Mash]natu
0.1 trw and Ia1du1 AtrorMy.APM wNn Nu PRMr wl ot117 haroM%WAUM�W W4►N1 W4 04 wl fb b~lend.�wwt,
tokow and other obbee"wmno11WAM e1 allow MNrW M'I-
_
add Io bihd AMERIC1tfi CASUALTY COMMNY Of READING PENNSYLVANM "Who" es tVull ON to end sale "OM K d loco
AfMryrMMa atonal Waned by Ma duty aVlhe,led 0".Ml of AMERICAN CABUALT'COMPANY Or READING. PENNSYLVANIA and on '
BW WfU of MW ANorMY ptlAti to the OutnOIR, heaven,Own M heebY 101d,M Wnd torAulnad
This Pawer of ANomfy It made and OMCYN 1 oWsuaM to shill by AWhoMy of the lolow„a Byte.duly adopted by Me BMId M
DNaeMa Of the Company
"Artak Or—O otchoian M obligations and App ontivitard of ANarMy-Mdatt
SKboo 2 Appointment of Airline,-n the The Prttulent or a V,CI Pnf.dMnt AMY tom time to IIM. ar .nl by wnNtn
cowliko ns aROIMyt in IKt to act in behalf of the Company •n the atahln4n of polKMl of •Atww, bond'. Vndod.lmrl MM
o0of obligation,,Mtraments OI LM nMUM Such aNOIMYf in I'll S.owl to the nmdation,1.1 Linn m Inbr efMtn W"C4,11Mt
Of"Molity'halt hand full poy,e,to b•n0 the Company,by tot.,pryowny and etetilneo of any fVCh IMnumMtf and to WWI,Ind
teal of the Company Iheglo TM Pne,,dent M any VRa President or the Obeid Of Dwto,f may at any U„e rW04e M'.eowl,and '
A ANY",p,eyouty p,wn to any etfon."in Jatt.'
This Pone, Of ARwM. tS tAned and Hated bit latmmlR unMr and by the authority of the folloyuM RotolWlan Adopted by lht
Board of Ehrattara of the LemMny at a ,iii duly taled and Mal on the i llh do,of Noylimber I'M
"Rosobed that the a,,aensture of the hnldaid or a Vice PwMd1M and the Mal of the Campo ty may be sNued by few ,N on '
a, powst o1 anoeMY erar,{ad pursuant to SectionRKN pal 2 of A VI of the By to" the aifMlun of the SKrUry t or an AlNAUn!
SetMto v Ind the Hal OI the Company may be aflrwd by IKsimie to Wny'bAhtah At My tech towa,And and tutu power Or Mr
filtrate,Aaannif lath IN#.mad fahatue Ono'MI shati be Valid and landing M the Company AM turn paw, an e.KVNd AM
Mated and taltihW by cen,nfats to 1aKyted aM MaNd Mis" with fiapotl to and bond of uMORNIng to which d is o"whod,
wntmnt to be valid and bmdiM on the Company'
N VNIMaM Vlheleal. AMERICAN CASUALTY COMPANY Or READING, PENNSYLVANIA Ma Muwd Ihrea weMRN N be Knod by
As V,ce PresNput Pita As notponne Mat N be Mono of i.ed INa _ ..At;p___._ day of ..__._ Hay_ its 3..
AMERti CASUALTY RtAA1N0. PENNSYLVANIA ,
,mow /
State cavocountyy a"Coe / .
COY 1 M 0�, tT/J
All Vhe Presldtnt '
On EMb .... 4th ..__-. day of .... Hay . _. 19 S t. befa.e m!PennMhY anal
1. .I. Wall to the bM n, who,Mira by end Wy ono,n. did 0lpose I My Mai he dudes in the T'1I IA¢o of '
Vketern Sprtng isH
s, SUN of Mmors. that he a Vice PeM U ENN 1M of AM[ ICAN CASUALTY COMPANY Or or P
SYLVANIA, the torpOlAQeh dettr,bed M had nht:h waarok"the above lostrYiMnt that be knows the Ma of heal C.omoralion that
ee MM Refitted to the OW,MIIarRalrt Is ouch MtpOrNe eel:that dues WO#Read purtuant to at loom)fiwh by the Sovil Of Div
herb of Mbl t-IMIMbn and Mot he IN M11 he MmO NMMN P~M N MM AulMnly,and 1AA"wNdett Mmt to M Ind ail and deed
of eAa oarltantren
Lealte A. Sad th Now,Public ,
4. F, franandn
tteiNICI,Tt MY Cnnes]sAEnn Expires Nocemher 12. l9Rn
AafnMA On 'I F M In foRICANol*
CASUALTY COMPANY S READING 2 of PENNSVtVyNu.
on to.% f t t the plyienparry of the 41 Mrtm some MA fudn if Mm o W and Noonan Post that $Khoo 2 nI Ar11 i VI o the
BY lswt el !M Company antl Ind RNOIWIOn M Ind BdaW M dnelan. ssl NRn m saA W'bie, of ARMM) are alnl m Nrc In
NtM1mony wherµd I haw hefwMo subsenbod my name and 1MMd the Ball of the sand Company inn ___.. .._ M, Of
eLa Aesinenl secretarya2S1A21 P. T. CTatTa]1M
GRANT CONSTRUCTION
ONDERGROUND UTILITY CONTRACTOR
GRANTC -2a6P1
t.
' 12901 172ND 5 F kihl .ft AA bldun6 226"16
1
' April 16, 1985
' Mr. Pon ilsen
city of Penton
200 Mill Ave. South
Renton, Washington 48o55
' Re: water Ptoioc.t w-740
PeAr Pon;
' Lintel below are the authorized signers and a copy
of their signatures. These are the only people
authorized to sign contracts, change orders and
' other important documents.
i
-.:..�L. Cpant Richard E. Grant
r'inc.re lY
' Richard F: .;rar,t
1
r!
rt
i 1 fi
ISSuEO O1IC8/3i
CITY OF AI:NTON 0 71 E
' BUSINESS LICENSE �4.► I. NULL AnT
FINdi DIRECTOR
L1cwuM fW HIM"appltcaliw ICY a City of RMllpn b1...n...ycwtM 1n oo;W nGa Moll IIIa INW.
auula at THw V,BNaIHaM K%41il CHaplw I.GuOa JI 4anarallYWnwwas at Ina Cny a'Raman
"a Ali to comply•It0 all Inn uQun.menls of saW o'd no, L1gn."stwl lunlw.(; r Plv wHn
R 0,ww am Olnw city Cowo—p" �c.. 5tala L�ws�IW Rapuwlanj.apWrapla 1pina WNnas.K.'
', u.uy llFaroaO llatwlnpal.
rh
�t GRANT CGASiauGlICn +
� 12901 112N0. 7a. •-- �'
I
RENTGN No �pC7p
Y
r`
r
r `
r +
r
e
1
jfyiy\1a_1�L\a1 J4 t'..J,�a.ya ilaj."lilt al'•r�.•1-•�r•�•���31'ca .1.1114.. ._
1 T'� DEPARjMENT Of LABOR AND INgM*TRI44
ww,ewn
gTATd.4"g{iI�N✓ i.
1
1
1
1
1
t A*1
'OK
[rvVlKtn
TNy ttntxk/ll R Klufo•!A MAIT[E1 OF a ITIMMATION M,1Np coNftRa
NO p1aNtB UPON IM CERIX ICAIF rg1001. 411rW%ATE OOF!Eql AMErm,
EMtfNO d1 ALtER!M COKP,AOt AffflNpl��1 M 10LIL1F!�[LOYY
[Mn N. IEnufF b Associates
R. o. Box
770
Renton, Washington 98057 COMPANNS AFFORDING COVERAGE
hi
c=1,tqN' A As respects Bodily Injury Liability
_ Amerigan.p_Rw7,ty (5om?PnY .
CCOMPAN, . As respects Property Damage Liability
lr,,rn Undemritars R Lloyds
Richard E. Cranr TYANV As respects Automobile Cnverage
dba ,rant Construction I[ntn C Continental_C ap uel� CoApa�__
12901 - 172nd S. W.
Renton, Washington 98056 If"FA r
9 D Scottsdale Insurance Company _
IYIMPANV
LETTER
IIIM IA nI LTRTMr tnM rOnCa;;nr rgYTRANrr!!Alto An Ow IUVE MEN IKMO TOIM xIm omlao TTME TIN N.NKr r[RmvXMKAIlO.
TOM CEA1 OVOCAII MAY
tit mlUFn IMHM Y MAYAN TOR I ARRIHUF AffUapEp lily 111f APn1."a K3tmbFO MNEM A mrmmCf TO T YORAM E TO lNttlglfMl3,AM CpgL tm OT S1TCIr Perms
vPf[Y NpNANCE EglTty NnNBEn rXX 41Nl lryt M1E4 I,MRtrN lM&LIIV lMT1.1r.3 N TIgImANp9
MIF NM11y MT W{e+'q AfgTN9liE
8 A•TM�AMUM nEA CCP052147614 1-1-85 1-1-86 A`AN`^ S 500 $500
FM tMSE PAZ" $Soo $50C
WPXTKMWEnO AYA,,U,,, .—
"Mr1UM N L M S,
NMMo S
xxNNMIl NI(1'NIMfIM+<
NX'An''MM Nf•Nnry aANMa T10476GL0003 1-1-85 1-1-06
Itmrryn- N.XNN
PEn30EEM xMUNv
AYTOMOM.t WaARY
MN.
MY A' B0A302147615 1-1-95 1-1-86 UP
E
Mi rtNNrn AVlre�oMgf Ft.:...__ _
M I PAN,n 4"m I?NJ'IHS'") +Min,• S.
Often NPOVS
SN IVOIM0 WAYS n S
rwun :wain
gi*iwmirMo $Soo
rites wsEm _— —
R � ''A ImM UM006514 1-1-95 1-1-86 �MlMiMn S5000 t5000
UnxH IMN/W kkA I"
MO n,COMPa m TM seen•rvm
AM IEMII XECIRNT�
_ ._ ..
[MELOYEa3-lueartr IQSEASE+OLF,iwn
_—_1pSEA$rEAOImMLOftE1
OrlmEl
SCA"Y'"I M nM"ERAtxINa.N(KAIXMrA.VEIpfTFR'QF[rul n[M[
The City of Renton and it's Engineers are Additional InsuredA as tespects Water Project
eW-79n
r A
SIg1Uln ANY W THE AwGV[ EA
laity of NCntoa PIMA11 N OAIF TnERtOr, THE ISSUING COMPANY ♦nt fNnf AVOR T
gO
Renton. Washington 90055 M-a �(� OAV9 rI1Ni T[N NOIKt f0 tNf CFgMTrAtI«a o[R NAM[R to TM
LErI.eUl r ANUnE IO MAN SIKI,M,IKf!NAIL xTOa[MO(xlLX:AINN M LINMInY
M ANV XNm tIKX11N r'(,M1'AHI.Ilt AMNIS CR aENW3FN1 A1ryf5
(Jan B. NaaE[ s AgcOC iatc3
�P
I of I
' CONTRACTS OTHER THAN FEDERAL-AID FHNA
eTHIS AGREEMENT, wade and entered into this , ?rA day of 19)ti_
tby and between THE CITY OF RENTON. Washington, a municipal corporation of
the State of Washington, herein -ter referred to as "CITY" and
:rant Const,"uctlon hereinafter referred to as "CONTRACTOR,"
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 35
working days from date of commencement hereof as required by the Contract,
of which this agreement is a component part) perform all the work and
l services required to be performed, and provide and furnish all of the
' labor, materials, appliances, machines, tools, equipment, utility and
' transportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike meaner,
' in connection with the City's Project (identified as No.
for improvement by construction and installation of:
of 8" Ouctle Iron Pipe and all related appurtenances
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
other 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
2 of 7 '
Contracts Other Than Federal-Aid FHMA 1
and the construction installation performed and completed to the
satisfaction and the approval of the City's Public wcrks Director as
being in such conformity with the plans, specifications and all reau're- '
ments of or arising under the Contract.
�) the aforesaid Contract, entered into by tl+ acce:tlr[2 of the Contractor s ,
bid and signing of this agreement, consists of the following documents, '
all of which are component parts of said Contract and as fully a part
tnereof 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 prosecu.e the work or any part ,
thereof, with such diligence as will insure its Completion within the '
time specified in this Contr. ', or any extension in writing thereof,
or fails to complatc said work with such time, or if the Contractor ,
Shall be adjudged a bankrupt, or if he should make a general assignment
for the benefit of his creditors, or if a receiver shall be appointed on '
account of the Contractor's insolvency, or if he or any of his ,
Rev, 4i83 '
Contracts Other Than Federal-Aid FHYA 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 it%
' intention to terminate the Contract, and unless within ten (10) days
1 after the serving of such notice. Such violation or non-complianct 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
1 respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
' provided, however, that if the surety within fifteen (16) days after
the serving upon it of such notice of termination does not Derform the
' Contract or does not Commence performance thereof within thirty (11)
' 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 De
tliable to the City for any excess Cost or other damages Occasioned the
' City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing
' said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
' the project and useful therein.
' !) 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 FHMA a of 7 '
5) Contractor agrees and covenants to hold and save the City, its officers, t
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 1
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 appli.mce manufactured for use t
In the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract. ,
In the event the :ity shale, without fault on its part, be made a party '
to any litigation commenced by or against Contractor, then Contractor ,
shall proceed and hold the City harmless and he Shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City '
in connection with such litigation. Furthermore, Contractor agrees to ,
pay all costs, expenses and reasonable attorney's fees that may be
Incurred or paid by City in the enforcement of any of the covenants, ,
previsions and agreements hereunder.
6) Any notice from one party to the other party under the Contract shall 1
be in writing and shall oe dated and signed by the party giving such ,
notice or by its duly authorized representative of such party. Any such
1
' Contracts Other Than Federal-Aid FNMA 5of 7
' notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in t',e United Stares mail, postage prepaid,
certified or registered mail.
' 7) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
' full performance of the Contract not later than 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 (Sec. 8-1.09) siS4,00
' as liquidated damages (and not as a penalty) for each such day, which '
shal , be paid by the Contractor to the City.
B) Neithlr the final certificate Of payment nor ar,y pMv' SiOn 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
my 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 , . seltin9 therefrom which
' shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is specified. The City
' will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, and Contractor shall be
6 of 7
Contracts Other Than Federal-Aid FHWA 1
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor, t
9) The Contractor and each subcontractor, if any, shall submit to the ,
City such schedules of quantities and costs, progress schedules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining '
to the Contract as may be requested by the City from tine tm time.
,0) The Contractor shall furnish a surety frond or bonds as security for the t
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 il. The surety or sureties on such bond or bonds must be
duly licensed as a surety ri the State of Washington.
11) The total amount of this Contract is the sum of Ninety Six Thousand
Four Hundred Ninety Seven and 32/100s---------; which includes Washington
State Sales Tax. Payments will be rcade to Contractor as specified in the ,
"Special Provisions" of this Contract.
Rev. 4/aJ
Contracts Othcr Than Federal-Aid FNMA 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 f,rst above-written.
CONTRACTOR p �L CITY OF C�t� nILRENTON
/. h J _
r "de nt. artner ner mayor v'
eXk
RICHARD E GRANT
N/n A1;TE5T:
Secretary — • ,ri`f`n` '.' v.7 a4�...
ity C erk
d/b/a
rnI ame
Individjal x Partnership
Corporation _ A Corporation
mate o ncorporation
Attention:
If business is a CORPORATION, name of the corporation should be listed in
full and both President and Secretary must sign the contract, OR if one
' signature is permitted by corporation by-io.+s, a copy of the by-laws shall
be furnished to the city and made a part of the cortract document.
If' followed business owed ,l
by d/baP S l m f partner
Should be(doingbusiness as) andfirmor trade name; any one partnermay sign the contract.
1 If business is an INDIVIDUAL PROPRIETORSHIP, the name cf the owner should
appear followed by d/b/a and name of the company.
CONTRACTOR/SUBCONTRACTOR
MONTHLY MANPOWER UTILIZATION REPORT 0�1 REPORTING PERIOD
Month: Year:
' To be er duringted to the Cweek f Tolle Goals and Timetables as committed
Engineer during the lot reek of following � in Contractor's Affirmat,ve
month while contract is in progress. Prime `� Action Plan
Contractor is responsible for obtaining and
subr:ttinQ all Subcontractor Re rts. Sr per City's Plan 9.1
To: (kaso and location of compliance As..oy Dept 1 From: (home sod locatlen I eaatrater',
This report is require y Esec-t r er 112<6, Section 203. Failure to report can
' result in sanctions which include suspension, termination• cancellations or debarment of
contract.
3. ''• f 5 m.
' eino- total cal
York Xours or 6aDldyeent (See footrote' rity ^°^oer ueoer
cls+al +• e . . We
of of of
flea- • his- ., Asian/ .alai total sinew! Empby
covpar 'a pose (L:. I 7nde Lion• Tota ebaek ndLr Hct^.e ?e- =rD1oY• sea
Dar.'t Ie Lri s:e w? ees
' A
At
r
Tr
Tr
1 C Tr
Tr
Ty
A
1
1
CceDsry' ieial's T• 'tanatore an a :ate 3 nod
u
hoc, 1•."' i•Ma1H s Pema es. ••Minorities s Non-minorities`
r. tsebmitul R*7,"reme1c1 4 City', Goals."fimetables` -
INSTRUCTIONS FOR FI LINC U(PLQIm= UTILIZATION REPORT (CITY OF RENTON) '
The Employment Ctilizatlon Report Sa to be completed by each subject contractor ,
(both prime and subcontractors) an' signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the tars of the contract, and they shall include the total work-hours worked on ,
the project for each esployee level in such desianated trade for the entire reporting
period. The prime contractor shall submit a report for its work force and shall
collect and submit reports for each subcontractor's work force to the Compliance '
Agency that is funding their construction project,
Reporting Period . . . . . . . . . , . Self-explanatory ,
Compliance Agency . . . . . . . . . , City of Renton (administering department$
Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying '
construction contract with the City of
Renton.
1. Company's Name . . . . , . , . . . Any contractor or subcontractor who has A ,
qualifying contract.
2. Trade , , , , , , , , , , , , , , Only those crafts covered under applicable
EEO bid conditions.
), Cork-hours of Employment . . . . . The total number of hours worked by all ,
emplovaes In each claamificationi the total
number of hours worked by each *minority
group in each ctaasification and the total
work-hours for all women,
Classification . . . The level of accomplishment or status of
the worker in the trade. (C • Craftvorker
Qualified, Ap • Apprentice, Tr a Trainee).
a. Percent of minority work-
hours of total work-hours . . . . The percantaRO of total minority work-hours
worked of all work-hours worked. (The sum
of columns b, c, d and a divided by column •.1 ,
5, Total Number of Minority
Employees . . . . , . . . . . . , Number of minority employees working in
contractors segregate work force during
reporting period.
6. Total Number of Employees . . . . Number of all employess working in contractor'+ ,
aggregate work force during reporting period.
a Minority is defined as including Blacks, Hispanics, American Indians and Asian '
and Pacific Islanders - both man and woven,
RE UIREMfNTS FOR THE PREVENTION OF ENVIRONMENTAL
' POL CES
' In accordance with the provisions of Chapter 62, Laws of 1973,
H.B. 621, the Contractor shall secure any permits or licenses
required by, and comply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
iKin Countv Ordinance No. 15Z7 requires Building and Land
evelupmeA Division an3—Ay3taulics Division review of grading
' and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into project design stand-
ards to be incorporated into project design by Engineering
' Services. Reivew by Hydraulics Division.
C_o�unt�• Ordinance No. 800, No. 900 No. 3006 and Resolution
N—o.�H-77��—Lo:I73 0. o. ■n o. contained
in i' t n Lountp o e it es an are provisions or disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide penalties for failure to comply. Review by Division of
Solid Waste.
anPuy_etSound Air Po?lution Control A encv Re ulation 1 : A regu.
ion to contro the emission o air contaminants rom all
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (king, Pierce, Snohomish, and Kitsap Countiesl in
accordance with the Washington Clean Air Act, R.C.K. 70.94.
WASHINGTON STATE DEPARTk;ENi OF ECOLOGY
W.A.C. I8.02: Requires operators of stationary sources of air
contaminants to maintain records of emissions, periodically re-
port to the State information concerning these emissions from
t his operations, and to make such information available to the
public. See Pul,et Sound Pollution Control Agency Regulation I .
' R.C.W. 90.48. Enacted to maintain the highest possible standards
to ensure t e 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 any organic or inorganic matter that shall cause or tend
1 to cause pollution of such waters. The law also provides for
civil penalties of $5,000)dav for each violation.
R.C.W. 70.95: Establishes uniform statewide program for handling
' solid 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.
M__
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES '
' .C.W. 76.04.370: Provides for abatement of additional fire raz- '
ar an s upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grounds) . The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on '
property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or ,
a atement o orest fires or forest fire conditions.
R,C.W. 70.94.660, Provides for issuance of burning permits for '
abating or prevention of forest fire hazards, instruction or
silvieultural operations.
R.C.M. '6.04.310: Stipulates that everyone clearing land or '
c eartnT Q riggEt=of-way shall pile and burn or dispose of by other
satisfactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses, or at such other times as the ,
department may specify, and in compliance with the law requiring
burning permits.
R.C.W. 78.44: Laws governing surface mining (including sand, ,
graver, stone, and earth from borrow pitsl which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations. '
W.A.C. 332-18: Delineates all requirements for surface mined
an rec amation. '
M.A.C. 332.24: Codifies requirements of R.C.W. 76.04 pertaining
to land Hearing and burning.
U. S. ARMY CORPS OF F";.INEERS
Section 1 of the River and Harbor Act of June 13 1902: Author- '
ices Secretary o Army an Corps o ngineers to issue permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and ,
specifications.
Section 404 of the Federal dater Pollution Control Act (PL92-500
Sgb tat. TAuthorizes "ice ecretary o t e limy, act '
t roug t e orps of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified
disposal sites. Permits may be denied if it is determined that such ,
discharge will have adverse effects on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION ,
Section 13 of the River and Harbor Att s roved March S 1899:
Provides that discharge o refuse w t ;ut a permit into onnavigable ,
waters is prohibited. Violation is punishable by fine. Any citi-
zen may file a complaint with the U. S. Attorney and share a por-
tion of the fine. '
•2-
PERMITS REQUIRED FOR THE PROJECT AoE AS FOLLOWS:
' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
Kin Count • Resolution No. 25789 requires an unclassified use
pe' rmit or ng, 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 Management Act 1971 requires a ermtt for construction
' on?date shorelines. eF�i acquired by Public Works and reviewed
by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land
Ltlls, gravesits, dumping, quarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
ment Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAIIE
' Chapter 112 Laws of 1949, Requires hydraulics permit on certain
pr o ects. ing ounty epartment of Public Works will obtain.)
1 WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 175-220: Requires a National Pollutant Discharge Elimination
19)TS_t_em__TKrDM 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
1 waters into Ttate surface or ground water (such as gravel washing ,
Pit operations, or any operation which results in a discharge
which contains turbidity.)
1 K.A.C. S0B-12.100: Requires permit to use surface water.
W.A.C. 508.12.190. Requires that changes to permits for water use
1 e rev ewe—tRe 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.
1 W.A.C. 508-12-220: Requires permit to use ground water.
1 W.A.C. SOS-12.260: Requires permit to construct reservoir for
water storage.
W.A.C. SOS-12.280: Requires permit to construct storage dam.
1 W.A.C. SOS-60: Requires permit to construct in State flood
contro zone. King County Public Works secures one for design.
1 Contractor secures one for his operation (false work design, etc.l .
1 -,.
1
PERMITS REQUIRED FOR THE PROJECT - Continued '
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ,
R.C.N. 76.O4.1s0: Requires burning permit for all fires except '
or sma out oor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserves the
right to restrict burninp 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- ,
o e ilm er.
R.C,W. '6.08.275: Operating permit required before operating
power equ pment in dead or down timber. ,
R.C.W. 78-44.090: Requires permit for any surface mining opera-
t on inc u ing sand, gravel, stone, and earth from borrow pits) . ,
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 Harbor Act of Magrcehs,3 see1 899,S.Requires of coastpermit rrcRve er than n ,
Guard r.dministered permits) on navigable waters (King County
Department of Public Works will obtain) . ,
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010 52.28.020 52.28.030 52.28.030 52.23.050: '
rove es aut or ty or, requirements o , an pens ties or allure
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 P.rid e
ct o „arc an enera n e ct o as amen e
u ust equ res a permt`t for construction o rirg� '
navigable 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
Act, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY 1
Section 9.02(d) (2)(iiij�of�R_e�ulation 1 : Request for verifica- t
icon of popuTat oTli e�nstty. Contractor should be sure his opera-
tions are n compliance with Regulation 1, particularly Section
9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) ,
and Section 9. 15 (preventing particulate matter from becoming '
airborne).
-a- ,
' PERMITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
Title 10 Cha ter Ic, Part 61 : Requires that the Environmental
rotect ton gency a no z ie 5 days prior to the demolition of
any structure containing ■sbestos material (excluding residential
structures having fewer than 5 dwelling units) .
The above requirements will be applicable only where called for
on the various road projects.
1 Copies of these permits, ordinances , laws, and resolutions are
available for inspection at the Office of the Director of Public
' Works, 900 King County Administration Building, Seattle,
Washington, 98104. It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
t 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.
t
c
1
1
Y-432323-4A PREVAILING 141NINUM HOURLY YAiE RATES OCTOBER OA. IOBA
CU►ATI0N1 FLAGGERS
�OCRTIOv1 LMELAN. CLALLAH, DOUGLAS, GRAYS HARBOR. ISLAND, JEFFERSON-
SNOHURISHS ATHURSTON,AMHATCORS- MAS041 AND TAKINAA PIERCE- SKAGIi.
COUNTIES
rFRINGE BEYEFITS +
TOTAL HOURLY RENEFITS 3.r3 S/Hx. STATE
' WAGE RATS
r OCCUPATION OCCJRATION STATE FEDERLL
C0E DESCkIFT1ON RATE RATE
r260-3313 FLAGGE4 10.78 -�
r
r
r
rIITY Gt Rvil ON Iw-713 L M-7741
r JN1 J% AVE NE INE 17 ST - NE 2STH STI
:RA`/i AVE S3 17TH AVE - VTH AVE SO1
S. Tim ST. IRENTON AVE - GAA47 AVE S31
r ►A GE
r
1
1 NWV-R32320-AA PREVAILING HININU14 HOURLY WAGE RATES OCTOBER 04. 1984
OCCJPAt1DN1 LABORERS
1 )SEWER L WATER LINE CONSTRUCTION)
l 3CAT13V1 :LALLAM. GRAYS HARBOR• ISLAND, JEFFERSON. KING, KITSA►. LE%IS.
1 MASGN. PACIFIC (NORTH OF WAHKIAKUM :RUNTY 'IORTMESN BOUNDARY
EKTENJED DUE WEST TO THE PACIFIC OCEAN). PIERCE, SKAGIT.
SNOHOMISM, TMJRSTON AND WIATCOM COUNTIES.
1 FRINGF BENEFITS ,
HEALTI AND WELFARE 1.75 1/HR. STATE
1 PENSION 1.55 1/40. STATE
TJTAL MOU;kV BENEF17S 3.43 1/MR. STATE
3.11 1/Nk. FEDERAL
1 TRA14ING FUND .13 S14R. STATF
WA:E KATES
9CCJFAT ION OCCUPATIGN STATE FEDERAL
CO)E OfSCRI►T ION LATE RATE
363-3010 GE4LRAL LAPORER 13.80 14.03
360-)323 PIPELAYER 14.14 I4.41
363-3333 %PVAA 14.28 14.341
1
1
1
1
1
1
1 CITY OT RE4T3% tW-773 L V-??41
JNICN AVE NE f%E 17 ST - NE 2STM ST)
iRAN7 AVE S3 17T4 AVF - 9TH AVE SO)
1 S. 7TH ST. 1RENTO4 AVE - GAAN1 AVE SG1
PAGE 2
1
♦KY-412123-AA PREVAILING 14ININUM NGURLT WAGE RATES OCTOBER 04, 19&4
' 3::JNATION: ►DWER EOUI►MENt OPERATOMS
)SEWER C WATER CONSTRUCTION)
LOCATION: :4EL4N, CLALLAM, DOUGLAS (THAT ►ORT13N WHICH LIES WEST OF THE
120TH MERIDIAN), GRAYS HAR60R. ISLANJ. JEFFERSON, KING. KITSAP,
KITTITAS, LEWIS. MASON, PACIFIC (NORTH OF A STRAIGHT LINE fRDM
THE SOUTHERN BOUNDARY OF LEWIS COUNTY EXTENDED WEST TO THE
' 'ACIFIC OCEAYI 61E4CE. SKAGIT. SNUHONISH, THURSTON. WMATCON AND
TAKIrA COUNTIES.
tFRINGE BENEFITS
MEALTH AND WELFARE 1.90 L/HR. STATE
1 PENSln% 2.3D A/MR. STATE
73T4. HJURIY BENEFITS 4.31 A/MR. FEDERAL
TRAINING FUND .21 A/MR. STATE
' WAGE RATES
OCCUPAt13% OCCUPATION STATE FEDERAL
CD)E DESCRIPTION RATE RATE
GROUP 1
1 SOO-3340 BACK FILLER 16.92 16.9?
S6J-)030 BACKHOE (780 USE TYPE AMU LARGER WITH 16.92 16.92
AITACNNENTSI
SSO-0100 CLAM 16.92 16.9?
583-312) CkANE 10.92 16.92
590-3133 JITCHIrG MACHINE 16.92 16.92
Sp)-)150 OJZEF CALL CAT. TYPE 0-3 AND LARGER ) 16.92 16.92
580-316J DRAGLINE 16.92 16.92
500-3190 FRp\T-EK3 LOADER 1210S. AND OVER) 16.92 16.92
SB)-)2l0 MECHANIC 16.92 16.92
t 583-3223 Mi:HA\1: WELDER 16.92 16.92
SRO-)24J F•,iTOP GRADFk 16.92 16.91
S9)-2313 SCREE) 16.92 16.92
' 593-3335 SMOVCL 13 YOS. AND UNDER) 15.92 16.92
593-)35J SIDE BOJM TALL CAT. TYPE 0-3 AND LARGERI 16.92 16.92
' GROUP 2
SSO-))20 BACKHOL 16PO :ASE TYPE AND SMALLER WITH 16.425 16.425
ATT ACHVENTSI
' SSO-OOSO 9END1N:, MACHINE 16.424 16.42S
SRO-)060 BLOM TRUCK (STATIONARY) 16.425 16.425
CITY OF RENTON IW-7t3 t W-7141
J41ON AVE VE CNE 17 ST - NE 2STM ST)
+RANT AVE SO ITCH AVE - 9TM AVF S31
S. 774 ST. (MENTON AVE - GRANT AVE SO)
PAGE
"dV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 04. 1904
t OCCUPATION: POWER EQUIPMENT OPERATORS
( SEWER C WATER CONSTRUCTION)
LOCATION. ZHELAN. CLALL AM. MUGL AS ITMAT PORTION WHICH LIES WEST OF THE
120TH MERIDIAN). GRAYS HARBOR, ISLAND. JEFFERSON. KING. KITSAP.
(1TTIIAS. LEWIS. MASON, PACIFIC INCRTH OF A STRAIGHT LINE FROM
THE SOUTHERN SOJNDARY Of LEWIS COUNTY EKTEVOED WEST t0 THE
' •ACIF)C OCEANI PIERCE, SKAGIT, SNOMOMISM, THURSTOM. WHATCOM AND
YAKIMA COUNTIES.
' WAGE RATES
3C7U6LTIDN OCCUPATION STATE FEDERAL
CO3E DESCRIPTION RATE RATE
;1knUP 2
SOO-3070 P6RINU MACHINE 16.425 16.425
580-3090 C04PAC73RS 16.425 16.425
580-0140 DGZER (ANY TYPE SMALLER THAN CAT 0-31 16.425 16.42S
580-0170 DRILLS ILEAOI TY►EI 16.425 16.425
SSO-5180 FROM-END LOADER (UNDER 2 Y0.) 16.425 16.425
580-3203 SIN 7R4 K /6.425 16.42S
580-3230 MECM4NIC41. GREASER (LARGE GREASE TRUCK) 16.425 16.425
' 980-32T0 PAVING MACHINES 16.425 W.4Z5
500-3260 ROT FIREMAN [ENGINE CPERATED ABOVE i BBL.) 16.425 16.425
530-3300 ROLLERS 16.425 16.425
583-3320 SERVICE PLOW 16.425 16.425
580-0340 S10E BLUR ZANY TYPE SMALLER THAN CAT 0-31 16.425 16.425
580-0360 TRACTAIR 16.425 16.425
580-1380 WELL POINT SYSTEM 16.425 16.425
1ROUP 3
' 503-3310 AIR CGroRFSSOR 14.46 14.46
5b9-3080 CHAIN TYPE DITCHER (DITCH WITC,11 14.46 14.46
590-5110 CUNCRETE SAW 14.46 14.46
' 580-3260 OIL-GREASER 14.46 14.46
530-3250 OILER 14.4b 14.46
560-0290 PUMP 14.46 14.46
583-3370 WELDIN; MACHINE 14.46 14.4b
CITY Of RENTON /W-773 C W-774)
JNION AVE NE INE 1T ST - NE 25TM STI
GRANT AVE S3 (?TM AVE - 9TH AVE SOI
' S. 7TH ST. IRENTON AVE - GRANT AVE $01
PAGE 5
I
4*Y-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER 04. 1984
OC:UPATION: SURVEYORS
LOCATION: CLALLAN. GRAYS HARBOR. ISLAND, JEFFERSOY, KING, KITSAP, LEWIS.
MASON. PACIFIC, PIERCE, SKAGIT, SNOHOMISH. T HIRSTON AND WHATCOM
' :OUNTIES.
FRINSE BENEFITS
e
' TOTAL HOURLY BENEFIT - PARTY CHIEF I.50 A/HR. STATE
TOTAL HOURLY BENEFIT - INSTRUMENT 1.00 SINK. STATE
PERSON
1 T3TA_ HOURLY BENEFIT - CHAIN PERSON .TO 8/HR. STATE
WAGE RATES
OCCURLTIJN OCCUPATION STATE FEDERAL
C3)E DESCRIPTION RATE RATE
720-))I0 CHAIN PERSON 8.25 =_
720-3340 INSTRJMENT PERSON (JUNIOR ENGINEERI 11.03
720-3070 PARTY CHIEF (ASSISTANT ENGINEER) 11.50 --
t
' :ITY OF REiTON 1W-773 C W-7741
JNICN AVE NE INE 17 ST - NE 2STH ST)
!RANT AVE SO l7TH AVE - 9TH AVE SOI
S. 7TH ST. (RENTON AVE - GRANT AVE SO)
t
PAGE 12
I
IIWY-R32320-AA PREVAILING MINIMUM HOURLY PAGE RATES O:TOBER 04. `944
0::JPATIO48 TEAKSTERS
tOCAT IONi CL ALLAM. GRAYS HARBOR, ISLAND, JEFFERSON, KING. KITSAP. KITTITAS.
LEWIS. NASON. PACIFIC INORTM OF THE dAHKIAKUN COUNTY NORTHERN
I 630DARY EXTENDED DUE NEST TO THE PACIFIC OCEAN). PIERCE. SKA6I1.
SNOHOMISH. THJRSTON. WMATE04. YAKI4A AND THOSE PARTS OF THE
XOLLO%M COUNTIES LYING WEST OF THE 123TH MERIDIANS CHELAN AND
IDOUGLAS WJNTIES. %
FRINGE BENEFITS
HEALTH AND WELFARE 1.69 A/HR. STATE
PENSION 1.?S A/Ni. STAY
TOTAL HOURLY BENEFITS 3.6A 61 HA. FEDERAL
ITRAINING FUND .00 FEDERAL
WA:E RATES
I 3C:UPATION OCCUPATION STATE FEDERAL
CUTE DESCKIPTION RATE RATE
SPOUP 1
730-0690 LEVE3444 AND LOADERS AT BUNKERS AND 17.06 17.06
BATCH PLANTS
730-1010 PICK-UP TRUCK 17.06 17.06
730-1233 S4A4PE3 17.06 17.p6
730-1810 •ARE-.LJSE4AN AND CHECKERS 17.06 17.06
i4GUD 7
730-1133 TEAS DRIVER 11.11 17.11
!ROUP 3
730-311J BULL LIFTS. 04 5141LAk EQUIPMENT USED IN 17.16 17.11
LGA9ING OR UNLOA0ING TKUCKS, T4►NSP3RTING
MATERIALS ]A JOS SITES:KAREMOUSING
730-3140 dJS 01 EMPLDYEE4AUL 17.11
1
1
CITY CF RENTUN IN-773 C Ar7741
UNION AVE NE INE 17 ST - NE 251H STD
GRAN7 AVE SO 1774 AVE - 91H AVE Sol
S. 77M $7. (REM ON AVE - GRANT AVE SOD
PAGE 13
1
' HWY-A32320-AA ►REVAILIW- MINIMUM HOURLY WAGE RATES OCTOBER 04, 1994
OCCJPATION: TEAMSTERS
' LO:ATION: CLALLAM, GRAYS HARBOR. ISLAND, JEFFERSON. KING. KITSA►. KITTITAS,
.f.rlS. MAS34, PACIFIC WORTH OF THE WAHKIAKUM COUNTY NORTHER%
' BOUNDARY WENDED DUE WEST 70 THE PACIFIC 3CEANl, PIERCE. SKAGIT.
S*70140ylA+. THJPS7DN, WHATCOM. YAK1P► AND THOSE PARTS C THE
F3LLOwl4G COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND
30U4LAS CQU%Y IES.
AWAGE RATES
' OCCUPAT I" OCCUPATION STATE FEDE'AL
CO)E I:ESC AI PT ION RATE RATE
Gk3UP 3
t730-3230 DUMPSTERS• AND SIMILAR EQII►MFNT:TOUA%O- 17.16 17.►6
ROCKERS. TOURNUWAGON. TOURNOTRAILER, CAT Dw
SERIES. TERRA COBRA, LETOURNFAJ. WESTINGHOUSE
ATHEY PAGON. EJCLID, TPO AND f3JR-WHEELED
PurER TRACTOR WTH TRAILER AND SIMILAR TOP-
LO40Ev EQUIPMENT TRANSPORTING MATERIAL AND
PERFORMING WORK IN TEAMSTER JJRISDICTIOk:DJMP
TRUCKS, SIDE. ENO AND BOTTGN DJMP, I%CLJDI%G
SEMI-TRUCKS AND TRAINS Ok COMSINATION'
THFRECV :UP TO AND INCLUDING 5 YARDS
730-0460 FLAHERTY SPREADER 17.16 17.16
730-3490 FLATBED TRUCK, SINGLE REAR AXLE 17.:6 17.16
730-0610 FUEL TRUCK. ,,REASE TRUCK. GREASER, BATTFRI 17.16 17.16
SERVICE MAN AND/OR TIME SERVICE M►N
730-1100 SCISSURS TRUCK 17.16 17.16
_730-1350 TRACTOR. SMALL RUEBER-TIRED (MtiEN USED Kllti14 17.16 17.16
TEAMSTER JURISDICTION)
139-1753 VACUJM TRUCK 17.1b 17.1b
133-2033 wATEP, wAG01. ANU TANK TRUCK: UP TO 16)) 17.16 I7.16
' GALL CNS
730-?290 WINCH TRUCK: SINGLE PEAR AXLE 17.16 17. lb
733-2221 "LCKER, TO% TRUCK AND SIMILAR EQUIPMENT 17.16 17.16
GROUP 4
730-3500 FLATPEO TRUCK, DUAL REAR AXLE 17.27 17.27
GROUP 5
730-3090 PU"YKAILE AND SIMILAR 17.33 17.31
:ITY OF RENTON 4W-773 C W-774)
JNION AVE NE INE 17 ST - ME 25TM ST)
!RANT AVE SO 17TH AVE - 9TH AVE S31
S. 7TH ST. IRENTOA AVE - GRANT AVE SO)
PAGE 14
INV-R32320-AA PREVAILING MINIMUM HOURLY MA;f RATES X TOBER 04. 1904
D::UWATION: TEAMSTERS
LOCATI04: :LALLA4, GRAYS MARBOR, ISLAND. JEFF3RSON. KING. KITSAP. KITIITAS.
LEWIS. MASON. PACIFIC INORTM OF THE WAMKIAKUW COUNTY NORTHERN
10UNDARY EXTENDED DUE HEST TO THE PACIFIC OCEAN), Pl Ellt E. SKAu1T•
SNOM341SH, THURSTON, WMATCON, YAKIMA AND TMDSE PARTS OF THE
FOLLOrING COUNTIES LYING WEST OF THE 120TH HERIDIA42 CHELAN AND
03UGLAS COUNTIES.
WAGE RATES
CCCUPITIUN OCCUPATION STATE FEDERAL
ME DESCRIPTION KATE RATE
' ;ROUP 5
710 )670 MISTER 3PERATORS (MAULING BULK LOOSE 17.33 17.13
AGGREGATES)
730-E190 STRADDLE CAKRIEA (ROSS, "STER AND SIMILAR) 17.31 17.33
730-2010 WATER W4504 ANJ TANK TRUCK: l6)0 GALLONS 11.33 1T.33
TO 3033 GALL94S
;ROUP 6
730-1500 7444SIT-14IX, 0 TO AND INCLUDING 4.5 YOS. 17.37 17.37
tGROJP 7
' 730-0210 OUMPSTEAS, A" SIMILAR EDUIPNE%T;7OuhN0- 11.39 17.16
ROCKERS. TJUR43WAG04. T0JP4074LILER. CAI DW
SERIES, TERRA COPRA. LETLUlk-Al AJ. Wf STINGHOJSE
t ATMEY M GON. EUCLID. TWO AND F)UR-WHEELED
POMP TRACTOR WIN TRAILER AND SIMILAR TOP-
LOAUE3 EJUI►MENT TRA4SPChTING MAIMAL AND
PiXFOAM1Nu WORK IN TEAMSTER JURISDIC7ION:DUNP
' TRUCKS. SIDE. END AND BOTTOM DJMP, INCLUDING
SEMI-TRUCKS AND TRAINS OP CCMFINATIONS
THEREUF1OVEh 5 YARDS TU AND IN:L. 12 YARDS
730-3413 fXPLOSIVE TRUCK (FIELD MIXI AND SIMILAR 17.36 17.36
EQUIPMENT
130-3710 lU►BFJ AND hfAVV DUTY TRAILFRt UNDER 50 17.)B 17.39
TONS GonSS
73D-0913 OIL DISTAB UTOR DRIVER IRCADE 11.301 17.39
733-)!4D SLURRY TRUCK DRIVER 1%38 17.36
7)0-1160 SND-GC AND SIMILAR EQUIPMENT 17.38 17.36
730-2210 WINCH TRUCK: DUAL REAR AXLE 17.39 17.31
:ITT OF RENTON IN-7T3 C N-7741
441 JN AVE ME INE I1 ST - HE 25TH ST1
GRANT AVE SO (?IN AVE - 9tH AVF Sol
S. TTM ST. IRENTON AVE - GRAM AVE S31
PAGE 15
' MIY-432120-AA PREVAILING MINIMUM HOURLY W43f RATES OCTOBER 04. m4
OCCU►ATIOP11 TEAMSTERS
IO:ATIONt :LALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP. KITTITAS.
LEWIS. MASON. PACIFIC (NLM(M OF THE WAHKLAKUM COUNTY NORTHERN
IVUNDAKY EXTENDED OUE WEST TO THE PACIFIC OCEAN). PIERCE. SKAGIT,
' SNOHCMISH. THULSTON. WHAT:OM, YAKIMA AND THOSE PARTS Of THE
FOILO.IN6 CUJNTIES LYING WEST OF THE 120TH MERIDIANL CHELAN AND
)OU:.LAS CCUrTIES.
WAGE RATES
OCCUPATION OCCUPATION STATE FEDERAL
CO)'_ DESCRIPTION RATE RATE
GAOJP 1
TI0-0220 OUP►STERS, AND SIMILAR EAIIPMEVTITOJRVO- 17.44 I7.144
RJCKFAS, TOURNLWAGON, TUURNDTRAILER. CAT DP
' SERIES. TERRA COBRA, LETOURNEAU. WESTINGHUJSt
AIHFV WAGON, EUCLID, INC AND FOJR-%HEELEO
POWER TRACTOR WTH TRAILER AN) SIMILAR TOP-
LLADEJ EJOIPAENT TRANSPURTING 4.TEAIAL AND
' PERFO94ING WORK IK TEAMSTER JJRISDICTIDNIDJ40
TRUCKS. SIDE. END AND /07T00 OJMP, INCLUDING
SEMI-IRUCKS AND TRAINS DP COMBINATIONS
THEREOtIGVFR 12 TAAOS TU AND 14CL. 16 YARDS
GRDJP i
710-)100 BJLK CEMENT TANKER 17.49 17.49
710-.210 :)U"SIE3S. ANJ SIMIIAP EOUI0ME4Tt70UR%O- 17.49 17.44
00'KERS. TOUR404AGON. TOURNOTRAILEA, CAT Din
t SEKIFS. TERRA COBRA, LETC)RNEAJ. WESTIAGHOJSE
414EY WA4nN, EU:LID. TWO AND FOUR-64EELFO
PO.ER TRACTOR WTH TRAILER AND S1"ILAR TUP-
LOAOEJ EOUIPMFNT TRANSPLRTING MATERIAL AND
Pt RFOR414G WORK IN TEAMSTER JURFS))CTIONSDUMP
TRUCKS. SIDE. E4D AND BCTTOM DJ4P, INCLUDING
SFMI•TRUCKS AND TRAINS 00 CCNBINAYIONS
THE+L�FLUVSP 16 VAROS TO AN't I4:1. 20 YAR^S
750-2715 WATER WAGON AND TANK TRJCKt OVER 1000 GALLONS 17.49 17.69
GAJUP 10
:ITY OF RE-41IN /W-171 L W-7T41
t JNIO'. AVE NL IME li ST - ME 2STH ST$
GRANT AVE SO 17TH AVE - 97H AVE S31
S. 7T- ST. IRENTON AVE — GRANT AVE S01
PAGE 16
rY-R32120-AA PREVAILING MINIMUM HOLALV WAGE RATES OCTOBER 06, 1944
O:COPATIONI TEAMSTERS
'IDCAT104t :LALLAM, "AYS HARBOR. ISLAND. JEFFERSON, KING. KITSAP, KITTITAS,
LEWIS. MASON, PACIFIC (NORTH OF THE MAHt1AKUM COUNTT NORTHERN
30UNDARY EXTENDED DUE WEST TO THE PACIFIC OCEANS, PIERCE. SKAGIT.
SNOHOMISH, THURS10%. WHATCUM, YAKIMA AN3 THOSE PARTS OF THE
FOLLCWING COUNTIES LYING WEST OF THE 12DTH 14ERIDIANI CHELAN AND
)DUGLAS COUNTIES.
WAGE RATFS
' OCCUPATION OCCUPATION STATE FEDERAL
C3)E DESCRIPTION KATE RATE
GROUP 10
T30-3120 BULL LIFTS, OR SIMILARY EQUIPMENT USED IN I7.Sl IT.SS
LOADING OR UNLOADING TRUCKS, TRANSPORTING
MAlfhIALS ON JOB SITES.OTHER THAN WAREMOJSING
GRJJP 11
730-1SIO TRANSIT-MlX USED EXCLUSIVELY IN NFAVY 17.S4 17.54
CONSTk. IOVER 6.5 VOS. TC AND INCL. 6 YOS.
GROUP Ii
130-3010 A-FRAME OR HYDRALIFI TRUCKS OR SIMILAR 11.64 17.64
' EQUIPIE4T WHEN A-FRAME OF HYDLALIFT OR
SIMILAh EQJIPME47 IS IN USE
iROUP 13
T30-3240 DU` PSTFRS, AND SIMILAR EOUIPME41110JRN0- 17.66 17.66
RCCYFRS, TOURNOWAGUN, TOURNOTKAILER. CAT OW
SERIES. TERRA COBRA, LETOJRNEAJ. WESTINGMGJSF
ATHCY WAGON, EUCLID, 7MC AND FOUR-MHEELEJ
►D►ER TRACTOR WTH TRAILER AND SIMILAR TOP-
, LOADEJ EQUIPMENT TRANSPORTING MATERIAL AND
PERFOKMING WORK IN TEAMSTER JURISDICTIONtOJNP
TRUCKS. SIDE, ENO AND BOTTOM OUK►, INCLUDING
SEMI-TRUCKS AND TRAINS CR COMBINATIONS
THEREDFIUVER 20 YARDS TU ANU IN:L. 30 YARDS
733-3720 LCWEED AND HEAVY DUTY TRAILER2 OVEK 53 TONS 0.66 17.66
GROSS 70 AND INCLUDING 100 TONS GROSS
1
CITY OF RENTON OW-113 C W-77141
1 JNI Y. AVE NE ONE 17 $1 - NE 257H STI
;.RANT AVE $D I7TH AVE - 97M AVF SOS
S. TTH ST. ORENTUN AVE - GRANT AVE S0)
PAGE IT
1
�HWY-R32123-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTOBER DA, 1944
CU►41104% TEAMSTERS
�O:ATIONI LEWISS MASDV.�SPACIFICBOR�ENORTH OF,THEEMAHKIAKUM�COUNTYA IAS•
NORTHERN
BDUNDARV EXTENDED DUE NEST TO THE PACIFIC OCEANI, PIERCE- SKAGIT.
S4O4OMISH, THURSTON* WHATCOM, VAKIMA AND THOSE PARTS Of THE
FOLLOWING COUNTIES LYING WEST Of THE 120TN MERIDIANS CHELAN AND
)OU,LAS COUNTIES. 14
WAGE RATES
OCCUPATION OCCUPATION STATE FEDERAL
' CD)F DESCRIPTION RATE RATE
GRDJP 1♦
t73D-1S2D CONSTRTSOVERU6EY S.ICTOSANDLY IN INCL.HEAVY I YOS. 1t.10 I7.70
GROJP 15
t30-0240 ROCKERS,STOUR40WAGON, TUURNOTRAILER,ANOSI PI LAP RCAT DW ll.B2 ll.B2
SERIES, TERRA COBRA, LETOURNEAJ, WESTINGHDJSE
AINEV WAGON, EUCLID, TWO AND FOJR-WHEELED
POMER TRACTOR WTH TRAILEk AND SIMILAR TOP-
LOADED EDUIWENT TRANS►CAIING MATERIAL AND
PERFUKMSNG WDAK IN TEAMSTE„ JURISDICTIONZDUNP
TRUCKS, SIUF. END AND BOTTOM 011+P, 14CLUDIN3
' SEMI-TRUCKS AND TRAINS CR COMBINATIONS
74FAE3F10VER 30 VDS. TO AND INCL. AO VDS.
730-1730 L003FD AND WEW DUTY IRAILERI DYER 100 1T.B2 17.82
TONS ikOSS
GR7UP 16
13P-1530 CD4STR.tCVEkUBEVDS.ICTCSANOLINCL.HEAVY 17.8e 17.66
►3 VDS.
i
1
'IVY Of AEN1U4 IW-773 C W-7141
' J%ICN AVE NE INC 17 ST - NE 2STH STl
DRANT AVE SC ITT" AVE - OTH AVE Sol
S. 77" ST. IRENTGN AVE - GRANT AVE SOl
PAGE 1B
I
#VV-R32120-AA PREVAILING MINIMUM HOURLY M4
6E RATES OCTUIER OA. 19h
OC"PATIO49 TEAMSTERS
�OCAT/ON: CLALL4:1• GRAYS HARBOR. ISLAND,
LEWIS, MASON. PACIFIC I JTHEWAO4. KING.COUNTY
THEAN AS.
' 11OUNOAiY EXTENOEO DUE WEESTTTOOT T PACIFIC OCE COUNTY NORTHERN
SNOHC4ISH. THURSTON, VHATCU4• YAiMACANOCTHOSENPARTSEDfETHEKAGIT.°O1L061 Nu COUNTIES LYING VEST Of THE 120TH MERIDIAN: CHELAN AND
JOUGLAS COUNTIES.
MiE RATES
' OCCUDATION
CODE OCC-UPATIG4 DESCRIPT104 STATE FEDERAL
RATE' GROW I? RATE
110
-0260' OJMp STERS, A40 SIMILAR EOUIPM;4T:TOURNO-
ROCKE4S• TOURNjW AGON. TOURNOTAAILER, CAT OW 17.98 17,95
SERIES. TERRA COBRA, LETCURNEAj. WEST
ATHFY WAGON. EUCLID, TKU AND f3jR-WHEELED iNGHCUSE
TRACTORPOWER TRAILER AND SIMI' LOADEREDUI PRENT HTRANSPOATIKG MATER14LLAR T
P ERcOR41N AND
G WORK IN TEAMSTER JURI SDICTIONADU40
TRUCKS, SIDE. END AND BOTTOM Oj4p,'EMI-TRUCK$ AND TRAINS OR CCMRINATIOTNN$CLUOING
+Y Rf.Jf:OVE 40 YARDS TO AND 14CL. SS YARDS
;RJW to
T30-1540' TRANSIT;MIX USE) EXCLUSIVELY IN MFAVV CONSTK. OVER 10 VOS. TO ANC 14CL. 12 VjjS. 18.03 18.01
iR^.JP J9
731-1553 TRANSIT-.Mlr U fKClUS1VflY IN rEAVY
C CNSie,:OVER 12SED IDS. TO AND INCL. 16 VOS. 10.19 I1.19
GROUP 20
7l0-ISbO
' x.ANStT_D4iK USED XC LS IVELD Iv HEAVY
GROUP 21C I6YOS. Tt; AND INCL. 20 YOS• 1A.35 17.13
' 730-IS10 TRANSIT-414 USED EKCLUStVEIY IN HEAVY C ASTR.:OVER 20 YOS. IB.SI I$.S1
' U OF RfN JN
UNI TV-113 L V-7741 U410K AVE NEE INE 17 ST - NE 2STH S11
GRANT AVE c� 1It" AVE - 9T4 AVE Sol
S. 7TH ST- IRENTGN AVE - GRANT AVE S31
PAGE 19
NWY-i)2720-AA ►REJAILING MINIMUM HOURLY WAGE RATES OCTOBER 04. 1934
OLCJPAT ION: 1 EAMSTERS
'LOCATION: CLALLAM, GRAYS HARBOR. ISLAND. JEFf ERSON. KING. KITSAP. KITTITAS.
_EWIS• W4•34. PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN
BOUND►KY CKIENDEC DUE WEST TD THE PACIFIC 3CEAN1. PIERCE. SKAGIT.
SNOHOMISH. THURSYC . WHAICOM. VAKINA AND THOSE PARTS Of THE
F3LLOWING C3UNTIES LYING WEST OF THE 1Z3TH MER131A,N: CHELAN AND
DOUGLAS COUNT I ES - '
W4 GE RA7ES
OCCUPATION OCCUPATION STATE FEDERAL
CO3E DESCRIP110N RATE RATE
GR;)UP 22
730-3400 ESCORT DRIVER 17.06 12.O3
730-1023 PILCT CAR 17.06 12.03
GROUP 23
730-3P10 NECHANIC HELPER 16.91 --
iROUP 24
730-3 R00 MECHANIC I7.50 --
O7HEP
T30-9135 STAA )97E IS t/MRk.0 FOR7ION FACHT IO Y►R� 1
INCREMFN70VSR
55 YARJS
1 710-9716 STATE : 3VER114E-All WORK PE aF ORNFJ It, ERC.SS
OF R IYJJiS PEa DAY DR 40 HCURS PFR WEEK. P3V-
DAY 1.100UGH FRIDAY. AND ALL WORK PEAfGRMID ON
' SAIJRJAYS SNAIL BE PAT.) AT ONE AN) ONE- HALF
TIMES THE PEGJLAR RATE OF PAV.ALL W3RK ►ER-
FORNEJ ON SUN'1AYS AN3 HCLIDAYS SHALL BE PAID
AT 30JILE THE REGULAR RATE Of PAY.
CITY Of RENTJN 4W-1T3 L W-7741
JNICN AVE hi EWE 17 ST - WE 25TH STI
R►'.T AVE S3 177H AVE - 9TH AVE SOI
S. 71H St. (RENTON AVE - GRANT AVE S):
' PA of 20
SPECIAL PROVISIONS
1
1
1
CITY OF RENTON
1
AM STNYOAAD COECIFICAUft
THE STANDARD SPECIFICAIIONS FOR n•,NICIPAL PUBIC MORNS CONSTRUCTION PREPARED
BY THE MASHINGION SIAIL CHIAPIER OF 1F4 AMERICAN PUBLIC WOWS ASSOCIATION. 1981
EDITION, SHILL BE HEREINAFTER REFERRED TO AS THE "SIANDIWD SPECIFICATIONS" AND
SAID SPECIFICATIONS TOEIAR WITH THE TAMS OF THE STATE OF WASHINGTON AU THE
ORDINANCES AND CMATTLR OF THE CITY OF RENTON. SO FAR AS APPLICABLE, ARE HEREBY
INCLUDED IN THESE SPECIFICAl IONS AS THOUGH CWIED IN THEIR ENTIFEIY AND SMALL
APPLY EXCEPT AS AENCIEU OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS
HEREIN.
A COPY OF IHESE STANDARDS SPLCIFICAIIONS IS ON FILE IN THE Off ICE OF IHE
PUBLIC WOWS DIRECTOR.
EXAMINEDAND CONSULTED CT MUNICIPAL
BY BUILDING. RENTON PARTY.
WASMING'UN 98055, MERE
IMLy MAY
TO 14
, SUCH
REFERE HCE SMALL BE. ICONSTRLEDNIa THE STANDARD MEAN T iIrE OFF RENION,S AND FAEH�FE NCE
IS MADE. 10 IH LNGINEER, SUCH FE FEREHDf SHtlAII BE CONSTRUED TO MEAN THE
DIRECTOR OF PUBLIC NOBCS, CITY Of RENT ON, OR HIS OULr AUTHORIZED
REPRESENTATIVE.
NOIL' THE SPECIAL AND ILCHINICAL PROVISIONS HERFINAFILR CONTAINED SHALL RF IN
ADDITION 10 OR SMALL SUPERSEOL PROVISIONS OF THE SIANUARD SPECIFICATIONS IN
CONFLICT HERE01114.
CLLS ARE
ED FUR
HEADINGS PARTS, SECTIONS.OR REFER ONLY ANC) SMALL. NOT AF�FECII"EI NTERPFElAN10NTCONVENOF IHE
CUNINACI DDLUHINIC,
TECHNIC°: PROVISIONS STRUC?Ift
THE SPLCIF ICAI IONS NOTED HERE.IN ARE IN AUDITION T0, OR IN LIEU OF' DIVISION I,
1l. Ill AND iv OF
SIANDARU SPLCIFICAIIDNS. FAERE. SECTIONS ARE MNRNED
"REPLACEMENT SECTION" OR "PARTIAL REPLACLHENI SECTION." THE SPECIF1CAIION5
HEREIN ARE IU REPLACE, OP PAR1lAl LF REPLACE, THE
ISTA�THE SPECIFICAIIUEKNS
NOILD. %NEEW SECTIONS ARL NARKED, ADDI11OlAL '•
HEREIN ARE TO BE AN ADDITION TO THE S14NDWO SPECIFICATIONS NOTED, V*RE.
SECTIONS ARE MARKED "SURPLEHENIAL SLCIION," THE SPECIFICATIONS HEREIN ARE 10
BE A SUPPLEMENT 10 THE STANDARD SPECIFICATIONS.
Revised 7/84
SPECIAL PROVISIONS t
mx ,
SECTION 1
SECTION 1 SP 1
SPECIAL PROVISIONS SP 1 '
STANDARD SPECIFICATIONS SP 1
ACT OF GOD SP 2
SHOP DRAWINGS SP 2 ,
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2 SP 2 '
PUBLIC OPENINGS OF BIDS SP 2
SECTION 3 SP 2 ,
CONSIOEMAl1O4 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 SITLS SP 4
HOURS OF WORK SP 4 '
CONTRACTOR'S COPIES OF CONIRACI DOCUMENIS SP 4
SECTION S SP 4 ,
SLO411TALS SP 4
CONSTRUCTION STAKING SP S
FINAL ACCEPTANCE SP 6
04IMOD O SENVICE 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 '
RESPONSIBILITY FOR DAMAGE SP lE
F'NOILCIION AND RE510RAII(JN OF PRUPLRTY Sp Il
RLSTORAIION OF SIRUCTLPRES AND SURFACES SP 11 '
UTILITIES AND SIMILAR FACILITIES SP 13
Revised )/84
r
r
rPGBLIC LIABILITY AND PROPERTY DANAL£ SP 13
GENERAL SAFETY REQUIREMENTS SP 13
r FLAGMEN, BAMICAOES, AND SIGNS SP 14
WST CONTROL SP 15
RIGHTS OF WAY SP 15
EMPLOY EMl OPENINGS SP 15
SECTION B SP 15
PROGRESS SCHEDULE SP 15
r PRE-CONSTRUCTION CONFERENCE SP 16
NOTICE TO PROCEED SP 16
71K OF COMPLETION SP 16
LIQUIDATED DAMAGES SP 17
r OVERTIME NOW By OWNER EMPLOYEES SP 17
CONTRACTOR'S PLANT AND EQUIPMENT SP 17
ATTENTION TO WORK SP 16
' SECTION 9 SP 18
MEASUREMENT OF QUANTITIES SP 18
r SCOPE OF PAYMENT SP 19
OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 19
r
i
r
r
r
r
r
rRtvisetl 3t8n
r
SECTION 11
1-1.39A SPECIAL PROVISIONS (A2UUQh& E TI ')
ALL PROVISIONS OF )HE APWA STANDARD SPECIFICATIONS RELATING TO AND PROVIDING ,
FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFWtED ARE DELETED 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.
1-1,390 STANDARD SPECIFICATIONS (ADDITIONAL SECTION) '
OTHER CERTAIN REFGRFNCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FROM
THE LATEST EDITIONS OF:
AWWA AMERICAN WATERWORKS ASSOCIATION
ANSI AMERICAN NAIIONAL. STANDARDS
ASA AMERICAN STANDARDS ASSOCIATION '
ASIM AMERICAN SOCIETY FOR TESTING AND MATERIALS
1-1 50 ACT QF GOO CREPLACEMENf KCTIQN)
"ACT OF GOD" MEANS AN LARIHQUAKE. FLOOD, CYCLONE, OR OTHER CATACLYSMIC ,
PHENOMENON OF NAIUL. A RAIN, WINDSTORM, HIGH WATER OR 01HER NATURAL
PHENOMENON OF UNUSUAL. INIENSIIY FOR THE SPECIFIC LOCALITY OF IHE WOW, WHICH
NIGHT REASONABLY HAVE BUN ANTI(:IPAIEO FROM HISTORICAL RECU(DS OF THE GENERAL '
LOCALITY OF THE WORK, SNAIL NDl BE. CONS IRU'-D AS AN ACT OF GOD,
1-1,51 SHOP QRAW1NGS (REPLACEMENT SECTION) '
1HE IEHM "SH(P DRAWINGS" SHALL REFER i. THE PICTORIAL DESCRIPTION OF THE ,
DLIAILS UM F'ROPOSLU MAIERIALS, EQUIPMENT, METHODS OF Ii45TAL.LATION, ON OlHi,
CONSIRUCIIUN PREPARED BY THE CUNIRACIOR, A SUBCONTRACTOR, OR A MANUFACIUNEK
ANO SORMIIItD FOR THE APPRUVAI- OF THE OWNER.
1_1,52 DR EQUAL (REPLACEMENT 5EC1ION) '
WHERE THE TE^.M "OR EQUAL" 1S USED HEREIN, THE. OWNER, 04 THE EWAER CIF, ,
Rt 0004MF EMl1ON OF 1ME ENGINER, SMA(1 BE THE. SOLE ,RAGE OF THE QUALITY ANO
SUPnHILIiv OF THE PR(WOSED SUBSTITUTION.
SP I Revised 3154
' 1-1 53 APPROVAL (REPLACEMENT SECTION)
THE TERM "APPROVAL" OR "APPROVED- SNAIL. MEAN APPR04AL GIVEN BY OR GIVEN
PROPERLY ON 14 BEHALF OM THE OWNE.a.
SECTION 2: BIO PROCEMS AND CONDI11U11S
2-1 12 PUBLIC OPEHINDS OF 0I05 (REPLACEMENT SECTION)
' SEALED BIDS WILL BE RECEIVED BY THE City Of RENTON. WASHINGTOr, BY FILING WITH
THE CITY CLERK, MUNICIPAL BU_.D1MD, RENTON, WASHINGTON, AS PER CALL FOP 8101,
AND WILL BE OPENED AND PUBLICLY READ ALOUD.
SECTION 3
3-1,01 CDNSIOE_RAT lON OF BIDS (ADDITIONAL SECTION)
' AWARDING OF CONTRACT WILL BE BASED ON TOTAL SLIM OF ALL SCHEDULES OF PRICLS,
NO PARTIAL BIDS WILL BE ACCEPTED.
1
SECTION 4
4-1.05 PROCEOIRE AHD PROTEST BY CONTRACTOR (RE PLACtlENT SECT 1(X+)
ANY "STIONS ARISING BETWEEN THE INSPECTOR AND 14. CONTRACTOR OR H11,
SUPERINTENDENT OR FOREMAN AS 10 THE WANING AND INTENT Of ANY PART OF THE
PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY
BROUGHT TO IW ATTENTION OF 'HE PUB* IC WORKS DIRECTOR OR HIS REPRESENTATIVES
FOR INIERPREIA110N AND ADJUSTMENT, If WARRANTED.
FAILURE ON THE PART OE IME PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE 10
DISCOVER AND CONDEMN OR REJECT IMPROPER, DEEECIIYE OR INFERIOR WOK ON
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK ON
' MATERIALS, OR 7% PAR] OF THE IMPROVEMENT 1N 041CH THE SAME WAY HAVE BEEN USED
TO PREVENT DISPUTES AND LITIGATION, 11 IS FURTEEH AGREED BY THE PARTIES fEREID
114AT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALT DETERMINE THE
QUANTITY AND QUALIIY Of THE SEVERAL KINDS OF WORK EMMACED IN TMESE
IMPROVEMENTS. HE SHALL. 'IECIO. AIL QUESTIONS RELATIVE TO 111E EXECUTION OF IRE
WORK AND THE INTERPNE TAT ION OF THE PLANS AND SPECIE ICA110N$,
1
SP 2 Revised 3/84
IN THE EVENT THE CONTRACTOR IS OF 14 OPINION HE WILL BE DASD BY SUCH i INTERPRETATION, HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
�a SIN WRITING IS Of THE ESSENCE 1NIE 4NGIVIN„ OF SUCH NOTICE.IL44 AMC) AMOUNT OF THIN THE DAMAGE
NT
AN AGREEMENT CANNOT THEN BE REACHED WITHIN 3 DAYS, I E CITY AND TIE CONTRACTOR '
WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL. SELECT A THIRD WITHIN 30
DAYS THEREAFTER.
THE FINDINGS AND DECISION O THE BOARD OF ARBITRATORS WALL BE FINAL AND ,BINDING ON THE PARTIES, IAA.ESS THE AGGRIEVED PARTY, MI?NIA IO OavS, CHQILENGF.S
COURT
SUPERIOR COURT OF KING COUNTY
THE i1N01 AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THE
,
, WASHINGTON, THE GROUNDS FOR THE PETITION FOR
REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND DECISION;
1. ARE NIT RESPONSIVE TO THE QUESTIONS SUBMITTED; ,
2. IS CONTRARY TO THE TERMS Or THE CONTRACR OR ANY COMPONENT THEREOF;
3. TS ARBITRARY AND'OR IS NO1 BASED UPON THE APPLICABLE FACTS AND 'iH4 LAM CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BOARD O ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN ,
WAITING T141R FINDINGS AND CONCLUSIONS 'RASED ON THE EVIDENCE ADDUCED AT ANY
SUCH HEARING.
THE ARBIIRAt ION SHALL BE CONDUCTED IN ACCOROANCE WITH 14 STATUTES OF IHL
STATE OF WASHINGTON AND COURT DEC ISIORS GOVERNING SUCH PRFICEDURE.
THE COSTS OF SUCH ARBITRATION WALL BE BORNE EQUALLY BY THE ..ITy AND THE ,
CONTRACTOR UNLESS 11 15 THE BOARD'S MAJORITY OPINION THAI THE CONTRACTOR'S
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE '
FUUNDAT ION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE CONTRACTOR,
THE VENUE OF ANY SUIT
L BF IN
II, It
CONTRACIOR IS NON.RESIDENIOO I 1/4 STATE OF WANG SHINGTON SIE N$HAII. OE�SIGNATE AN
AGENT, UPON *04 FWASS MAY O SERVED. sEf DRE COMENC:tNG WOW UNDER THIS '
CONTRACT,
4-1,10 19 OF NIATERIACSF'O111ID ON THIF PROJECT (REP Aft MFNT cc Tir», 1
ALL SALVAIA MATERIAL AS FATTED ON FACILITIES THE PLANS AND TAKEN FROM ANY THE DISCARDED 'SHALL AT THE OF OISCRETION, BE CARFFUI LY SALAVAGFD AND
DELIVERED TO THE CITY SHOPS.
AL.L SALVAGED WATER MAINS, FINL HYDRANTS, VALVES AND APPURTENANCES, CATCH 'BASINS, AMA! SlONM AND SANITARY MANIM011 COVERS SHALI BE SALVAGEI` AND DELIYERF.O
TO THE CITY SHOPS, '
ANY CAST INCURRED IN SALVAGING AMC DELIVERING SUCH ITEMS SHALL BE CONSIDERED
INCIDENTAL TO THE PROJECT AND No COMPENSATION WILL BE NAM. '
SP 3 Revised 3/84
6-1.12 PYLSTE SITES (AOCli IONAE SE''t ION)
' All MATERIALS DESIGNATED BY THE ENGINEER TO HE MASTED SHALL BE HAULED, DUMPED,
AND SPREAD AT THG LOCATIONS SELECTED BY THE CONTRACTOR.
THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBIAINING HIS OWN WASTE SITE.
ALL WOK INCLUOLO IN THIS SECTION SMALL BE CONSIDERED TO BE INCIDENTAL 10
OTHER ITEMS OF WORK AND NO "THEFT COMPENSATION WILL BE MADE.
' THE ROUTE TAKEN TO TIE WASTE S11E SHALL BE MAINTAINED SOLELY BY THE CONTRACTOR
IN A MANNER AS DESCRIBED BELOW;
THE CONIRACTOR SHALL BE PREPARED lD USE. WAIER TRUCKS, POWER SWEEPERS, AMC
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PLEB IC WORKS OIRECIOR 10
ALLEVIATE IME PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RESTORA110N Of
' 74 ROUTE 1S MANDR'DHY.
' 4_1 13 HOURS OF !9% (R P kENF I SECTION)
THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD DISCRETION M08 TMEAENGINEER WHEN IT IS INp14 IRS NTEREST (* THE WAY BE CPLS_IC OR IHE
CONTRACTOR DUE TO REASONS OF SAFETY. HEALTH, OR O' FARf.
A-1,14 CONTRACTOR'S CroILS rc ZT8&T QWAXNTS
THE CONTRACTOR WILL BF SUPPLIED BY THE OWNER W17H 5 SETS OF PLANS AND
SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING
ONE FULL, SIZE SET OF DRAWINGS, SMALL BE KIP/ AT THE SITE OF CONSTRUCTION IN
CONDITIONGOOD
ADDITIONAL CRIES Of AT
IHE ACONIHACT DOCUMENTS, IF O REQUIRE W;LLL BE FIRNISHEDEBY
THE OWNER AT NET COST OF REPRODLIC110N.
' SECTION 5
5-1.01 SUBMITTI&S (REPLACEMENT SECTION)
ITE CONTRACTOR SHALL FURNISH ALI DRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA,
CERTIFICATES, SAMPLES, IESIa, METHOD, SCHEDULES, AND MANUf 0'1 URER'S
INSTRUCTIONS AS REQUIRED 10 UEMONSYRAlE FULLY THAI 11E FATLRIALS AND XJIF-E41
10 HEFURNISHEU AND THE fEIHW O WORK COMPLY WITH THE PROVISIONS AND IN1EN1
OF IME. SPECIFICATIONS AND DRAWINGS. If TIE INFORMATION SNOWS ANY DEV1Al1ON
FROM THE CONTRACT REQUIREMENTS, THE, CONTRACTOR SHALL, BY A STAIEMIMI IN
MMIIING ACCOMPANYING THE INFOHNATION, ADVISE THE ENGINEER Of THE DEVIATION AND
STAIE THE REASONS THEREFORF.
SP 4 Revised 3111
5-1,05 CONSTRICTION STAKINGTxpAfcHSNT crtTfY:\ ,
IRE ENGINEER SHALL HAVE THE RIGHT TO MANE REASONABLE CHANGES IN IRE GRACES AS '
THEY ARE SHOWN ON THE DRAWINGS. GRADES WILL BE ESTABLISHED IN THE FORA OF
OFFSET SAKES AT DISTANCES NOT GREATER THAN 50 FEET, SET IN ADVANCE OF THE
WOW- WHENEVER WORK IS IN PROGRESS, THE CONTRACTOR SMALL HAVE IN HIS
EMPLOYMENT A WORKER COMPETENT TO SET A BATTER BOARD OR OTHER CONSTRICTION '
GUIDE FROM THE LINE AND CRAM STAKES GIVEN BY THE ENGINEER.
SUCH EFPLOYFES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND '
MAINTAINING SUCH CONSTRUCTION GUIDES. A BATTER BOARD SET WITH AN ENGINEER'S
LEVEL SMALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PERCENT OR LESS, AT
LEAST IHREE BAITER BOARDS SHALL NEK41N IN PLACE DARING PIPE LAYING
OPERATIONS. IF, THROUGH THE CONTRACIOR'S NEGLIGENCE, ANY STAKES SHALL. BE
DESTROYED AND REQUIRE RESETTING, A SUM MAIL BE DEDUCTED FROM THE CONTRACTOR'S
FINAL PAYMENT EQUIVALENT 10 THE EXIRA COST IN ENGINEERING REQUIRED FOR SUCH
REPLACEMENT, '
THE LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING.
1. REQUESTS FOR USE, EQUIPMENT, AND METHOD OF OPERA110N ARL ,
SUBMITTED FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR
10 USE.
2. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FLEI AND Al LEAST ) '
TIMES DAILY BY CONVENTIONAL METHODS.
3. PROPER ANCHORING OF PIPE IS PER ,,,, 1N LOCATIONS I:HERE A BOX 1S '
BEING USED FOR EXCAVATION.
THE CONTRACTOR SHALL ARRANGE HIS WORK 70 ALLOW A REASONABLE 11ME FOR 14G. ,
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TD PREVENT WORK DELAYS
WHILE WAVING FOR CONSTRUCTION GUIDES.
THE CONTRACTOR SMALL ASSURE FULL RESPONSIBILITY FOR DETAILED DIMENSIONS AND '
TRANSFERRING ELEVAIIONS ON MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS.
DELAYS BY REASON OF LACK OF STAKES OR A TIME REQUEST FOR SURVEY LESS THAN 3 ,
DAYS ARE DEEMED A R15K TO IHE CONTRACTOR AND SWi1L N0T BE IMF BASIS FOR CLAIMS
FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME.
ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALT. BE CONSIDERED INCIDENTAL TO
OTHER BID ITEMS IN TIME PROPOSAL, AND NO FURIHER C010'ENSAIIGN WILT BE MADE,
UNLESS A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED IN THE SCHEDULE OF '
PRICES.
SP 5 Revised 3/846
1
r5-1.12 FINAL ACCEPTANCE (REPLACEMENT SECTION)
r THE CONTRACTOR SWILL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF THE
WORK WHEREUMIN THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY
HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH THE TERMS
r OF THE CONTRACT, AND SWILL THEREUPON RECO4END 10 THE OWNER THAT THE WOP.4 IS
ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE WORT( SWILL BE
MIAA BY THE OWNER.
r5-1,15 METHOD OF SERVICE OF NOTICE (PCPIq MENT SECTION)
r WRITTEN NCI ICE SHAH BE DEEMED TO HAVE BEEN DULY SERVED IF DELIVERED IN PERSON
10 THE INDIVIDUAL, OR TO A PARTNER Of THE FIRM, OR TO AN OFFICER OF THE
CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER 1S A
r GOVERNMENTAL BODY, OR IF SENT BY REGISTERED UNITED STATES NAIL TO THE BUS)NESS
ADDRESS SHOWN IN THE CONTRACT DOCUMENTS.
r5-1.17 ERRORS AND OMISSIONS (REP CEMENT SECTION)
iF THE CONTRACTOR, 1N THE COURSE OF HIS MONK, BECOMES AWARE Of ANY ERRORS OR
r OMISSIONS 1N THE CONTRACT DOCUFENIS OR IN THE LAYOUT AS GIVEN BY SURVEY POIN75
AND INSTRUCTIONS, OR If HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN THE
CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS ''F THE LOCALITY, HE SHALL
IMEDIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE DEEMS IT NECESSARY,
r SHALL RECTIFY THE NATTER AND ADVISE THE CONTRACTOR ACCORDINGLY. ANY WORT( DONE
AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE :T THk CONIRACTOR'S RISK.
rSECTION 7
7-1.04 SANITATION (ADDITIONAL SECTION)
r ALL EXPt.NSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION FACILITIES
SHALT ME CONSIDERED INCIDENTIAL 10 THE PROJECT AND NO COMPENSATION SHALL BE
MADE.
r7-1.07 -L LIMITS (REPLAC MENT SECTION)
ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL.
STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE SIAIE. OF
WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD 10 SIZE, WEIGHT,
rAND LOADS OF MOTOR VEHICLES.
PAYMENT WILL NOT BE MADE FOR ANY MATERIAL THAT IS DELIVERED IN EXCESS OF 14..
rLEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED.
rSP 6 Revised 3/94
r
i
I.NY VIOLATION Of THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTED LAW i
ENFORCEMENT AGENT.
THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A ' ?STING C ALL ,
HAUL VEHICLES USED ON THIS PROTECT, LISTING THE VEHICLE N004HER, LICENSE
NUMBER, TARE WEIGHT, AND LIC'LNSED LOAD LIMITS.
77-1.D8 EMPLOYMENT OF STATE RESIDENTS (REPLACEMENT SECTION) i
TH'F SECTION ON EMPLOYTEENT Or STATE RESIDENTS 1s OEt.EIED IN ITS ENTIRELY, i
_-1.09 WAGES (REPLACEMENT SECTION) i
TFIS CONTRACT IS SUBLECT TO CHAPTER 39.12 RCW, AND AMENOENTS AND ADDITIONS
THERETO REU`-ING ,0 MINIMUM WAGES. ON FfnER'L CID PROJECTS, FEDERAL WAGE LAWS '
AND REGULATIONS Akt ALSO' APPLICABLE. 4OUR-1 H(N74O1d RATES OF WAGES AND FRINGE
SEMEF175 ARE SHOWN In THE CONTRACT. WHEN F_JEWIU WAGE RATES AND FRINGE
BENEFITS ARE LISTED, THEY ARE. IN ACCOROANCE W111i THE UNITED STATES DEPARTMENT i
OF LABOR DECISION NUMBER WA 83-5110.
THE CONTRACTOR, ANY SUBCONTRACTOR, OR OTHER PERSON DOING THE WORE OR ANY PART
OF 1T SHALL NOT FAY ANY WORKMEN, LABORERS, OR MECHANICS LESS THAN THE REQUIRED
HOURLY MINIMUM RJJES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH
HOUR0 RAILS NA1 BE PAID. IN ADDITION TO THE WAGE RATE DESIGNATED, THE
EMPLOYEER SHALL CONTRIBUTE FOR EACH COMPENSABLE HOUR THE FRINGE BENEFITS ,
LISTED. I1 IS SPECIFICALLY UNDERSTOOD AND AGREED THAT THE WAGE RATES AND
FRINGE BENEFITS FOR THIS CC.1RAC1 ARE SUBJECT TO CHANGES, THAT THE BIDDER
ACCEPTS FULL RESPONSIBILITY AND ASSURES THE RISK OF ANY INCREASED LABOR COST
By REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY i
DOES NUT WARRANT OR REPRESENT THAT LABOR CAN EE PROCURED FOR THE MINIMUM RATES
SET FORTH OR AS r.H(ANGEO. lT IS THE CONTRACTOR'S RESPONSIBILITY TO ASCERTAIN
THE WAGES ABOVE SUCH MINIMUM AS HE WILL HAVE TO PAY.
THE CONTRACTOR SHALL POST, IN A LOCATION ACCEPTABLE TO THE CITY AND
INDUSTRIES, A COPY OF THE APPROVED "STATEMENT Of INTENT TO PAY PREVAILING i
WAGE," A COPY OF THE PREVAILI S WAr,E RATES FOR THE PROJECT UPON WHICH THE
CONTRACTOR HAS INDICATED THE 4 PROXIMATE NUMBER OF WORH(ERS IN EACH
CLASSIFICATION; AND THE ADDRESS AND TELEFHONE NUMBER OF THE INDUSTRIAL
STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES WHERE A COMPLAINT OR i
INQUIRY CONCERNING PREVAILING WAGES MAY BE MADE.
ON PROJECTS GOVERNED BY WAGE RATES DETERMINED BY THE STATE OF WASHINGTON i
DEPARTMENT OF LABOR AND INDUSTRIES AND By THE U.S. SECRETARY OF LABOR, IF
THERE 15 A DIFFERENCE BETWEEN THE TWO IN THE PREVAILING RAIL OF WAGE FOR A
SIMILAR CLASSIFICATION OF LABOR, THE CONTRACTOR SHALL PAY NOT LESS THAN THE
WAGE WHICH IS THE HIGHER Of THE TWO.
1
SP 7 Revised 3/84
1
1
IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNLO BY WAGE RATES
DETERMINED BY THE STATE DEPARTMENT OF LABOR AND INDUSTRIES, HE SHALL PRESENT
' TO THE ENGINEER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EHPLOYFES IN A
PROGRAM APPROVED BY THE STATE APPRENIICESHIP COUNCIL AND THE PERIOD OF
PROGRESSIDV FOR EACH SUCH APPRENTICE EMPLOYEE.
IF THE CONTRACTOR MAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
DETERMINED BY THE U.S. SECRETARY OF LABOR, HE SHALL PRESENT TO THE ENGINEER
WRITTEN EVIDENCE OF REG' TRAIION OF SNCH EMPLOYEES IN A PROGRAM OF A STATE
APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY 7HE U.S. BUREAU
OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE ON SUCH A STATE AGENCY, 7HE
CONTRACTOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S.
' BUREAU OF APPRENTICESHIP AND TRAINING. THE CONTRACTOR SHALL SUBMIT TO THE
ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE JOURNEYMAN RATIOS AND
WAGE RATES IN THE PROJECT APEA, WHICH WILT. BE THE BASIS FOR ESTABLISHING SUCH
RATIOS AND RA-ES FOR THE PROJECT UNDER THE APPLICABLE CONTRACT PROVISIONS.
IF ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RA7LS OF WAGES FOR WORK OF
A SIMILAR NATURE 10 THAT CONTEMPLATED UNDER THE CONTRACT AND SUCH DISPUTE
' CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEMENT
REPRESENTATIVEj, THE MATTER SHALL BE REFERRED TO THE DIRECTOR OF THE
DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE
' UNITED STATES SECRETARY OF LABOR MEN PREVAILING WAGES ESTABLISHED BY THAT
OFFICE ARE INVOLVED), AND HIS DECISION THEREIN SHALL BE FINAL, CONCLUSIVE AND
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE.
t IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NO1 LISTED IN THE
SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST THE DETERMINATION OF THE
APPROPRITE WAGE RATE FOR THE CLASSIFICATION AND FOR THE AREA IN WHICH WORK IS
PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE OLPARIWN1 OF LABOR AND
INDUSTIIES.
t ONFEDERAL-AID PROJECTS THE CONTRACTOR AND EACH SUBCONTRACTOR SHALL FURNISH
WEEKLY PAYROLL STATEMENTS TO THE ENGINEER. IF WEEKLY STATEMENTS ARE NOT
UTILIZED THE CONTRACTOR SHALL FURNISH A CERTIFICATION PRIOR TO EACH �
ESTIMATE PAYMENT. rONFIRMING THAT PREVAILING WAGE RATES HAVE BEEN PAID.
' IF )HE CONTRACTOR UTILIZES THE OCCUPATION CODE MEN SUBHIIIING PAYROLLS AND
WAGE AFFIDAVITS, AND MORE THAN ONE. JURISDICTIONAL AREA IS INVOLVED IN THE
' PROJECT, THE JURISDICTIONAL AREA INVOLVED SNAIL BE SHOWN IMMEDIATELY FULLOWING
THE OCCUPATION CODE NUMBER, I.E.: 10-0010 YAK.E .
THE ^'!NTRACTOR'S RECORDS PERTAINING TO WAGES PAID AND PAYROLLS SMALL BE OPEN
' 70 INSKC71ON OR AUDIT BY REPRESENTATIVES OF THE CITY DURING THE LIFE Of THE
CONTRACT AND FOR A PER10D OF NOT LESS MAN THREE (3) YEARS AFTER 111E DATE OF
ACCEPTANCE 11EREOF, AND THE CONTRACTOR -,AI. RET...4 SUCH RECORDS FOR THAI
' PERIOD. MERE SUCH RECORDS PERTAINING WAGES PAID AND PAYROLLS FOR THE
CONTRACT ARE MAINTAINED BY SUBCONTRACTORS UR AGENTS OF THE CONTRACTOR, THE
CONTRACTOR EXPRESSLY GUARANTEES THAT IHE RECORDS OF SUCH SUBCONTRACTORS OR
AGENTS SHALL BE OPEN 10 INSPECTION AND AUDIT BY REPRESENTATIVES OF THE CITY ON
THE SAME TERMS AND COND11IONS AS THE RECORD OF THE CONTRACTOR. IF AN AUDIT
IS 70 EE COMMENCED MORE THAN SIXTY (� ) DAYS AFTER THE ACCEPTANCE DATE Of THE
CONIRAC' , THE CONTRACTOR WILL BF Glv—, A REASONABLE NOTICE OF THE TIME WHEN
SUCH AUU1T IS 10 BEGIN.
' SP 8 Revised 3/84
BEFORE PAYMENT IS MADE BY THE CITY OF ANY SUITS DUE UNDER 7"T S CONTRACT, THE ,
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUUBCONTF:..-704 A COPY OF
"STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM L i 1 AMBER 700-29
WASHINGTON STATE DEPAR'. 41 7 LABOR AND INDUSTRIES). '
UPON COMPLETION OF THIS CONTRACT, THE CITY MIST RECEIVE FROM THE CONTRACTOR
AND EACH SUBCONTRACTOR A COPY OF "AFFIDAVIT OF WAGES PAID" (FORM L A I NIMR ,
700-7 STATE DEPARTMENT OF LABOR AND INDUSTRIES) CERTIFYING THAT ALL PREVAILING
WAGE REQUIREMENTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE
FROM THE PRIME CONTRACTOR A COPY OF "RELEASE FOR THE PROTECTION OF PROPERTY ,
OWNERS AND GENERA' CONTRACTOR" (FORM L 6 I NUMBER 206003 THE STATE DEPARTMENT
OF LABOR AND '03STRIES). THESE AFFIDAVITS WI:... BE REQUIRED BEFORE ANY FORS
RETAINED, ACCORDLw 10 THE PROVISIONS OF RCW 60,28.010 ARE RELEASED 10 TIME
CONTRACTOR. FORMS MAY SE OBTAINED FROM THE DEPARTMENT OF LABOR AND '
INDUSTRIES. A FEE OF $12.00 PER EACH "STATEMENT OF INTENT TO PAY PREVAILING
WAGES" AND "AFFIDAVIT OF WAGES PAID" IS REQUIRED TO ACCOMPANY EACH FORM
SUBMITTED TO THE DEPARTMENT OF LABOUR AND I RIES. THE CONTRACTOR IS '
Rom. 5IBLE FOR PAYMENT OF THESE FEES AND SHALL MAKL ALL APPLICATIONS DIRECTLY
TU NNE DEPARTMENT OF LABOR AND INDUSTRIES. THESE FE:S SWRLL BE INCIDENTAL TO
ALL THE BID ITEMS OF THIS CONTRACT.
IN ADDITION, THE PRIME CONTRACTOR SMAL, SUBMIT 10 THE WASHINGTON STATE ,
DEPARTMENT OF LABOR AND INDUSTRIES A -REQUEST FOR RELEASE- FORM PROVIDED BY
THE DEPARTMENT OF LABOR AND INDUSTRIES. THESE AFFIDAVITS WILL BE REQUIRED ,
BEFORE ANY FUNDS RETAINED ACCORDING TO THE PROVISION OF RCW 60.28.010 ARE
RELEASED TO THE CONTRACTOR.
7-1 111 SUBCONTRACTING (ADDITIONAL SECTION) '
BEFORE PAYENI OF THE FINAL ESTIMATE, THE CONTRACTOR SHALL SUBMIT AFFIDAVIT OF '
AMOUNTS PCIU 10 MINORITY BUSINESS ENTERPRISE AHD/OR WOMEN BUSINESS ENTERPRISE
PARTIC IPANIS ON THE FORM PROVIDED BY THE CITY; CERTIFYING THE MOUNT PAID TD
MINORITY BUSINESS ENTERPRISE AND/OR WOMEN BUSINESS ENTERPRISE PARTICIPANTS. '
7-1,111 RECORDS AND REPORTS (REPLACEMENT SECTION)
THE CONTRACTOR WILL BE REQUIRED TO COMPLETE. AND SUBMIT THE. FOLLOWING DOCUMENTS ,
BEFORE PROGRESS AND/OR IINAL PAYM.NTS 10 THE CONTRACTOR WILL BE APPROVED BY
THE PUBLIC WORKS DIRECTOR-
I. EACH MONTH - DEPARIMENI OF LABOR STANDARD FORM 25!
2. EACH IULY - STATE HIGHWA/ FORM PR-1391 '
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING TM.
PRECONSTRUCIIDN METING. '
SP 9 Revised 3184 '
AN EQUAL EMPLOYMENT OPPORTUNITY REPOR' CERTIFICATE SHALL BE EXECUTED BY THE
PROVER WITH HIS BID RNOP'OSAL ON TH1` PROJECT AND WHICH COMES WITHIN THE
' PROVISIONS OF ED EQUAL EMPLOYMENT OPPC><' UNITY REGULATIONS DF THE SECRETARY OF
LABOR AS REVISED MAY 21, 1%B. THE F IF CERTIFICATE WILL BE FURNISHED TO)
THE CONTRACTOR WITH THE PROPOSAL, S'NRI :NG AS TO WHETHER HE, HIS FIRM,
ASSOF`IATION, CO-PARTNERSHIP, OR CORPORAT1Uh HAS PARTICIPATED IN ANY PREVIOUS
CONTRACTS ON Sl1BCOHTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND 1F S0,
R ETHER N7 N0T HE HAS SUBMITTFD ALL REPORTS DUE UNDER APPLICABLE FILING
REQUIREMEN75.
FAILURE ON THE PART OF THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL BE
DUE CAUSE FOR REJFCTION OF THE BID.
IF A CONTRACTOR TO WHOM AN AWARD 1S ABOUT TO IE PA . EXCEPT FOR LACK OF AN
EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO PROPTLY
EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE BY
THE DIRECTOR OF PUBLIC WORKS THAN SAME 15 LACKING FRDH HIS PROPOSAL. THE
WILL BE GUARANTEE, IN FORM OF gp.D. CHECX, ON CASH WHICH ACCOMPANIED THE BID,
WILL BE FORFEITED TO THE CITY.
WHENEVER A CONTRACTOR REQUESTS PERMIS-AON TO SUBLET A PART OF ANY CONTRACT AND
SUCH CONTRACT COMES WI'H1N THE PROVISIONS OF THE EQUAL OPPORTUNITY RREWLATIONS
1 OF IFI SECRETARY OF LABOR, REVISED MAY 21, 1968, HE SHALL OBTAIN THIS
SUCH(F NEATEST FROM HIS PROPOSED SUBCONTRACTOR AND FORWARD 11 TOGETHER WITH
SUCH REQUEST. MQ SIBCDNTRACI WILT, BE APPROVED BEFORE RECEIPT O SUCH
%11F NEAT ION FROM 7HE SUBCONTRACTOR.
FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FROM THE �(DJECI
ENGINEER ASSIGNED TO THIS PROJECT.
I7-1'.L3 CON—TRACiOR._S SPONSIBILITY FOR WORK (REPLACEMENT SE TIDN)
THE WORK SHALL A O UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. (FIE
CONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WkA:SOEVER AND FROM WHAT. THE
CLAUSE, EXCEPT THAT CAUSED :OLELY BY THE ACT OF THE DINER WHICH MAY OCCUR ON
' OR 10 THE WORK OUTING THE FULFILLMENT OF THE CDNTRACT. IF ANY SUCH CUSS OR
DAMAGE OCCURS, THE CONTRACTOR SHALL IMMEDIATELY MARE GOOD ANY SUCH LOSS ON
DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUSING OR NEGLECTING TO W SO,
THE OWNER MAY IISPLF OR BY THE EMPLOYMENT OF SOME DINER PERSON MAKE GOD ANY
SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SWILL BE CHARGED 10
THE CONTRACTON.
' THE CONTRACTOR ALONE SHALL AT ALL MIMES BE RESPONSIBLE FOR 1HE
AND HIS SUBCONIRACI,;;:'S EMPLOYEES, SAFETY OF HIS
AND FOR HIS AND HIS SUBCONTRACTOR'S PLANT
AND EQUIPMENT AND HE METHOD OF PROSECUTING THE WORK.
' WRING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHAI..L PURSUE
ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED THEREBY.
' SP 10 Revised 7/B4
Na
AF'FEC IIQN
CQVT EC�CBS CkFq lot
�CTpR S Br ^RED fhb
SyACC ae Sr C1gl 1 I SATISFgC
CONq IRSPpNs '�Cf TD �'EO O C j% �VS�A �Y
DCAA�CI CICTOR F ACCEF. ED CR'N IE FICIEACy ,
_"W MIT �0t
r S aV p,.OF S Cef I E T D T T I�r 1�T RE ,
E/ IA,`E"RR j4E OJEC��tns ���I�f FAIT ONAC SECTION Nr'1�'fER I vs
DUST C A+,� AVOr AFID ff C Maoov ICh OO'vt
�1 51p�y Mj04T �9` Air
�NOTA M111$e4s OF CC��.d HJS 4ND , ,
`W�A 0 at -"E �I CEP E M I
IVIC �` N„ l C I, Ai`0 F� T RIFF` 1t0 '� rNC NT qS of list bq OR T�
_ GAGGED Fap s OU OITTEO FETOPggCT ILA-NI4C Tp T CESS4R�Br
r T C BCD �PEI�RITIEN THE CC ANO'a4 pR ht COACT A I
TIC Rj C�R wIT 1L,, q St
t Cgp,INr 0, ACTOR ART y AO NO I
T SPgss OONN )T, - "�I�� ACC EDIT OF S q 1VE0 BOF%D�f ADto
�I Rl vq rE.
C�Rl 'C`R Mgr VA If �COPFt Plly RISf rS ANOOPERTy PACE T/,F CityNI rrAt
r*IER14C IOR SNONgI� rT roz RTAIN CA PATIO
IO Ilk S RE�/IR T ECrIDN I
LAN 4Ory��C1(Yy OAhEAS IvIvhO, AS 1NpI AS OBT�AFp THE
OTACECR ItAFU�Arl ce s�srsl MEiucr, RE Ov10.� EAR ERI�� OF APED ACES p CT/ ANDS �JNOT
A0oII0A'AIIDN IOr DNS �40s ON FC1 TIESrTR NOORC Ae1Clt �ENISESSNI R70 MITN T I
q�,� I N Le.._ NE
OnOC AS a NI."01. Rq*h4RSHAJ AC OR OrFORAOE 0CRIeEorOT TR+` E�Ip k7 pA ,
A'�ES�\T op S tiOr PROVIDED 7HOSE4NIS F�'0 coVFI It ryR s. B ARE ADO:710
RI�Ni OE. N` 'T S As S IFy�.N AS S�N4/�CGYIIRSD Nqk ,
ACC COOF�ASUC Oy kC CONsr SCRF,gCES ANO �r DOE OFRE0 Br kGC')
ACROSSr Op SD ASH EAS ACIVARIMIEROpO�I,I,,O��N RrBEO ANOE SIACIS ,
rRE S S AC�or S, tt TCOI TNC;FREA ST a FISHls rOR1RAC;,
A OCR I
Q°E.N Fq� CEr eA are hDIS* l���Ast C� EOS Al Nrs.
ROCRS,NC AE ANO sNACC 4k
SF EKtNOS so 099 rkg7 AT t ,.
II ROC IDAYsN�S u
ANO
Reyt Sea J�BG
B. ST% TU ,S. THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY
BE NECES.. WY FOR THE PERFORMANCE OF THE WORK AND, IF REQUIRED, SMALL REBUILD
' THE STRUCTURES THUS REMOVED 1N AS GOOD A CONDIIIDN AS FOUND WITH MINIMUM
REQUIREMENTS AS HEREIN SPECIFIED. HE SHALL ALSO REPAIR ALL EXISTING
STRUCTURES WHICH WAY BE DAWAGEO AS A RESULT OF THE WORK UNDER THIS CONTRACT.
C. EASEHE_NTS - CULTI TEO AREAS AND OTHER SURFACE IMPROVEMENTS. ALL
CULTIVATED AREAS, EITHE AGRICULTURAL OR LAWNS, AND OTHER SURFACE. IMPROVEMENTS
WHICH ARE DAMAGED BY A IONS OF THE CONTRACIOR SHALL RE RESTORED AS NEARLY AS
' POSSIBLE TO 'HEIR OR1GI-.AL CONDITION.
PRIOR 10 EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR
' SHALL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE IT 1N
SUCH A WANNER THAT IT WAY BE REPLACED BY HIM, UPON COMPLETION OF
LONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED WITH
THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPLANTED IN THEIR
' ORIGINAL POSITIONS WITHIN 46 HOURS. ALL SHRUBBERY OR TREES DESTROYED OR
DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF EQUAL QUALITY Al
NO ADDITIONAL COST TO THE OWNER. IN THE EVENT TN;Al 1T 15 NECESSARY TO TRENCH
' THROUGH ANY LAWN AREA, THE SOP SHALL BE CAREFULLY CUT AND ROLLED AND HL, 'ACED
AFTER THE TRENCHES HAVE BEEN RACKFILLED. THE LAWN AREA SHALL BE .LEANED BY
SWEEPING OR OTHER MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TD THE SMALL
TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FUR ALL WORK, INCLUDING
EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGMIS-OF-WAY WHICH HAVE LAWN AREAS.
ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES SHALL BE REMOVED
BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS BACKFILLED IN THEIR
ORIGINAL POSITION. THE CONTRACTOR SHALL NOTIFY THE OWNER AND PROPERTY OWNER
AT LEAST 24 HOURS 1N ADVANCE OF ANY WORK DONE ON EASEMENTS OR RIGHTS-OF-NAY.
ALL CONSTRUCTION WOF%A UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAY OR
FQANCHESE SMALL BE CONFINED TO THE LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR
FRANCHISE. ALL WORK SHALT BE ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNI OF
DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE. THE CONTRACTOR SHALI. SCHEDULE HIS
WORK SO THAT IFENCHES ACROSS EASEMENTS SHAI L NOT BE LEFT OPEN DURING WEEKENDS
'XR HOLIDAYS, AND TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS.
DAMAGE 10 EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM
' DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SHALL BE
RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL CONDITION SHALL BE
ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE PRIOR TO
' CONSTRU.TION. ALL SUCH WORK SHALL BE DONE TO THE SATISFACIION OF THE PROPERTY
OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR.
D. STREETS. THE CONTRACTOR W1UL ASSUME AIL RESPONSIBILITY OF RESTORATION OF
' THE SURFACE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
IN THE LVENT THE CONTRACTOR DOES NOT HAVE LIBOR OR MATERIAL IMMEDIATELY
' AVAILABLE TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SMALL SO INFORM THE
OWNER. THE OWNER WILL WAKE THE NECESSARY REPAIRS AND IHIE COST OF SUCH REPAIRS
SHALL BE PAID BY THE CONTRACTOR,
SP 12 Revised 3/84
i
7-1.17 UTILITIES AND SIMILAR FACILITIES (ADDITIONAL SECTION)) i
LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR EXISTING UNDERGROUND FACILITIES '
ARE IN ACCORDANCE WITH THE BEST AVAILABLE INFORMATION WITHOUT UNCOVERING AND
MEASURING. THE OWNER DOES NOT WARANTEE THE SIZE AND LOCATION OF EXISTING
FACILITIES.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND PRIVATE i
COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF RENTON WATER, STORM i
.RAINAGE, 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. i
IF, IN THE PROSECUTION OF THE WOW, IT BECOMES NECESSARY TO INTERRUPT EXISTING
SURFACE DRAINAGE, SEWERS, UNDERDRAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND
STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SMALL BE RESPONSIBLE FOR, AND i
SMALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES
FOR SAME. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, REPAIR ALL DAMAGE Trl SUCH
FACILITIES OR STRUCTURES DUE TO THIS CONSTRUCTION OPERA110N TO THE i
SATISFACTION OF THE CITY; EXCEPT FOR CITY OWNED FACILITIES WHICH W!�L BE
REPAIRED BY THE UTILITY DEPARTMENT AT CONTRACTOR'S EXPENSE, OR BY THE
CONTRAC7OR AS :.IRECTED BY THE CITY, i
7-1 1B PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION)
THE MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS:
THE AMOUNT OF COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF S50U,000 FOR '
BODILY INJURY INCLUDING DEATH AND PROPERI DAMAGE PER OCCURENCE. IN ADDITION,
AN UMBRELLA INSURANCE COVERAGE OF NOT LESS THAN $5,000,000 SHALL BE PROVIDED,
WI7H THE OWNER AND ENGINEER THE HUED INSUREDS. THIS LIMIT SHALL APPLY TO i
COMPREHENSIVE GENERAL LIABILITY INSURANCE AND VEHICLE LIABILITY INSURANCE.
THE CONTRACTOR SHAD! FURNISH THE CITY WITH SATISFACTORY PROOF OF CARRIAGE OF
THE INSURANCE REWIRED. ,
7-1.23A GENERAL SAFETY REQUIREMENTS (ADDITIONAL SECTION) '
THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION AREA,
BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL LOCAL POLICE, i
TRANSII, AND FIRE DEPART ME41S BY MAIL PRIOR TO CONSTRUCTION. NAMES AND
ADDRESSES WILL RE FURNISHED t:l THE OWNER, THE CONTRACTOR SHALL FUFFHEH N01IFY
EACH OCCUPANCY IN PERSON A MINIMUM OF 14REE DAYS PRIOR 10 CONSTRUCT10N IN
FRONT OF EACH PROPERTY. i
1
SP 13 Revised 3/64
1
1
7-1.23C E 9ffN. QARRICADES. AM SIMIS (REPLACEMENT SECTION)
FLAGMEN, BARRICADES, SIGNS AND TRAFFIC CONTROL FURNISHED OR PROVIDED SHALL
CONFORM TO THE STANDARDS ESTABLISHED IN THE LATEST ADOPTED EDITION OF THE
"MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES," PUBLISHED BY THE U.S. DEPARIMENT
' OF TRANSPORTATION.
COPIES MAY BE PURCHASED FROM THE SUPERINTENDENT OF DOCUMENTS, U.S. GOVERNMENT
PRINTING OFFICE, WASHINGTON D.C. 20402. THE CONTRACIOR SHALL IMPLEMENT THE
1 TRAFFIC CONTROL PLAN(S) APPEARING IN THE CONTRACT PLANS, AS APPLICABLE. IF
THE LUNITRACTOR'S PLAN OF OPERATIONS 15 IN CONFLICT WITH THE CONTRACT TRAFFIC
CONTROL PLAN, HE MAY PROPOSE MODIFICATION OF THE TRAFFIC CONTROL PLAN BY
SHOW.NG THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE
PROJECT, AND SLO41T IT 10 THE ENGINEER FOR APPROVAL AT LEAST TEN DAYS IN
ADVANCE OF THE TIME THE SIGNS AND BARRICADES WILL BE REQUIRED.
' THE STRIPING OF NO PASSING ZONES THAT ARE TO BE OBL-TERATEO I' EXCESS OF 150
FEET BY PAVING OPERATIONS SHALL BE REPLACED BY "DO NOT PASS" kND "PASS WITH
CARE" SIGNS. THE SIGNS SHILL BE LOCATED NOT LESS THAN 2 FLET OUTSIDE 1HH
' 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 IS NOT
RESPONSIBLE FOR THE STRIPING, THE POSTS AND SIGNS WILL BECOME THE PROPERTY OF
THE CITY AND WILL BE REMOVED BY CITY FORCES AMEN THE NO PASSING ZONES ARE RE
ESTABLISHED BY STRIPING.
THE CONIRACIDR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES,
GUARDS, FLAGMEN, AND EQUIPMENT, CONSTRUCTION WARNINGS, AND N1GNT LIGHTS IN
ORDER TO PROTECT THE PUBLIC AT AIL TIMES FROM INJURY AS A RESULT OF HIS
OPERATIONS. IF THE CONTRACTOR SHOULD FAIL TO MAINTAIN SUHFICIENI LIGHTS AND
BARRICADES, IN THE OPINION OF THE ENGINEER, THE CITY SHALL HAVE THE RIGHT TO
PROVIDE THESE LIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM PAYMENTS DOE
' THE CONTRTCTOR. WORK SMALL BE RESTRUCIU4FD, THE ORDER OF WORK MODIFIED, THF.
HOUHS OF WORK MODIFIED OR THE WORK HALTED ALTOGETHER AT THE ENGINEER'S
DISCRETION MEN TWt 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 TO THE CITY YARD.
TRAFFIC MOVEMENT SHALL. BE HEREIN DEFINED AS APPLYING TO BOTH VEHICULAR AND
PEDESTRIAN TRAFFIC. DURING ALL PHASES OF CONSTRUCTION. TRAFFIC MOVEMENT SHALL
BE MAINTAINED AS NEAR AS POSSIBLE. REASONABLE ACCESS SHALL. BE MAINTAINED AT
ALL TIMES TO ADJACENT PROPERTIES OUTSIDE OF THE RIGHT-OF-WAY LINE. ALL ROADS
WILL BE OPEN TO TRAFFIC DARING PEAK TRAFI IC PERIODS, 6:30 TO 8:30 A.M. AND
' 3:30 TO 5:00 P.M.
SP 14 Revised 3/84
NO WORK SHALL BE DONE ON OR AOJACF NT THE ROADWAY UNTIL ALL NECESSARY SIGNS AND ,
TRAFFIC CONTROL DEVISES ARE IN PLACE.
THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION SIGNS
SWILL BE INCIDENTAL TO THE PROJECT AND ND COMPENSATION WILL BE MADE.
7-1 25E DUST CONTROL (ADDITIONAL SECTION) '
IHE CONTRACTOR SHALL PROVIDE A MINI" 1,500 GALLON CAPACITY WATER TRUCK WITH ,
A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SHALL BE
CLEARED OF DUST AND DEBRIS AT !HE END OF EACH WORMING DAY. 1N ADDITION, THE
CONTRACTOR SHALL PROVIDE SPRINKLING, AS NECESSARY, TO ALLEVIATE DUST NUISANCE '
OR A. DIRECTED BY THE CITY.
7_1.24 RIGHTS OF WAY CADDITIONAL SECTION) t
THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY 10 THE
CONSIRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY W.I. COSTS '
OF THE SAE. COPIES OF ALL EASEMENTS AND ACCESS PERMISSIONI WILL IE PROVIDED
TO THE CONTRACTOR. THE CONTRACTOR SHALL PERFORM ALL WORK ON PRIVATE PPIPERTY
IN STRICT COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE EASEMENTS AND '
RIGHT-OF-ACCESS OOCUIEN;S.
7-1.28 EMPLOYMENT OPENINGS (REPLACEMENT SECTION) '
EN11RE SECTION OF STANDARD SPECIFICATIONS ON EWLOYME NI OPENINGS IS DELETED.
SEC IaR B '
P-103_ PROGRESS SCHEDULE (REPLACEMENT SECTION)
IMLDIAIEL.Y AFTER EXECUTION AND DELIVERY OF THE CONINACI AND BEHORE THE FIRST
PARTIAL PAYMENT IS MADE, THE CONTRACIOR SHALL DELIVER TO THE ENGINEER, AN'
ESTIMATED CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY 10 THE ENGINEER, ,
SWJWING THE PROPOSED DATES OL COMMENCEMENT AND COWLE71ON OF EACH OF THE
VARIOUS PAY ITEMS OF WORK REQUIRED UNDER THE CONTRACT DOCUENIS AND THE
ANTICIPATED A OU,Al OF EACH MONTHLY PAYMENT THAT WILL BEJOE OUE 1U THE ,
CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SWILL
ALSO FURNISH PERIOOIC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE OF
MAKING PARTIAL PAYMENIS THEREON. THE COSTS EMPLOYED IN MAKING UP ANY OF THESE '
SCHEDULES WILL BE USED ONLY FOR DETERMINING THE BASIS OF PARTIAL PAYHENIS AND
Wli-L N07 BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS 10 OR DEDUCTIONS FROM
lHf CONTRACT.
SP 15 Revised 3l&. '
1
ISHOULD FA BEC@E EVIDENT AT
LL BEHIND T CHE ANY IIHF�INOW I STI PROWTL x IIaA.E iH�FIRSf�TRW THAT
OPERATIONS
NG WILL
CONFER
EDIRILE*TN T H MIGHT
Moro' E TC aV WHICH fFgp5 q1�T UIIPK SAME FORm gDDEO Lg80p FORCES THE � FIFO
REVISED �AAH,
SCHEDULE 15
RED
SPECIE
OVED LOSS WILL BE ap
CG PLI BE REVISED CSECOY THE LICT 1. T IL AN AT ANY IIINE A IF POR DNDpF TAG � IAN
PAY?* PROVISIONS.CNAL
ONiRgCi PROVIRSIIOF k TOR AND THE I SPALD/'IS. IlBE ACCEH`ED
q� UNTIL A ANY FURTHER I APPR EST IygT - PERFUI$£DI 'IINNMAY BE I
CONSTRUCT HHEIONEXECUTION OF SCNES DED 114E MONTRAC TOR Ar TER STHEOH
I OF THE CONTRACT. APPROVED FUO�lCATIOR
�TACCORDIN IS TAS BEEN I�VIDEO By
��ST IS�Of
AN COLIGAT1OF
A
PRIOR
10 THE IilONq SE i ON
DEPPAARRTHENTTpP UTILITY OF CONSTRUCT
DATE I SHALL AT IEND�PAH THENt TELEPHONE THE CONTRACTOR I ENGINEER
RE SENjA ANY A I ALL
DAtEPR(jrcTp BE HEN$�ISOUSS THE
ANyUNpp�T+IR L� qOF DETERMINED A NE-CONSTRUCTIONJHEF����IT oINE PLACE, ATED
ND
S5 4,,D
ABL ISHED AT THE h. GNAT HAY BE INC�FpY T FE EQUENTLY A
- .:ONSTRUCTION CDNF O REVIEW
8-1.04 NOTICE t0 p �.EE ERENCE. I E. PLACE. AND
o I ONMFk T� 6ACr SQL E''�._ T-LION OF Y1q SE:,
NOTIFY Ii70�
�HE C U TWAORY. ETHW ACD SHE N50CT' CATIONS I SALCT BE
LEAST PROVIDED T8 N�� TO
EN
CLDSIRI T THE URN SAT INDICCAT TORALL ALSO NOTIFY LINO WITHIN PRIOR
THE POI ICE
PROPERLY. IWO THE DURATION AP�EPROPDSOWNERS AD ROADWAY
R 10
SS
THE CTRACTOR T a ADD TIONA. SECT
ALL P is E"CTEU
I NO'[' AN THE gRE RE ENiS. TUIDILIGE TLY E T,.
NDTF PROSECUi
FOR BIDS, JECT SHALL WT1R( iO
E1F EIFD WITHIN
Ltit TI IN
^E
1
i
SP 16
Revised 3/64
PROVIDED, HOWEVER, THAT THE CITY COUNCIL SMALL HAVE THE RIGHT UPON REQUEST OF '
THE PUBLIC WOWS DEPARTMENT, CITY OF FENTON. WASHINGTON, TO EXTEND THE TIME OF
COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID UNLESS THE SANE RE IN ,
WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY
ON THE BOND OF 1H CONTRACTOR. TIME LOST IN REPLACING IMPROPER WORK OR
MATERIAL SWILL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR FOR CLAIMING AN
EXTENSION OF TIME FUR THE COMPLETION OF THE WORK, AND SHALL NOT RELEASE THE ,
CONTRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE 10 COMPLETE THE WORK W11H&N
THE TIME REWIRED.
RECOGNIZED HOLIDAYS SHALL ME AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S BIRTHDAY, '
WASH'RGTON'S BIRTHDAY, MEMORIA- DAY, JULY 4, LABOR DAY, VETERANS DAY,
THAWSGIVING AND TIME DAY FOLLOWING, AND CHRISTMAS EVE AND CHRISTMAS DAY. THE '
DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FUR CITY EMPLOYEES WHEN CHRISTMAS DAY
OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRIS,WAS SMALL BE A MuLIDAY FOR
CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY, WEDNESDAY, OR THUtSDAY.
WHEN CHRISTMAS DAY OCCURS ON A SATURDAY, THE TWO PROCEEDING WORKING DAYS SHALL '
BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY OCCURS ON A SUNDAY, THE TWO
WORKING DAYS FOLI.:)WING SMALL. BE OBSERVED AS HOLIDAYS.
ALL REFERENCES 70 RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE '
DELETED AND VOID.
8-1.09 LIQUIDATED OAMWGES (ADDITIONAL SECTION) '
TH7 LIQUIDATED DAMAGES 00 NOT INCLUDE, AND ARE 1N ADDITION TO, DAMAGES FROM ,
COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AI COURT COSTS 114CURRED
BEYOND CONTRACT CUPLETION DATE. THE COST OF ADDITIONAL INSPECTION ANU
SUPERVISION SHALL BE AN AMWNT EQUAL TO ACTUAL SCLARY COST PLUS 100 PERCENT ,
FOR OVERHEAD.
0-1 11 OVERTIME NOW BY OWNER EMPLOYEES (REPLACEMENT SECTION)
WHEN 14 CONTRACTOR PERFORMS CONSIRULIION WORK OVER THE ACCEPTED B HOURS PEH
DAY OR 40 HOURS PER WEEK, OR ON ANY CITY HOLIDAY, AND THE WORK REWIRES ,
INSPECTION, THEN TIME CONTRACTOR SHALL REIMIKRSE THE CITY Al THE RATE OF $SO
PER HOUR. THE CITY SHALL HAVE THE SULE AUTHORITY IN DETERMINING THE NECESS!IY
OF HAVING THE OVERTIME INSPECTION, AND SHALL N01IFY THE CONTRACTOR OF INTENT ,
AND SAID COSTS WILL BE DEOUCIE'i HHOM MONIES DUE THE CONTRACTOR ON EACH MONTHLY
ESTIMATE.
8-1 1Z CONTRACTOR'S PLANT AND EQUIPMENT (REPLACEMENT SECTION) '
THE CONTRACTOR ALONE. SHALL AT ALL TIMES dE RESPONSIBLE FUR THE ADEQUACY, '
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTHACIOR'S PLANT AND
EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCL OF ANY WORK ON 1H SITE OF THE WORK. '
Sp 11 Revised 3/B4
1
' THE USE OF SUCH PLANT AND EQUIPMENT SMALL BE CONSIDERED AS EXTRA WORN AND PAID
FOR ACCORDINGLY.
' NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME, FOR
THE SECURITY OF THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS HAVE COMIFNCEO
' UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE OWNER. THE
CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING, BARRICADES, AND
WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE
PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE OWNER WILL BE
' PROVIDED KEYS FCR ALL FENCED, SECURED AREAS.
8-1.13 ATTENTION 'O WOO( (REPLACEMENT SECTION)
THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SWILL SUPERVISE THE
WORK TO THE ENZ THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN HE 15 NOT
PERSONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES TO
REPRESENTED BY A COMPETENT SUPERINTENDENH WHO SHALL HAVE FULL AUTHORITY 10
EXECUTE THE SAME, AND TO SUPPLY MATERIALS, IDOLS, AND LABOR WITHOUT DELAY, AND
WHO SMALL BE IMF LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE CONTRACTOR SWILL
SE. 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 SECTION)
tALL DELIVERY TICKETS TWIT ARE REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTIIILS FOR PAYMENT MUST BE RECEIVED BY THE ENGINEER AT THE TIME Of
DELIVERY. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF DELIVERY
Of MATERIAL.
A. BY TRUCK
rPAYMENT WILL NOT BE MADE FOR DELIVERY IICKE1S WHICH DO NOT SHOW TYPE Of
MATFRIAL, GROSS WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND INSPECTOR'S
INITIALS.
SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PP.OJEC1 AS
POSSIBLE.
EACH WEIGHT STATION SWILL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DAIS, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT. THE
WEIGYHT LIST SHALL BE MAINTAINED IN DUPLICATE W17H ONE SIGNFD COPY
TRANSMITTED DAILY TO THE CITY BY THE. SCALE ATTENDANT. IN ISOLAIED CASES
"RE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE THE
TRUCK VOLUME AND CERTIFY AS TO 115 FULL LOAD DELIVERY.
Sp 1B Reviso 3184
B. BY OTHER MEANS ,
METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BROUGHT TO THE SITE BY ,
ANY OTHER MEANS Wlll. BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT BEFORE
AWARD OF TNT CONTRACT.
9-1.03_ M OF PAYMENT (ADDITIONAL SECTION) '
ALL COSTS AND EXPENSES FOR ITEMS OF WORK, EQUIPMENI, OR MATERIALS, INCLUDING '
INSTALLATIONS, NO7 IDENTIFIED AS 010 ITEMS IN THESE SPE-IIFICA710NS SRAI.I.. BE
INCIDENTAL TO ,HE PROJECT. NO SEPARATE PAYMENT OF ANY KIND WILL BE MADE FOR
THESE INCIDENTAL ITEMS. ,
9-1.09B OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS (ADDITIONAL SECTION) '
PARTIAL PAYMENTS ON ESTIMATES MAY BE WITHHELD UNTIL A WORK PROGRESS SCHEDULE,
AS DESCRIBED IN SECTION B, HAS BEEN RECEIVED AND APPROVED.
IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE REQUIREMENTS
OR SPECIFICATIONS, THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH MATERIAL OR
WORKMANSHIP IF THE DIRECTOR OF PUBLIC WORKS DEEMS SUCH ACCEPTANCE 10 BE IN THE '
BEST INTEREST OF THE CITY, PROVIDED THE CITY MAY NEGOTIATE PAYMENT OF ., LOWER
UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
1
SP 19 Revised 3/84 ,
t
1 TECHNICAL PROVISIONS
TECHNICAL PROVISIONS
t SECTION INDER:
' SECTION 5
CONTROL OF WORK
1.05 CONSTRUCT:,N STARING
SECTION 12 CLEARING AND GRUBBING
12.3
.12:392 CLEARING AND ORUBBI
CONSTRUCTION DETAILS
12.3.03 MEASUREMENT AND PAYMENT
' SECTION 23 CRUSHED,
SURFACING, BALLASTING, AND STOCKPILING
23.1 DESCRIPTION
' 23.2.0, BALLAST
23.3.04 DEPTH OF LAYERS
23.3.15 WATER
t23,5 MEASUREMENT AND FAYMENT
SECTION 5I
REMOVAL OF EXISTING STREET IMPROVEMENTS
' 52.2.0: GENERAL
52.2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT
52.3 PAYMENT
SECTION 54 PAVEMENT PATCHING
' 54.1 DESCRIPTION
54.3.01 GENERAL
54.3.03
RIGID TYPE PAVEMENTS RESU"FACED WITH
ASPHALT
LT CONCRETE
54.3.04 ASPHALT CONCRETE STREETS ON G
54.4.06 INCIDENTAL WORK GRANULAR BASF
54,4 MEASUREMENT AND PAYMENT
' SECTION 7, PIPF, AND FITTINGS FOR WATER MAINS
72.1 DESCRIPTION
72.3.01 PIPE
72.3.OLA DUCTILE IRON PIPE
72.J.02 FITTINGS
t72.3.02A DUCTILE IRON PIPE
SECTION 73 TRENCH, EXCAVATION, FOUNDAIION, BEDDING, ,
AND BACKFILL FOR HATER MAINS
73.2.0,- BANK RUN GRAVEL FOR TRENCH BACKFILL
73.3 EXCAVATION '
73.3.01 GENERAL
73.3.06 EXISCING UTILITIES
73.3.0' TRENCH EXCAVATION '
73.3., A ROCY, EXCAVATION
73.3.09 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIALS
73.3.10 BEDDING THE PIPE.
73.310A RIGID PIPE '
73.3.11 BACKFILLINC TRENCHES
73.3.12 COMPACTION
73.4 MEASUREMENT
73.4.03 BAN( RUN GRAVEL FOR TRENCH BACKI.LL
73.5 PAYMENT
73.5.04 RANK RUN GRAVEL FOR TRENCH BACKFILL '
73.5.06 CRUSHED ROCK FOR TRENCH RACKFILL
SECTION 74 PIPF INSTALLATION FOR WATER MAINS
74.1.01 ALIGNMENT '
74.2 CONSTRUCTION
74.2.01 HANDL`NG OF PIPT. '
74.2.09 oNNEk" s
74.2.09A TO EX .: AA NS
74.2.11 HYDt, C PRESSURE TEST 6 LEAKAGE TEST '
74.2.12 DISINF. PION OF WATER MAINS
74.2.12E REQUIREMENT OF CHLORINE
74.2.12P DECHLORIKATION
74.2.13 CONCRETE BLOCKING
74.4 PAYMENT
74.4.02 PAYMENT - BLOW OFF ASSEMBLY
SECTION 75 VALVES FOR WATER MAINS ,
75.2.03 GATE VALVES
75.2.06 VALVE BOXES
74.3 INSTALLATION OF VALVES ,
75.4 PAYMENT
SECTION 77 FIRE HYDRANTS '
77.2 MATERIALS
77.2.01 MATERIAL FOR HYDRANTS ,
77.2.02 END CONNECTIONS
77.02.06 SIDEWALK FLANGE CONSTRUCTION
77.3 CONSTRUCTION DETAILS
77.3.01 SETTING HYDRANTS ,
77.3.02 HYDRANT CONNECTIONS
77.5 PAYMENT
SECTION 78 SERVICE CONNECTIONS
78.1 GENERAL
79.3 CONSTRUCTION
SECTION 5 CONIROL OF WORK
S.1.OS CONSTRUCTION STAKING (REPLACEMENT SECTION)
' THE CONTRACTOR SHALL BF RESPONSIBLE FOR SECURING THE SERVICES OF A
PROFESSIONAL LAND SURVEYOR WHO SHALL PROVIDE ALL SURVEY STAKING IN
CONJUNCTION WITH THE PROJECT.
' THIS STAKING SHALL CONSIST OF, BUT NOT BE L ED TO: ROADWAY
CENTERLINE, WATERMAIN ALIGNMENT, LOCATION 0. LVES, TEES, BENDS AND
FITTINGS, PLUS ALL OTHER STAKING NEEDED TO CONSTRUCT THE IMPROVEMENTS.
THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR THE ACCURACY OF THE
STARING AND SHALL PROVIDE ALL REPLACEMENT STARING OR RESTAKINC, NEEDED.
THE CIIY WILL PROVIDE THE CONTRACTOR'S SURVEYOR WITH THE HORIZONTAL AND
' VERTICAL CONTROL NEEDED TO P[RFORM THE CONSTRUCTION STAKING.
THE CONTRACTOR'S SURVEYOR SHALL PROVIDE A COPY OF THE FIELD NOTES WHICH
SHALL CONTAIN AS-CONSTRUCTED LOCATIONS OF THE WATER SYSTEM CONSTRUCTED
1 UNDER THIS CONTRACT. THESE NOTES SHALL CONTAIN AS A MINIMUM THE CENTER
LINE STATION AND OFF-SET AND CUT TO EACH TEE, VALVE, BEND AND HYDRANT
AND ALL OTHER CHANGES IN ALIGNMENT OR GRADE AS MAY BE NEEDED TO DRAW
1 ACCURATE AS-CONSTRUCTED RECORDS OF THE PROJECT.
THE LUMP SUM UNIT PRICE FOR CONSTRUCTION STAKING WILL BE FULL
COMPENSATION FOR ALL SURVEYING NEEDED TO CONSTRUCT THE IMPROVEMENTS TO
THE LINE AND GRADE PER THE APPROVED PLANS, AND TO PROVIDE THE REQUIRED
AS-CONSTRUCTED FIELD NOTES. PARTIAL PAYMENTS FOR THIS ITEM WILL BE MADE
IN CONNECTION WITH THE MONTHLY PAY ESTIMATES BASED UPON WORK COMPLETED
AS DETERMINED BY THE ENGINEER.
TP-Z
WTR=1 1 Steel Waterma i_ _Replacement W_790
N.E. 6th St , Between Monroe N, E, & Union N. E, 2 of 2
Bid P ropoi;,a i F. snec,�.
SECTION 12 CLEARING AND GRUBBING
12.3.0: CONSTRUCTION DCTAILS (ADDITIONAL SECTION) t
CLEARING ANC GRUBBING OF THE ACCESS AREAS AND THE WORK SITE SHALL BE
ACCOMPLISHED IN ADVANCE OF EXCAVATION AND MOVE IN WITH EQUIPMENT AND ,
MATERIALS.
THE CONTRACTOR SHALL REMOVE ALL DEBRIS AND DISPOSE OF IT AT A SITE WHICH
MEETS STATE AND COUNTY STANDARDS. NO ON-SITE BURNING WILL BE
PERMITTED. THE CONTRACTOR SMALL CLEAR AND GRUBS AREAS ONLY AS NFCESSARY
FOR ACCESS, EXCAVATION, AND STORAGE OF EXCAVATED MATERIAL, AND FOR
STRORAGE OF EQUIPMENT AND MATERIALS REQUIRED FOR ACCOMPLISHING THE
WORK. THE CONTRACTOR SHALL GRUB AS NECESSARY TO KEEP ORGANIC MAttER OUT
OF THE BACKFILL MATERIALS.
12.3.03 MEASUREMENT AND PAYMENT (RE.IACEMENI SECTION)
THE COST OF CLEARING AND GRUBBING SHALL BE CONSIDERED INCIDENTAL TO THE '
CONSTRUCTIO:. OF THE PROJECT.
t
1
TP-3 '
SECTION 23 CRUSHED SURFACING BAL' ING AND STOCKPILING
' 23.1 DESCRIPTION iADDITIONAL SECTIM)
EKIST,NC SHOULDERS AND ;RAVEL SURFACES SHALL BE RESURFACED WITH CRUSHED
ROCK SURFACING (5/8 IK2HES MINUS) SO THAI A MINIMUM FINISHED THICKNESS
OF INCHES IS ON SHtJCLDERS. THE FINISHED SURFACE SHALL MATCH THE
SLC•PF, CROWN, AND GPADE OF THE EXISTING SURFACE.
BALLAST (REPLAfEMENT SECTION)
MLIAST AND MAINTENANCE ROCK WILL NOT BE REQUIRED
--�•3.0� DEPTH OF LAYERS (ADDITIONAL SECTION)
A1:. CRUSHED ROCK NAY BE SPREAD IN ONE LAYER AND SHALL BE ADEQUATELY
BLADED AND MIXED TO OBTAIN EVEN DISTRIBUTION OF THE ROCK, ALTERNATE
BLADINC AND ROLLING SHALL COR'TINVE UNTIL THE REQ'Ii RED FINISHED SURFACE
AND DENSITY IS OBTAINED.
-3.3.15 WATER (PARTIAL REPLACEMENT SECTION)
' WATER SHALL BE ADDED DURING THE ROLLING OPERATIONS, AS NECESSARY, TC
OBTAIN NECESSARY COMPACTION REQUIREMENTS.
' '•� PAYMENT (REPLACEMENT SECTION)
FURNISHING AND INSTALLING CRUSHED ROCK Sl1RFACINC (5;8 INCH MINUS) SHALL
BE MEASURED AND PAID FOR AT THE APPLICABLE CONTRACT PRICE, PER TON.
PAYMENT OF WHICH SHALL CONSTITUTT_ FULL COMPENSATION FOR FURNISHING .....
INSTALLING CRUSHED ROCK ON SHOULDERS, GRAVEL DRIVEWAYS, R0.`.DWAYS, ETC.
CRUSHED ROCK IN ROADWAY RESTORATION AREAS IS INCLUDED AS PART OF SECTION
' 54, PAVEMENT PATCHING.
iP-4
SECTION 52 REMOV y Of E%IS21NG S REET IMPROVEMESTS 1
52.2.01 GENERAL (ADDITIONAL SECTION) 1
THE CONTRACTOR SHALL. INFORM AND SATICFY HIMSELF AS TO THE CHARACTER,
QVAMIITY, AND DISTRIBUTION OF ALL PAVEMENT REMOVAL. REMOVAL OF EXISTING 1
PAVEMENT SHALL COVER ALL TYPES AND THICKNESSES OF PAVEMENT,
52.2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT (ADDITIONAL SECTION) 1
CUT PAVEMENT, OR OTHER STREET AND ROAD SURFACES, TO A MINIMUM WIDTH
WHICH VIL1. 'FRMII THE PROPER EXCAVATION AND BRACING OF THE TRENCH AND
ALLOW FOR FASSAGE OF VEHICULAR AND PEDESTRIAN TRAFFIC. ALL PAVEMENT 1
CUTS SHALL BE SMOOTH STRAIGHT LINES (SAW CUT), OR TO THE NEAREST
CONSTRUCTION JOINT, AND SHALL. HAVE CLEAN, VERTICAL FACES.
52.3 PAYMENT (REPLACEMENT SECTION) 1
THE COST OF ALL PAVEMENT REMOVAL SHALL BE CONSIDERED INCIDENTAL 10 THL
CONTRACT COST.
1
1
1
1
1
1
1
1
1
i
1
7P-5 1
SECTION 54 EAVE MENT PATCHING
54.1 DESCRIPTION (REPLACEMENT SECTION)
CITY STANDARDS SHALL BE USED VHF'' MODIFICATION OF THE APWA STANDARD
' SPECIFICATIONS ARE APPLICABLE.
ROADS, STREETS, DR,VEWAYS, SHOULDERS, AND ALL OTHER SURFACED AREA,
' REMOVED, BROKEN, CAVED-IN, SETTLED, OR OTHERWISE DAMAGED DUE TO THE
INSTALLATION OF THE IMPROVEMENTS COVERED BY THIS CONTRACT, SHALL BE
REPAIRED AND RESURFACED TO MATCH THE EXISTING PAVEMENT OR LANDSCAPED
AREAS AS SET FORTH IN THESE SPECIFICATIONS.
IMMEDIA'...LY AFTER THE TRENCH BACKFILLING AND COMPACTING HAS BEEN
COMPLETED SPECIFIC AREAS ON THIS PROJECT, WERE DIRECTED BY THE
' ENC'NEER.SHALL BE TEMPORARILY PATCHED AND SHALL BE MAINTAINED AT ALL
TIMES UNTIL FINAL PATCHING.
54.3.01 GENERAL (ADDITIONAL SECTIONI
iALL SHOULDER AND PAVEMENT RESTORATION WITHIN THE KING COUNTY PUBLIC
RIGHT-OF-WAY SHALL BE ACCOMPLISHED IN ACCORDANCE WITH THE TRENCH REPAIR
' DETAILS OF THE KING COUNTY DEPARTMENT OF PUBLIC WORKS.
54.3.03 RIGID TYPE PAVEMENT RESURFACED WITH ASPHALT CONCRETE (ADDITIONAL SECTION)
' THE FINISHED PATCH ON ASPHALTIC CONCRETE PAI7EMENTS SHALL PROVIDE A
MINIMUM THICKNESS OF 2 INCHES OF ASPHALTIC CONCRETE OVER RIGID PAVEMENT
AFTER COMPACTION.
THE ASPW IC CONCRETE SHALL BE ROLLED AND CROSSROLLED TO OBTAIN
THOROUG,' OMPACTION.
54.3.04 ASPHALT CONL.-TE STREETS ON GRANULAR BASE (ADDITIONAL SECTION)
ALL BITUMINOUS STREET SURFACES SHALL BE RESTORED WITH CLASS "B" ASPHALT,
INCLUDING LIGHT BITUMINOUS TREATED ROADWAYS. EXISTING PAVEMENT OR
PATCHES LOCATED ALONG THE EDGE OF A ROADWAY, WHERE TWO (2) FEET OR LESS
OF THE EXISTING PAVEMENT REMAINS SHAL1 BE REMOVED AND RESTORED FOR A
MINIMUM WIDTH OF FIVE (5) FEET IN THE ROADWAY FROM THE ORIGINAL EDGE OF
PAVEMENT. EXISTING ASPHALTIC CONCRETE SURFACES SHALL BE PATCHED WITH
ASPHALTIC CONCRETE CLASS "B" OVER 4 INCHES OF CRUSHED ROCK BASE COURSE.
' TEMPORARY MC COLD PRE-MIXED ASPHALTIC CONCRETE SHALL BE REQUIRED IN AL1.
PAVEMENT AREAS,
1
TP-6
SECTION 54 (CONT.) ,
54.3.06 INCIDENTAL WORK (ADDITIONAL SECTION) '
THE ENDS AND EDGES OF THE PATCHED AND RESURFACED AREAS SHALL NEST AND
MATCH THE EXISTING SURFACE AND GRADE AND SHALL TERMINATE IN NEAT, EVEN t
LINES PARALLEL TO, AND AT RIGHT ANGLES TO, THE ROADWAY. NO PIECEMEAL
PATCHING OR REPAIR WILL BE ALLOWFD. DAMAGED, DISTURBED, OR OTHERWISE
AFFECTED AREAS SHALL HAVE THE EDGES OF EXISTING PAVEMENT TR:MMED BACK TO
PROVIDE CLEAN, SOLID, VERTICAL FACES FREE FROM LOOS: MATERIAL. ,
54.4 MEASUREMENT AND PAYMENT (REPLACEMENT SECTION)
ASPHALTIC CONCRETE SURFACE RESTORATION SHALL BE MEASURED AND PAID FOR AT ,
THE CONTRACT PRICE, PER TON OF ASPHALT CONCRETE, AND PER TON OF CRUSHED
ROCK; PAYMENT OF WHICH SMALL ' INSTITUTE FULL COMPENSATISN FOR THE
RESURFACING COMPLETE, INCLUDING SUBGRADE PREPARATION, PREPARATION OF AND t
CONNECTION TO EXISTING PAVEMENTS, BASE COURSE, TACK COAT, FINISHING, AND
ALL NECESSARY INCIDENTAL WORK.
FURNISHING AND INSTALLING MC COLD MIX SHALL BE CONSIDERED INCIDENTAL Tl r
THE CONSTRUCTION OF THE PROJECT.
THE MAXIMUM PATCHING WIDId IN TRENCH AREA WILL BE 5 FEET, EXCEPT AS
REQUIRED BY CITY STANDARDS, ANY PATCHING DONE BEYOND THIS LIMIT WILL BE
DONE AT THE CONTRACTOR'S EXPENSE.
t
TP-T
ILCT104 72 W-f- FITTINGS FOR HATER MAIBS
72.1 ALL PIPE SIZES, AS SHOWN ON THE DRAWINGS AND AS SPECIFIED HEREIN, ARE IN
REFERENCE TO "NOMINAL" DIAMETER, UNLESS OTHERWISE INDICATED.
' ALL PIPE SHALL BE FABRICATED TO FIT THE PLAN SHOWN ON THE DRAWINGS.
WHERE RELOCATION CF, OR REPLACEMENT OF, LXISTING PIPING IS NECESSARY
DURING CONSTRUCTION, MATERIALS USED SHALL MATCH THE EXISTING, SUBJECT TO
tTHE APPROVAL OF THE CITY.
72.3.01 PIPE
' 1.3.01A DUCTILE IRON PIPE (PARTIAL REPLACEMENT AND ADDITIONAL SECTION!
4" TO 12" PIPE SHALL BE 1/16" CEMENT LINED.
' THE PIPE JOINTS SHALL CONFORM TO SPECIFICATION A21.I1-1980 IAWWA
CI11-80). PIPE JOINTS SHALL, BE PUSH-ON JOINT, MECHANICAL JOINT, OR AS
1 SHOWN ON THE PLANS.
ALL PIPE SHALL BE AWWA THICKNESS CLASS 52.
' 72.3.02 FITTINGS
72.1.02A DUCTILE IRON PIPE (ADDITIONAL SECTION)
' JOINTS FOR FITTINGS SHALL BE MECHANICAL JOINT AS PER ANSI SPECIFICATIONS
A21.11-1980 (AWA Clll-80) OR FLANGED JOINT AS PER ANSI A21.15-1982
t (AWA C111-80) WITH RUBBER GASKETS.
FITTING JOINTS ARF SHOW ON THE PUNS.
1
1
t
I
SECTION TRENCH. E�[CAV IA ION, !OVNDAT I ON�,�DD1NG 4_AACKFILL FOR HAS ER MAINS
73.7.04 RAW RUN tEAVEL FOR TRENCH BACRFILL (ADDITIONAL SECTION) ,
TRENCH 1ACXFI11, FOR THE PIPE SMALL CONSIST OF CRDSBED OR ,
NATURALLY-OCCURAING GRANI'IAR MATERIAL FROM SOURCES SELECTED BY THE
CONTRACTOR. IMF, SOURCE AND QUALITY OF THE MATERIAL SHALL BE SCBJECT SC'
APPROVAL BY THE CITY. TRENCH BACKFILL SHALL MEET REQUIREMENTS FOR BANK
RUN GRAVEL, CLASS "B", IN ACCORDANCE WITH SECTION It Of THE STANDARD
SPECIFICATIONS.
73.3 EXCAVATION ,
GENERAL (ADDITIONAL SECTION)
THE CITY SHALL HAVE COMPLETE CONTROL OVER THE EXCAVATING, MOVING, ,
PLACING, wPD DISTRIBUTION OF ALL MATERIALS AND SMALL DETERMINE THF.
SUITABILITY OF MATERIAL TO BE USED AS MUFILL. '
'3.3.06 EXISTING UTILITIES (ADDITIONAL SECTION)
THERE ARE VARIOUS PLACES SHOWN ON THE CONSTRUCTION DRAWINGS WHERE THE
NEW HATER WILL CROSS OR CONNECT TO EXISTING FACILITIES. ALL ELEVATION
AND LOCATION INFORMATION SHOWN IS CALCULATED FROM PRIOP CONSTRUCTION
RECORDS WHICH ARE NOT ALWAYS ACCURATE. THEREFORE, ALL CROSSING OR ,
CONNECTION LOCATIONS MUST BE EXCAVATED AND VERIFIED BY THE CONTRACTOR
PRIOR TO LAYING OF PIPE IN THE NEAR VICINITY OF THESE
CROSSING/CONNECTIONS. '
%3.3.0` TRENCH EXCAVATION (ADDITIONAL SECTION)
TEMPORARY DRAINS AND DRAINAGE DITCHES SMALL BE INSTALLED TO INTERCEPT OR
DIRECT SURFACE WATER. WHICH MAY AFFECT THE PROMOTION OR CONDITION OF THE
WORK.
THE CONTRACTOR SHALL INFORM AND SATISFY HIMSELF AS TO THE CHARACTER, `
QUANTITY, AND DISTRIBUTION OF ALL MATERIALS TO BE EXCAVATED.
73.3.0?A ROCK EXCAVATION (ADDITIONAL SECTION) '
ANY SOLID ROCK EXCAVATION, EXTRA EXCAVATION, UNFORESEEN OBJECTS, OR
UNSUITABLE MATERIALS ENCOUNTERED SHALL. BE EXCAVATED BY THE CONTRACTOR AS
DIRECTED BY THE CITY.
73.3.09 REMOVAL AND RF.PIACEMENT OF UNSUIIABLE MATERIAL (ADDITIONAL SECTION) ,
ALL EXCESS OR UNSUITABLE MATERIAL. SHALL. BF DISPOSED OF AT A SITE
APPROVED BY THE CITY.
IN CASE INSTABLE OR UNSUITABLE EXISTING MATERIAL IS ENCOUNTERED AT THE
TRENCH BOTTOM, THE CITY MAY DIRECT THE USE OF SUITABLE FOUNDATION
MATERIAL, UNSUITABLE MATERIALS SHALL BE EXCAVATED BY THE CONTRACTOR AS
DIRECTED BY THE CITY TO GIVE. BACKFILL FULL BEARING ON SOLID GROUND. OLD
FILLS, WASTES, OR UNSUITABLE MATERIALS, INCLUDING LOGS, STUMPS, PEAT, ON
M"CK, WILL BE EXCAVATED WHEN, IN JUDGEMENT OF THE CITY, THESE MATERIALS
WILL IMPAIR THE STABILITY OF THE BACKFILL,
TP-9
SCCTI ON 73 (COM.�
YET TRENCH CONDITION WILL NOT NFCESSAKILY BE CONSIDERED AS AN INDICATION
OF UNSTABLE CONDIIIONS. FOUNDATION MATERIAL SHALL BE CUSS "A' OR "B°
THE TRENCH SHALL BE DE-WATERED AND INSPECTED BY THE CITY TO DETERMINE
THE SUITABILITY OF THE TRENCH MATFR1Al .
73.3.10 BEDDING THE PIPE
' 73.3.I0A RIGID PIPE (ADDITIONAL SECTION)
THE BOTTOM OF THE TRENCH MUSI BE SHAPED TO UNIFORMLY SUPPORT THE BOTTOM
QUADRANT OF THE PIPE THROUGHOUT THE ENTIRE PIPE LENGTH,
SELECT NATIVE MATERIAL HAY BE USED FOR BEDDING Of DUCTILE IRON PIPE
' PROVIDED IT CONFORMS TO SECTION 7I.2.02A.
BACKFILLING TRENCHES (ADDITIONAL SECTION)
TRENCH BACKFILL SHALL BE. IN ACCORDANCE WITH KING COUNTY STANDARDS.
EXCAVATED MATERIALS THAT ARE FREE FROM MUD, MVCK, ORGANIC MATTER, BROKEN
BITUMINOUS SURFACING, STONES LARGER THAN 6 INCHES IN DIMENSIUN, AMID
OTHER DEBRIS SHALL BE USED FOR BACKFILL EXCEPT WHERE OTHERWISE REQUIRED.
1.3.12 COMPACTION (ADDITIONAL SECTION)
' INITIAL BACKFILL SHALL BE PLACE:' AROUND THE PIPE :N IAYERS NOT EXCEEDING
H INCHES IN DEPTH, AND EACH LAYER SHALL. BE IHOROit HLY COIPACTED BY
MECHANICAL TAMPERS TO AT LEAST 95 PERCENT OF MAX:-UM DRY DENSITY AT
OPTIMUM MOISTURE CONTENT AS DETERMINED BY STANDARD PROCTOR COMPACTION
TEST, ASTN 1>698, METHOD D. ALI. YORE RELATED TO THE TESTING OF THE
COMPACTION, INCLUDING PROCTOR TESTS AND COMPACTION TESTS, SHALL BE TAKEN
IN THE PIPE TRENCH AREAS. THE LOCATION OF THE TESTS SMALL BE SELECTED
BY THE CITY; THE FIRST COMPACTION TEST AT EACH LOCATION SHALL BE,
PROVIDED BY THE CITY AT NO EXPENSE TO THE CONTRACTOR. SHOULD ONE 09
MORE Of THESE TESTS FAIL TO MEET THE SPECIFICATIONS, ADDITIONAL. TESTS
WILL BE TAKEN AS REQUESTED BY THE CITY Al THE CONTRACTOR'S EXPENSE .
INPLACH DENSITY DETERMINATION SHALL BE MADE IN ACCORDANCE WITH ASTM
D1556, EXCEPT AS OTHLRYISE APPROVED BY THE CITY. TESTING FOR COMPACTION
' it, THE IMPROVED AREAS SHALL BE IN ACCORDANCE WITH THE TESTING AS STATED
IN THE PARAGRAPH ON INITIAL BACKFILL.
' YHFN WORKING IN EITHER THE CITY OR COUNTY RICHT-OF-WAY, THE APPI,ICARLE
AGENCY'S SPECIFICATIONS FOR COMPACTION SHALL BE FOLLOWED BY THE
CONTRACTOR,
' 73.4.03 MEASUREMENTf.40? BANK RUN GRAVEL FOR TRENCH RACKFILL (REPLACEMENT SECTION`
' MEASUREMENT OF "BANK RCN GRAVEL FOR TRENCH RAMFILL" SHALL. IF BY THE
TON, SCALE WEIGHTS.
TP-10
MEMO
SECTION 73 (CON?.) 1
73.5 PAYMENT '
73.5.04 BANK RUN GRAVEL FOR TRENCH BACIFILL (REPLACEMENT SECTION)
THE PRICE PER TON SHALL BE FULL COMPENSATION FOR FURNISHING AND PLACING '
THE MATERIAL AS OUTLINED IN SECTION 26.2..I OF THE STANDARD
SPECIFICATIONS. NO SEPARATE PATMENT OF ANY KIND WILL BE MADF FOR
COMPACTING, WETTING, DRYING, WATER, PROCESSING OF MATERIALS, OR REMOVAL ,
OF UNSUITABLE SOILS.
SHOULD THE CONTRACTOR EXCAVATE BELOW THE DESIGNATED LINES NO GRADES '
WITHOUT PRIOR APPRCVAL, HE SHALL REPLACE SUCH EXCAVATION WITH THE NATIVE
MATERIAL OR IMPORTED BACXFILL. AS DIRECTED BY THE CITY AND AT TEL
CONTRACTOR'S EXPENSE.
IMPORTED 16ACIFILL SHALL BE PIACLD ONLY IN THOSE PLACES DESIGNATED BY THE O
CITY. NO PAYMENT WILL BE MADE FOR MATERIALS REPLACED OUTSIDE OF THE
VERTICAL P4.6SES, 1 FOOT OUTSIDE OF AND PARALLEL TO THE BARREL OF THE '
PIPE AND NOT THE BELL. OR COLLAR. NO PAYMENT SMALL BE MADE FOR MATERIAL
WHICH IS USED FOR PURPOSES OTHER THAN THOSE DESIGNATED.
73.5.06 CRUSHED ROCK FOR TRENCH BACKFILL (SUPPLEMENTAL SECTION)
SAME CONDITIONS AS 73.5,04.
t
TP-11 ,
SECTION _4 P,APE ]NSTALLAT�N FORMER PAINB
74.1.01 ALIGNMENT (SUPPLEMENTAL SECTION)
' THE LOCATION OF THE WATER MAINS, VALVES AND FITTINGS, INCLUDING
MODIFICATIONS, WILL BE STAKED BY THE CONTRACTOR'S SURVEYOR TO THE LINE
AND GRADS SHOWN ON THE PLANS, PIPES SHALL BE LAID TO SPECIFIED GRADE
' AND ALIGNMENT, REPLACEMENT OF STAKES LOST OR DESTROYED SHA:i BE MADE AT
THE CONTRACTOR'S EXPENSE.
' 74.2 CONSTRUCTION
74.2.02 HANDLING OF PIPE (ADD1T;,MAI SECTION)
JOINTING SHALL CONFORM TO THE MANUFACTURER'S RECOMMENDATIONS. THE OPEN
ENDS OF PIPE AND FITTINGS SHALL BE PLUGGED WITH A TEMPORARY WATERTIGHT
PLUG WHENEVER VORK IS STOPPED AND/OR WHEN WATER IN THE TRENCH THREATENS
' TO ENTER THE PIPE. THE INSPECTOR WILL STOP WORK UNLESS AN ArPROVEC PLUG
15 ON SiTE AND AVAILABLE.
.'a.2.09 CONNECTIONS
:.t19A TO EXISTING MAINS !ADDITIONAL SECTION)
' CONNECTIONS TO EXISTING PIDING AND TIE-INS ARE INDICATED ON THE
DRAWINGS. THE CONTRACTOR MUST VERIFY ALL EXISTING PIPING, DIMENSIONS,
AND ELEVATIONS TO ASSURE PROPER FIT.
' THE CONTRACTOR SHALL PROVIDE ALL MATERIALS NECESSARY TO INSTALL ALL
CONNECTIONS AS INDICATED ON THE CONSTRUCTION DRAWINGS. THE CONTRACTOR
SHALL PERFORM THE EXCAVATION BEDDING, AND RACKFILL AND PROVIDE CONCRETE
' BLOCKING FOR THE EXISTING MAIN AND ASSEMBLE ALL MATERIALS. THE ACTUAL
CONNECTION TO THE EXISTING MAINS, AND THE OPPERATION OF LIVE WATER
VALVES SHALL BE DONF ONLY BY CITY OF RENTON WATER DEPAR'MENT PERSONEL
HYDROSTATIC PRESSURE AND LEAKAGE TEST (REPLACEMENT SECTION)
ALi, WATER MAINS AND APPURTENANCES SMALL BE TESTED UNDER A HYDROSTATIC
PRESSURE EQUAL TO 150 PSI IN EXCESS OF THAT UNDER WHICH THEY WILL
OPERATE. 1N NO CASE SMALL THE TEST PRESSURE BE LESS THAN 200 PSI. ALL
PUMPS. GAUGES, PLUGS, SADDLES, CORPORATION STOPS, MISCELLANEOf'S HOSE AND
' PIPING, AND OTHER EQUIPMENT NECESSARY FOR PERFORMING THE TEST BULL BE
FURNISHED AND OPERATED BY THE CONTRACTOR.
' THE PIPELINE TRENCH SHALL BE BACKFILLED SUFFICIENTLY TO PREVENT MOVEMENT
OF THE PIPE UNDER PRESSURE. ALi. THRUST BLOCKS SHALL BE IN PLACE AND
SUFFICIENTLY CURED TO REACH DESIGN STRENGTH BEFORE TESTING. WHERE.
PERMANENT BLOCKING IS NOT REQUIRED, THE CONTRACTOR SHALL FURNISH AND
INSTALL TEMPORARY BLOCKING AND REMOVE IT AFTER TESTING.
THE MAINS SHALL BE FILLED WITH WATER AND ALLOWED TO STAND UNDER PRESSURE
' FOR A MINIMUM OF 24 HOURS TO ALLOW THE ESCAPE OF AIR AND/OR ALLOW THE
LINING OF THE PIPE TO ASSQ•B WATER. THE OWNER WILL FURNISH THE WATER
NECESSARY IO FILL THE PIT 'NES FOR TESTING PURPOSES AT A TIME OF DAY
' WHEN SUFFICIENT QUANTIE! LATER ARE AVAILABLE FOR NORMAL SISTEM
OPERATION.
1
IF-12
SECTION 74 (CONT.)
BEFORE APPLYING TIE SPECIFIED TEST PRESSURE, AIR SMALL BE EXPELLED ,
COMPLETELY PION THE PIPE, VALVES AND HYDRANTS. IF PERMANENT AIR VENTS
ARE NOT LOCATED AT ALL NIGH POINTS, THE CONTRACTOR SHALL INSTALL
CORPORATION COCKS AT SUCH POINTS SO THAT THE AIR CAN BE EXPELLED AS THE ,
LINE IS FILLED WITH WATER. AFTER ALL. THE AIR HAS BLEW EXPELLED, THE
CORPORATION COCKS SHALL BE CLOSED AND THE TEST PRESSURE APPLIED. AT THE
CONCLUSION OF THE PRESSURE TEST, THE CORPORATION COCKS SHALL BE REMOVED ,
AND PLUGGED.
THE TES%' SHALL BE ACCOMPLISHED BY PUMPING THE MAIN DP TO THE REQUIRED ,
PRESSURE; STOP THE PUMP FOR A MINIMUM OF 15 MINUTES UP TO A MAXIMUM OF'
60 MINUTES AS DIRECTED BY THE OWNER, AND THEN PUMP THE MAIN UP TO THE
TEST PRESSURE AGAIN. DURING THE TEST, THE SECTION BEING TESTED SHALL BE
OBSERVED TO DETECT ANY VISIBLE LEAKAGE. A CLEAN CONTAINER SHALL BE USED '
FOR HOLDING WATER FOR PUMPING UP PRESSURE ON THE MAIN BEING TESTED.
THIS MAKEUP WATER SHALL BE STERLIZED BY THE ADDITION OF CHLORINE TO A
CONCENTRATION OF 50 MGIL. '
THE QUANTITY OF WATER REQUIRED TO RESTORE THE INIT L HYDROSTATIC
PRESSURE SHALL BE ACCURATELY DETERMINED BY EITHER li PUMPING FROM AN
OPEN CONTAINER OF SUITABLE SIZE SUCH THAT ACCURATE VOLUME MEASUREMENTS ,
CAN BE MADE BY THE OWNER OR, 2) BY PUMPING THROUGH A POSITIVE
DISPLACEMENT WATER METER WITH A SWEEP UNIT HAND REGISTERING ONE GALLON
PER REVOLUTION. THE METER SHALL BE APPROVED BY THE OWNER. ,
ACCEPTABILITY OF THE TEST VILL BE DETERMINED BY TWO FACTORS, AS FOLLOWS:
I.THE QUANTITY OF WATER LOST FROM THE MAIN SHALL NOT EXCEED THE NUMBER '
OF GALLONS PER HOUR AS LISTED IN THE FOLLOWING TABLE.
:.THE LOSS IN PRESSURE SMALL NOT EXCEED I PSI PER MINUTE DURING THE TEST '
PERIOD.
t
TP-!3
r
SECTION 74 (COKT J
_ ALLOWABLE L.WAGE PER 1000 M OF PIPELINE* - GPH
rNocinsl Pipe Diaseter - In.
Average 'test
rPreseurc-psi 6 8 10 12 16 20 24
r 450 0.95 1.27 1,59 1.9' 2.55 3.19 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 1.25 2.81 3.37
r 275 0.;5 1.00 1.24 1.49 1.99 2.49 2.99
250 0.71 0.95 1.19 1.42 1.90 2.37 1.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
r200 0.64 0.85 1.06 1.28 1.70 2.12 1.55
+ IF THE PIPELINE UNDER TEST CONTAINS SECTIONS OF VARIOUS DIAMETERS, THE
ALLOWABLE LEAKAGE WILL BE THE SUM OF THE COMPUTED LEAKAnE FOR EACH SIZE, OR
r FOR THOSE DIAMETERS OR PRESSURES NOT LISTED BY THE FORMULA STATED IN SECTION
74.2.11 OF THE STANDARD SPECIFICATIONS.
rGAUGES USED 1N THE TEST MAY BE REQUIRED TO RE CERTIFIED FOR ACCURACY AT
A LABORATORY BY THE OWNER.
r ANY VISIBLE LEAKAGE DETECTED SHALL BE CORRECTED BY THE CONTRACTOR TO THE
SATISFACTION OF THE OWNER REGARDLESS OF THE ALLOWABLE LEAKAGE SPECIFIED
ABOVE, SHOULD THE TEST SECTION FAIL TO MEET THE PRESSURE TEST
r SUCCESSFULLY AS SPECIFIED, THE CONTRACTOR SHALL, AT HIS OWN EXPENSE,
LOCATE AND REPAIR THE DEFECTS AND THEN RETEST THE PIPELINE.
r ALL TLSTS SHALL BE MADE WITH THE HYDRANT AUXILIARY GATE VALVES OPEN AND
PRESSURE AGAINST THE HYDRANT VALVE. AFTER THE TEST HAS BEEN COMPLETED,
EACH GATE VALVE SHALL BE TESTED BY CLOSING EACH IN TURN AND RELIEVING
THE PRESSURE BEYOND. THIS TEST OF THE CATE VALVE WILL. BE ACCEPTABLE IF
r THERE IS NO IMMEDIATE LOSS OF PRESSURE ON THE GAUGE WHEN THE PRESSURE
COMES AGAINST THE VALVE BEING CHECKED. THE CONTRACTOR SHALL VERIFY THAT
THE PRESSURE DIFFERENTIAL ACROSS THE VALVE DOFS NOT EXCEED THE RATED
rWORKING PRESSURE OF THE VALVE.
SECTIONS TO BE TESTED SHALL. NORMALLY BE LIMITED TO 1,500 FEET. THE
r OWNER MAY REQUIRE THAT THE FIRST SECTION OF PIPE, NOT LESS THAN 1,000
FEET IN LENGTH, INSTALLED BY EACH OF THE CONTRACTOR'S CREWS, BE TESTED
IN ORDER TO QUALIFY THE CREW AND/OR THE MATERIAL. PIPE LAYING SMALL NOT
RF CONTINUED MOBF THAN AN ADDITIONAL 1,000 FEET UNTIL THE FIRST SECTION
rSHALL RAVE BEEN TESTED SUCCESSFULLY.
PRIOR TO CALLING OUT THE OWNER TO WITNESS THE PRESSURE TEST, THE.
r CONTRACTOR SHALL HAVE ALL EQUIPMENT SET UP COMPLETELY READY FOR
OPERATION AND SHALL HAVE SUCCESSFULLY PERFORMED THE TEST TO ASSURE THAT
THE PIPE IS IN A SATISFACTORY CONDITION,
r
r
IP-14
SECTION 74 (CONT.)
DEFECTIVE MATERIALS 09 WORKMANSHIP, DISCOVERED AS A RESULT OF
HYDROSTATIC FIELD TEST, SHALL BE REPLACED BY THE CONTRACTOR AT H15
EXPENSE. WHENEVER IT IS NECESSARY TO REPLACE DEFECTIVE MATERIAL OR
CORRECT THE WORKMANSHIP, THE HYDROSTATIC TEST SHALL BE AE-RUN AT THT
CONTRACTOR'S EXPENSE UNTIL A SATISFACTORY TEST IS OBTAINED.
74.2.12 DISINFECTION OF WATER MAINS (PARTIAL REPLACEMENT SECTION)
DISINFECTION OF THE NEW WATER SYSTEM SHALL RE REQUIRED PFtOR TG
COMPLETION OF THE PROJECT AND SHALL SF IN ACCORDANCE WITH AWA STANDARD
SPECIFICATIONS C601-81 AND SHALL NEXT THE ACCEPTANCE OF THE STATE OF '
WASHINGTON DEPARTMENT OF SOCIAL AND HEALTH SERVICES.
DISINFECTION OF TPE ENTIRE WATER SYSTEM INSTALLED OR DISTURBED UNDER
THIS CONTRACT, INCLUDING PIPE, PIPE FITTINGS, VALVES, AND APPUBTE"ANCES,
1S REQUIRED TO CONFORM WITH THE SPECIFICATIONS STATED HEREIN.
74.2.121 REQUIREMENT OF CHLORINE (REPLACEMENT SECTION) '
THE INITIAL CONCENTRATION OF CHLORINE IN THE WATER SHALL BE 60 PARTS PER
MILLION, AND THIS SOLUTION SHALL RE HELD FOR A PERIOD OF 24 HOURS.
74.2.12p DECHLORINATION (SUPPLEMENTAL SECTION)
DECHLORIKATION OF ALL WATER USED FOR DISINFECTION SHALL It ACCOMPLISHED ,
IN ACCORDANCE WITH THE CITY'S STANDARD DETAIL INCLUDED IN THIS
DOCUMENT, WATER CONTAINING CHLORINE RESIDUALS SHALL NOT RE DISPOSED
INTO THE STORM DRAINAGE SYSTEM OR ANY WATERWAY.
14.2.13 CONCRETE BLOCKING (ADDITIONAL SECTION)
PROVIDE CONCRETE BLOCKING AT ALL FITTINGS AND HORIZONTAL OR VERTICAL
ANGLE POINTS. CONFORM TO THE STANDARD DETAIL FOR GENERAL RLOCKING
HEREIN AND THE APWA STANDARD DETAILS FOR VERTICAL BLOCKS. AL1, FITTINGS
TO BE BLOCKED SHALL BE WRAPPED WITH 4-MIL POLYETHYLENE PLASTIC,
CONCRETE ILOCKIN•; SHALL YE PROPERLY FORMED WITH PLYWOOD OR OTHER
ACCEPTABLE FORY.ING MATERIALS AND SHALL NOT RE POURED AROUND JOINTS. THE
FORMS SHALL BE STRIPPED PRIOR TO PJICKFILLING. SHACKLE RODS, WERF
REQUIRED, SHALL RE INSTALLED WITH THE USE OF SHACKLE LUGS. ALL SHACKLE
RODS SHALL It GALVANIZED OR COATED WITH TWO (OATS OF ASPHALT VARNISH.
74.4 PAYMENT
THE PRICE PER LINEAL FOOT FOR INSTALLING THE DUCTILE IRON PIPE, OF SIZE
AND QUANTITY LISTED, SHALL CONSTITUTE FULL COMPENSATION FOR THE WATER
LINE, IN PLACE, COMPLETE, INCLUDING: ALL PAVEMENT REMOVAL, FOUNDATION
PREPARATION, PIPE, PIPE LAYING, AND JOINTING; SHEETING, SNORING, AND
DE-WATERING, CONNECTIONS TO EXISTING PIPING, AND FURNISHING AND
INSTALLING ALL FITTINGS, CONCRETE BLOCKING SHALL RE MEASURED AND PAID
FOR AT FEE UNIT PRICE PER CUBIC YARD. SHACKLE RODS SHALL RF INCIDENTAL
TO THE PROJECT. PAYMENT SHALL CONSTITUTE FULL COMPENSATION FOR
FURNISHING ALL NECESSARY MATERIALS IN PLACE, COMPLETE.
TP-15
PAYMENT - BLOW OFF ASSEMBLY (ADDITIONAL SEC110N1
IT SHOULD BE NOTED THAT THER' ARE THREE TYPES OF BLOW-OFF ASSEMBLIES AND
THEY ARE AS FOLLOWS: 1. TEMPORARY BLOW-OFF ASSEMBL1tS THAT WILL BE
REMOVED WHEN TIE-IN OCCURS. THESE WILL BE CONSIDERED INCIDENTAL TO THE
PROJECT. TEMPORAV BLOW-OFF ASSEMBLIES THAT WILL REMAIN, WHICH WILL
BE PAID PER EACH. I. PEkMANFNT BLOW-OFF ASSEMBLIES THAT WILL REMAIN,
SUCH AS THOSE AT THE END OF CUL-DE-SACS, ETC. WHICH WILL BE PAID PER
EACH.
t
1
1
1
t
1
BRGt10N 13 �j,V88 i0R NAT611 MA1N5
75.2.03 GTE VALVES U.0II1pNAL SECTION?
VALVES SHALL BE DESIGNED FOR A MINIMUM WATER OPERATING PRESSURE OF 200
PST. GTE VALVES SHALL BE IOWA LIST 14, NUELI.ER COMPANY N0. A-2380,
PACIFIC STATES, U.S. METROPOLITAN, KENNEDY, 01 M 4 N.
APPROVAL. OF VALVES OTHER THAN MODELS SPECIFIED SHALL BE OBTAINED PRIUR
TO BID OP£NIN�.
ALI, GIE VALVES LESS THAN 12" IN DIAMETER SHALL INCLUDE. AN 8" X 24" CAST
IRON GTE VALVI BOX AND EXTENSIONS, AS REQUIRED, ALL 12" DIAMETER AND
LARGER GTE VALVES SHALL BE INSTALLED IF A VAULT, SEE WATER STANDARD
DETAIL FOR 12" GTE VALVE ASSEMBLY VAULT AND 1" BYPASS INSTALLATION.
75.2.OD VALVE BOXES (PARTIAL REPLACEMENT SECTION) ,
ALI. VALVES SNA-L HAVE VALVE BOXES AND EXTENSION' . VALVE MARKER POSTS
SHALL If INSTALLED AT THE DISCRETION OF THE CIT' IN THOSE UNFAvfD AREAS
WHERE THE TOP OF TNT. VALVE BOX COULD BE COVERED BY NEEDS, SHRUBS, BARK
OR OTHER MATERIALS. THE VALVE MARKERS SNAIL BE FABRICATED AND INSTALLED
IN CONFORMANCE WITH THE STANDARD DRAWING ENTITLED "GENERAL MISCELLANEOUS
DETAILS" WHICH IS INCLUDED IN THIS DOCUNCENL.
75.3 INSTALLATION OF VALVES (ADDITION;,. SECTION)
ALL VALVES 17" AND LARGER SHAL.i. BE ENCLOSED IN A VAULT WHICH SHALL BE ,
SET PLUMB ON A COMPACTED GRAVEL FOUNDATION. THE VALVE OPERATING NUT
SHALL. BE OFFSET 3" FROM THE CENTERLINE OF THE VAULT AS SHOWN IN THE
STANDARL DRAWING INCLUDED IN THIS DOCUMENT.
75.4 PAYMENT (REPLACEMENT SECTION)
THE GTE VALVE ASSEMBLIES OF THE S,ZE LISTED SHALL. BE COUNTED AND PAID
FOR AT THE APPLICABLE VN1' PRICE, IN PLA.E, COMPLETE, WHICH SHALL.
CONSTITUTE FULL COMPENSATION FOR VALVE, VAULT, AND ALL OTHER NECESSARY
ACCESSORIES FOR A COMPLETE INSTALIATION . HYDRANT AUXILIARY VALVES WILL
IF PAID FOR UNDER FIRE HYDRANT ASSEMBLIES.
move,,
Si6CT1Oh _ PIRE HYDRANTS
77.2 MATERIALS
. . .2.01 MATERIALS FOR HYDRANTS (REPLACEMENT SECTION)
tMATERIALS COMPRISING THE FIRE HYDRANT ASSEMBLY SHALL CONFORM TO THE
WATER STANDARD DETAILS (SEE ATTACHED DETAILS). FIRE HYDRANTS SHAH BE
COREY TYPE (OPENING WITH THE PRESSURE) CONFORMING TO AWA C-504-60 WITH
A 6-INCH iNLET AND A M.V.O. OF 5 INCHES, TWO 2-I/2 INCH ROSE NOZZLES
WITH NATIONAL STANDARD 7-1/2 THREADS PER INCH AND ONE 4-INCH PUMPER
NOZZLE WITH THE NEW SEATTLE PATTERN E THREADS PER INCH, 60 DEGREES V.
TPREA➢S, O.D. THREAD 4.875 AND ROOT DIAMETER 4.6263, 1-1/4 INCH PENTAGON
(,:.,RATING NLT BY TURNING COUNTER CLOCKWISE (LEFT).
FIRE HYDRANTS SHALL BE IOWA, PACIFIC STATES OR APPROVED EQUAL. APPROVAL
MUST BE OBTAINED PRIOR TO DID OPENING.
712.01 END CONNECTIONS (ADDITIONAL SECTION)
iHYDRANTS SHALL. BE CONSTRUCTED WITH MECHANICAL JOINT CONNECTION UNLESS
OTHERWISE SPECIFIEL IN BID PROPOSAL DESCRIPTION.
77.2.06 SIDEWALK FLANGE CONSTRUCTION (ADDITIONAL SECTION)
FIRE HYDRANTS SHALL BE OF TRAFFIC TYPE WITH BREAK-FIANGF CONNECTION AND
PROVISIONS SHALL BE MADE FOR DRAINAGE OF BARREL TO PROTECT UNITS FROM
FREEZING.
' 77.3 CONSTRUCTION DETAILS
77.3.01 SETTING HYDRANTS (ADDITIONAL SECTION'
HYDRAN'tS SHALL BE INSTALLED IS ACCORDANCE WITH AWA SPECIFICATION£
C600-77, SECTIONS 3.7 AND 3.8,1 AND THE WATER STANDARD DETAILS. HYDRANT
AND GUARD POSTS SHALL BE PAINTED IN ACCORDANCE WITH THE WATER STANDARD
' DETAIL. UPON COMPLETION OF THE PROJECT, ALL FIRE HYD;,AVTS PBALL BE
PAINTED TO THE CITY OF RENTON SPECIFICATIONS AND GUARD POSTS PAINTED
WHITE. FIRE HYDRANTS SHALL at OF SUCH LENGTH AS tO BE SUITABLE FOR
INSTALIAT'ION WITH CONNECTIONS TO 6", 8", AND 10" PIPING 1R TRENCHES
3-1/2 FEET DE➢P UNLESS OTHERWISE SPECIFIED, THE HYDRANT SMALL BE
DESIGNED FOR A 4-1/2 FOOT BURIAL WERE W AND LARGER PIPE IS SdOWN
t UNLESS CTHEBWISE NOTED ON THE PLAN,
77.3.02 HYDRANT CONNECTIONS (ADDITIONAL SECTION)
FIRE HYDRANT ASSEMBLY SHALL INCLUDE C.I. TEL (MI X EL), 6" GATE VALVE
(FL X RAJ), 6' C.I. SPOOL (PE X PE), 5" M.V.O. FIRE HYDRANT (MJ
CONNECTION), 8" X 24" CAST THOM VALVE SOX, AND 3/4 INCH SHACKLE ROD WITH
ACCESSORIES AND TWO CONCRETE GUARD POSTS. PAINT SHACKLE RODS AS
SPECIFIED IN SECTION i4.1.13,
PAYMENT (REPLACEMENT SECTION''
FIRE HYDRANT ASSEMBLIES SHALL BE PAID FOR AT THE APPLICABLE UNIT PRICE
PER EACH ASSEMBLY, IN PLACE, WHICH SHALL CONST1Ti"TE FULL COMPENSATION
FOR THE TEE, VALVE, VALVE BOX, NIPPLE, HYDRANT, SHACKLING, BLOCKING:,
BRACING, AND ALI. OTHER ACCESSORIES NECESSARY FOR A COMPLETE INSTALLATION.
TP-I6
SECTION 78 SERVICE CONNECTIONS (SUPPLEMENTAL SEC"
78.1 GENERAL O
WATER SERVICES SHALL BE PER STANDARD "DETAIL FOR 3/4" WATER SERVICES"
AND PER STANDARD DETAIL FOR "SERVICE CONNECTION DETAIL TO EXISTING '
SERVICE."
76.3 CONSTRUCTION (SUPPLEMENTAL SECTION)
SERVICE LINE CONNECTION TO THE NEW MAIN WILL CONFORM TO THE STANDARD ,
SPECIFICATIONS OF THE CITY OF RENTON BOUND HEREIN AS APPLICABLE. THF.
ENGINEER WILL. INDICATE THE LOCATION FOR THE TAPS ON THE NEW MAIN FOR '
EACH SERVICE TO BE CONNECTED,
THE CONTRACTOR WILL DIRECT TAP MAIN FOR 3/4" SERVICE. '
THE CONTRACTOR WILL USE COPPER TUBING, TYPE K. SOFT FOR 3/4" SERVICES.
TYPE I
COSNE' rIONS TP EXISTING COPPER SERVICES WILL BE MADE WITH FLARE TYPE,
THREE PART UNION COUPLINGS.
TYPE 11 ,
WHERE EXISTING GALVANIZED SERVICES EXIST, THEY SHALL BE REPLACED WITH A
NEW COPPER PIPE SERVICE TO THE PROPERTY LINE. (METERS SHALL- BE LOCATED
IN PLANTER STRIP BETWEEN SIDEWALK AND CURB? ,
TYPE III
WHERE FUTURE STUB SERVICES SHALL BE INSTALLED, THEY SHALL. BE INSTALLED
AS ABOVE, TO THE PROPERTY LINE WITH A METER BOX (LESS 3/4 METER). A ,
SOLID CORE THREADED SPACED THE LENGTH OF A METER SHALL BE INSTALLED IN
PUCE OF THE METER.
1
i
TP-19 '
1
1
1
1
1
1
1 STANDARD DRAWINGS
1
1
1
1
1
1
1
i
i
1
i
e
1
GENERAL MISCELLANEOUS DETAILS
VALVE OPERATING NUT
Ex-*ENSION DETAIL
113
1+SEE XT.IL `
1 Y
' !n•r. avvn
rin rlrnP v I.m.IP,prj �llF+!•H.I.
xi{tl ITS w M;a'Ir'M.M qrt 4
1)bi'.x MMI:)1 ett'wP•ICa1S
w l 1 pnx:M W h r.x.:ww P
I � •YYT.f.WN•Mr111•IV1Pb
61p 4.5W\,-
M. he[n{ISIOI.w t0 Y Ypf
5ntt SIi1S 11 1 YTIC,w h'..11:.:'•
M(All y y.PIC
+s+Hanle.•wv...•;.I uu.;a SEVERAL NOTES THAT
a...wPIn IPF SHOULD RE ON ALL
WATER PLAN SETS
VALVE MARKER POST �ro�'..•w r<.nv ri..tY.i wr\w luxe«or wtr
ELEVATIONS
•w.w..»rr.n,nex\.r w.. •e.'xi Nn.u':r a.
' .w :.i:.'t mw»•'n,a w.,..tr - .. [I M,r To n .
:e rw..•.•\uwue
I Lx�w�e`t���ii w�.b�l.w.,�..n:tan�trill�ti'wlww�•r•:w.
I I .,•ww\..�eu.�h.u^.r.'.wb;..k� »F»IYrw .
• • �' W[.'M\ Y..nLLw F r[=Li.1 IF.e N.1`Y\.Y:Ix, ,.
'IP .1.11,1 V.w9.F Iu..w
NaK 1LIe xrF"'x wx[..,M w:! e
x»r Mn .t M[w ww'le' It
I..t,xM W '.
.,v.r», ».WP••.,M..... wh.
th icy 0•"IM Ml tx xw-.\I [11.e e.
MW1 a.!,h W!!x M,•Ih .�•.wV
�. IMul.n TN II:V w
t« WiM w rx.w aj✓✓✓`-f���ff'.... .F«w .t,w a.�lF..e.W»wl.•w.+W w,w.'
Ir W'n~i•'reel.I..itM,»wMt.V.,li»WMw Wx•F,'x+'..
Y w t nt tw[Mer,Y
an.•lu,w M[Frm I+w.xW W.vx. e w x
, N[w'.\M tl lh fey e'V1r
w <T
IhreleT.\II Y Mx. .V M. a .hnM
IT,
. .. � V twFFw.tr s•u...M w 14•Vt V.rF•ww a v m. .
WATER STANDARD DETAIL
CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
MY+•.� rr r,.Yin.Mlrn
{< rN. a0a ro Y.N IMeX n
Sl� H, �\, MIY*•rNM.w�r✓r � W 41.
/ ;o� � %4 M wMlli —rT
•4.rMr.� n 1
PLAN
ELEVATION
FIRE HYDRANT GUARD POSTS
{RM . n:.r:ti •O,YI ftt y,nF Y Ic 4,.
1 ��� �eµylp M1YYM I;�<il•F<.HIV N.4tt
'��\ - • •+Y%1 rt t. %++MM W�%w• W YM+
4t.r M.MMNi
CUTt
ipiVt kA•.0 � � � � � .MN•t M4un
redo- . 1
FIRE NYORANT AntuaLY
FILL
FIRE HYDRANT LOCATION IN
CUT OR FILL
' WATE• STANDARD DETAIL
CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS •• ••
t ��'� .r..r.r v r+a..r•,w
iw.rn w•+•r r rn ww
_.- �ir w�rwr•r .wr
1
—T
PLAN
1. $_
ELEVATION �'-- ELEVATION
' 12" GATE VALVE INSTALLATION
1
WATER STANDARD DETAIL
CITY OF RENTON
' •� DEPARTMENT OF PUBLIC WORKS -- r.w• nw
Cow.m [ U.CC41Nf SIZING MOCEDURE
• fay
i1����'•y.w�wrw ry wlr,w •
nY•.u•«Y'••Y,•Viwa•I�Y4,1W v.•'ww�Y•,
r1•,nV Y,•Yr V�'•µ,4F�Iw. •1'• I r,.
. o.w.. •V•W• V 'r w,.r w,�l
w�.
' Y r.•,.r•ve1•«��"V. Y vYY� w�✓,r.•w � FaA I I ,j./,��•\\
' yr. ..�`Y r;.«�,�•' f�•ffNO
'5•KNO
Rf
.y 1
l
5.
KNe
YIV r a.,.•Y«,��i•sc•TT-2•r FIGURE I
w..ti.Ye,..,her.,aw •• T MMF M'Y.TIMIMIS)R41 510GtING
,= NO 73
•� � V--•1..K.{. Yw M.Ye ly .
1 4P.rY 4Y•r M t.w.,r,.w M� , '.•.ay. - M•.�• .�v«•,•fw
WATER STANDARD DETAIL
CITY OF RENTON
DEPARTMENT OF PUBLIC WOR(S
' TIE MW EELECTON TAIL[
\�A •YYYr riYl iu yyl InIN Y aN rl
Y�
I M i.q w
w 1.w w
' • Rf LM w \q..
1 w
m aw
n w w ]R
• M W
1 w w w i
N.yp W
w f.yl w
M R•n• V•
� 1/1
�5
•Ki•IN tN•Y1 yy\KY R R�1W1 PY••ru Y 4.w K.N YN
1 1 W]\W,yR Yt.YY.lw\I wYY\u.rr N 11M�M Rrtl
1 \\YYu�Y N w llrl-1Rr,K yr
<MI.t� Y W[.R Yr�01 u\li�Y r,l MS InYR•r Mi.�M
4 1 W\ww/
1 \\aK Yp tRR�Y1 1\ui.,Y\pYyt.Y M INR y,r Y ull]' \i iMft M ril qY1 � 4•M1 Yr Y1rtiM,ilY\
t
CAST ON IUG5 TIE BOLT
FIRE HYDRANT AND GATE &,t RETAINER CAMP
1
' TIE ROD ATTACHMENTS
1
' WATER STANDARD DETAIL
CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
DECHLORINATION
1 TMA11w PADCm AMOUW OF oe.,AFCxf V&G M6
Dnr.rP•...�w.e A...•r,r...•u•.,...... . ,M�r.r..:�•.m...w POP•.r r•.amsa A Caro M'ar
ti er«le mla.w d.P..+,.•.mh«.P.uwT�.•....e„... a In ms•,....na+•ne«• *l.bgpn a ti cn.,,r s�r+.��'
ill.M..11e l.b«mq.Pv d«wuu Mr.eh.. brPnb.[.M't.0.,e.�mP.•e.mdrr•cMh.gJ
�I i1�Iwelr«MPM OO..�F«u n i•.PIV,.
111PIY/bF-1mIC by.
1f/.O P..FM«V rppD Wn 1WO d AP„mNIM C/lrvfMf M4..b1 b 1MbY M,"N.
rw�i.•MP.� IYgI OMn'V GnWwbYlb fM.1®ylYY a'MI.'
111A.b�-lm0 b01 W LL•C P.NO
P..r.F�Mr.1AtlM IPnPb1
bbnV BeCiun 1pMn'
CM«MNM Therb! �pO1T MY\b
1 1 pIM.
s o. es er.
s o. er ov
s oe eP a.•
« •e on Ov
nw�Mr r r.o«w A ardw•o.r.n•c a o.cny..r.�.
d.nKr.se�.cn d w.P rtr Pv�q Prl.ouw x.
aPw«PPs.I r rra.-n.w...ro.u�O aP w aw•aP w
m+o.l«•a..tl..e
APPLICATICk LOCK suppums
' l�.n•rwr
b Yral ei.11^l..Y.e11iPN1YV'GM b ir!!A NI«cl.'V M Mn MI.M.«E.�.'.
aw�a«e..lr��.awr•,..•,.br«a.ewq..r ca,e....... sops r:»
P..p P.ww.+e.nwr,d.n.a+a«rO.dens'Pc.ww .«x rw TO.ATNs,v steam
tl!dlRnMry awnw,b w.n qeb a ww
ll•Pl`.b.IbelYllb by C,w•rew�rc
br PI.e«.w..•IPe�a�r+,•.•n a m.c«wrwc+.w,. wq uw.rw o•+.
wlP.[Ma'IM fannrvneMn.lrm i.[M.M•q.0 •.no.,.h i.CP•,.Y« tw.>'1iU[
b«.d•T+.MIe a..•M,b b.I.OY.Wv•N�•aw.n.
dbl.n,•.«a s«a,mlw dP•s«.b.'..w•ew.I.^r we nx,
e.M.n.e.n•.s w r oAOPno.c r M M1 asnvnvn,-, eT.P,eww.
Eb•,ra<av,.«v�M�r cancwpa rvrvpx.n,n ._ 90E'!4 F ktiY.u,ei•+«�fi a 1D06ibr
.eu".e ro AY M[wnNW M•Inw 1!.PM^+ oM� Sb1M1e.N b
PROCESS ROW DIAG MI.
' Dnn.ob ww
Oswbn '
8>dotlSPc. �yp«.r�, p.O..q.lo
wbr ule.a• Irr r,au .ti
naw.s
WATER STANDARD DETAIL
' CITY OF RENTON
DEPARTMENT OF PUBLIC WORKS
t b
\nwww
wr ww r ,R w
pM
�My
rR'Rr �� rrrrr�!
wY1Yn Rl,R '� NR Y rYnu
r wYiRr�!nR,m r
PLAN
{W K rI�WM<0..\1tlrNp
rw\rt'�w.inn 4Wtl Y4^
rIWK\�Y
nN u rwu\ � I
It
�w.K.
J i'Y R YR �twR.
L
Y
rr all ww lever
I!M R 1wrV rllr
WW.K% W.I.
YI VwhR WRN .,
i W KY—/
ELENATMN
TEMPgUIt`t Y lLOW-OFf hS�Ml1,Y
1
i
' WATER STANDARD DETAIL A�
CITY Of KENTON
!r ro•-e•1r DEPARTMENT OF PUBLIC WORKS sn}rgY, N
1
1 Y.,
n r.rb •.. . �� '1 M..ncY "Nw Wf
I » •W Y61P Y'.Irll.Ya nR..,�.
F.1 r uln.•�R a .RM lY.n.vY y M�...i Y.b.y P� ...
•r nu..ne .v w rWYn nu.n
•rJN MMI\RY x .-trRr
Al
11 �,
Tl 1.
.y 16
a
n , 1t
2 AIR 9 VACUUM RELEASE VALVE ASSEMBLY
1
1
i
WATER STANDARD DETAIL
L--'-
CITY OF RENTON
DEPARTMENT F 0 PUBLIC WORKS .,.. „
:1• IEwT NT W.�tl � YN.\NT.Y p....p..,iK
,Ml YYw KM Iw,.
N 1wMY
�I wnr 't�Ye
nYp«.I ww....aw.�n • ..Wt
w«tlpr
tIaY.Y�T.m M uT
Nliu. rt Y.Ka IIwM .t Mltl.«`.wp�tt LM
Y`l.q tqM
6H pN p«N\.Wn
M .r NYK.
wN.t 1.W•K..•q
l i 0 r •ATaR st*v [
mmmum
�r .r ran ww.utl N �. �r •`+ f
4.M-.
' . .�.. .v.�.�.J . ..... `�•'Y•1� M iNw N 1.I Hll.e
7
.nw
� Y .
' ,,' •� B I' WATER SERVICE
WATER STANDARD DETAIL
CITY OF RENTON
— ` - DEPARTMENT OF PUBLIC WORKS .ortwe• •.•.
SERVICE CONNECTION DETAIL
' TO EXISrNG SERVICE
TYPE I e.ao Eunmy a r c oppb S.rvrce •no tl n.gpary Aatp•t lEeter 1 Motor Bo. to Grad.
!w:owr.ue.n
Ll
rw w
um
to
- Y ecn.ar•M•vRy lae
crn corrc,cyn...c �►�
cnrrr.fr Corrro..nw uor
f.w fur
egyaOrM
1
' TYPE r Rote p ano R. Ma ] 4' G.hanged $lrrRe rdn ] Copper $arnCe and f nac es4ary
atl & Major Meter .r Bo. to Great
TYPE If, Inetan l a
COPPM $tuD $ervq• In Uuomy Mato, Bo.
NOTE:
1 1 For TYPE If i III """ Informal'" Se. Stantlartl Datarr for J e' a 1. Water $etbc.•t On ""I""ne that a• Sonoetl for Cathotlrc Protection
Ail $vnce conn•ctlone ehall have S evict Ineulet or.
WATER STANDARD DETAIL
NOT TO SCALE CITY OF RENTON
' DEPARTMENT OF PUBLIC WORKS MAY 1084
PW 2011 Staldetd Dftwmp
V Mesitl W *IT"$ a
RYO 011 iltLAC109111 MTCII CYl %"it It IPtltwl &Xt 10
AIM" INSWa I/NqT TRIM IIRTICA", ST10,1I0/ LIN($ At Ilntgl.
toMm, ASPNIT Pt1NaT COSMIC tll{111It tWtlttl PMItat"
tnt N. 1. Wit OINgI
u nnY{ eeuI Mee tonnes
1
• I C$MIn Ttf nNa I CAlatt
l TI \ lilt ' 1 '
LATII lNCRIR It IITyt MYVf A
PLANT 111G IinMM\ l(tli LtnlT CUT fllill Il Yt LTILII
tilt« MsI It full Nt lull
A Mitglee If 1 I asIuItTU
CIl Y1b out, #/R NIa1tT fYTTf\ t PNIMa1 Pl Y1 "
aunt\ ASP"LI ulnlw CONSISTSNYI•WT
NYtq YT
IIISTIA/ title east
v • Y11ee1 VIl\Y Of PAIL* It
Sees TRAM L-
Ywm tot. 1t L' of VrtlwaS
MIN a YIOn ItaM
' /WNtlle \Rest, Iibll ll•�'�
1
�iltll NI T1 film AMAIY
eeYtlll IYARAc i l \ I f R i l l
-tam*, CIY RIIS PAYI•In-
IT0I tie I A I LA fait RIt I Pi vl MI 41
itt1HLT tlYatlt If p1Ytl but eeISTIMi itNLLl a4S1ll
I11n XII feelitl Fl Rl Pilfw 1" Role sve Ntl
MI AM OIL TAT \
i� [`UI{T IYi Iiil
a/a�INIW f••
Owafto
AaR CIDIMIa TRItt, I6M, it
' TTPIf iI PiltM IIR I1 / 11I / 1 PiYI MITT
(lleetl YOTI< SO "I S(4t
IOneeSS oil alU II CallsI.t 11•CIFI[e.t.
It CLASS Wil.aa It PI[H1
CITY OF RENTON
"tWWl [Wall! CLASS t ) 10 IMvpUee IAIC.,..
PIR tell[ wN, Pavalnalrl Patching
1 ' "A eetplri tl4f -I' fa firinitf Nla".
SISRo YW
' ItWt RiYT .It fIl Ii YL11Io tAT(F"•
Fee-Itt ?s
tll tIt
1 Standard Plan No N
��tss�t
No•CP�1
aWyre°EO E• ti
• so
4AI
� ��a • E�Q�N�ep�a
UT%160
�`F`GA.�tONS
SpE
g�0 pR��gat.. A�Qg
1 J�G� No 1so
w PEER pR0 A�%aA
SERMA,N %01 ALL
$t� W A �NRgE ACE NE
r �
NE gth� V�.itON AVE N6
1
r 'S� of RE ATM,NT
5} * tv*l zap �3\
r
r
r
r
r
1
r
W-790
rN.E. 6TH ST. FROM MONROE AVE. N.E.
TO UNION AVE. N.E.
rCONTRACTOR:
r Grant Construction CoWany
12901 - 172nd Ave. S.E.
Renton WA 98056
rOffice: 226-0418
Emergency: 271-0200
r
rINSURANCE 5 BONDING AGENT:
r Dan 8. Hauff S Associates
P.O. Box 770
Renton MA 98057
rOffice: 228-1500
r
r
r
r
r
r
r
M--
CtMT1F;,ATIOW By PROPOSSD []NT MCTOA. SUbCONT MCTOP AND SUPPLILR MUAROING SOUAL L"WYNSNT OPPORTUNITY
Grant CIMMOCIVIUM
p—iwe of r rContractor Project NASA
INSTRUCTIONS
This certification is required pursuant to Federal SRecutive Order 11i46. The Lplemaniinq rules and
regulations provide that any bidder or prospective contractor, or any of their projwssd subcontractors
and suppliers, shall Rate as an Initial part of the bid or negotiations of the contract who"or it has
partacip&ced i, any previous contract or subcontract subject to the equal opportunity Clausal and, at
So, whether It hot filed all compliance reports due under applicable Instructions.
The City has heretofore adopted Resolution 1340 under date of 3una I, '900. a Dding a "'air Practices
Policy,' ae implemented by an 'Afhnative Action ►rogras' therein amendinq the policy of thr City of
Renton to promote and afford equal tzee ver '. and service to all citizens and to tuure equal employment
opportunity based on ability and fitness - all persons regardless of race, cteod: color: ethnicity.
' national origin; sex: the presence of a non-jol-related physical. sensory or mental handicap: Gas or
mental status. This policy shall likewise apply to all contractors, subcontractors and suppller.
conducting business with the City of Renton who in turn shall affirm and subscribe to said praztices
and policies. The aforementioned provisions shall not apply to contracts or subcontracts for standard
commercial suppliers or tow materials or time or organizations with lost than eight tmployeas or
contracts of less than $10.000 business per Shrum with the City.
When the Contractor;Subcontractor/SupFlier (hereinafter referred to as the Contractor) is regair d by
the City of Renton to aubair on Aft 'Su'"vo Action Plan, the minimum acceptable precsntago of minority
temployment wi`1 be that percentage which so currently listed In -Appends. I- (City of Renton Goals and
Timetables) in the published Clty of Renton Afflematsvt Action Program, i.e. 9.1%. This Program is
available for reviaw at the Municipal building.
' The undei'Rgnad contractor therefore covenants, atlpolstes and Ggreos that during the performance of
this contract he will not discriminate &gainst any person in hiring, promoting• discharging, compon-
mating or any other tam or condition of employment, by reesor. of such person's Status. reference
the (111 categories listed in part. 3 above.
' Contractor further agrees that he will take atfirmative and continuous action to insure full compliance
with such policy and program in all respect,, it being strictly understood and &freed that feluTs to
comply with any of the terms of said provisions shall be and constitute a materi&1 broach of thee
' contract.
Contractor anall. upon request and/or os own as possible thereafter, furntah unto the City any and all
information and reports required by the City to determine whetbot full coroiiance has been made by the
Contractor with said policy and program and contractor w411 Pamir &costa to has books, records and
accounts by the City for the purpose of inve&tiestion to ascertain sucn compliance.
Contractor further ocknowledgea that he has received a true and complete copy of the City's 'Fair
Practices Policy.'
Contract snti uatlon um r
CLMIFICATION by: CONTRACTOR Y- or SUSCONTMCTOR or SUPPLIER _
NAM: r
A00RLSS:
' RLPRLSLNTATIVLS:
TITLL: < PNONL: v 1
' 1. Contractor. hem participated in a previous contract or aubconttert act jest
to the Cqual Opportunity Clausal `. Y&s No
1. Compliance reports were required to be filed in connection with such contract or subcontract:
m�Yet _No
3. Contrac tot/bw►tewatagtos+S+It►1atr has filed all compliance reports due under spplicatl.
instructions, `Yes _No
&. It Answer to atee 3 is 'No', pleas explain in detail an reverse aids of this :ertillcataOr,
C[PTIFICATION: The informs tion above is true and complete to the beat of m1' Anew ledge And belief.
' ~a .n� ;i+.,e,o lgnor D o&se yps or print)
q
r'
gnature N
Reviewed by City .othgrity: Date:
Rev. I )i'&1
LI
lI
�t CERTIFICAT10% OF EQ11A1 EIQPLOMN'T OPPORTUNITY REPORT
tCertification with regard to the Performance of prtvious Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
1 The bidder proposed not i' proposed subcontractor hereby certifies that he has ?--
. participated in a previous contract or subcontract subject to the
equal Opportunity clause, as required by Executive Orders 1D9:S, ]]lli or
11246. and that he has has not filed with the Joint Reporting
Commitment coot tau ing
Committee the Director o}Lhe Office -ITT decal ..ontract Compliance, a Federal
or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
aim fteacroeft
WN
ompany ��.. ww
r
It e
Date: y-5
thote: The above certification Is required by the Equal Employment O},portunity
Regulations of the Secretary of Labor (,I CFR 60-1.7 (bl (1). and must be
submitted bi bidders and pror sad subcontractors only in connection with
contracts and subcontracts which are sub)ect to the equal opportunity clause.
Contracts and subcontracts whit\ are exempt from the equal opportunity ciause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
' $10,000 or under are exempt.)
Currently, Standard Form 100 (EEG-J) is the only report required by the
Executive Orders or their Implementing regulations.
Proposed prime contractors and subcontractors who have participated 1. a
previous contract or subcontract subjc - to the Executive Orders and have not
filed the required reports should note .hat U CaR 60-1.e (b) (i)and
have
the awarnts
d of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
t Federal Highways Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
Rev. 4143
PUBLIC WORK OR legovEmxHi
PARTICIPATION CERTIFICATION. REF. RCW 35.22.e:O
CONTRACTS EXCEEDING $10,000 (OR $15 O00 FOR WATEKMAIN CONSTRUCTION)
MINORITY BUSINESS ENTERPRISES (MBE)
and
WOMENS' MINORITY btSINESS ENTERPRISES OOZE)
(BUSINESSES OWNED AND OPERATED BY WOMEN)
Contractor agree& that he shall attivtly solicit the employment of minority group
mashers. Contractor further agrees that he shall actively solicit bids for the
subcontracting of gods or services from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requirements of minority
employment and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority bidders on the basis of substantially equal
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 is awned by minority group members. Minority
group members include, but are not limited to blacks, women, native Americans,
Orientals, Eskimos, Aleuts and SpanisP Americans. The City vi.l 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 bt 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 certificstion or submission
of a false certification shall render his bid nonresponsive.
MIN—OORIIIT.Y,BUSINESS DrrCkPRISE CERTIFICATION
.t"""` k.8- Certifies that:
5 of Bidder
' (a) It (+Ol (daes not) intend to sublet a portion of the contract work and
(00) (has not) taken affirmative action to seek out and consider minority
business enterprises as potential subcontractors.
t (b) the contacts made with potential mimorlty business enterprise subcontractors
and the results cheroot are listed below. Indicate whether MBE or WME and
identify minority group. (If necessary, use additional sheet.)
' MBE Min. Gr. WHBE:
1. ❑1 (Name of Firm, Bid Item, Results of Contacts! ❑
❑ ❑
' 3. ❑ ❑
1 5. ❑ ❑
Mr.'My. • •-1 has been designated as
the list... otE icer !or the'n administration of the minority business enterprise
program for this fist.
CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION Plat:
Bidder is to indicate by check-mark which of the following statements pertains to this
bid pac.age, and is to sign the certification for that specific statement:
a) It it hereby certified that the bidder is exempt from the City's
Affi rmatzve Action Plan requirements because:
"Average annual employment level is less than eight permanent employees,
and the total contract amount with the City during the current year 15
less than $10,000."
' Company Date
BY:
Title
OR b) It is hereby certified that an approved Affirmative Action Plan is on
t file with the City of Renton, and that said Plan specifies goals and
timetables which are valid for the current calendar year.
' - 2.17 �-/S -b"5
Company Date
1 BY. A c,
' ^ Title
OR c) It is hereby certified that an Affirmative Action Plan is supplied with
this Bid Pa.kage. Said Plan will be subject to review and approval by
the City as a prerequisite to the contract award, and it includes:
' t 1) Present utilization of minorities and females by job classification.,
:) Goals and Timetables of Minority and Female Utilization, and
3) Specific Atfirmative Action St-ps directed at increasing Minority
' and Female Utilization.
Company Date
B1 __
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,
I) Goals and Timetables of Minority and Female Utilization, and
3) Specific Affirmative Action steps directed at increasing Minority
and Female Utilization.
' Company Date
BY
Title
Rev. 91'9i'S
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
SS
COUNTY OF )
being 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 collc:ive 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
1 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
1 other person any advantage over other Bidder or Bidders.
SIGN HERE:
Subscribed and sworn before me this /_1 day of
19
e or t e tare c'
�- residing at
therein.
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
RENTON. HASHIhGTON:
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 ati all claims for such overcharges as to goods
and materials purchased in connection with this order or contract,
t except as to overcharges resulting from antitrust violations
r"iencing after the date of the bid, quotation, o- 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.
ame o ro�ecc ---
Grant nvstrucdou
8wba.oo.TWtl 4 WA naoa0
Name of idder s from
Signature OF o Wad epresentative o i de'3 r
n o
t
t
t
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
ss
COUNTY OF
the undersigned, ''aving been duly sworn, deposed, say and certify
that in connection with the performance of the work of this project,
I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevail,ng
rate of wage or not less than the mi,.imum rate of wages as specified
in the principal contract; that I have read the above and foregoing
statement and certificate, know the contents thereof and the
suostance as set forth therein is true to mry knowledge and belief.
CONi
Subscrioed and sworn to before me on this /-1+4_ day of i
Notary
c in a for Stitt
of Wasnin on
Residing at
Y
CM American Casualty Company
' of Reading, Pennsylvania
CNA Plaza A STOCK Company --
' Chicago Illinois 60685
AID 1111O'1O
' KNOW ALL MEN BY THESE PRESENTS:Thatwe
Kic1l ... Grant dba Grant construction
tPnoopal
am AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA. surety. are halo and firmly pound unto
City lit lu:nton opngee
.n the som Of
' Fivr Percent 15Z) ut total aeuunt of bid -----------—-----------------
-
___________ Dollars 15 5>< 1
'.•r The alwMCn we pm0 ourseWes Jur le9at rabresenlanWs.sucCassOrs dM1O dss�gna.IUMly dhd 38`rBrany.trimly
�r he3e PreserssenM.
' WHEREAS,Pnnc+pal has auomnted or ro aboul to submit a proposal to OWtgee on a Contract tot
Water Project W-790
1
NOW.THEREFORE,,t;fie sad contract be awarded ro Principal and Principal snail,wnn,n such Time as may be
speclhed,enter into the contract in writing ana give such pond or bands as may be speCdKd in the Ota0ing of contract
documents with surety acceptable to Oobgee or d Principal shaft fall to Oo so.pay to Coll the damages which Oblgee
may suffer by reason Of such failure NOT etceedl me penalty of mts bOrin than This obligation snail be ro.a.othNwlse'b
' Ismaili lull force ara effect
t >-gnao sealed and cared March 8. 1985
Richard E. Grant dba
Grant Cott;tructio
1 Principal
I
Lair YLTYI
Attortby-,r�Fact
PROPOSAL
TO THE CITY Of RENTON
RWON, WASHINGTON
Gentlemen:
"'!!! The undersigned hereby certify _ that r� has examined the site of the
Proposed work and ham read and thoroughly vnderitand; the plans,
�r specifications and contract gcverning 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
usaid plans, specifications and contract and the following schedule of rates
(' and priCtS'.
'iw■ (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
QMjd Ovatowtion
Address
,t Names of Members of Partnership:
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
4
SCHEDULE Of P N.E, r-790
rt°[t. RICES N-fMon 6th Street, from
4,
d ust'as for all v>u t✓Q Ave. N.E. to Un,o: Ave.
and gust shown. tteu, all er:ensu N.E.
ITEM APP �� QDpflict occurs ltrse Sri an in bor , wordslanbfrr
NO• � TOTY urge PdrJ ots H Ci'1IT PRICED 8tD VPad words shalt Prevaal•7
I 2 tO wrr tte � "'IT PRICE
l� 680 l.F Furnish and Install _ln word:, i)OLLARS CTS AMOUNT
Ductile Ir DOLLARS CTS•
(7yton nt Pint ; Fj,C'as, Sz
' Joint) '•tiny,
$ 1
8 ea. r
' Furnt sh 1^s I, 3 5 S AssemblyWi tall 8I"r Gate Valve 'yurts /" o V,
$
th Cast on Valve gun
3 Per ach :-
I ea. Furnishn
in d Install 8u i
I ran re, on
ve 8Box+PPing Valve w/Cast
r
65 LF. Ductile Ir Furnsh Install 6u Cla 52 ' o� �20 •r
(igloo Joint) 'Pe d Fittings
' $ or
1 ea,
Furn al 6d Inst I �r7
As smbly with 1rGate '�
Valve �Cast
$ on Valet goo
6 6 ea, er
1.
Type Fire
d Ins py
Type ii re Hydrant $ d MVD Corey- 5 c• *�o
t Std. As semb fy
5 r
7 So C.Y. er a, -� . -. r.3?(u pp j
Furnish d
Concretelnstal I P°°
7h rust retl-in-Place
Block,
8 .
144 Ton er v
rnisn
for
stall P
O.
For es
an;, Run Gravel So
' I I
9 er °n a$ l' ^ _
l
1.176 ions FurnishO t
Rock d Install 5/8.. Gru 21 u ti
shed
i
Per
O ♦ I
N-790
SCHEDULE OF PRICES N'E bth Street, From
Lnat pea cis for all items,
!bnroe Ave, N.E. to Union Ave. N.E.
(Noce: ail be
and total amount of
must shown, Sbav unit prices an both Words and figures
and whore wnfliet occurs the Writesn or typed Words shall pravaal.)
' ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE
NO. JUANTITY Lr t pricers tp be wratten in Words DOLLARS
AMOUNT
IU 377 Tons F CTS. DOLLARS (fig,
Furnish sh 6 Install Asphalt I
for Pavemen[ Rastord Concrete
tipn �
3 —
er on Vohs 3 77
II 4 ea. Furnish and Install , Water
Service Replacement Type I
er ach 0•., i,i v. uc i 9i 6 ao
' IZ 45 ea. Furnish 6 Install
Service Replacement T Water
Type II
S -V ,w .,
Per ache o
J So c�,
13 1 ea. Furnish 6 Install
' 374" Voter
Service Type III
' er Each. .._, -•�,- ° i— /x , x+f
14 Yiv
Lump Sum Construction Staking
Ser L.S.
SUBTOTAL
' 8.1% TAx
' TOTAL
y y ] 32
t
U SCHEDULE-OF R10ES
N-790
(Now UAAC Pro lw aiJ rNaf, N.E. 6th St. from Union Ave. N.E. to
bud allg INH aI1 arcamr�s andntoe Ave. N.E.
and of
""o amfl�rc, o< sShow �CM prstt�nrn both words andf{Nrss
ITEM or tYPOd cords shall prsvayJ.)
AI'PROY. ITB11 WIT tl UNIT' PRICED BID
NO. DWUJTITY un+t Prl cas to be Nratt rn cords
UNIT PRICE AMOUNT
— DOLLARS C3a'. DOLLARS CTS.
THE ERSIGNED BI DER HEREBY
NO
I ANARD M. AGREES TO START CONSTRUC
l ���yyy LA ER THAN TEN (10) DAYS AFTER FINAL ION NORK 35 tl0 0 THIS
` INC DAYS ER STARTING CONSTRUCTION. F0 ELUTION AN PROJECT, II
TO C 1'D'LETE NI 1N
DATED T ->
."a-PAT 0
. 198 `-
EMENT OF 'CEIPT OF ADDENDA:
No.
ATE
NO
ATE
NO
ATE
SIGNED !;, -
� 4
TITLE
NAME OF COMPANY
ADDRESS
IOJI
I CITY/STATE/SIP_
TELEPHONE
ITY OF RENTON
USINES LICENSE / _ STATE CONTRACTO S
-r LICENSE 1
1 BOND TO THE CITY Of RENTON
KNOW ALL HEN BY THESE FRESENM
That we, the undersigned Richard 8. Grant dba Grant Construction
alas pN M pal, and American Cosutl CumPanY of Reading, PA corporation organized
and exi sl my under the laws oft he State of 1111nu1s as a surety
Corporation, and qualified under the laws of the State of Washington to become surety
' upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of
S96,497.3: for the payment of which sum on demand we bind our-
, selves and our successors, heirs, administrators or personal representatives, as tiat
case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at Renton Washington, this -7,f day of
Nevertheless, the conditions of the above obligation are such that: -_"""'•�'
' WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2255 providing for_ `
Water Project W-790
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.
fNOW. THEREFORE, if the said Richard E. Grant dba Grant construct iCm
shall faithfully perform all of the provisions of said contract in the manner and ,.;thin
Ile time therein set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractor! and materialmen,
and all persons who shall supply said principal or subcontractors with provisions and
supplies far the carriing oc of said work, and shall hold said City of Renton harmless
from, any loss or damage occasioned to any person or property by reason of any care-
lessness or negligence on the part of said principal, or any subcontractor in the per-
formance of said work, and shall indemnify and hold the City of Renton harmless from
any damage or expense by reason of failure of performance as specified in said con-
tract or from defects appearing of developing in the material Or workmanship provided
or performed under said contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void, but other-
Iwise it shall be and remain in full force and effect.
R lchanl tint tba clot Censtrur t ton
P.ner i,an C.c ua ltr C,'mPaIIY oI Readlna. PA
tee huo, Atturney-in-fact
Revised. 8/16/83
GRANT CONSTRUCTION
.:'I CONTRACTOR
'146pl
I:901 I�",. L RFn KEN WA 9W0�6
April if , 1985
Mr. Ron Olsen
City Of Renton
t 100 Mill Ave. South
Renton, Washington 98055
' Re: Water Project W-7%0
Dear Ron;
Listed heloW are the authorised signers and a copy
Of their signatures. Those are the only people
authorized to sign contracts, change orders and
1 Other important documents.
-=- — - -04 _na <_
N.`G--�an t, Richard F., Grant
' 1ri ricer ely\ ~
' RichardL F. Grant
I ,
ISSUED O1/CO/3i CITY AENTON v 0710
f SUSINESS LICENSE r. J. ru_CANY
iEE 50'.03 129G1 17.•it, 5E FINANGf CKUCTOR
L1LM4M IW IwWY YppilC.Yiw Im Y CITY of NYnI"BYM bt1 LKM,Y M K"O ..cl.1w lM plum
of LIA Y.R.*+ &N441bn.cf ,j,1.co"of C+ lkcsd ww o1"01,of Romw i
uW,WW IOG pq wah 44 lnY 1puuYT.n1Y�I W4 ao�nYM,Y.41;�n.r yWll.flMw<omp1Y•fto I
♦ nr.w0.po",c,lrcuan.D,d~c.,sw,4w�Ip NpwW LwamKyly WRr OYVMµ YG
IpaT Kwwoa bffio r.
GRANT CONSTRUCTION '�`•„ .
` RENTON yA SOC70
}
Y
1
r�
„
OEPARTM►ENT OF LABOR AND INOMS:rpft4
y�"�/ \V y�TM^7`T11R i6NfQh wWED H1�IEOf11'(IEG�STEfiFjT�,�/Cr��+✓/'C �l
t
r
r .
x
1Y.
',n
a,
IRIS CTR ITICATr Is'SSU(O AS A MAI ll"OF NDoa T"ONtT ANO(W..CRs
MO RNWTS URONIK ttRIRCAIE.NILDER INWCaNT1EIC,IEDOEs WOT AWEWO
Dan P. Hauff 6 Assn iat"- [MEMO OR At TER TNF tnKlA,OE NrlxIXOOY MEgt"S An Ow
P. 0. Box 770
Renton, Washington 98057 CONSAIM AFFOFWM COVM(E
cOs y A As respects Bodily Injury Liability
LIMA_ American Cottle}ty_�opglenY—._- . __
MI - _ (OAWAN. As respects Property Damage Liability
IEIiFR t
..-_._- Underwriters @ Lloyds
Richard E. ,rant tpvwr `A As respects Automobile Coverage
dba Grant Construction tE�" Continental Casual Cv COR4yny
12901 - lT2nd S. N. --- "" -
Renton, Washington 98056 TEMA � _Scottsdale Insurance Company
�LETTER
r
nary W+O frR\tY T W m Rry N,aC tN RSImArM.[l m rO nEI Ov.IIAYE OM OMMOTO TWE st"KD NAWEn Avow rot nH ROI IC V rtRIOURRUCADD
aE 115 or Small,
v EYRl1'N M4NUR,NC[ CORDEn 0 1tN[ATOI ,ICIE 9l T1m1[[t1 A CT lO LL iNF itEtl�IS ESCE SOsgfi.NalATtOW�.
llQp Or SIIp1 t011Gat
PryKr rNIIVRFR ^Ty NhIM Rmr 1^E•q tIAMUIr llAnrs Mstow, R
111pOt�yp6
II WTM1rI ye Mfmv.. --fEEQ ___._
uAssim
1e `� CCP052147614 1-1-85 1-1-86 ARAr f Soo f 500
tIER�Mtop1114pEme
[Pi A51Oi as mtA w1ARD D.."` f Soo $Soo
rNOteTS'nMrEFiFp U4MRUNS -
A. ESNT,W:TUW. w A rD
sotmNreNr LmnMr.+tRS
a vE a0 f f
WTyR III RN IT TV nAW.It T30476131,0003 1-1-85 1-1-BG
RA4pA1 ANYmr
RER9dUl tYORY f'
AOtoa]Mte ENN^Y
Ayr All!:I �•
BUA 302147615 1-1-85 1-1-86 Vl1 f
Ali rMNEU ARM AE, nA _
41 IAPFR amM 4!-Roos UAIR
WA
P _
X NRO.0M
MW+MMn ARM ,ZA,ol
"O f
:MVJ IY0111r _
EEtE,t CIAtm
IASIuna. UMB(IOG514 1-1-HS 1-1-PG gw%RD f 5000 f5000
OTWA TRAIN IMIWI I A 111,
WOW M cowwww4TgN su'mPr
ANp
_�O"M LAWSUIT
..._._ .. RACn AauNn
S._._.. Id5EA4 inlCV lin!,
O[I� IO9AS1AG1tW1 n.t El
Y.MTgEI o(},FR1T1(WRS n(.A1i(N19NflD;tF$INRFE;mI IIFA.S
The City Of Renton and it's Engineers are Additional Insureds as respects Water PrO3Dct
OW-790
NNRaO AMT o I'm AOOYF DE,CRKn r4lllra5 RF fANCfII FD pFIDRE +w fy
City Of Renton .wATI DAIr TNTKOr, TIRE IISV14G COUVANv pill rNREAVOR t0
Renton. Washington 98055 Wa "IS pINTYIN WIST TO I.p fERI1fNAT[.,,M0 NAAWn 10 1W
EEA.1n,riµ siroa,Itm"%NOTItt ANAuIOR NTAII`t ORtuDM1rtV
eF,Mv MMD URON M COMR,MY 1151�MT,M RF.IIEt[NTAlIVf4
Allla(YN7ED 1KMr4FNlA+IrE - �
Dan e. Hauff 6 Assnclates
Iof7
' CONTRACTS OTHER THAN FEDERAL-AiD FHWA
THIS AGREEMENT, made and entered into this ({. day of -s r t,ca
tby and between THE CITY OF RENTON, Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and
Grant Construction , hereinafter referred to as "CONTRACTOR."
' wITNESSETH:
' 1) The Contractor shall within the time stipulated, (to-wit: within
working days from date of commencement hereof as required by the Contract,
of which this agreement is a component part) perform all the work and
services required to be Performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
ttransportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike manner,
in connection with the City's Project (identified as No.
for improvement by construction and installation of: 'A"
' of 8" Ductle Iron Pipe and ail related appurtenances
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and rtgu Tations of the City of Renton and
any other governmental authority having jurisdiction thereover. It is
further agreed and stipulated that oil of said labor, materials,
' appliances, machines, tools, equipment and services shall be furnished
2of7 '
Contracts Other Than Federal-Aid FNWA '
and the construction installation performed and completed to the
satisfaction and the approval of the City's Public Works Director as '
being in such conformity with the plans, specifications and all require-
ments of or arising under the Contract.
2) The aforesaid Cootract, entered into by the acce)tarce of the Contractor's '
bid and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if '
hereto attached.
a) This Agreement '
b) Instruction to Bidders
c) Bid Proposal '
d) Specifications
e) Maps 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 Dart ,
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 .,�ignment
for the benefit of his creditors, or if a receiver shall be appointed on '
account of the Contractor's insolvency, or if he or any of his
t
Rev. 4/83 '
Contracts Otlier Than Federal-Aid FHHA 3 of 7
subcont actors should violate any of the provisions of this Contract,
the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
' after the serving of such notice, such violation or non-compli.nce 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 shalt immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (IS) days after
the serving upon 't 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 shalt be
liable to the City for any excess cost or other damages occasioned the
City thereby. In such event, the City, if it so elects, may, without
r liability for so doing, take possession of and utilize in completing
' said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
' the project and useful , _rein,
4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
Contracts Other Than Federal-Aid FHNA A of 7 '
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 local expenses incurred
by reason, of an; work arising under or in cornection with the Contract '
to be performed hereunder, {ncludirg iois 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 C mtract. This hold harmless and indexn ification
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 provided for in this Contract. '
In the event the City shall, without fault on its part, be made a party O
to any litigation Conmenced by or against Contractor, then Contractor
shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City '
in connection with such litigation. Furthermore. Contractor agrees to
pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements hereunder. '
6) Any notice from one party to the other party under the Contract shall 1
be in writing and shall be dated and signed by the party giving such
notice or by its duly authorized representative of such party. Any such '
Contracts Other Thin Federal-Aid FHMA 5of7
' notice :s heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid,
tcertified or registered mail.
' 7) The Contractor shall comxmnce performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
' full performance of the Contract not later tnan It 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
' agree,' that the _amages to the City occasioned by said delay will be
the sum of "-i .o 1154.00
1 , as liquidated damages (and not as a penalty) for each such day, which
1
shall be paid by the Contractor to the City.
, t
8) Neither the final certificate Of payment nor any provision In th!
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 responsibilit•• for faulty materials or workmanship.
The Contractor shall be under thq duty to remedy any defects in the
work and pay for any damage to other work resulting therefrom which
' shall appear within the period of one (1) year from the date of final
acceptance of the work, unless a longer period is Specified. The City
' will give notice of observed defects as heretofore specified with
reasc^able promOtness after discovery thereof, and Contractor shall be
1
1
6of 7
Contracts Other Than Federal-Aid FNMA '
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor. ,
g) 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 be requested by the City from time to time.
10) Thn Contractor shall furnish a surety band or bonds as security for the t
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 sure)es on such bond or bonds must be
duly licensed as a surety in the State of Washington. '
11) The total amount of this Contract is the sum of Ninety Stx thousand '
Four- Hundred Ninety Seven and 32/100s-------- which includes Washingtm:
State Sales Tax. payments will be made to Contractor as specified in the ,
"Special provisions" of this Contract.
1
Rev. 4/83 ,
Contracts Other Than Federal-Aid FHWA
7ot7
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Nayor and attested by its City Clerk and the Contractor has hereunto set
' his hand and seal the day and year first above-written.
' CONTRACTOR
CITY OF RENTON
`r
R CHARD nE. GRANT n!r y_oral cll ��p---S
tN/A ATTE
e[—re ta Ty _
ty C erk
d/b,�a
i� ame
' Individual x Partnership
Corporation' A� at Corporation
�O
tp o nW r; ration
' Attention:
If business is a CORPORATION, name of the corporation should be listed in
full and both President and Secretary must sign the contract, OR if one
' signature is permitted by corporation by-laws,be furnished to the city and made a art of
a coFy of the by-laws shall
D the contract document.
1 if business ,, a PARTNERSHIP, full name of each partner should be listed
followed by tlContb/a (doing business as; and firm Or trade name; any One partner
may sign the contract.
' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the Owner should
appear followed by d/b/a and name of the company.
t