HomeMy WebLinkAboutWTR2700790 W `R- r Steel Watermain ep1acement W-79�0
WE, 6th St. Between Monroe N. E. & Union N.E.
Cunt race Ma�-;ters 1 of 2
t
f
BEGINNING
OF
FILE TITLE
AE 6
n
� Irk 1
r
AWARDED._. 4 Contract No.CAG
TO
_♦
i
UTILITY ENGINEERING
BID PROPOSAL AND SPECIFICATIONS
FOR
WATER PROJECT NO. 790
81' WATER MAIN INSTALLATION
NE 6th STREET FROM MONROE AVE NE
TO UNION AVE NE
CITv OF RENTON
PUBLIC WORKS DEPARTMENT
MUNICIMI WILDING, 200 Mql AYE 1
RENTON, WASH WOSS • 12061231.2621
CITY OF RENTO* INVOICE
FUNCE DEP' • 90 MIL t.AVE S • REN!ON WA 9p
.c1.� .�. r A(1pN cALL ,1
i123I,S Oa�QL2 7's� � IC.M ws 'tn+nts Coot (afe) ZSS-2607�
JJJ... i �
;rprt Construction
1240 - 172no S.E. +1
Mark 01c;-r .>4i
I
RsuAir nrokso savo semsr at 35.5 N.E. atb Strss-N < r+r ;sn y
j contractor. 08ts o. rspolr; Au;ust o♦ tsl S.
Leber
Met♦rl{1 S.��f
e OYlae.nt
Ceerrfo( Ild.Ut
i S..t7
I
Total Amount Due S1A.6C
CUSMWR COPY
to,�trty o+•aea
<. ONVOICE
livul
Ponta.,,-Qy?}" SS�IeQ)
g90S!
J
Jn AY JYP,tl� •�\Pr P ,.__""_.—...
cno
,got
n+DAin•nJ�ai4yt Pl t1f S T P
aJ♦ On +" :OntrPG tpr
,}Jnt
I
COP
„r
' W-79G
SCHEDULE OF PRICES KO 6th Street, Fro,
'sorrow Ave. N,E, to Union Ave. N.E.
!Note; quit prlae for act Ater, all eaterlOFis and total dn,,unt of
wa riot be slsam. Shaw unit prAor an aocn Words and f4f,,,s
NJ Where collflact O Ura rho wrlttan Or typed Words shall prev.u11.2
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE
NO. QUANTITY Audit tract: to ne Wrrttea an s'wdx DOLLAR AMOCNT
S C"25. DC1E.AMOU CTS.
2,6" Li. Furnish and Install 8" Class 51
Ductile Iron Pipe 4 Fittings
(Tyton joint)
$ Q ssD _
r 1. r s guns -
2 8 ea. Furnish s Install 8" Gate Valve
Assembly With Cast Iran Valve Dos
$
er de
3 1 t,,, Furnish 4 Install 8" on ID" Tapp-
ing Tee f. 8" Tapping Valve .lCast
1 rUn gd1Ve 9os
i
4 65 C.F. Furnish 4 Install 6" Class S2
Ductile Irsq Pipe 4 Fittings i
(Tyton Joint)
I
tr ,
5 1 ea, Furnish 4 Install 6" Gate Valve
Alsemi"V with Cdst IfUn Valve Oki ^
of i.
6 6 wo. Furnish 4 Install 5° NVO Corey-
TYPO F,re Nldrant Sid. Assembly
S I
1 5c C.Y, Furnlsn 4 install Ptwrtd"in-Place
Caneretw Thrust aitkks
8 1244 Toms Furnish 4 Install adnk Run Grivel
for backtlll
Per T,,
9 1.1 Tp Tons Furnish s Instoil 518" Crushed
Rocs
• W-790
SCHEWLE OF PRICES No6th Street, From
Monroe Ave. N.E. to Onion Ave, f.
(Note: tout Prams for all Item, all estensaons arxl total asount 01
ead eoet b, Shpvn. Show unit Places; In both worQf and figures
and where cwflact OWurs the wrteten or typed words shall prevaai.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO, UANTITY L1uc Pra,n to Ae Wrattsn an WUC%Uj DOLLARS CTS. DOLLARS CTS.
IO jons furnish > Install Asphalt Concrete
Z77 fur Pavement it"toration I f oaf— _
S 43'
er on ads gu s
11 L ea. Furnish MW Install 3/4^ Water
Service aeplacweenl Type 1
11
Per Eoth
12 45 ea. Furnish c Install 3/w Water
Service Replacewent Type it
S - `N:
Per fach
13 2 ea, Furntsh a Install 3/4" Water
Service Type III y
For Each
IL Lwvp 5un Cun%truction Staking
er L,
I oT 7 t�. —•
SUBTOTAL -17T#-
%"1 1 ire
8.1, TAX --A 4; i
i to l4 T-C
TOTAL
i
I
I I
� I
I I
I
r ��'i
� , � � ' sir
•tx
it r �
F6 3 7
� Z
47
fS� w Sw .LI - ��j to �i•'/6.K + 4��No 0
ha.:.
too, roN
thtw.r Sx d 1 `a•x'.;� t _ ; f �. " 8'9'4ry�.�tow.i ' -2�!'S' T
28t.� w S x .7.t a aau y .c +4r AY" + •SLiaf�,. 2J[. fi.4
au.p•
z ( ( fs
CITY OF RENTON
BID PROPOSAL AND SPECIFICATIONS
E" WATERMAIN INSTALLATION
NE btn ST FROM MONROE AVE NE TO UNION AVE NE
WATFr PROJECT M0. W - 790
Ibm
Summary of Fair Practices/Affirmative Action Program, City of Renton
Scope of Mork
Vicinity Map
Instructions to bidder
Call for Bids
°Certification by Proposed Contrar*or/Subcontractor/Supplier/ref. EEO
*Certification of EEO Report
"Minority and worsens Business Enterprise Participatlon
•Cor:lfication of Bidder's Affirmative Action Plan
#%on-Colluslon Affidavit
eCertlfication re: Assignment of Antitrust Claims to Purchaser
*Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
Bond to the City of Renton
Contract Agreement
EEO Compliance Report Sample Forth and Instructions
Hourly Minimum Wage Rates
Environmental Regulation Listing
Hourly Minimum Wage Rates
Special Provisions
Technical Provisions
Dotal Sheets/Standard
Documents marked m above must be executed by the Contractor, President
and lice-President or Secretary It corporation by-laws permit. All pages
must be signed. In the event snotrer person has been duly authorized to
execute contracts, a copy of the corporation minutes establishing this
authority must be attached to the bid document.
CITY OF RENTON
Public Works Dept.
Renton Washington 90055
• t,71gIS "A" •
CITY OF RNgroR
SllNNARY OF FAIR FRAornss FOLICl
ADCOM 91 RFSCLUrlom go. Im
' rho polieb of the City of Renton to to promoto and afford equal
s nntmewt and Hrviee to nil eitiamna and to asawra equal tRptoy-
went apportwmity so all persona ro ppardless of root; and; color;
et Mie.ty; na.ioiat srigtm; e*s; tho procenee of a non-jo►-r*lm tad
pAke ioal, censory, or Ponta' handicap; ago; or warisst stain.
Tkas pattot dsit be based en the prinetltoa of *quit owpletment
' .pportuRBty and affirwative nation pri de.iotame ao sat for
in
federal, st:a and toes? tays. All departnts of eAo City of
Manton aha?I mdke re to the faltaving guidelines:
1:J NFL C£Mggr FRACrI All activities Pilot" to @Mplat'
Rent Iva as rearwitmawt, tateetion, -raw*if On, termination
and training *hall be oowdwesmd in ..R-difortR in*
tery
"%Rep. psreon+*t deeisioRe vial be based OR iwdi VidrA:
pmrf)ormswoo, staffing »quiresen,
9. and in aosordaRca
c'th pan "ingefi Civil $arvis* Lava and the agreement
f.eY of Camn t yo aadeNty mi ag*ploysrr.nd the a*hi+g eaa Seste
- Tits City of
w em eoapera ti Y vat a argn+tsatfoR+ ant
vaemissione organ4a44 Tr r-rowan fair praati ass **d egwal
' opportwwlty in *mp?ayarne.
id: A£ N Iy CICA PRoMA the 6ttN of Rww ton Af,H rwattue
of on rogrsm vt,. a Pa ntaiwd to faoilf to to Equitable
repr+sintatian vithin tht City Yorbforoe and to **so"
*Qwal +wpp k-ant opportmnitp to at:. It shalt be the
nsponti Dt:{ty and duty of mt1 City offisfa'a and amp Lapowe
to sorry cut ski pc{fviaa. gnidetiwo+ aid o rrootioe
' eeasures as eat f:^rth by this p"fraw. .arr«:ti wr
swploywtne pr;gpaie way be estabiteked by the mab;r on
the r*edmwsR tatiaR tf an Affirmative Aotte�n :OPwtt t++
shoe, departventa in ekich a pratested a«ate of anp t
' to awdrr-repr+ten ee d.
rs? CO rRACSORR' ORL:GA.'IOg - Loneraesor$, eabomw eraa:ore and
mz sus Oew a*/iRgg 1w*tnee0 Vith the "itb tf Aentnn
.atshall affirr and subsoribo to the Fair Praetieeo And Naw-
O{sartwtnnttaR ppc'ieio• ass firth be tmv and in the
Aff{rwa t{ra Antic+ Frapr21•
COpies of this rrlfsb she,,: be dietribmted t. at? "itb wwr",0040.
' Ihatt arp+ar in stl cpporAtt_val d-emeaRtsti en of the Ci tb, inn tudtng
bid oalia, aid oht12 be pre.ineA[?b diarlty+d in arprap rdner Ci.ep
fasitieies.
' romrUNRNC rR is the :ity Ccuneit of the City of F+ntrn. Yashi%ps".
this sad dab of Iwms Is t.^.
.:7Y RFN.CN CIrP
Attest. issued: July 10. 1972
/f Revised+ February 9. 1979
ReY toad: Jw► 2. 1990
ti er
• �,r of f1EMTYIN �
water project No, a - 790
8w waterealn Instal lat1w
NE 6th $T FNQM MphppE AVE NE TC U.IONN, AVE NE
The work Involved under too tams Of tills Contract shall be "a capiete
Installation, testing and sterilisatlon of a new 8-Inch diameter
watKmaln o replace an existing am steel watermaln in NE 6th $t test
from Monroe Ave NE to Ilrion Ave NEas shown o• the protect plans end
specifications. The work shall Inclvt, Out not be limited to
excavation. Dackfill and campeCtlon and Installation of approxlmafely
2660 lineal feet If 8 inch diameter wettrgin. All water main shall Da
ductile Iron class 52. The work shall Include all fittlogs, valves,
Yleeves, reducers, D10w-01f a$s*,*, les, co0creto thrust blocks.
COnnactlons to the akiating system, testing and starllixation of
Installed plot, and complete restoratlon of all surfaces ano existing
underground utilltles.
All contractors participating In the work or this project shall Comply
With all Federal. $Sato, ccwnty, end City codes Of regulations applicalbol
to such work and In conformance with the plans and specifications.
�a
I40 •*� n n6o "' �m «!'
� o wr e � C � T."•W�
� r � �� Coo �,�rT t-fr �.•+1 � o ! RCS��r.20Y:
V � �
�., 3 � � .(fir • \ l�a t
coca
sea
RMINN
giva.r-
4'
C71
,�.i..ibG�i'4 �p0o ' � •
CITY OF RENTON
yyyw i5C
u
tINSTRUCTIONS TO BIDDERS
' 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.
At this time the bids will be publicly opened and read, after which the
bids will be considered and the awn d made as early as practicahle.
No proposal may be changed or withdrawn afte, the time set for receiving
bids. Proposals shall be submitted on the fo ms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to
be only approximate. Final payment wilt 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 Woris Department
Office. Bidders shall satisfy themselves as to the local colditiors by
' inspection of the site.
4. The bid price for any Item must Include the performance of all work
necessary for completion of that item as described in the specicications.
tS. The bid price shall be stated In terms of the units Indiceted and as to a
total amount. In the event of errors, the unit price bid will gover.i.
Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive Inform-
alities if it is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation
to the Director of Finance of the City of Renton in an amount not less than
51 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
returned provided he enters into a contract and furnishes a satisfactory
performance bond coverinq 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 be forf-ited to the City of Renton as liquida'ed
' damage for such failure,
8. All bids must be self-explanatory. No opportunity wl ,i be offered for oral
' explanation except as the City may request further information on particular
points.
t 9. The bidder shall, upon request, furnish Information to the City as to his
financial and practical ability to satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
' Rev. 7/15/81
1
City of R t C 1_1 0, FkLd
MATER PROJECT N0. k - 79C
8" kATER MAIN INSTALLATION
NE '+th ST FROM MONROE AVE NE TO UNION AVE NE
Sea
ed
ds 'III be
the1Cityi Clerk's Office a an*Cdrllllbe2openedmand publicly read In 5 4at
ked- Me r0 IS, 1�_th
floor conference room, Banton Municipal Bulltling, 200 MITI Ave. South.
The wnrk to be performed within _ 3 working days from the date of
comne,icement under this contract shall Include, but not be limited to:
Furnish and Install approximately 2280 Ilniaf feet of 8" ductile Iron
water main, together with all required appurtenances, and complete
restoration as set forth In the design drawings and specifications
The City reserves the right to reject any and/or all pips and to waive
a', and/or all Informalities.
Approved plans and spacifications and form of contract cocuments may be
obtained at the Public lwks Oeparteent office at the Renton Municipal
Bulltling for a deposit of S 35.00 each set plus f Postage, If mailed. The deposit will be refunded upon of vthe
Plans and Specifications in good condition within thirty days after bic
opening. The mailing charge will not be refunded.
A certified check or bid bond In the amount of five percent (5p of the
total amount of each bid must accompany earn bid.
The City's Falr Pre(+Ices and Non-Olscriminatlon Policies shall apply.
Mar ne E. Motor City Clerk
Published:
Record Chronicle: February 15 d 22, 1985
Daily Journal of Commerce: February 20 6 27. 1911
CSRTIPICATION by PROPOSED Co"Irp. SUSCONTMCTOR AND SUPPLIER MWING EQUAL EMPLOYMENT OPPORTUNITY
' Naga Of Prk" contractor Ana_�—
IMSTRtiCT10NS
This Certification to toquir*d purwuant to federal Executive Order 11246. The Implementing rule* and
regulations provide that any biddor or preepectiW contractor, or any of their proposed suboontrActors
and suppliers, Mall Stott aA an initial part of the bad or negotiations of the contract whether it has
participated in any previou4 contract or subcontract eublect to the equal opportunity clause' ►red, if
so, whatn*r it has filed all Cp&pli,M, reports duo under apPlica➢le instructions.
The City he* heretofore adopted Resolution 2140 under data Of June I, 1100. 404ndin9 4 *t4lr ►tictiC44
policy,` AS Implemented by an 'AffirmeclW Action program" therein Amendinq the Policy of the City of
Penton to promote and afford *goal treatment and NrvtC* to all Ctttt*ht and to assure equal employment
opportunity based on ability an* tttnes, to all person* regardlele of raCo1 Crood: Mlor: ethnicity.
national origin; sax: the pl*oonce, of a non-job-related Physical. Sensory or Rental handicap, Aga or
marital •t4tut. This Policy shall itkew1e4 APPLY to al' Contractors. subcbntractors And suppliers
conducting business with the City of Renton rho In turn Moll affirm one* subscribe to Said practices
and policies. The Aforementioned provision. shall hot apply to contract, of AatbCOntNCre for at and old
coessercaal auiolaers or raw Ratmriala or time or orgai#atigne with Rut than eight employs** or
contracts of It.s than A0.000 business per antrum with the City,
x'ner. th* Contractor!Subcontractor/Supplior 4h4rainattet reftrrad to as the Contractor) is required by
' the City of Renton to submit en Affirmativev Action Plan, the minimum OCCeptable Precent4g* of einbraty
ampioy'mant will be Shot parcontagt which is currently listed In "Appehdix V !City of mentor. Goals and
Tlmetkb/esf 1n the Publlthed City Of Ashton Affirmative Action PtCOT&M, i.*. S.li. This ProgrAm as
availably for motow at the Municipal Building.
' The undersigned contractor therefore covenants. stipulates and Agrees that during the performance of
thts contract he will not discriminate *g4IhSt any person in hlrlAg. promoting. dischar;Zve, EomooA'
Sating or Any other ttrm or condition of amploymment, by re*wn of such person's stoma. e*for*Aem
the (ll) categories listed in para. 2 above.
' Contractor further agrees that he will %SAO AfflrmttlW tnd continuous action to Inture full pOmph*Mt
with *urn policy And program in all respects, it being Strictly urufor*tood And agreed that failure to
cohply with any of the terms of said provialono *hall be and Constitute 6 mat*Tlil breach of this
rcntract.
Contractor Mall, open rpu*st and,�or as anon as poteitle thereafter, foralah unto the city ant and all
info,wwtion and reports re4ulrad by the City to determine whether full Compllance ha bean med* by the
contractor with said "It" and program and contractor will pormut local# to hit boors, r oordr 4"
Account* by the City for the purpose Of inetattgation to 4ac0rtain SOCK cORPlixhca.
Contractor further Acknowledges that no has racetved A true and complete oopy of the City's 'Fall
Practices }oiirj."
' ontract Identification wuvbkr
CEPTIFICATI38 Syi CONTRACTOP i or SC�CORTMC "?P _ or SUPPLIER _
NAME:
AMIUSS,
REPRF SENT ATSaTs: ___
TITLE: ..` PHONE!
' 1. Contractor:'Subcontrattor?Suppl for has Participated In A previous contract or subcontract subjoOt
to the Equal opportunity Clauro: yes ,_,.,NO
2. Cw4ltanc4 reports were t*qurrad to be filed in connection with such contract or subcontraoti
' __Yes _No
d. COOLrACtCI?Subcontractor/EUppller has filed 41. Coiaclianc* reports do* under applicable
in4tTut:COnf: _Yet _No
4. If answer to item I is "No`, pleast oxplein in detail go reverse ■ads of MU certlflCAtibn.
CERTMCATIONi The infotrution aaovo is true and complete to the beat of my khowl*dq* And ballot.
ame And Title of Signer p eser ype or print
signature Date
Revls" by City Authority, pate•
atv, I Il YI
' CERTIFICATION OF EQUAL LWLOITIEN•T OPPORTu\In REPORT
certification wit'i regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
The bidder _, proposed subcontractor hereby certifies that he has
' has not , participated in a previous contract or subcontract subject toZFc
equal opportunity clause, as required by Executive Orders IMS, 11114 or
11246, and that he has has not filed with the Joint Reporting
Committee the Director —0(the Office TFederal Contract Compliance, a Federal
Government contracting or administering agenc), or the former President's
Comitter on Equal Emp yment Opportunity, all reports due under the applicable
filing requirements.
t
1 By:
(Title;
Date:
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 6U.1.7 (b) (I), and must be
' subm.tted 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 it, 41 CFR e0.1.5. (Generally only contracts or subcontracts of
$10,000 or under are exeapt.)
' Currently, Standird Form IN (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have not
filed the required reports should note that al CFR bo-1.7 (b) (i) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the deliquent period or such other period specified by the
Federal Highways Administration or by the Director, Office cf Federal Contract
Compliance, U.S. Department of Labor.
t
• • Rev, 4/61
PUBLIC WOWOA lItPROVEMENT
' PARTICIPATION CERTIF,CATION: REF. RM 35,:Z.650
CONTRACTS EXCEEDING. $10,000 (OR $15,000 POR WATEAMAIN CONSTRCCTION)
MINORITY bt$1NESS ENTEPPRISES Oe E)
and
' WOMENS' MINORITY BUSINESS ENTERPRISES (610E)
(SUSINESSES OWNED AND OPERATED 8Y WOMEN)
Contractor agrees that he shall actively solicit the employment of e1writy group
ambers. Contractor further agrees that he shall actively solicit bids for the
subcontracting of goods or services frot Qualified ainority businesses. Contractor
shall furnish evidence of his compliance with these requirements of ainotity
' eaglayasnt and solicitation. Contractor further agrees to consider the grant of
subcontractors to said ainority bidders on the basis of substantially equal
proposals in the light most favorable to said minority businesses. The contractor
shall be required to submit evidence of compliance with this section as part of the
bid. As used in this section, the term "ainority business" means a business at
least fifty—one percent of which is owned by ainority group ambers. Minori,
Stoup ambers include, but are not limited to blacks, women, native Americans,
Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn
affidavits presented by subcontractors in advent of contract award as ant means of
establishing a1wr1ty status in sccordsnco with crtteria cited above,
To he sligible for award of this contract, the bidder meet statute and submit, as
s part of ;he bid, the fol)wtng certification which will be deemed a part of the
' resulting contract. A bidder's failure to submit this certification or submission
of a (also certification shall render his bid nonresponsive.
aNOR1TY 8"1'05$ ENTERPRISE CERTIFICATION
1 Certifies chatt
Wme at bidder
' (A) it (does) (dots noti intend to su�tet a portion of the contract work and
(has) (has not) taken affirmativ action to seek out and consider ainorttc
business enterprises as potential subcontractors.
(H the ant Acts mad* with potential alacrity business enterprise subcontractors
and the results thereof art listed below, Indicate vhsthor ME or 11W and
identifv minority group, (If necessary, use addit•anal sheet.?
ME Min. Gr. itHBE
1' (Naata at' Firs, 81d Item, Results of Contacts) _ ❑ 0
' 3• Ca
4, _ �y 0
5, Cl ❑
Mr,Ma, has been designated as
the liaison officer for the administration of the ainority busineas enterprise
program for this flea,
' 0
CERTIFICATION OF BlUbPS AFFIRMATIVE ACTION PLAN
Bidder is to indicate D —
bid package, and fa to by mark which of the following statesents' sign the certification for that specific star pertains to this
❑ ea»nt
al It ra hereby certified that the bidder is exempt from the City-$
Affirmative Action Plan requirements because:
"Average annual employme
and th• nt level is less than eight permanent emnloyees,
total contract amount with the City during the current year is
' less than Slo,o00,"
' ompany
SY: Uat ems"—`---
t e
21 b) It is hereby certified that an approved
file with the City of Renton, htAffirmative Action Plan is on
timetables which are valid for at hetcurre a idcalend+recifies goals and
i Year.
lompany
tgl': ate
O ft e
1 c) It is hereby certified that an Aff!
this Bid Package. Said Flan w e ssubject
bje tie Action Plan is supplied with
the City as ■ prerequisite to the contract cow to real* i includes:
and
dlval by
] ) Present utilization of minorities and fsmales by yob classification,
:) Goals and Tiretables of Minority and' faeu le Utilization, and
d1 Specific Affl rmative Action Steps directed at increasing Minority
and Female Utilization.
' ompa y-- .
BY; ate-a
❑ ii"
UR d) It is hereby
City of Renton vithin terrified that
to the an Affirmative Action Plan «ill be supplied
f[ye (S) working days of receipt of
notification of low-bidder status. Said Plan will be sob4ect to reclew
Iand approval by the Sty as a prerequisite to the contract award, and
)
will include:
1) Present utilization of Minorities and Females by Job Classification,
' 3) Goals and Timetables of Minority and Female Utilization and
S) Specific Affirmative Action steps directed at increasing Mlnority
and Female Utilization,
Company
BY: Ma` ---
Rev. 9,'9 'S TIT e
tNON-COLLUSION AFFIDAVIT
' STATE OF WASHINGTON )
COUNTY OF SS
t
being duly sworn, oeposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and t'st such bid is
genuine and not sham or collusive or made in the interest or on
behalf of any person not therein named, and further, that the
' deponent has not directly induced or solicited any other Bidder on
the foregoing work or epuipment to put in a sham bid, or any other
Person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself or to any
' other person any advantage over other Bidder or Bidders.
SIGN HERE:
-------------
' Subscribed and Sworn before me this
day of
otory u is n an or t e Late of
residing at
' —'---------__,__ therein.
CERTIFICATION RE• ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
' TO THE CITY OF RENTON
RENTON, WASHINGTON:
Vendor and purchaser recognize that in actual economic practice
' overcharges resulting from antitrust violations are in fact
usually borne by the purchaser. Therefore, vendor hereby assigns
' to purchaser any and all claims for such overcharges as to goods
and materials purchased in connection with this order or contract,
' e<cept as to overcharges resulting from antitrust violations
commencing after the date of the bid, quotation, or other event
' establishing the price under this order or contract. In addition,
vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser,
' subject to the aforementioned exception.
1 _
Name of Project
—die of Bidder's F,rm
Signature of AuthorizedRepresentative of Bidder
t
Date
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
COUNTY OF ss
i, 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 minimur 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 forts therein is true to my knowledge and belief.
MUM-
Subscribed
and sworn to before: me on t day of
1
Notary Public n an or the Late
of Washington
Residing at
' BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash,
or bid bond in t4 amount of = which amount is not less than five
percent of the total bid.
' Sign Here
BID BOND
' Know All Men By These Presents:
That we, as Principal,
t and as Suret
y. are
held and firmly bound unto the City of Renton, as Obligee, in the penal sup^ r
' -- Dollars. for the payment
of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, ,jointly and severally, by these presents.
' The condition of this obligation is such that if the Obligee shall make any
taward to the Principal for
according to the terms of the proposal or bid made by the Principal therefor,
and the Principal shall duly make ai,d enter into a contract with the Obligee in
' accordance with the terms of said proposal Or bid and award and shall give bond
for the faithful performance thereof, with Surety or Sureties approved by the
1 Obligee; or if the Principal shall, incase of failure to do $0. pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain
in full torte and effect and the Surety shall forthwith pay and forfeit to the
' Obligee, as Penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF lg
' r nc pa
urety
in
tReceived return of deposit in the sum of S
' KOPOSAL
' TO THE CITY OF RENTON
RENTON. WASHINGTON
Gtntlemen:
The undersigned hereby certif— that — has exa^ined the site of the
proposed work and ha__ read and thoroughly understand,_ the plans.
' specifications and contract governing the work embraced in this improveaent,
and the method by which paywwt will be Wade for said work, and hereby propose
' to undertake and complete the work embraced in this improv"Wiht, or as much
thereof as can be completed with the money available, in accordance with the
said plans, specifications and contract and the fcllowing schedule of rates
tand prices;
(Note; Unit prices for all items, all
extensions. and total amount of
bid should be shown, Show unit
prices both in writing and in
figures.)
' Signature
' Address
Names of Members of partnership; ��~+
OR
Name Of president of Corporation
NvAe of SacMtary of Corporation
Corporation Organlaed under the laws Of
---------------
With Main Office in State of Washington at
• • u-790
N.E. 6th Street, from
SCHEDULE OF PRICES
Monroe Ave. N.E. to Union Ave. N.E.
(Note: Um t pzi ws for all At@=. all esteruions and total amount of
Did meet be shown. Show unit pricw in both words and figures
and whtrs aontli Ct the written or typed words shall prevail.)
ITEM APPRO%. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY unit Prices to be Written in words DOLLARS r:TS. DOLLARS CTS.
1 2,680 l.F. Furnish and Install 8" Class 52
Ductile iron Pipe 6 Fitting%
(Tyton Joint)
S
Per L.F. itr s �gu res
2 8 ea. Furnish t Install 8" Gate Valve
Assembly with Cast 'roe, Valve Bns
S
Per Each
1 ea. Furnish a Install 8" on 10" loop-
ing Tee 6 8" TaPPln4 Valve, w![ast
Iron Valve Box
$
4 65 c,F. Furnish 6 tnstatt 6" Clas, 52
Ductile Iron Pipe t Fitting,
t TyttM+ Joint)
S �
Per LJ .
S ea, Furnish 6 Ire,:all 6" Gaty Valve
Assembly H11h Cast Iran Valve Bo„
Per Ea.
6 6 ee. Furnish 6 Install S" MVD Cav,,-
Type Fire Hydrant Std. Assernl,
I
Per ka,
$0 C.y, Furnish S install Pow ed-�"-Placr
Concretr Thrust Block.
er
8 � 244 Tons Furnish r Install Bana Run Gravel
Ifar Sass' ill
S '
Per Ton
g 1 ,176 Tons Furnish t install 5/8" Crushed
Flock
Per Ton
• • w-790
SCHEDULE OF PRICES N E 6th Street, from
Nurroe Ave. N.E. to Union Ave. N.E.
fa'ota: Unit Prices for all iteam, all sate..ons and total amount of
bid must be shown. ahw unit Prices in both words and figures
and whore conflict occurs the written or ty
ped words sM11 P+evu 1.)
ITEM APPROX. ITEM KITH UNIT PRICED BID
140• QUANTIT fLnAt Prices to be wra ctan in words UNIT PRICE AMOUNT
DOLLARS CTS. DOLLARS CTS.
IU 377 Tons Furnish 6 Instals ,phalr Concrete
for Pavement Aes- .ration
$
Per To.. r s
gu s
11
4 ea, furnish and Instal) 3/4" water
Service Replacem-nt Type I
i
er ec
I1 �S ca. Furnish 6 Install 3/4" water
Service Rrplacevnt Type II
+i
$er rc I
i` 13 2 ea. Furnish 6 Install
3/4" water
Service Type I11 i
14 LVIV Sum Construction Staking
$
ar L,
i
SUBTOTAL
t Cl TAX
I
TOTAL
I
r
SCHEDULE OF PRICES ?�
n.�6tn St, from Union Ave. N,E, to
Monroe Ave. N,E.
(Not&: Unat prac,a for All Item, sal &st&n,aunA And tofu ANOW9 of
Lad sort BN shorn, S&W unat Aracea an both word, And fa PWr,s
And where cOnflac. occurs the wratten or typed words 0411 prevul.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Uwt PraCY to L& Written In Wrrds DOLLARS CTS. DOLLARS CTS•
THE ERSIGNED All DER HEREBY AGNEES To START CONSrKUCj ION wURR 01 j THIS PROJECT, I
AWARDE HIM, NO I-A]ER THAN TEN (10) DAYS AFTER FINAL ' ECUTION ANI TUC LETS WI IN
wU LKING DAYS At TEN STARTING CONSTRUCTION.
DATED T _. THIS DAY 0 l9E
ACENOWEDGE!¢N- OF UCEIPT OF ADDENDA;
NO• ATE
NO DATE
NO OATE
SIGNED
TI Tt.F
MANE OF COMPANY
ADDRESS
CITY/STATE/Zip
TELEPHONE
CITY OF REMON STATE CONTRACTC)i S
SUSINES LICENSE I LICENSE f
BOND TO THE CITY Of RENTON
iKNOW ALL MEN BY THESE PRESENTS:
tThat we, the undersigned
as Principal, and corporation organized
and existing under the laws of the State o as a surety
ccrporation, and qualified under the laws O the State o Washington to become surety
upon bonds of contractors with municipal corporations, as surety are jointly and
' severally held and firmly bound to the City of Renton in the penal sum of
$ for the payment of which sum on demand we bind our-
selves and our successors, heirs, administratnes 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 Crdinance of the City of Renton,
Dated at , Wasfyington, this day of ly
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 229S providing for
' (which contract Is referred to herein and is made a part hereof as thoug
and h at tachetl hereto),
' WHEREAS, the said principal has occvpted, or Is about to accept, the said contract, and
undertake to perform the work therein provided for In the manner and within the time
set forth:
' NOW, THEREFORE, if the said
shall faithfully perform all of the prov sions of said contract In the manner antl within
' the time therein set forth, or within such extonslons of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materlaimen,
and ail perscns who shall supply satd principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall hold said City of Renton harmless
from any loss or damage occasioned to any person or property by reason of any Care-
lessness or negligence on the part of said principal. Or any subcontractor In the per-
101mance of sold 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
Of Performed under said contract within a period of one year after its acceptance thereof
by the City of Renton, then and In that event this obligation shall be void; but other-
wise It shall be and remain in full force and effect.
Revised: 8/I6/63
CONTRACTS OTHER THAN FEDERAL-AID FHWA , of )
THIS AGREEMENT, made and entered into this _ dam of . 19_1
by end between THE CITY OF RENTON. Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and
hereinafter referred to as 'CONTRACTOR."
WITNESSETH:
1 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
1 transportation services necessary to perform the Contract, and shall
complete the construction and installation work in a workmanlike manner,
' in cor•nection with the City's Project (identified as No.
for ;,iprovement by COnstruCtion and installation of:
All the foregoing shall be timely Performed, furnished, constructed,
installed and completed in strict conformity with the Plans and spec•
ificatiVs. 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
furtlar agreed and Stipulated that all of said labor, materials,
aPP""ces, mecnines, tools, equipment and services shall be furnished
2of7
Contracts Other Than federal-Aid FKWA '
And the construction installation performed and cmwleted to the ,
satisfaction and the approval of the City's Public harks Director as
bring in such conformity with the plans, specifications and all require-
Alerts of or arising under the Contract.
2) The aforesaid Contract, entered into by tha aCte:tirce of the Contractor's ,
bid and signing of this agromment, consists of the following docurleats, ,
all of which are component parts of said ;gntraCt 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) fiaµS 6 Plans ,
f) Bid
9) Advertislment for Bids
h) Spec fal Provisions, if any
i) Technical Sper,ifk&tions, if any
3, if the Contractor refuses or fails to prosecute the work or any part ,
thereof, with such dllige"te as will insure its Completion within the ,
time spec Mad in this Contract, or Any extension in writing thereof.
or fails to Complete said work with such Lime. Or of the Contractor ,
Shill be adjudged A bankrupt, Or if he should rake a general assiq"m t
for the benefit of his creditors, or if a receiver shalt be appointed c�
account of the Contractor's insolvency, or if he or any Of htS ,
0 •
Contracts Other Than Federal-Aid FHMA 3 of 7
subcontractors should violate any of the provisions of this Contract,
the City may than serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation or non-compliance of
any provisir of the Contract shall cease and satisfactory arrangement
for the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in every
respect. In the event Of any such termination, the City shall Immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after
the serving upon it of such notice of termination does not perform the
Contract or doer 'tot comeance�ertorwance thareof, within thirty (30)
days from the date of serving such notice, the City itself may take
over the work under the Contract and prosecute the same to completion
by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages Occasioned the
City thereby. In such event, the City, if it SO elects, may, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equiDment, plants
and other properties belonging to tho Contractor is 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 FHYA a of 7
5) Contractor agrees and covenants to hold and save the City, its officers,
agents, representatives and employees harmless and to promptly indemnify
same from and against any and all claims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred
by reason of any work W sing under or in connection with the Contract
to be performed hereunder, including loss of life, personal injury
and/or damage tc property arising from or out of any occurrence,
omission or activity upon, on or about the premises worked upon or in
any way relating to this Contract. This hold harmless and indemnification
provision shall likewise apply for or on account of any patented or un-
patented invention, process, article or appliance manufactured for use
in the performance of the Contract, including its use by the C'.y, unless
otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party
to any litigation commenced by or against Contractor, then Contractor
shall proceed a d 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 posts, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,
Provisions and agreements hereunder.
6) Any notice from one party to the other party under the Contract shall
be in writing and shall be dated and signed by the party giving Such
notice or by its duly authorized representative of such party. Any such
Contracts Other 4 Federal-Aid FNMA • 5 of 7
' notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid,
certified or registered mail.
' 7) The Contractor shall commence 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 co the City occasioned by said delay will be
the sum of
as liquidated damages (and not as a penalty) for each suc Jay, which
snail be paid by the Contractor to the City.
8) Neither the final certificate of payment nor any provision in the
Contract nor partial or entire use of any installation provided for by
this Contract Shall relieve the Contactor of liability in respect to
any warranties or responsibility for faulty materials or workmanship.
lne Contractor shall be under the 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
reasonable Promptness after discovery thereof, and Contractor shall be
Contracts Other Than Federal-Aid FNMA 6of7 '
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor. '
9) The Contractor and each subcontractor, if any, shall submit to the ,
City such schedules of quantities and costs, progress schedules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining
to the Contract a� may be requested by the City from tine to time.
10) The Contractor shall furnish a surety bond or bonds as security for the '
faithful perfcnmance 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 •f the Contract price as specified
in Paragraph 11. The surety or sureties on such bond or bonds must t•. ,
duly licensed as a t�irety in the State of Washington. '
t ,
11) The total amount of this Contract is the sum of _ ■f
, which includes Washington •
State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions', of this Contract.
Rev, a/t3
1 • •
iContracts Other Than Federal-Aid FHWA 7 of 7
iIN 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
ihis hand and seal the day and year first above-written.
iCONTRACTOR CM OF RENTON
i
rest ent Fanner nor y"o1�a r
1 ATTEST:
ecra ary ty ark
1 d/b/a
rm ame
1 Individual— Partnership
1 Corporation — A Corporation
Late b ncorpo rat i on
i
iAttention:
If business is a CORPORATION, name of the corporation should be listed in
i full and both President and Secretary must Sign the contract, OR if one
signatu O is permitted Cy corporation h, taws, a copy of the by-laws snail
be furnished to the city and made a part of the contract document.
1 If business is a rARTNERSNIP, full name of each partner should be listed
followed by d/b/a (doing business as) and firm or trade name: any one partner
may sign the contract,
1 If businesS is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by dlb/a and name of the Company.
i
1
i
i
CONTRACTOR/SUBCOqrCTOR �C G� • REPORTING PFrl00
MONTHLY MANPOWER UTIL12 TIC
REPORT Month: Year:
' Tc be submitted to the City's Project r Goals and Tieetah,*s as eomitted
.Engineer during the let week of foll .4 �. , ,` in Contractor's AM rmtive
month while contract is in progress. Prime ` •� Action Plan
Contractor is responsible for obtaining and ��—
submtting all Subcontractor Reoorts. or per City's Plan 9.1 L
To !rove saa lec•tloo of laepllanta were, Dept Fros:' IMave "i lot•tion of evetnctn,
' This report is required by Executive er 1 S6, Section 205. Failure to report can
result in sanctions which include suspension, teretnation, cancellations or debarmert of
contract.
!. k. S 5 e.
' elno- Tttal .otal
Murk Hours or asplorsent 13ee reatnote) rtry ^°atop Yater
of or
Clain • e. • • - rT of alrcrl £epley-
r1f- er. a•ian/ .oral total
ce_pu Y'a Fame (1 ' :rWe tlon• Tota Fla tk panle nalar. MMe le- vIn teal oY. see
1•lara .s1a
Tr
An
' Tr
T
f.
AD
Tr
Tr
p:pen SeL '• 3tsnst.ro an .• pate USneu at.-
(Inaluae area Ccde
Rein. 11,-TT (•M•lea a Paeales, ••Mi..orities S Non-minorities) page
VOL {Submittal Requirvants 4 City'a Goals:'Tiwtableal —
INSTRUCTIONS FOR FILING EWLOY%Wft UTILIZATION REPORT CCITT OF RENTON) '
The Employment Utilisattot. Report is to be completed by each subject contractor '
(both prime and subcontractors) and signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the term of the contract, and they &hall Include the total work-hours worked on '
the protect for each employee level in each designated trade for the entire reporting
period. The prime contractor shall submit a report for Its work force and shall
collect and submit reports for each subcontractor's work force to the Compliance
Agency that funding their construction project. ,
Reporting Period . . . . . . . . . . Self-explanatory
Compliance Agency . . . . . . . . . . Cit? of Renton (administering department) t
Contractor . . . . . . . . . Any contractor who has a cualifying ,
construction contract wit: the City of
Renton.
1. Cempary's Name . . . . . , , , . . Any contractor or subcontractor who has a ,
qualifying contract.
.. Trade . . . . . . . . . . . . . . %IY those craft& covered under applicable ,
EEO bid conditions.
1. Work-hours of Emplovment . . . . . The total number of hours worked by all ,
employees In each classification; the total
number of hours worked by each *minority
group in each classifi_ation and the total
work-hours for all women.
Classification . . . . . . . . . . The level of accomplishment or status of
the wnrker in the trade. (C a Craftworker
Qualified, Ap a Apprentice, Tr - Trainee).
.. Percent of minority work-
hours of total work-hours . . . . The percentage of total minority work-hours '
worked of all work-hours worked. (The rum
of columns b, c, d and a divided by column a.?
5. Total Number of Ninority '
Employees . . . . . . . . . . . . Number of minority empineaes working In
contractor's aggregate work force during '
reporting period.
6. Total Number of Employees . . . . Number of all employees working in contractor'
aggregate work force during reporting period. '
a Nitnrity is defined as including Blacks, Hispanics. American Indiana and Asian '
and Pacific Islanders - both men and women.
RE UIREISENT; FUR THE PREVENTION OF ENl+IRONNENTAL
"OL. 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 Lomply fully with all provisions of the follow-
ing laws, ordinances, and resolutions:
' King Count, 01dinance No. 1527 requires Buildink and Land
evil elopAent Division an Hydraulics Division re •iew of grading
and filling permits and unclassified use permits in flood
ha:ard areas, Resolution No. 36230 establist.ei storm drain
design standards to be incorporated into protect design stand-
ards to be ncorporated into project design by Engineering
Services. Revvew by Hydraulics Division.
King Count Ordinance No. 800 No. 900 No. 1006 and Resolution
o. an o. Contained
n King County Lv a Titles a and ID are provisions—To disposi-
tion of refuse ■n.l litter in a licens.�d disposal site and pro-
vide penalties for fails-• to comply Review by Division of
So' :d Waste
PPu. et Sound Air Pollution Control AI A er,cv Re uRe Ution I : A regu
' iatlon t0 contr0 S c lmisa en 0 a17I COntaminan s rom all
sources within the jurisdiction of the Puget Sound Air Pollution
Control Agency (kin: , Pierce, Snohomish, and Kitsaa Counties) in
' accordance with the Washington Clean Air Act, A.C.W. 70.94.
WASHIhiTON STATE DEPARTMENT OF FCOLOCY
' W.A.C. 1.-0:: Requires operators of stationary sources of air
contimina-is to maintain records of emissions, periodically re-
Rort to the State information concerning these emissions from
t is operations, and to make such information available to the
public. See Puget Sound Pollution Control Agency Regulation I .
R.C.W. 93.18 : Enacted to maintain the highest possible standards
to Ani sure Ue purity of all water of the State consistent with
rubiic health and public enjoyment thereof, the propagation and
t P-- tecting of wildlife, birds, game, fish, and other aquatic
l.fr, and the industrial development of the State, and to that
ens' 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 ary organic or inorgQanic matter that shall cause or tend
to cause pollution of sucti waters. the law also provides for
civil penalties of 55,000/day for each violation.
' R.C.W. 70.9$: Establishes uniform statewide program for handling
s'oTl w'3 rites which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid xastes onto or under
the surface of the ground or into the waters of thi3 State except
' at a solid waste disposal sate for which there is a valid permit.
WASHINGTON STATE ARTMENr OF NATURAL RESOUR& ,
R.C.W. 76.04.370: Provides for abatement of additional fire hat- t
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 ■ fire starts or spreads on t
property on which an extreme fire hazard exists.
R.C.W. 76.04,010: Defines terms relating to the suppression or ,
a atemont o orest fires or forest fire conditions.
I.C.I. 10,94,660: Provides for issuance of burning permits for ,
abating' or revention of forest fire hazards, instruction or
silvicultural operations.
R.C.W. 76.04.310: Stipulates that everyone clearing land or t
c caring r g •of-way shall pile and burn or dispose of by other
satisfact ry means, all forest debris cut thereon, as raridly as
the clearing or cutting progresses , or at such other times as the 1
department may specify, and in compliance with the law requiring
burning permits.
R.C.IV. 78.44 : Laws governing surface mining (including sand, ,
gravel, stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and
inspection of operations. '
W.A.C. 332-18: Delineates all requirements for surface mined
land reclamation. ,
W.A.C. 332.24 : Codifies requirements of R.C.W. 76.04 pertaining
to an c caring and burning.
U. S. ARMY CORPS OF ENGINEERS ,
section 1 of the River and Harbor Act of June 13 1902, Author- '
zes ecretary o rmy an orps o ngineers t o`�ssue permits to
any persons or corporation desiring to improve any navigable
river at their own expense and risk upon approval of the plans and t
specifications.
Section 404 of the Federal Water Pollution Control Act PL92.500
tat . u�tTOrizes t o ecretary o t e 7Crmy, act ng ,
t roug iTe Zorpe 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 Act approved March 3 1899:
Provides that isc arge o ra use without a perm t into nav gable
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.
PERMITS REQUIRED Rat THE PROJECT ARE AS FOLLOW
' KING COUNTI BUILDING AND jAjjD DEVELOPMENT DIV1510N
KInj County Resolution No 25789 requires an unclassified use
perm t Tor i tngF 11' yuai�ytny—�fncluding 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 Drpartment
Of Public Works or Building and Land Ceveplopment Division.
ment
an
onort-ijateesHore eI n s" Ac�r�971acquiredsby Pub is Worksemit for oandrreviewed
by Building and Land Development Division.
Kin Count Ordinance No. 1488 requires permit for grading, land
i s, grave pits, limping, quarrying and mining operations
except on County right-of-way• Review by Building and Land Develop-
sent Division.
WASHING�TATE DEPARTMENT OF FISHERIES AND GAilf
' Cha ter 112 Laws of 1949: Requires hydraulics permit on certain
pro acts• (King ounty apartment of Public works will obtain. )
' NASH�Yg7ON STATE DEPARTMENT OF ECOLOGY
r A.C. 17..220: Requires a National Pollutant Discharge Elimination
ystem permit before dischar a of source into the navigable waters of the StitelofaNashington,from a point
' W.A.C. 372.24: lormit to discharge commercial or industrial waste
waters into tote surface or ground water (such as gravel wasting,
pit operations, or any operation which results in a discharge
which contains turbidity.)
' W.A.C. S` 08-12.100: Requires permit to use surface water,
' K.A.C. SOB-1Z-190, Requires that changes to permits for water use
to changeetheypurposepoftuset of Ecology
o fhenV the
et is desire:
withdrawal and/or the diversion of water.lacepoint of
' W.A.C. 508-12.--- q 2Z0: Requires-•—"—""-•-- Permit to use ground water.
W.A.C. ?— 09:,1?-160: Requires permit to construct reservoir for
N.A.C. 5�2-280: Requires permit to construct storage dam.
N.A,C. SOBn-6n: Requires permit to construct in State flood
ic Works
Contractor sacuresg one ufor his nty loperations(falecur es work design.for
desisdesign
etr. ) ,
•3-
PERMITS REQUIRED FOR THE PROJECT - Continued
WASHiNGTON STATE DEPARTTIENT Of NATURAL RESOURCES ,
R.C.M. 76.O4. 1S0: Requires burning permit for all fires except '
or sma outdoor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserves the
right to restrict burning under the provisions of R.C.N. 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. 76.0i.0 M Cutting permit required before cutting merchant- t
sable timber—.
R.C.M. 76.01.215. Operating permit required before operating
power equipment in dead or down timber. '
R.C.W. 78.44.080: Requires permit for any surface mining opera-
tion (including sand, gravel , stone, and earth from borrow pits) . ,
UNITED STATES ARMS CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March S 1899: Requires
permit for construction (other than r gas, see S. Coast
Guard administered 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.Od0 52.28.050:
rovt es sat o n ty or, requirements o , ■n pens ties or failure
to secure a fire permit for building an open fire within a fire
protection district. '
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3 1899 General Nri�dle t
GL O arcs an GeneralTI a CL O a5 amt_FIi` _
AujLust equires a permit lot construction o bridge a en ,
nav ga a waters (King County Department of Public Works will
obtain) . King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore-
mentioned permit: Section d(f) of Department of Transportation
Act, Rational Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970.
POUT SOUND AIR POLLUTION CONTROL AGENCY ,
Section 9,02(d) (2)(iii) of Regulation I : Request for verifica-
tion of population density. ntractor should be sure his opera-
tions are in 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) .
-4-
,
PERMITS REQUIRED FOR THE PROJECT • Continued
ENVIRONMFNTAL PROTECTION AGENCY
Title OP Cha ter IC Part 117 Requires that the Environmental
rotes Uon gency a noti ce 5 days prior to the demolition of
any structure containing asbestos material (excluding residential
' structures having fewer than 5 dwelling units) .
The above requirements will be applicable only where called for
on the various road projects.
copies of these permits, ordinances, laws, and resolutions are
available for inspection at the Office of the Director of Public
' WDtks, 900 King County Administration Building, Seattle,
Washington, 99104. It shall be the responsibility of the Con-
tractor to familiarize himself with all requirements therein.
' All costs resulting therefrom shall be included in the Bid Prices
and no additional compensation shall be made.
All permits will be available at construction site.
1
1
1
-5•
wr-432323-AA PREVAILING NINIRUN HOURLY bk3f RATES OCTOBER OA. I9114
O::UPATIONt FLAGGEAS
ROCATIOV2 CHELAN, CLALLAM. DOU;,LAS. GRAVE HARBOR. ISLAND. JEFFERSON.
tINS. RITSAP. RITTITAS, LEWIS. NASO4. ►ACIFIC, ►IERCE, SKAGIT.
SNONUNISN, TNUASTON, YHATCON AND VAKINA COUNTIES.
FRIVGE BENEFITS
TOTAL HOURLY Ri4EFITS 3.43 A/H4 . STATE
NA;.E AAT-S
OCCURAT IUN OCCJPATIUN STATE FEDERAL
CO3E DESCRIPTION RATE RATE
' 260-3310 fl.44U4 10.78 --
1
t
:ITV Of AE'<TON Ir-TT3 L N-77%1
JNION AVE NE INE 1T ST - WE 25TH STI
12AVT AV( SD ITTH AVE - %IN AVE S0)
S. TIN St. IRENTON AVE - GRANT AVE $DI
PAGE 1
r • !
r4WY-432320-AA PREVAILING 4114M M NOURtY WAGE RATES OCTOSER 04. 1484
r OCCJHT ION: LABORERS
(SEWER t WATER LINE CONSTRUCTION/
L3CAT13'17 :LALLAM. GRAYS HARBOR• ISLAND• JEFFERSON. KING, KITS&►. Lf►IS.
r MASGN. PACIFIC (NORTH OF WAHKIAKUM -OUNTY N3RTNf%W BOUNDARY
:KTENUEO DUE WEST TO THE PACIFIC OCEANI, PIERCE, SKAGIT,
SIOHOMISH, THURSTON AND WMATCOM COUNTIES.
rFRINGF BENEFITS
HEALT4 AND WELFARE 1.T5 AIHR. STATE
r PENSION 1.55 AIHR. STATE
TJT&L HOUALY BENEFITS 3.43 StH0.. STATE
3.11 SIHK. FFJf RAL
1 TRAIYIYG FJND .13 A/vR. STATE
W4:E RATES
i3CCJP41I3N OCCUPATIGN SLATE FEDERAL
CME OFSCRIPTION 4ATE RATE
360-0310 GENERAL L4PORER 13.60 14.03
36D-3323 01PELAVE4 14.14 14.46
363-3D30 TuPVNa 14.2% 14.14
r
1
i
1
1
r
r :ITV Of RE`0014 Sw-7/3 t W-T T41
JNICN AJL NE THE 11 ST - NE 25TH $11
SA441 AVE S3 11TH AVE - 9TH AVE S01
rS. 71H ST. IRENT04 AVE - GRANT AVE SG►
i ►AGE 2
♦WY-R)2)20-AA ►REV41LING MINIMUM HOURLY WAGE RATES OCTOSER 04. 1944
3::JP4TIONI PJWER EQUIPMENT OPERAT04S
ISEWEK C WATER CONSTRUCTIONI
LOCATIONS :~ELAN. CLALLAM. DOUGLAS IT14AT PORTION WHICH LIES WEST OF THE
I2DTH MLR131441. GRAYS HARBOR* ISLANJ. JEFFERSON, KING. KITSAP,
KITTITAS, LEWIS. MASON. PACIFIC (%OATH OF A STRAIGHT LINE FRUM
TiE SOUTHERN BOUNDARY OF LEWIS COUNTY EXTENDED WEST TO THE
t YACIFIC OCERNI AIEi:E. SKAGIT, SNON3MIS4, THURSTON, W44TCOM AND
YAKIMA COUNTIES.
' FRINGE 9cNEFITS
HEALTH AND WELFARE 1.90 114R. STATE
PENSION 2.30 A/HP. STATE
' 1314. HJURLV BENEFITS 4.31 )/HR. FEDERAL
TRAINING FUND .21 6/Hi. STATE
' W4iE R\TES
OCCU?4TIJN OCCUPATION STATE FEDERAL
' CO)E DESCRIPTION RATE RATE
i RrIUP 1
SBO-)040 SACK FILLER 16.92 16.92
SOO-3010 BACKHGE 1180 CASE TYPE ANU LARiER WITH 16.92 16.91
ATTACHMENTS)
SOO-0100 CLAM 16.92 16.92
S63-3123 LkANE 16.92 16.92
59)-3130 OITCHIVG 44CHINE 16.92 16.92
SA9-31SO DJZER 14LL CAT . TYPE 0-3 AND IARGERI 16.92 16.92
"0-0163 DRA,LINE 16.92 16.92
SRO-0190 FRUNI-EN3 LOADER 42YOS. AND OVERI 16.92 16.92
SB0-)210 MECHANIC 16.92 16.92
S83-3220 ME:HAN1: WELDER
SAO-)240 MUTOP GRADFk 16.92 16.91
511-0)10 SCREED 16.92 16.92
13.92 16.92
590-3333 SHOVCL (3 YDS. AND UNDLRI
583-33" SIDE BOUM TALL CAT, TYPE 0-3 4N) LARJERI 16.92 16.92
GAOUP 2
SBO-3320 bACKMUL 16EO :ASE TYPE AND S9ALLER WITH 16.425 10.425
ATT ACHIE NTS
' SBO-OOSO SENDING MACHINE 16.425 16.429
SOO-3060 GLOM TRUCK (STATIONARY) 16.425 16.425
t .IVY OF RENTON IW-7T3 L W-7241
JNIUN AVE NE 44 1? ST - IRE 2ST14 STI
GRANT AVE SO A7TH AVE - 9TH AVF S31
S. TTM St. (RENTON AVE - GRANT AVE SO)
' PAGE
HAY-R32320-AA PREVAILING NENINUM HOURLY WAGE RATES OCTOBER 04, 1984,
' OCCUPATIONs POWER EQUIPMENT OPERATORS
ISEWER L WATER CONSTRUCTION)
LOCATIONS CHELAN, CLALLAM- DOUGLAS (THAT PORTION WHICH LIES WEST OF YHE
' L20TH MERIDIAN). GRAYS HARBOR. ISLAND. JEFFERSON, KING. KITSAP.
(I I M S, LEWIS. MAS'3N, PACIFIC INORTH OF A STRAIGHT LINE FROM
THE SOUTHERN BOJNDARY Of LEWIS COUNTY EXTEYDED WEST TO THE
14CIFaC OCEANI PIERCE, SKAGIT, SNOH3I41SH. THURSTOM, WHATCOM AND
YAKIMA COUNTIES.
WAGE RATES
JCCUPSTION OCCUPATION STATE FEDERAL
CO3F DESCRIPTION RATE RATE
GROUP 2
S90-0070 PURING MACHINE 16.425 16.425
580-3090 COMPAMRS 16.425 16.425
583-3140 DG2ER ZANY TYPE SMALLER THAN CAT D-31 16.425 16.425
580-0170 DRILLS ILEAOI TYPE$ 16.425 16.42E
' S90-3180 FROM-ENO LOADER (UNDER 2 YD.1 16.425 16.425
590-3203 GIN TRUCK 1b.42S 16.42S
580-3230 MECHANICAL GREASER (LARGE GREASE TRUCK) 16.425 16.425
S80-3270 PAVING MACHINES 16.425 16.425
580-3280 POT FIREMAN IENGINE OPERATED ABOVE 3 BBL.) 16.425 16.42S
590-3300 ROLLERS 16.425 16.425
593-3323 SENVICF PLOW 16.425 16.42S
580-0340 S10F BLUR (ANY TYPE SMALLER THAN CAT 0-3) 16.425 16.425
580-3360 TRACTAIR 16.425 16.42S
S80-)380 WELL POINT SYSTEM 16.425 16.425
iROUP 3
' SPO-3310 AIR COM6RFSSOR 14.46 14.46
5b0-3000 CHAIN TYPE DITCHER IOATCH WITCH) 14.46 14.46
550-3110 CONCRETE SAb 14.46 14.46
580-3260 Oil-GREASER 14.46 14.46
580-0250 OILER 14.46 14.46
S60-3290 PUMP 14.46 14.46
S83-3370 WELOIN3 MACHINE 14.46 14.46
1
' CITY Gf RENTON tw-773 L W-TT41
JNI ON AVE HE INE ►T ST - WE 2STM ST)
GRANT AVE S3 IITH AVE - 9TH AVE SDI
S. 77H St. IMENTON AVE - GRANT AVE SO)
PAGE S
NNV R32320.AA PREVAILING N/NIMUN •
O::UPATIOVr SURVEYU..S HOURLY WAG RATES OCTOBER OA.
1944
LOCATION' CLALLAM, GRAYS
HARBOR,MASON. PACIFIC, ISLAND. JEffERSOV,
KING, KITSP,:AUNTIES. PIERCE• SKAGIT, SNOHONISM IEbIS•
FRINGE BENEFITS TIAJRSTON AND WHATC04
' TOOTAt"LOL N HoL*LV BENEFIT - PARTY CHIEF ,
PERSON
TURLY BENEFIT - INSTRUMENT 1 0 0 AMR.
T7TA. N7lRlY 1: 0 AMR. STATE
BENEFIT - CHAIN PERSON STATE
WAGE RATES •70 tIHR,
' STATE
JCCU"LTIJN
C77E OCCUPATION
DESCRIPTION STATE FEDERAL
720-3310 CHAIN PERSON RATE RATE
720-OJ?O IANSTRJMEVT Oryi OP ENGINEERI
t 720-7C)J PARTY CHIEFPfRS(ASSNISTANTlJU 8•25 -_
ENGINEER► 11 .03
11.50
1
1
' O
JNICN AVE ENE ON IW-773 C M-7741
;RANT AVE SO INF 11 ST - NE 23TH STI
S. IT H St. (RENT'IT" AVE
gipsAVE SO)
GRANT AVE S01
' PAGE 12
1
�1WY_A]2S?]-AA •
a`UPATIONt ►REV RILING RENitgy •
�OCATIONt CiAt pl- GR S "ARBOR
IgLMLY YRGE iRTEs 0:T08ER 0., 198A
LEWIS- GRAr
RY RV SON ACIF, •
DUE
JOU`attDa1% CON TIES W�c TO I 04 HE PACIFIC t AKUy KING
CO KlT AP, KI III iAS.
FRINOE BENEFITS CCUYTIES,S ERo
LYthG WEST Or NE12JTMN0SENPjRiS R E•NSKAGIT.
of THE
HEALTH S NERIDI RNt CNEI AN AND
PENSIONANO WELFARE
GIRL' 40URLY
T4AIVIYG FUYO BENEFIT; 1.89 f/NR.
/.75 f/N2.
WA SE RATE; 364 STATE
.
.00 t/NR. STATE
JC:;WA 1`10A FEDERAL
CU)f FEDERAL
OC.,UP
"R JUP I OESCRIPTION
73C STATE FEp/7E
1
' 0690 LEVER." AYD RATE
73 p'1010 BAT PICK H PLANT; LOADERS AT BUNK AND
►3J 120J Sw 4Pj TRUCK ER;
1810 •ARFN;,JSEYAN A 1i•06
i RpUp 7 NJ CH
ECK 17.06
ERS 17.06
17 17.06
J R'230-1,a1 if A- Ja1VEa 17,06 17.06
9ULL LIFTS 17•11
73J.3141 dUS EOi AEMp 0 Ef NADUIK T AIAWQf N41SIYsOi 7t NG 17•16 17.11
ESt
NG 17,16
17.16 11.16
rCITY Cf RENigN
LINT OR AVE
NE 1 S. ?TN AVE
1 i.S. (Ale I? Si W�7NE 2ST77Rt
IREMJy AVEVE GgANT AVE S„t
PAGE 13
MrY-A32320-AA • •
PREVAILING NINI RUM NOUNLV WAGE
OCCJ►A►lON: iE
RATES
TEAMSTERS OCTOBER 04, 1984
I OCATt ONs CLALLAM. GRAYS
SVpN0V1SnFXTENOEDIOUEHARBOR•yKEWATNDOF,iFFEST To r ���• K1NG. R1iSAP.
C011 ME
IFIC DO COUNTY 01DAT
WGE RATSUy04$VC 0J4TlNj ESE LYING TWESt 0, THE C120 TN NNEE P, TSEOCE. KAMII.
t AN' CNELAN AND
1 OCCuoV IbN
C J]E OCCUP4 TION
' W+]UP 3 Df SCRIPT ION
STATE FEDERAL
730- a: RATE RATE
].JJ DUMPERS KS, AN
T3U
AaIESS,TERR RVCOBRA.N�RT WRNOTRAILfR JRCAi 17.16 I?. it,
A
LOADEM TRACT,OR Erth/TRAILER AND
EF]yR MNEF NGDOUSE
PU
PERFO
SIMILAR
r"i KPVISt f " T INRTEAMSTER NJJ RATER,A L top
ANJ
r SFM 1-TR f• ENO Atl; /SD LT
ihFRF pF TRUCKS BCTTCV ION:DJYP
730-730-]Aq0 7L4"ERtYUP I ANDR INCIU DIp�O5 Y AR D ONSIU DIVJ
' 0 FL A78FJ RRU CK DER S YAATI
73D-0613 FUEL IRJCK ' SINGLE REAR AXLE SEi V10E M +RCASE TRUCK 17.16 17,16
' 730-I100 SCISSUkS rot AND/OR TIgE SERVICE BAT FRY
730- • RRICE ER, 17.16 17.16
135U TRACTOR. SMACK ICf MAN 11.16 11.
TEAMSTER LL RUBBER-TIR 16
)1a-17gJ VACUUM JUPISOIC tION) E0 I�NE4 IT 6
73J-2.1JJ rATER TRUCK USED AiI NIN 1).16 17.16
WA30N AVU TA /7.16
)3J-722J MLC CR,U?Ks SINGLE PFARCK: UP iC 16JJ 17•!6 17.16
r O■ TRUCK AND AXLF 17.16 17.16
GROJP SIMILAil EojIP4EKT .1) 16 16 17. 16
730-JS00 F 17.16
GROUP S LAtPfD TRUCK, OUAL REAR AXLE
t730-3090 R 11.27 17.17
UGaY M}911E ANO S1Mll4R
r :sty Of RENT ON 17.33 17.33
,RANI AVE So INE IW-773 C •-)741
SO 17 ST - NE 25TM
S. ITN St. (RENT"IN AVE 97N AVE SSri
31
GRANT AVE Sol
PAGE 14
� s �
' MAY-032320-A► PREVAILING MINIMUM HOURLY W4;E RATES OCTOSER 04, 1994
OCCUPATION: TEAMSTERS
LOCATIOV: CLALLAM, GRAYS MARBDR, ISLAND, JEFFIRSON, KIW.. KITSAP, KITTITAS.
LEWIS. MASON. PACIFIC INDRTH OF IMF. WANKIA%UM COUNTY NORTHERN
IOUNDARV EXTENDED DUE WEST TO THE PACIFIC OCEANS. PIERCE, SKAGIT-
;NONOWISH, T M)RSTON. WMATCOR, YAKIMA AND THOSE PARTS OF THE
FOLL(a1NG COUNIIES LYING WEST OF THE 1207" NERIDIAN: CHELAN AND
D7UGLAS COWTIES. '
1 WAGE RATES
OCCUPATION OCCUPATION STATE FEOERAL
CODE DESCRIPTION RATE RATE
Mop 3
730-0670 HTSTER OPERATORS (MAULING BULK LOOSE 17.13 17.33
AGGREGATES)
130-1190 STRADDLE CARRIER IROSS. FYSTER AND SIMILAR) 17.33 11.33
730-2010 WATER WAGON ANJ TANK TRUCK: 163D GALLONS 17.33 11.13
TO 3013 GALLONS
iROUP 6
730-ISDO TRANSIT-MIX, 0 TO AND INCLUDIN; 4.S IDS. 17.37 1T.3T
iRCJP 7
730-72IJ OU'TPSTERS, AND SIMILAR EOUIPME%T:T:URNO- 17.19 17.36
ROCKERS. 7JU1k4OWAGDN. TOURNJTR%ILER. CAT DW
SERIES, TERRA COPRA, LEI WRNEAJ. NESTING"DJSE
ATHCY WAGON, EUCLID, TNG AND FOUR-WHEELED
POWEP TRACTOR NTH TRAILER AND SIMILAR TOP-
LOAUEJ EOUIPMENT TRANSPCkTING MATERIAL AND
PEAF03MINi, WORK IN TEAMSTER JURISDICTION:DUMP
TRICKS, SIDE, END AND BOTTOM D'JMp- 14CLUDING
SEMI-TRUCKS AND TRAINS 04 CCMPINkTIONS
THEREOF:OVEk S YARDS TU AND IN:I. 12 VAROS
730-041D EXPLOSIVE TRUCK IF1ELD "SKI A%3 SIMILAR 17.36 17.36
EVUIPMENT
730-D110 LU%9FJ A41) HEAVY DUTY IAAELFR: UNDER SO 1T.3% 11.19
TONS GRnSS
730-091.) OIL DISTRI3UTOR DRIVER IROADI 17.36 17.36
730-1140 SLURRV TRUCK DRIVER 17.16 17.36
T30-1160 SNU-GG AND SIMILAR EQUIPMENT 17.19 11.36
' 730-2210 %INCH TRUCK: DUAL RLAR AXLE 11.38 11.31
CITY OF RENTON 1W-773 C W-TT41
J%IJN AVE NE (ME 1T ST - HE 2STH STI
GA 41T AVE SD ITT" AVE - 9TH AVE S0l
S. YIN ST. IRENTON AVE - GRANT AVE S31
PACE 13
MAY-R3.120-AA PREVAILING MINIMUM HOURLY WAGS RATES OCTOBER 04. 1904
' OCCUPATION: TF►MSTERS
LD:47IO4: :LALIAM. GRAYS HARBOR, ISLAND, JEFFERSON, KING• KITSAP. KIITITAS.
LEWIS. MASON. PACIFIC INORTH OF THE WANKIAKU14 COUNTY NORTHERN
BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEANI. PIERCE. SKAGIT.
' S4040415H. THURSTON, WMATCOM. YAKIMA AND THOSE PARTS OF THE
FOLLOAING CUJHTIES LYING WEST Of THE 120TH MERIDIANS CHEL_AN AND
30UGLAS COUNTIES. t
' WAGE RATES
OCCUPATION OCCUPATION STATE FEDERAL
C07E DESCRIPTION RATE RATE
GROJP B
730-0220 DUMPSTERS, AND SIMILAR EQlIPMEVTtTOJRVO- 17.44 17.44
RJCKERS. TOURNOWAGON, TOURN07RAILER. CAT OW
SERIES. TERRA COBRA, LETOURNEAU. WESTINGHOJSF
A THEY WAGON. EUCLID# TWO AND FOJR-ONEELED
aOWER TRACTOR WTM TRAILER AND SIMILAR TOP-
LLADEU EJU1✓MENT TRANSPORTING MATERIAL AND
' PERFOFMING WORK IN TEAMSTER JJRISOICTION:DU49
TRUCKS. SIDE, ENO AND BOTTOM "MP. INCLUDING
SEMI-TRUCKS AN,' TRAINS OR COMBINATIONS
' THCREOS tOVfR 12 YARDS TO AND INCL• l6 YARDS
GRO,IP 9
731-3100 BULK CEMENT TANKER 17.49 17.49
730-0230 OLP4PSTERS, AND SIMILAR EOUIRNE479TOURNO- 17.49 17.44
ROCKERS. TOURNOWAGON. TUURNOTR4ILER. CAT DW
SERIFS. TERRA COBRA. LET CIRNEAJ. WESTINGH7JSE
ATMFV WAGON. EUCLID. TWU AND FOJR-WHEELED
POeER TRACTOR WIN TRAILER AND Sl"ILAR TOP-
LOADEJ EQUIPMENT TRANSPGRTING MATERIAL AND
' PERFORMING WORK IN TEAMSTER JURISOTCTIONSDUMP
1RUCKS, SIDE, ENO AND BOTTOM DJMP, INCLUDING
SEMI-TRUCKS AND TRAINS OR COMBINATIONS
1 TNFa1Un OVER 16 YARDS TO AND INCL. 20 YARDS
730-2015 WAIER W46GDN AND TANK TRUCKS OVER 3000 GALLONS 17.49 17.49
GROUP 10
:ITY OF RE'itON 1W-773 C W-T T41
' J410'. AVE NF INE 17 ST - NE 2STM STI
GRANT AVE SO 47T14 AVE - 97M AVE S01
S. TIN ST. IRENTON AVE - GRANT AVE S01
PAGE 16
PWY-R32320-A& PREVAILING MINIMUM HOURLY WAGE RATES OCTURER 04, 1984
MCUPATI r)N: TEAMSTERS
'IOCAT ION: CLALLAM. GRAYS HARBOR, ISLAND, JEFFERSON. KING. RITSAP. KITTITAS.
LENIS. MASON, PACIFIC INORIH OF THE WAHKIAKUM COUNTY NORTHERN
' IOUNDAkV EXTENDED DUE WEST 10 THE PACIFIC OCEAN), PIERCE. SKAGIT.
SNOIAMISH, THURSION, WHATCLIM, YAKIMA AN) THOSE PARTS OF IMF
;OLLCWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND
' )OUGLAS COUNTIES. I
WAGE PATFS
OCCUPATION OCCUPATION STATE FEDERAL
CO3E DESCRIPTION RATE RATE
GROUP 10
730-3120 9ULL LIFTS. OR SIMILARY EQUIPMENT USED IN II.SI 17.51
LOADING OR UNLOADING TRUCKS. TRANSPORTING
' MATEkIALS ON JOB SITES:OTHER THAN WAREHOUSING
;RQUP 11
730-1510 TRANSIT-MIX USED EXCLUSIVELY IN HFAVY 17.54 17.54
CONSTK. =OVER 4.5 YDS. TC AND INCL. 6 VOS.
GROUP 12
730-3010 A-FRA'1F OR HFORALIFI TRUCKS OR SIMILAR 17.64 17.64
1 EQJI PRENT WHEN A-FRAME OF HY04ALIFT OR
SIMILAk EQUIPMENT IS IN USF
GROUP 13
730-3240 OUVPSTFRS. AND SIMILAR EQUIPMINT:TOJRNO- 17.66 17.66
RCCKERS, TOURNDWAGUN. TOW NOTkAILER, CAT Dk
SERIES. TERRA COBRA. LETCAIRNCAJ. WESTINGHOJSE
&THEY WAGON. EUCLID, TWC AND FOUR-k.HEEIEO
PJk ER TRACTOR WTH TRAILER AND SIMILAR TOP-
1 LUADEJ EQUIPMENT TRANSPORTING NIATERIAL AND
PERFU,IHING WORK IN TCAMSIER JURISJICTION:DJMP
TRUCKS. SIDE. ENO AND BOTTOM DU4P, INCLUDING
SEMI-1RUCKS AND TRAINS CM COMRINAT10NS
Tl1EREOF :UVER 20 YARDS TU ANU INCL. 30 YARDS
733-3720 LCWEED AND HEAVY DUTY TRAILER: OVEK 5O IONS 17.66 17.66
GROSS TO AND INCLUDING 100 TONS GROSS
CITY OF RENTON IW-173 C W-i 74I
JNION AVF NE INE 17 $T - NE 251H ST)
GRANT AVE SD ITIH AVE 97H AVF SJl
S. 77H ST. IRENTON AVE - GRANT AVE SO)
PAGE 17
tIWY—R32323-AA PREVAILING MINIMUM 14OURLY WAGE RAT", OCTOBER 04, 1044
O:CU►AT1041 TEAMSTERS
LO:ATIONS :LALLAM. GRAYS HARBOR, ISLAND, JEFFERSON. 914G. KITSA►. KIITITAS.
LEWIS. MASON. PACIFIC tNORTH OF THE MAHKIAKUM COUNTY NOATNER4
BOUNDARY EXTENDED DUE WEST TC THE PACIFIC OCEANI, PIERCE, SKAGIT,
S4040MISH. THURSTON, MHATCOM. YAKIMA AND THOSE PARTS Of THE
f OLLO.ING COUNTIES LYING WEST Of TH! 120TH MERIDIANS CHELAN AND
)DU44.4S COUNTIES. ,
WAGE RATES
OCCUPATION OCCUPATION STATE FEDERAL
' t0)E DESCRIPTION RATE RATE
GROJP 14
73D-1S20 TRANSIT-"EX USED EXCLUSIVELY IN HEAVY 17.70 17.70
CONSIR.-OVER 6 YDS. TO AND INCL. 6 YDS.
GROJP is
730-3250 DUMPSTERS, AND SIMILAR EOJI►4E4TSTCJRN0- 17.62 17.82
' RDCKLRS. TOUR40MAGON, TUUINOTRAILER, CA7 DM
SERIES, TERRA COBRA. LETOURNEAJ. WESTINGHOJSE
4THEY WAGON. EUCLID, TWO AND FOUR-WHEELED
' POWER TRACTOR WTH TRAILER AND SIMILAR TOP-
LOAOFr� EQUIPMENT TRANSPORTING MATERIAL AND
PERFO441NG MOAK IN TEAMSTER JURISDICTICNSOUMP
TRACKS, SivE, END ANO BOTTOM 00P, INCLUDING
SEMI-TRUCKS AND TRAINS CR COMbINATICNS
THFAE)FSOVCR 30 YDS. TO AND INCL. 40 YDS.
730 130 LOoSFO AND HEAVY DUTY TRAILERS 'IVER 100 17.62 17.82
' T)NS !FOSS
GRDUP 16
730-1530 TRANSIT-MIX USED EXCtJSIVfLY I4 HEAVY 17.86 17.66
CONSTR.SOVER B YDS. TO AND INCL. 13 YDS.
CITY OF RENIUN (W-773 C W-TT41
' JNICN AVE NE tNE 17 ST - NE 2STH ST$
;RANI AVE SC t7TM AVE - •TH AYE SO)
S. TTH ST. IRENTON AVE - GAANI AVE SDI
PAGE IB
1
twY-R32320-AI PREVAILING MINIMUM HOURLY NA6E RATES OCTUSER 04, 1984
OCC.J►ATIO%l TEAMSTEPS
ICCATIONI CLALLAN. GRAYS HARBOR. ISLANr JEFFE4SON. KING. KITSA►. KITIITAS.
LEWIS. MASON. PACIFIC IN OF e THE w 4M IAKUIO COJNTY 90RTHEAN s0UN 01Rr EXTENDED DUE wE S. 0 THE P46-IFIC OCEANI. PIERCE.
SNDHCMISH, THJPSTON♦ W"ATCUM. YAKIMA AND THOSE PARTS OF SKAGI T.
THE
'
°DLIO"No COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHE UN AND
JOUGLAS COUNTIES.
W]E RATES
' OCCUaRTION Calf OC.UPATION
DESCRIPTION STATE FEDERAL
GROUP I? RATF RATE
733-3260 DJMPSTERS. AND S1141LAR EQUIPN;NTsTOURNO-
' ROCKERS
- TOURNGWAGON. TOURN7Tk AIL R. CAT Ow 17.98 17.9!
SERIES. TERRA COBRA. LETCURNEAJ. WESTINGHOUSE
A74FY wAGON. EIICUD. TWO AND FJ JR-"HEELED
POWER TRACTOR WIN TRAILER AND SIMILAR TO►-
' LOADEj EQUIPMENT TRANSPORTIKG MA1 EAlAl AND
PERFORNIhG wORK IN TEAMSTFR JURISOICTL A DUNa
TRUCKS, SIDE. ENO AND BOTTOM DJNP, INCLUDING
SIMI- ON
THERE�F:OV ERRUCKSA43 YARDS N') TRAINSTORANDM INCLCCRINATI SSS
SYARDS
uROUP to
730-1540 TNA%SIT-MlX USED EXCLUSIVELY IN HEAVY
CONSTk.:OVER 10 VDS. TO A%C 14CL . I.' Vp$. 18.03 18.03
i4^.JP 19
' T M-l!5] TRANSIT-MTY USED
CGNSiH. LOVER FSIVf IV IN Hf AVY 1?. 19 18.19
11 YXCLU
OS. TO AND INCL. 16 VDS.
GROUP 20
' 710-1160 Tk4NSJT-MI11 USED EXCLUSIVELY IV HEAVY
CONSTR. 7OVER 16 VDS. TC AND IN,-L. 20 YOS. li.)S 17.70
' GA OUP 21
730-ISYO TRANSIT-MIX USED EXCLUSIVELY IN HEAVY
CJNSTR.IOVEA 20 VDS. 18.51 18.51
CITY OF RENTON IW-7)3 C w-t 741
UNION AVE HE INE 17 ST - NE 2STH STI
S{A7THpjT AST.VE SIRENTONTAVEAVE
GAANT AAVE
Sai
S31
' PAGE 19
1 � �
1 HVV-432320-AA PREVAILING MINIMUM HOURLY WAGE RATES OCTO/ER 04, 1964
OCCJ►ATIONI TEAMSTERS
LOC4TION3 CIALLAN. GRAYS HAROOR, ISLANO, JEffERSON. KING. AITSAP. K1TTiTAS.
.EWIS. MAS34. PACIFIC IMORTH OF THE WAHKIAKUM COUNTY NORTHERN
' OOUNDAKY 117140EC DUE WEST TO THE PACIFIC DCEANI. PIERCE. SKAyIT•
SNOHOMISH, THURSTON♦ WHATCOM, TAKINA AND THOSE PARTS Of THE
F R LOWING MATIES LTING WEST OF Ni 120TH MERIDIAMI CHELAN AND
OOUGLAS COUNT i ES .
i .AGE RACES
1 OCCUPAT ION OCCUPATION STATE FEDERAL
03E OESCRIPtION RATE RATE
GR'.tU► 22
T30-5400 FSCORT DRIVER 17.06 12.00
710-1020 ►LLCT CAR 17.06 12.03
1 Gi'iJP 23
73(t-)PID MECHANIC HELPER 16.91 --
ii3Uo 24
1 730-3R00 NECH6k IC 17.SO --
OTHER
1 130-i735 STATCI F'1R OCCUPATION TJO-0260 IN GROUP 17
A33 .15 6/11K. FOR EACH 10 YARD INCREMENT UVSA
1 55 TARDS
T3)-0716 STATE . 3VERII4f-AL/ WORK PERFORMED IN EKCLSS
OF 6 H'JJ'tS PER DAY OR 40 HOURS PfA WEEK. M)V-
DAY THROUGH FRIDAY, AND ALL MARK PERFORMED 6N
SATJRJAYS SHALL RE Pala A7 ONE AN) ONE- HALF
114ES IMF REWLAR RATE Of ►AY.4LL WORK ►Ei-
FOR41J ON SUN:IAYS ANO HOLIDAYS SHALL OF PAID
1 AT D3J3LE THE REGULAR RATE Of PAY.
1
i
1 CITY Of Rf NTJN (W-•13 t W-7141
JNtON AVE NE (WE 11 ST - NE 251" ST)
CoRA41 AVE S) I?TH AVE - 9TH AVE SO1
S. 7TH St. IRE41ON AVE - GRANT AVE $31
1
PAGE 20
i
1
SPECIAL PROVISIONS
i
1 CITY OF IIENTON
1
APWA STANDARD SPECIFICATIONS
' THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION PREPARLU
By THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS ASSOCIATION, 1981
' EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE "STANDARD SPECIFICATIONS" AND
SAID SPECIFICATIONS TOGETHER WITH THE LAWS OF THE STATE OF WASHINGTON AND THE
ORDINANCES AND CHARTER OF THE CITY OF RENTON, SO FAR AS APPLICABLE, ARE HEREBY
INCLUDED IN THESE SPECIFICATIONS AS THOUGH QUOTED IN THEIR ENTIRELY AND SHALL
APPLY EXCEPT AS AMENDED OR SUPERSEDED BY THE SPECIAL AND TECHNICAL PROVISIONS
HEREIN.
A COPY OF THESE STANDARDS SPECIFICATIONS IS ON FILE IN THE, OFFICE OF THE
PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055, WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED WARTY.
tWHEREVER REFERENCE IS MADE IN THE STANDARD SPECEFICATIONS TO THE OWNER, SUCH
REFERENCE SHALL BE CONSTRUED TO DEAN THE CITY OF RENTON, AND WHERE REFERENCE
IS MADE TO THE ENGINEER, SUCH REFERENCE SHALL BE CONSTRUED TO MEAN THE
' DIRECTOR OF PUBLIC WORKS, CITY OF REF.TON, OR HIS DULY AUTHORIZED
REPRESENTATIVE.
NODE: THE SPECIAL AND 1LCHNICAL PROVISIONS HEREINAFTER CONTAINED SHALL BE IN
ADDITION 10 OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN
CONFLICT HEREWITH.
HEADINGS
' HEADINGS TO PARTS. SECTIONS, FORMS, ARTICLES, AND SUBARIICLES ARE INSERTED FOR
CONVENIENCE OR REFENENCL ONLY AND SHALL NOT AFFECT THE INTERPRETATION OF THE
CONTRACT DOCLKNI\.
' SPECIAL AND TECHNICAL PROVISIONS STRLrTUE
THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION TO, OR IN LIEU OF, DIVISION I,
II, III AND Iv OF 11E STANDARD SPECIFICATIONS. WHERE SECTIONS ARE WRKED
"REPLACEMENT SECTION" OR "FARTIAL REPLACEMENT SECTION," THE SPECIFICATIONS
HEREIN ARE lO REPLACE, OR PARTIALLY REPLACE, THE STANDARD SPECIFICATIONS
NOTED. WHERE SECTIONS ARE MARKED, "ADOITIONAL SECTION," THE SPECIFICATIONS
HEREIN ARE TC BE AN AVUIT1DN TO THE STANDARD SPECIFICATIONS NOTED, WHERE
' SECTIONS ARE MARKED "SUPPLEMENTAL SECTION," THE SPECIFICATIONS HEREIN ARE TO
BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS.
Revised 5/S4
i
SPECIAL PROVISIONS
INDEX '
SECTIUM 1 CP 1
SPECIAL PROVISIONS S)' I i STANDARD SPECIFICATIONS SP 1
ACT OF GOD SP 2
SHOP DRAWINGS SP 2 i
OR EQUAL SP 2
APPROVAL SP 2
SECTION 2 SP 2
PUBLIC OPENINGS OF BIOS SP 2
SECTION 7 SP 2
CONSIDERATION OF BIOS SP 2
SECTION 4 SP 2 i
PROCEDURE AND PROTEST BY THE CONTRACTOR SP 2
USE OF MATERIALS FOUND ON THE PROJECT SP 3
WASTE SITES SP 4
HOURS OF WORK SF' 4
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS SP 4
SECTION 5 SP 4 i
SUBMITTALS SP 4
CONSTRUCTION STAKING SP S
FINAL ACCEPTANCE SP 6
METHOEI OF SERVICE Of NOTICE SP 6 i
ERRORS AND OMISSIONS SP 6
SECTION 7 SP 6 i SANITATION S 6
LOAD LIMITS SP 6
EMPLOYMENT OF STATE RESIDENTS SP 7 i
WAGES SP 7
SUBCONTRACTING SP 9
RECORDS AND REPORTS SP 9
CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10 i
RESPONSIBILITY FOR DAMAGE SP 11
PROTECTION AND RESTORATION OF PROPERTY SP 11
RESTORATION OF STRUCTURES AND SURFACES SP 11 i
UTILITIES AND SIMILAR FACILITIES S' 13
1
ROVISed 3184
i
i
rPUBLIC LIABILITY AND PROPERTY DAMAGE SP 13
GENERAL SAFETY REQUIREMENTS SP 13
r FLAGmEN, BARRICADES, AND SIGNS SP 14
DUST CONTROL SP 15
RIGHTS OF MAY SP 15
ENPLOYWNT OPENINGS SP 15
iSECTION B SP 15
PROGRESS SCHEOULE SP 15
r PPE-CONSTRUCTION CONFERENCE SP 16
NOTICE TO PROCEED SP 16
TIRE OF COWLETION SP 16
LIQUIDATED 0ANAGES SP 17
i OVERTIME WORK BY ONNER EMPLOYEES SP 17
CONTRACTOR'S PLAN1 AND EQUIPMENT SP 17
ATTENTION TO MOM SP 1B
iSECTION 9 SP 18
►EASUREWNT OF QUANTITI-:S SP 18
i SCG'E OF PAYMENT iP 19
OMIER`S RIGHT 10 MIIMMDLD CERTAIN AMOUNYS SP 19
r
i
i
i
1
1
I
r
Revised 3/84
r
i
SECTION 1
L-1,39A SPECIAL PROVISIDNS tAO01TIONAL SECTIOHI)
ALL PROVISIONS OF THE APWA SIANDARD SPECIFICATIONS RELAIING 1O AND PROVIDING ,
FOR THE METHOD OF MEASUREMENT AND PAYMENT FOR WORK PERFORMED ARE DELETED AND
VOID. THE MEASURENENI AND PAYMENI SECTION SET FORTH 1N THESE OOrA ENTS SHALL ,
BE THE BASIS FOR PAYMENT OF ALL WORK PERFORMED UNDER THIS CONTRACT.
1-1,310 STAM M I FIG!T lONS (ADOtT —"' cF FT TOII) I
OTHER CERTAIN REFERENCED STANDARDS, AS USED IN THIS SPECIFICATION, ARE FRUH
THE LATEST EDITIONS OF
AWWA AMERICAN WATERWORKS ASSOC1A110N
ANSI AMERICAN NAIIONAL STANDARDS
ASA AMERICAN STANDARDS ASSOCIATION ,
AS1M AMERICAN SOCIETY FOR IC511NG AND HATf RIALS
1.1.50 ACT OF GOD (REPLACEMENT SECTION) ,
"ACT Of GOD" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC ,
PHENOMENON OF NATURE. A RAIN, WINDSTORM, HIGH WATER OR OTHER NATURAL
PHENOMENON Of UNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY OF IHE WORK, WHICH
MIGHT REASO'A&Y HAVE BEEN ANTIGIPAIED FROM HISTORICAL RECORDS OF THE GENERAL
LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD.
I la SMOP DRAWINGS (REP ACEMENT SECTION) ,
THE TERM "SHOP ORANINGS" SHALL REFER TO THE PICTORIAL OESCNIPIIUN OF THE ,
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS Of INSTALLATION, OR 014R
CONSTRUCTION PREPARED BV THE CONTRACTOR, A SUBCONTRACTOR, OR A MANUFACIUREP
AND SUBMITTED FOR THE APPROVAL OF THE OWNER,
1-1 32 OR E0.W (REPLACEMENT QION) '
WHERE THE TERM "OR EQUAL" IS USED HEREIN, THE OWN, OR TIE OWNER ON ,
RECOWNDMION OF THE ENGINEER, Wit. BE THE SOLE ,LADE (W TFE WkITY AND
SUITABILITY Of 14 PROPOSED SUBSTITUTION.
SP 1 Rlv1s" 3IM+
1
1-1,53 APPROVAL. (REPLACEEKNT SECTION)
THE TERM "APPROVAL- OR "APPROVED- SHALL MEAN APPROVAL GIVEN BY OR GIVEN
PROPERLY ON THE BEHALF OF THE OWNER,
SECTION 2• BID PROCEDURES As CONDITION,,
' -1 1; PUBLIC OPENINQQF BIDS (REP. (_ACEWN1 SECTION)
SEALED BIDS WILL BE RECEIVED BY THE CITY OF RENTON, WASHINGTON, BY FILING WITH
THE CITY CLERK, MUNICIPAL BUILDING, RENION, WASHINGTON, AS PER CALL FOR BIOS
A40 WILL 81. OPENED AND PUBLICLY READ ALOUD.
' SECTION 3
3-1.01 MIDERATION OM BIDS (ADQITIONAI SECTION)
' AWARDING OF CONINACI Wl,t BE BASED OH TOTAL SUM OF ALL SCHEDULES OF FRICES.
NO PARTIAL BIDS WILL BE ACCEPIED.
SFCTIQN 4
I:la5 FRO)CEMAND PROTEST BY THE CONTRACTOR 1REPUICEMEN7 SECTION
ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND IHE CONTRACTOR OR HIS
SOPERINIENMNT OR FOREMAN AS TO THE MEANING AND INTENT OF ANY PART Of THE
PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE I MEDIAIELY
BROUGHT TO THE. AllLNTION Of TIE. PUN IC WOWS DIRECTOR OR HIS REPRESENTATIVES
FOR INTERPRETATION AND ADJUSTMENT, IF WARRANIED.
' FAILURE ON THE PART OF THE PUBLIC WOWS DIRECTOR OR HIS RLPRESENTAIIVE TO
DISCOVER AND CMWE OR REJECT IMPROPER, DEFECTIVE OR INfERIOR WORK OR
MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE Of ANY SUCH WORK N
MATERIALS, OR THE PART Of THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN USEO,
10 PREVENT DISPUTES AND LITIGATION, 17 F FURTHER AGREED BY INE PARTIES HERE10
THAT THE PUBLIC MORES DIRECTOR OR HIS REPRESENTATIVE SHALL. DETERMINE THE
WAN)IIY AND QUALITY OF THE SEVERAL KINDS OF WOW EMBRACED 1N THESE
IWROVEMENTS. ME MALL DECIDE ALL QUESTIONS RELATIVE TO THE EXECUTION Of IM
WORK AND THE INTERPRETATION OF THE PLANS AND SPECIfICA11ONS.
SP 2 Rev1AaC )/64
• • 1
IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH 1
INTERPRETATION, HE SHALL. WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
CLERK IN WRITING OF THE ANTICIPATED NATURE AND AMOUNT OF THE DAMAGE OR H
GARAGES. TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE. IN THE EVENT 1
AN AGREEMENT CANNOT THEN BE REACHED WITHIN 3 DAYS, THE CITY AND THE CONTRACTOR
WILL EACH APPOINT AN ARBITRATOR AND THE TWU SMALL SELECT A THIRD WITHIN 30
DAYS THEREAFTER. 1
THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL ANJ
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 DAYS, CHALLENGES
THE FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR REVIEW BY THti 1
SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNOS FOR THIE PETITION FOR
REVIEW ARE LIMITED TO SHOWING TWAT TIE FINDINGS AND DECISION:
1. ARE NOT RESPONSIVE TO THE QUESTIONS SUBMITTED; 1
2. 15 CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THEREOF; 1
3. 15 ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS AND
THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
'HE BOARD Of ARBITRATORS SHALL SUPPORT 115 DECISION BY SETTING FORTH IN 1
WRITING T4IR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED Al ANY
SUCH NEARING. 1
THE ARBITRATION SHALL BE CONDUCTED IN ACCORDANCE WITH 14 STATUTES OF THE
STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SUCH PROCEDWE. '
TEE COSTS OF SUCH ARBITRATION SMALL HE BORNE EQUALLY BY THE CITY AND IHE
CON1 ICTUR UNLESS 11 15 THE BOARD'S MAJORITY OPINION THAT THE CDNIRACIOR'S
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHDUI REASONABLE '
FEN1NOAl ION. IN THE LATTER CASE., ALL COSTS SHALL BE BORNE BY THE CONTRACTOR.
THE VENUE OF ANY SUIT SHALL BE. IN KING CUUNIY, WASHINGTON. AND 1F THE
CONTRACTOR IS A NON-RESIDENT Of THE STATE OF WASHINGTON. HE SHAI L DESIGNATE AN
AGENT, UPON *MOM PROCESS MAY BE SERVED, BEFORE CON44ENCING W""" UNDER THI`,
CONTRACT,
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT (REPLACEMENT SECTION)
ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROM ANY Of THE UISCARDEO 1
FACILITIES SMALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY SALAVAGLO AND
DELIVERED 10 THE CITY SHOPS. 1
ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPIFILNANCES, CATCH
BASINS, AND STORM AND SANITARY MANHOLE COVERS SMALL BE SALVAGED AND DELIVERED
TO THE CITY SHOPS. 1
ANY COST INCURRED IN SALVAGING AND IFLIVERING SUCH ITEMS SHALL. BE CONSIDERED
INCIDENTAL TO THE PROJECT AND NO COMPt NSATION WILL BE VADE. 1
SP 3 Revlse0 31B4
M
1
r •
r4-1.12 W0.51E SITES (ADDITIONAL SECTION)
r ALL WATER;4L' DESIGNATED BY THE ENGINEER TO BE WASTED SWILL BE HAULED, DUMPED,
AND SPREAD Ai THE LOCATIONS SELECTED BY THE CONTRACTOR.
r THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY OF OBTAINING HIS OWN WASTE SITE.
ALL WORK INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE INCIDENTAL TO
OTHER ITEM; OF WORK AND NO FURTHER COMPENSATION WILL BE MADE.
r THE ROUTE TAKEN TO THE WASTE SITE SHAM BE MAINTAINED SOLELY BY THE CONTRACTOR
IN A MANNER AS DESCRIBED BELOW:
r THE CONTRACTOR SHALL BE PREPARED 10 USE WATER TRUCKS, POWER SWEEPERS, AND
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR TO
ALLEVIATE THE PROBLEV Of LOST SPOILS ALONG THE ROUTE. PROMPT RESTORATION OF
rTIME ROUTE IS MANDATORY,
4-1,13 HOURS OF NORM( (REPLACEMENT SECTION)
rTHE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM 8:00 A.M. TO S:OC P.N. TIME HOURS OF WORK MAY BE CHANGED AT 14.
r DISCREI10N OF THE ENGINEER WHEN IT IS IN TIME INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, OR WELFARE.
4-1,14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS
THE CONTRACTOR WILL BE SUPPLIED GY THE OWNER WITH 3 SETS OF PLANS AND
r SPECIFICATIONS. AT LEAST ONE COMPLETE SET OF CONTRAC- DOCUMENTS, INCLUDING
ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSTRUCIION IN
GOOD CONDITION AND Al ALL TIMES AVAILABLE TO THE OWNER AND THE ENGINEER.
r ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REWIRED, WILL BE FURNISHED BY
THE OWNER AT NET COST OF REPRODUCTION.
rSECTION 3
r5-1 03 SUBMITTALS (REPLACEMENT SECTION)
THE CONTRACTOR SHALL FURNISH ALL CRAWINGS, SPECIFICATIONS, DESCRIPTIVE DATA,
r CERTIFICATES, SAMPLES, 1LSTS, METHOC SCHEDULES, AND MANUFACTURER'S
INSTRIK.iIONS AS REWIRED 10 DEMONSTRATE FULLY THHAAI THE MATERIALS AND EQUIPMENT
10 BE FURNISHED AND THE METHOD OF WORK COMPLY WITH THE PROVISIONS AND INTENT
O THE SPECIFICATIONS AND DRAWINGS. IF THE INFG"T10N SHOWS ANY DEVIATION
r FROM THE CONTRACT REQUIREMENTS, THE CONTRACTOR SHALL, BY A STATEMENT IN
WRITING ACCOMPANYING THE INFORMATION, ADVISE THE ENGINEER OF THE DEVIATION AND
STATE THE REASONS THEREFORE.
r
rSP 4 Revised 3/84
r
5-1.12 FINAL ACCEPTANCE (REPLACEMENT SECTION)
' THE CONTRACTOR SMALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION OF THE
WOPo( WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION, SATISFY
HIMSELF AS TO THE ACTUAL COMPLETION OF THE WOU( IN ACCORDANCE WITH THE TERMS
OF THE CONTRACT, AND SMALL THEREUPON RECOMMEND TO THE OWNER THAT THE WORM IS
ACCEPTABLE. FINAL DETERMINATION O THE ACCEPTABILITY OF THE WOM SHALL BE
WADE BY THE OWNER.
' 5-1 15 METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTION)
t WRITTEN NOTICE SHALL BE DEEMED TO HAVE BEEN OU1LY SERVED IF DELIVERED IN PERSON
TO THE INDIVIDUAL, OR TO A PARTNER OF THE FIRM, OR TO AN OFFICER OF THE
CORPORATION OR OWNER OR TO AN EXECUTIVE OFFICIAL IF THE OWNER IS A
GOVERNMENTAL PJDY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE BUSIN'.SS
tADDRESS SHOWN IN THE CONTRACT DOCUMENTS.
' 5-1 17 ERRORS AND OMISSIONS (REPLACEMENT SECTION)
IF THE CONTRACTOR, IN THE COARSE OF HIS WOW(, BECOMES AWARE OF ANY ERRORS OR
' OMISSIONS 1N THE CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SURVEY POINTS
AND INSTRUCTIONS, OR IF HE BECOMES AWARE OF ANY DISCREPANCY BETWEEN THE
CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE SHALL
IMMEDIATELY INFORM THE ENGINEER. THE ENGINEER, IF HE DEEMS 17 NECESSARY,
SHALL RECTIFY THE MATTER AND ADVISE THE rONTRRACTOR ACCORDINGLY. ANY WORK DONE
AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE AT THE I-ATRACTOR'S RISK.
' SECTION 7
7-1.04 SANITATION (ADDITIONAL SECTION)
t ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION FACILITIES
SHALL BE CONSIDERED INCIDENIIAL TO THE PROJECT AND NO COMPENSATION SHALL BE
MADE.
7-1.07 LOAD LIMITS (REPLACEMENT SECTION)
' ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL
STRICTLY ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF THE STATE OF
WASHINGTON (1967 EDITION AND AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGHT,
AND LOADS OF MOTOR VEHICLES.
PAYMENT WILL NOT BE MADE FOR ANY MATERIAL THAI IS DELIVERED IN EXCESS OF THE
' LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED.
SP 6 Revised 3/84
1
• 0 r
ANY VIOLATION OF THESE REGULATIONS SHALL BE REPORTEJ TO THE AFFECTED LAW r
ENFORCEMENT AGENT.
THE CONTRACTOR IS TO P:RNISH TL THE HUBLIC WORKS DIRECTOR A LISTING OF ALL r
HAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE
NIWR, TARE WEIGHT, AND LICENSED LOAD LIMITS. '
7-1.0 EMPLDYMENT OF STATE RESIDENT§(REPLACEMENT SECTION) r
THE SECTIGN ON EMPLOYMENT OF STATE RESIDENTS IS DELETED IN ITS ENTIRETY.
7-1.09 WAGES (REPLACEMENT SECTION) r
THIS CDNTRACT IS SUBJECT TO CHAPTER 39.12 RCW, AND AMENDMENTS AND ADDITIONS r
THERT'% RELATING TD MINIMUM WAGES. ON FEDERAL AID PROJECTS, FEDERAL WAGE LAWS
A,14 R�nLk ATIONS ARE ALSO APPLICABLE. HOURLY M4v14Ui RAZES OF WAGES AND FRINGE
BLNE':TS ARE SHOWN IN THE CONTRACT. MEN TEDERAL WAGE. RATES AND FRINGE
BENEFITS ARE LISTED, THEY ARE IN ACCORDANCE WITH THE UNITED STATES OEPARIMENI r
OF LABOR DECISION NUMBER WA 83-5110.
THE CONTRACTOR, ANY SUBCONTRACTOR, OR OTHER PERSON DOING THE WOW OR ANY PART r
OF 11 SHALL NOT PAY ANY WORKMEN, LASPRERS, OR MECHANICS LESS THAN THE REQUIRED
HOURLY MINIMUM RATES OF WAGES SHOWN IN THE CONTRACT. WAGES IN EXCESS OF SUCH
HOURLY RATES MAY BE PAID. IN A001'ION TO THE WAGE RA�E DESIGNATED, THE
EMPLOYEER SHALL CONTRIBUTE FOR EACH COMPENSA&_L HC'wR THE FRINGE BENEFITS
LISTED. IT IS SPECIFICALLY UNDERSIBOD 4ND AGREED THAT 1ME WAGE RATES AND
FRINGE BENEFITS FOR THIS CONTRACT ARE SUBJECT TO CHANGES, THAT IFE BIDDER
ACCEPTS FULL RESPONSIBILITY AND ASSUMES THE RISK OF ANY INCREASED LABOR COST r
BY REASON OF PAYING HIGHER RATES THAN THOSE SHOWN IN THE CONTRACT. THE CITY
DOES NOT WARRANT OR REPRESENT THAT LABOR CA'. BE PROCURED FOR THE MINIMUM RAZES
SET FDRTH DR AS CHANGED. I1 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 "STATEMENI OF INTENT 10 PAY PREVAILING r
WAGE," A COPY OF THE PREVAILING WAGE RATES FOR THE PROJECT UPON WHICH THE
CONTRACTOR HAS INDICATED THE APPROXIMATE NUMBER Of WORKERS IN EACH
CLASSIFICATION; AND THE ADDRESS AND TELEPHONE NUMBER OF THE INDUSTRIAL
STATISTICIAN OF THE DEPARTMENT OF LABOR AN" INDUSTRIES WHERE A COMPLAINT OR
INQUIRY CONCERNING PREVAILING WAGES MAY BE MALE.
ON PROJECTS GOVERNED BY WASE RATES DETERMINED BY THE STATE OF WASHINGTON r
DEPARTMENT OF LABOR AND INDUSTRIES AND BY '� U.S. ,ECRETARY OF LABOR, IF
THERE IS A DIFFERENCE BETWEEN IH£ TWO IN IhL PREVAILING RATE OF WAGE FOR A
SIMILAR CLASSIFICATION OF LABOR, THE CONTRACTOR SHALL PAY NOT LESS THA'; THE r
WAGE WHICH IS IRE HIGHER OF THE TWO.
r
SP 7 Revised 3/&,
r
r
IF THE CONTRACTOR FAKES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
DETEF441WO BY THE STATE DEPARTMENT OF LABOR AND INDUSTRIES, HE SWILL PRESENT
t TO THE ENGINEER WITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A
HROCRAN APPROVED BY THE STATE APPRENTICESHIP COUNCIL AND THE PERIOD OF
PROGRESSION FOR EACH SUCH APPRENTICE EMPLOYEE.
' IF THE CONTRACTOR MACES USE OF APPRENTICES ON PROJECTS GOVERNED BY WAGE RATES
OETEF44INED BY THE U.S. SECRETARY OF LABOR, HE SFIALL PRESENi TO THE ENGINEER
WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF A STATE
APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE U.S. BUREAU
OF APPRENTICESHIP AND TRAINING, 1N THE ABSENCE OF SUCH A STATE AGENCY, THE
CONTRACTOR SHAt' SLO41T EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S.
BUREAU OF APPPL, TICESHIP AND TRAINING. THE CONTF 'TAR SHALL SUBMIT TO I*
ENGINEER WRITTEN EVIDENCE OF THE ESTABLISHED APPRRE:.,10E JOLRPETTWN RATIOS AND
WAGE RATES IN THE PROJECT AREA, WHICH WILL BE THE EASIS FOR ESTABLISHING SUCH
RAI IDS AND RATES FOR THE PROJECT UNDER THE APPLICABLE CONTRACT PROVISIONS.
IF ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR WORK OF
A SIMILAR NATUWR. TO THAT CONTEMPLATED UNDER THE CONTRACT AND SUCH DISPUTE
CANNOT BE ADJUSTED BY THE PARTIES OF INTEREST, INCLUDING LABOR AND MANAGEHENI
REPRESENTATIVES, THE MATTER SHALL BE REFERRED TO THE DIRECTOR nF THE
DEPARTMENT OF LABOR AND INDUSTRIES OF THE STATE OF WASHINGTON (OR TO THE
UNITED STATES SECRETARY O LABOR MEN PREVAILING *ACES ESTABLISHED BY THAT
OFFICE ARE INVOLVED), AND HIS DECISION THEREIN SHALL BE FINAL, CONCLUSIVE AND
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE.
IF THE CONTRACTOR MAKES USE OF A LABOR CLASSIFICATION NOT LISTED IN THE
SPECIAL PROVISIONS, THE CONTRACTOR SHALL REQUEST THE DETERRMINATION OF THE
APPROPRIATE WAGE RATE FOR THE CLASSIFICATION AND FOR THE AREA 1N WHICH WORK 15
' PERFORMED, FROM THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND
INOUSTRRES.
ON FEDERAL-AID PRO TS THE CONTRACTOR AND EACH SUBCONTRACTOR SHALL FURNISH
V,iLLY PAYROLL STATEMEMS Tq N �NCjjNEER IF *(tKLY STATEMENTS ARE N01
Tl ZF T DNTRACTFL SHALL fLRM p CERTIFiCAr�y PRIOR TO EACH PROGRESS
ESTIMATE PAYMENT. NQ_Nf tRM�,NG THAT PREVAILING WAGE RATES HAVE BEEN PAID
IF THE CONTRACTOR UTILIZES THE OCCUPATION CODE MEN SUBMITTING PAYROLLS AND
WAGE AFFIDAVITS, AND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN 14
PROJECT, THE JURISDICTIONAL AREA INVOLVED SHALL O SHOWN IMMEDIATELY FOU.OWING
THE OCCUPATION CODE NUMBER, I.E.: 10-U010 YW.E.
THE CON ACTOR'S RECORDS PERTAINING TO WAGES PAID +0 PAYROLLS SMALL BE OPEN
TO INSPECTION OR AUDIT BY REPRESENTATIVES OF THE C.1Y DURING THE LIFE OF THT.
CONTRACT AND FOR A PERIOD CF NO$ LESS THAN THEE (3) YEARS AFTER THE DATE OF
ACCEPIAN"r THEREOF, AND THE CONTRACTOR SHALL RETAIN StX:H RECORDS FOR THAT
' PFRIOD. WHERE SUrH RECORDS PERTAINING TO WAGES PAID AND PAYROLLS FOR THE
C„N1RAC1 ARE MAINTAINED BY SUBCONTRACTORS OR AGENTS OF iME CONTRACTOR, THE
CONTRACTOR EXPRESSLY GUARANTEES THAT THE RECORDS OF SUCH SUBCONTRACTORS UR
AGENTS SHALL BE OPEN TO INSPECTION AND AUDIT BY REPRESENTATIVES OF THE CITY ON
THE SAME TERMS AND CONDITIONS AS THE RECORDS OF THE CONTRACTOR, IF AN AUDIT
IS TO BE COMMENCED MORE THAN SIXTY (60) DAYS AFTER THE ACCEPTANCE DAIL OF THE
CONTRACT, THE CONTRACTOR WILL BE GIVL'. A REASONABLE NOTICE OF THE TIME WHEN
SUCH AUDIT IS TO BEGIN,
SP 0 RevISeC 3/84
BEFORE PAYMENT 1S MDE BY THE CITY OF ANY SUS DUE UNDER THIS CONTRACT, THE
CITY MUST RECEIVE FROM THE CONTRACTOR AND EACH SUBCONTRACTOR A COPY Of
"STATEMENT OF
WASHINGTON STATE INTENT TE DEPARTMENT OF LABOR1LING WAGES' ( 3RH AND INDUSTRIES)F L L 1 NMllBER 700-29 '
UPON COMPLETION OF THIS CONTRACT, THE CITY "I RECEIVE FROM THE CONTRACTORAND ,
DAVIT
70C-E�ATf TTMENI SUBCONTRACTOR OF LABOR OF
AND INDUSTRIES) CERTIFYING THIAI L PREVAILING
WAGE REQUIRE%.NTS HAVE BEEN SATISFIED. IN ADDITION, THE CITY MUST RECEIVE
CONTRACTORFROM THE PRIME
ON OF PROPERTY
OWNERS AND GENERAL CONTRACTOR*(FOM L&LI NUMBER Y06N3 THE S ATE OEPARYMENI '
OF LABOR AND INDUSTRIES). THESE AFFIDAVITS WILL BE REWIRED BEFORE ANY FUNDS
RETAINED, ACCORDING' 10 THE PROVISIONS OF RCW 60.28.010 ARE RELEASED 10 THE '
CONTRACTOR, FORMS WAY BE OBTAINED FROM THE DEPARTMENT OF LABOR AND
INDUSTRIES. A ',cE OF S12 QO PER EACH "STATEMENT OF INTENT TO PAY PREVAILING
AND "AFF1C"YjT OF WAGES PAID" IS REQUIRED TO ACCOMPANY EACH FORM '
awMITTEO TO THE pEPARTMENT OF LABOR AMO INDUSTRIES• THE CONTRACTOR 15
RF CPnu5)HLE FOi PAYMENT OF TrESE FTFS AND SMALL NPKE ALL APPLICAT IONS
TO THE DEPARTMEMT Of LABOR AND INDUSIRIES. THESE FEES SHALL BE INrIOENTAL TO
ALL THE BID ITEMS Of 'HIS TomT,
IN ADDITION, THE PRIME CONTRACTOR SMALL SUBMIT 10 THE WASHINGTON STATE
DEPARTMENT OF LABOR AND INDUSTRIES A "REQUEST FOR RELEASE" FORM PROVIDEO BYTHE �
BEFORE PANYBEFlRDS RETAINED pCCORDINGNI OF LABOR AND I TO TFE THESE
PROVI ION AFFIDAVITS
KWL 60.28.BE 101ARE
RELEASED TO THE CONTRACTOR.
7 1 11I Sl!@L•ONTRACTING (ADDITIONAL SECTION)
17
aAMOUNISPPAID NTTO F1`40RITY FINAL
BUSINESS TENIERPRISE CONTRACTOR
ANU/OR WOMENBUSINESSAFFIDAVIT
ENTERPRISE
KT
PARTICIPANTS
IY BUSINESS FORM ISE.nAND/OR BYvloFD THE
BUSINESSEEN EMPRISE PARRTIFYING THE TICIPANTS- 70 '
7y11J REC!tiJYSn AMO REPORTS (REPLACEMENT SECTION) '
YNE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUBW THE FOLLOWING GOCUNENTS
BEFORE PROGRESS AND/OR FINAL PAYMENTS 10 TARE CONTRACTOR WILL BE APPROVED BY ,
THE PUBLIC WOWS DIRECTOR:
1. EACH MONTH - DEPARTMENT OF LABOR STANDARD EOM 257 '
2, EACH JULY - STATE M16?"MY FDIM PR-1391
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR "ING THE '
PRECONSTRUCI ION *tIING.
SP 9 R"vind 3/84
' AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SHALL BE EXECUTED BY THE
BIDDER WITH HIS RID PROPOSAL ON THIS PROJECT AND WHILH COES WITHIN THE
' PROVIS:ONS OF TIE. EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY OF
LABIA AS REVISED HAY 21, 1968. THE FORM OF CERTIFICATE WILL BE t'IRNISHED TO
;HE C' 'RACTOR WITH THE PROPOSAL, STATING AS TO WHETTER HE, HIS FIRM,
t ASSOCI, . N. CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN ANY PREVIOUS
CONTRACTS OR SUBCOMPACTS SUBJECT TO Ti.r EQUAL OPPORTUNITY CLAUSE AND IF 50.
WHETHER OR NOT HE HAS SUBMITTED ALI. REPORTS DUE UNDER APPLICABLE TILING
REQUIREMENTS.
FAILURE ON THE PART OF THE BIDDER TO CORNISH THE REQUIRED CERTIFICATE WILL BE
DUE CAUSE FOR REJECTION OF THE BID.
' IF A CONTRACTOR TO *04 AN AWARD I� ABOUT TO BE MADE, EXCEPT FOR LACK OF AN
EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REFUSES OR FAILS TO PROMPTLY
EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER NOTICE BY
THE DIRECTOR OF PUBLIC WOWS THAT SAE IS LICKING FROM HIS PROPOSAL. THE
PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, UN CASH WHICH ACCOMPANIED THE BID,
WILL BE FORFEITED TO THE CITY.
' WHENEVER A CONTRACTOR REQUESTS PERMISSION TD SUBLET A PART OF ANY CONTRACT AND
SUC CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY REGULATIONS
' OF 1HF SECRETARY OF LABOR, REVISED MAY 21, 1968, HE SHALL OBTAIN THIS
CERTIFICATIDN FROM HIS PROPOSED SUBCONTRACTOR AN"D FORWARD I1 TOGETHER WITH
SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT OF SUCH
' CERTIFICATION FROM THE SUBCONTRACTOR.
FOR THIS PURPOSE, CERTIFICATION FORMES MAY BE OBTAINLD FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT.
7-1.13 COITRACTOR'S RESPONSIBILITY FOR WOW CREH ,,CEMENT SECTION)
Tit WORM( SMALL BE UNDER THE CONTRACTOR'S RESPONSIBLE CARE AND CHARGE. THE.
CONTRACTOR SHALL BEM ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CLAUSE, EXCEPT THAT CAUSED SOLELY BY THE ACT OF THE OWNER WHICH MAY OCCUR ON
OR TO THE WORM DURING THE FULFILLENT _F THE CONTRACT. IF ANY SUCH LOSS OR
DAMAGE OCCURS, THE. CONTRACTOR SHALL IMMEDIATELY MAKE GOOD ANY SUCH LOSS OR
DAMAGE, AND IN THE EVENT OF THE CONTRACTOR REFUSING OR NEGLECTING TO DO SO,
THE OWNER MAY ITSELF OR BY THE EMPLOYMENT OF SOME OTHER PERSON MAKE GOOD ANY
SUCH LOSS OR DAMAGE, AND THE COST AND EXPENSE OF SO DOING SHALL BE CHARGED TO
THE CONTRACTOR.
' THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE SAFETY OF HIS
AND HIS SUBCONTRACTOR'S EMPLOYEES, AND FOR HIS AND HIS SUBCONTRACTOR'S PLANT
AND EQUIPMENT AND THE METHOD OF PROSECUTING THE WORK.
DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR :MALL PURSUE
ONLY SUCH PORTIONS OF THE WORK AS SMALL 01 BE DAMAGED THEREBY.
' SP 10 Revised 3/64
• • 1
NC PORIION OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE 1
AFFECTED BY UNFAVORABLE CONDITIONS SWILL BE CONSTRUCTED WHILE THESE CONDITIONS
EXIST, UXILESS BY SPECIAL MEANS OR PRECAUTIONS ACCEPTABLE TO THE ENGINEER, THE IM
CONTRACTOR SHALL BE ABLE TO OVERCOME THEM.
7-1.14 RESPONSIBILITY FOR DAMAGE (ADDITIONAL SECTION) 1
THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS EQUIPMENT FOR THE 1
DURATION OF THE PROJECT. THE CONTRACTOR SHALL BE PREPARED TO USE WATERING
TRUCKS, POWER SWEEPERS, AND OTHER PIECES OF EQUIPMENT AS DEEMED NECESSARY BY
THE ENGINEE-Z, 10 AVOID CREATING A NUISANCE.
DUST AND MUD CONTROL SWILL BE CONSIDERED AS INCIIENTAL TO THE PROJECT, AND NO
COMKNSATIOH WILL BE "ADE FOR THIS SECTION.
COMPLAINTS OF DUST, MUD, OR UNSAFE PRACTICES AND/OR PROPERTY DAMAGE TO PRIVATE 1
OWNERSHIP WILL BE TPWNSMITTEO TO THE CONTRACTOR AND PROMPT ACTION IN
CORRECTING W1LI BE REQUIRED. WRITTEN NOTICE OF CORRECTION OF COMPLAINT ITEMS 1
WILL BE CALLED BUR SHOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE CITY.
7-1.16 PROTECTION AND RESTORATION OF PROPERTY (REPLACEMENT SECTION) 1
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE PROJECT.
THE CONTRACTOR SWILL LIMIT HIS OPERATION TO THE AREAS OBTAINED AND SWILL NUI 1
TRESPASS ON PRIVATE PROPERTY.
THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE WORK 1
UNDER .HE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS 10 SUCH LANDS. THE
CONTRACTOR SHALL NOT UNREASONABLY ENCUMBER THE PREMISES WITH HIS EQUIPMENT OR
MATERIALS.
IHf CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY ADDITIONAL 1
LAND AND ACCESS THERETO NOT SHOWN OR DESCRIBED 1HA1 MAY BE REQUIRED FOR
TEMPORARY CONSTRUCTICA FACILITIES OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT 1
ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS REQUIRED BY HIS
OFERA'iONS. THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT, STORAGE OF MATERIAL,
AND OPERATION OF HIS WORKERS 10 THt AREAS SHOWN AND DESCRIBED AND SUCH 1
ADIITIONAL AREAS AS HE MAY PROVIDE.
RESTORATION OF STRUCTURES AND SURFACES 1
A. GENERAL. ALL CUNSIRUM 'ION WOW( UNDER THIS CONTRACT ON EASEMENTS,
RIGHT-OF-MAY, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE 1
LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE
ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMM
AMOUNT OF DAMAGE. THV. CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS AND '
TRENCHES SHALL NOT BE OPEN FOR MOF-- THAN 48 HOURS.
SP it Revised 7/84 1
1
' THE CONTRACTOR SHALL REMOVE SUCH EXISTING STRUCTURES AS MAY
p, TR T
BE NECESSARY FOR THE PERFORMANCE <E TIE YIORHI AND, IF REQUIRED, SHILL MINIREBUILD
THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS REPAIR ALL WITH MINIMUM
STRUCTUEST WHICH M'BE DAMAGED AS A RESULT OF HALL
THE WtIW( UNDER THIS CONTERACTI EXISTING
NTS ALL
' C. L,c&ffNT nx TIVATED AREAS IL" 7THER SURFACE NFACE MPRO
CULTIVATED AREf EITHER AGRICULIUHAL OFM LAWNS, AND OTHER SURFACE IMPROVEMENTS
WHICH ARE DAW 3 BY fR ORIGINAL CONDITION.
CONTRACTOR SHAL! BE RESTORED AS NEARLY AS
POSSIBLE
t PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRACTOR
SHALL STRIP TOP SOIL FROM THE TRENCH OR CONSTRUCTION AREA AND STOCKPILE 11 IN
SUCH A MANNER TWIT IT MAY BE REPLACED BY HIM, UPON COMPLETION OF
THE EARTH CONSTRUCTION.
SURROUNDINNGTAL TREES THEIR ROOTS VRA�RY SHALL BE IN BARLAP AND EREPLANTFULLY EED IN WITH
THEIR
' DAMAGED` SWILL BE REPLLACED BY THE HOURS.
CONTRACTOR WITH MATERIAL DESTROYEDY OR TREES OR
ERIIAAL OF EQUAL QUALIT AT
MD ADCiT IONaI COST TO THE OWNER• IN THE EVENT THAI IT IS NECESSARY TO TRENCH
' THROUGH A YT LAWN RENCHE AREA,
EWAVE E SUD StALL EN ACKFIL EL pCARTHE LLAAWNUTAR AND SIX, BE CLEANED BY
AFTER SWEEPING OR OTHER MEANS, UHF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL
TRACTOR-TYPE BACKHOES USED BY SIDE SEWER CONTRACTORS FOR ALL WORK, INCLUDING
EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH HAVE LAWN AREAS.
' , MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES SMALL E: REMOVED
ACT
ALL FENCES
BY THE CON. MAR R AND IMeEDIATELY REPLACED AFTER TRENCH IS BACKFILLED IN THEIR
NOTIFY � SO, Y. R
ORIGINALgSITIO HECONTRACORSHALL ON EASEMEN OWNER ORRIGHTFWAY.
AT LEAST 2 IN ANY oa+E
ALL CDNSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS RIGHT-OF-WAY OR
FRANCHESE SHALL BE CONFINED TO IME LIMITS JF SUCH EASEMENTZ, RIGHI-OF-WAY OR
FRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS 10 CAUSE THE LEAST AMOUNT OF
4TRACTOR
SHALL SCHEDULE
DDIST $p TCE AND A MINIHES U OSSM AMOUNT OF NT AGE'SHALL CBE
M LEFT OPEN OUR NGWEEKENDS
WOWOR HOLIDAYS, AND TRENCHES SHALL NOT BE LEFT OPEN FOR MORE THAN 48 HOURS.
OAMAGE TO EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM
1 DEWATERING AHD/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SMALL BE
RESTORED TO ITS ORIGINAL CONDITION OR BETTER, THE ORIGINAL CONDITION SMALL BE
ESTABLISHED
CONSTRUCTION. BALLSCM PHOTOGRAPHS
SHALLARBE DONE 1EN 0 THE M SATISFACTIONL OF THE PROPERTDE PRlOr Y
tOWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR. of
D.
I ET--ACE OF THE
L STREETS DA(T WILL RAVELLDS�S)U USED BY HIM IIF IDIWAGEU.RESTORATION OF
' IN THE EVENT THE CONTRACTOR DOES NOT TH HAVE LABOR TAR SHAL OR MATHE ERIAL
IMMEDIA INFORM TTHE
AVAILABLE TO MAKE NECESSARY REPAIRS,
OWNER
IKE O B THE R L MAKEECTKE NECESSARY REPAIRS AND THE COST OF SUCH REPAIRS
SMALLBE
SP 12 ReviStd 1164
0 0
7-1.17 UTILITIES AND StwjLm FIICILITI« --------
LOCATION
ARE INACCOR ODANCENSWjTTH THE BESTI A AIIWE I THE PLANS ONFORMATION WITHOUT UNCOVERINGoLINo TIAND
MEASURING. THE OWNER DOES NOT GUARANTEE THE SIZE AND LOCATION OF EXISTING
FACILITIES.
17 SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL PUBLIC AND °RIVATE ,
COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE
CONSTRUCTION DRAINAGE, SANITARY SEWERS,A. THE NTRACTOR I HT
,, STREET LIGHTS, AND T TRAFFICCONTROL CITY OF RENTON WUNDERGROUND '
UTILITIES ARE NOT A PART OF THE "ONE CALL" SYSTEM AND MUST BE CONTACTED
SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
IF, IN THE PROSECUTION OF THE WORK, IT BECOMES NECESSARY TO INTERRUPT EXISTING 'SURFACE DRAINAGE, SEWERS, UIDERDRAINS, CONDUIT, UTILITIES, SIMILAR UNDERGROUND
STRUCTURES, OR PARTS THEREOF, THE CONTRACTOR SHALL SE RESPONSIBLE FOR, AN[) ,
SHALL TAKE ALL NECESSARY PRECAUTIONS TO PROTECT AND PROVIDE TEMPORARY SERVICES
FOR SAFE. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, REPAIR ALL DAMAGE TO SUCH
FACILITIES OR STRUCTURES DUE TO THIS CONSTRUCTION OPERATION TO THE
SATISFACTION
BE
REPAIRED BY OF THE
T UTILITY DEPARTMENT ATITCONTRACTOR''SS1 EXPENSE, OR BYL THE 'CONTRACTOR AS DIRECTED BY TIE CITY.
L" PUBLIC LIABILITY MO PROPERTY DAMAFx (REPLACEMENT SECTION) '
THE MINIMM POLICY LIMITS OF SUCH INSUR LGE SHALL BE AS FOLLOWS, ,
THE AMOUNT Of COVERAGE SHALL BE NOT LESS THAN A SINGLE LIMIT OF $500.000 FOR
BODILY INJURY INCLUDING DEATH AN" PROPERTY DAMAGE PER OCCURENCE. IN ADDITION, '
AN UMBRELLA INSURANCE COVERAGE Of NOT LESS THAN $5.00O,000 SHALL BE PROVIDED,
WITH THE OWNER AND ENGINEER THE NAMED INSUREDS. THIS LIMIT SHALL APPLY 10
COMPREHENSIVE GENERAL .IA13IL17Y INSURANCE AND VEHICLE LIABILITY INSURANCE. '
THE CONTRACTOR SHALL FURNISH THE C11\ WITH SAIISHACTORY PROOF Of CARRIAGE C-THE INSURANCE REQUIRED.
t
7 HAM GENERAL SAFETY REQUIREMENTS (ADDITIONAL SECTION)
THE CONTRACTOR SHALL NOTIFY ALL PROPERTY OWNERS ALONG THE CONSTRUCTION AREA, ,
BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL LOCAL POLICE,
TRANSIT, AND FIRE DEPARTMENTS BY MAIL PRIOR TO CONSTRUXCTION. NAMES AND 'ADDRESSES WILL HE FURNISHED BY THE OWNER. THE CONTRACTOR SHALL FURTHER NOTIFY
EACH OCCUPANCY IN fERSON A MINIMA OH THREE DAYS PRIOR TO CONSTRUCTION IN
FRONT OF EACH PROPERTY.
SP 13 Revised 3154
' Trams AID SIGNS "�c�Hl "-rTIONI
7�I.zx F�tkN 8.�+
' FLAGMEN, A'r
IC CONTROL �IADI7S
CONFORM O THE :.ANOARDS ESTABLISMOIN THE LATESTADOPTED EION OF THE
-MANUAL ON
UNIfOFi.H TRAFFIC CONTROL DEVICES.' pIBLISHED 8Y THE U.S. DEPARTMENT
OF TRANSPORTATION.
COPIES MAY BE PURCHASED NASMINCFROTON OT.HCE. SUPERINTENDENT
D ENTCOF DgC M NIS, U.S.
IIFL�N�NT
NT
PRINTING OFFICE,
' TRAFFIC CONTROL PLANS) APPEARING IN THE CONTRACT PLANS. E APPLICABLE. IF
THE CONTRACTOR'S PLAN OF OPERAT1FICA IDN OFIS IN LITHE CT WTRAfFITH iC CONTROL t PLAN TRAFFIC
CONTROL PLAN, W MAY PROPOSE
SHOWING THE NECESSARY CONSTRUCTION SIGNS AND BARRICADES REQUIRED FOR THE
ADVANCE Of D SUBMIT
T TIME T1 It SIGNS THE ENGINE
IEEECR FOR IL QUAPPROVAL AI1ED.LEAST TEN GAYS IN
50
THE STRIPING OF NO PASSING ZONES THAI ARE 10 [#_ OBLITERATED IN EXCESS OF FEET BY PAVING OPERATIONS SMALL BE REPLACED BY "00 HD1 PASS" AND "PASS WITH
TH
CARE" SIGNS. THE SIGNS SWILL BE LOCATED NOT LESS THAN Z FEET OUTSIDE THE
' USABLE SHOULDER NOR LESS THAN 7 FEET ABOVE THE EDGE RE CONTRACTOR PA SWILL PROVIDE.
UNLESS
OINERWISE SPECIFIED IN THE SPECIAL PROVISIONS,
POSTS AND BE MAINTAINED BY THE CONTRACIOR UNTIL CONSTRUCTION OPERATIONS ARE
COM'LETE. WHEN THE PROJECT INCLUDES STRIPING 1Y THE CONTRACTOR, 14- SIGNS AND
POSTS SHALL HE REMOVED BY HIM WHEN THE HD PASSING ZONES ARE RE-EST:.BLISHEO BY
M
STRIPING. THE SIGNS SHALL BE RETURNED TO THE CITY AND THE POSTS WILL BECOME
THE PROPERTY OF THE CONTRACTOR FOR HIS DISPOSAL, MEN 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 MEN 14 ND PASSING ZONES ARE RE
ESTABLISHED BY STRIPING.
' THE CONTRACTOR SW".LL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES,
GUARDS, FL I,*N, AND EQUIPMENT, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN
ORDER TO PROTECT THE PH�BH.IC AT ALL TIMES FROM INJURY AS A RESULT OF HIS
OPERATIONS. IF THE CONTRACTOR SHOULD FAIL TO MAINTAIN SUFFICIENT LIGHTS AND
BARRICADES, IN THE OPINION OF THE ENGINEER, THE. CITY SHALL HAVE THE RIGHT TO
PROVIDE THESE LIGHTS AND BARRICADES AND DEDUCT SUCH COSTS FROM PAYMENTS DUE
THE CONTRACTOR, WOW SHALL BE iESTiiUC1URED, TEE ORDER OF WOW MODIFIED, THE
HOURS OF WORK MODIFIED OR THE WORX HALTED ALIOGEIMER AT THE ENGINEER'S
ACI IUN
DISCRE110N MEN THE ENGINEER FINDS SUCH A COURSE OR COURSES OF I AND
NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, AND
WELFARE.
ALL SIGNS REMOVED SMALL BE SALVAGED AND DELIVERED 10 THE CITY YARD.
TRAFFIC MOVEMENT SHALL BE HEREIN DEFINED AS APPLYING To BOTH MOVEMENT AND
PEDESTRIAN TRAFFIC. "ING ALL PHASES OF CONSTRUCTION,
BE MAINTAINED AS NEAR AS POSSIBLE. ALL
REASONABLE ACCESS SHALL BE MAAINTAINEO AT
ALL`TIM O 10 PEN ADTOACENI OA
IC CURING PEA!( TRAOUTSIDE FFIC PERIODS, 30F IK Y TO e:30 A.M. AND
' 3:30 TO 3:00 P.M.
SP 14 Revised 3/84
NO NOW SMALL BE DOFF ON OR ADJACENT THE ROADWAY UNTIL ALL NECESSARY SIGNS AND
TRAFFIC CONTROL DEVISES ARE IN PLACE.
THE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION SIGNS
SNAIL BE INCIDENTAL TO THE PROJECT AND NO COPENSAIION WILL BE MADE.
7-1.23E MI CONTROL. (AWITIONAL S CTION)
THE CONTRACTOR SHALL PROVIDE A MINIMUM I,500 GALLON CAPACITY WATER TRUCK WITH
A PRESSURE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE STREETS SMALL BE
CLEANED OF DUST AND DEBRIS AT THE END OF EACH WORKING DAY. IN ADDITION, THE
CONTRACTOR SHALL PROVIDE SPRINKLING, AS NECESSO , TO ALLEVIATE DUST NUISANCE 1
OR AS DIRECTED BY THE CITY. ,
j, 24 RIGHTS OF WAY tADDITIONAL SECTION) '
THE CITY SHALL OBTAIN ALL EASEMENTS AND ACCESS PERMISSION NECESSARY 10 'HE
CONSTRUCTION OF ALL IMPROVEMENTS LOCATED ON PRIVATE PROPERTY AND PAY ALL COSTS
OF THE SAE, COPIES OF ALL EASEMENTS AND ACCESS PERMISSION WILL BE PROVIDED
TO THE CG"'TRACTOR. THE CONTRACTOR SHALL PERFORM ALL WONX ON PRIVATE PROPERTY
IN STRICT COMPLIANCE WITH THE 1ERM5 AND CONDITIONS OF IHE EASEMENIS AND
RIGHT-OF-ACCESS DOCUMENTS.
7y2—B ffLO'AEHT MWFNTNGS (REPLACEMENT SECTION)
ENTIRE SECTION, OF STANDARD SPECIFICAIIONS ON EMPLOYMENT DPENINu'- IS DELETED.
t
SECTION 8
0-1.03 FItM&SS SCHEDULE (REPLACEMENT SECTION) '
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND BEFORE THE FIR51
PARTIAL PAYMENT IS WADE, THE CONTRACTOR SHALL DELIVER 10 THHF. ENGINEER, AN
ESTIMATED CONSTRUCIION PROGRESS SCHEDULE IN FORM SATISFACTORY 10 I/E ENGINEER,
SHOWING THE PROPOSED DATES OF COMHEMCEMENT AND COMPLETION OF EACH OF THE
VARIOUS PAY ITEMS OF WOW REWIRED UNDER THE CONTRACT DOCUMENTS AND THE
ANTICIPATED A)4DUN1 OF EACH MONTHLY PAYMENT THAT WILL BECOME DUE TD TILE
CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE CONTRACTOR SHALL '
ALSO FURNISH PERIODIC ITEMIZED 1511MATES OF WOW DONE FOR THE PURPOSE OF
MAKING PARTIAL PAYMENTS THEREON. THE COSTS EMPLOYED IN MAKING UP ANY OF THESE
SCHEDULES WILL HE USED ONLY FOR DETERMINING 111E BASIS OF PARTIAL PAYMENTS AND '
WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS 10 OR DEDUCTIONS FROM
THE CONIFACI.
SP 15 Revised 3/&t
1
' SHOULD 11 BECOME EVIDENT AT ANY 1DE DURING CONSTRUFTION TWAT OPERATIONS WILL
OR MAY FALL REMIND THE SCHEDULE OF THIS FIRST PROGRAM, TH- (ANTRACTOR SMALL,
UPON REQRESI. PROW7LY WWII REVISED SCHEWLES IN THE SA* FORM AS SPECIFIED
HEREIN, SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, AiKkD LABOR FORCES OR
WORKING SHIFTS, NIGHT NOW, ETC., BY WHICH TIME LOSS ►1— W HADF JF, Ato
CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICA"'• OF THE OR1F"NAL
SCHEDULE WAS KEN SECURED. FURTHER, IF AT ANY TIME A POR-10N OF THE Aa-FIE0
SCHEDULE 1S FOUND TO CONFLICT WITH THE CONTRACT PROVISION-, " SHALL. jPm4
REQUEST K REVISED BY THE CONTRACTOR AND THE WOW SHALL t 'R
' COMPLIANCE WITH THE CONTRACT PROVISIONS.
PAN%f NTS Of Ato 1UITHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS WADE
' ANL UNTIL AN APPROVED MODIFIED SCHEDULE 'AS BEEN PROVIDED BY THE CONTRACTOR
WAY BE WITHELD. EXECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF
CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN OBLIGATION
OF THE CONTRACT.
' a -wCONSTRUCTION CONFERENCE (ADOITIONA' SECTION)
' PRIOR TO THi START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTOR, UTILITY DEPARTMENT, TELEPHONE COMPANY, AND OTHER INTERESTED
DEPARTMENTS SHALL AIIEN0 A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PUKE, AND
DATE 10 BE DETERMINED AFTER AWARD OF THE CONTRACT. SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAI MAY K INCURRED. THE TIME, PLACE, AND
' DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE.
' §=LQe NOTICE TO PROCEEQ AND PROSECUTION OF WOK (ADDITIONAL SECTION)
THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON AT LEAST 48 HOURS PRIOR TO
COMMENCING WORN. THE SANE NOTIFICATIONS SHALL BE PROVIDED TO THE POLICE AND
FIRE AUTHORITIES AND THE SCHOOL DISTRICT WHEN WORKING WITHIN A ROADWAY
RIGHT-OF-WAY. THE CONTRACTOR SMALL ALSO NOTIFY PROPERTY OWNERS ADJACENT TO
THE CONSTRUCTION AREA, INDICATING THE DURATION AND PROPOSED TIME OF ACCESS
1 CLOSURE TO THEIR PROPERTY.
1 0-1 05 TIME OF COMPLETION (AUDITIONAL SEC?ION1
THE CONTRACTOR IS EXPECTED TO OiLIGEN'LY PROSECUTE THE WORN TO COMPLETION IN
ALL PARTS AND REQUIREMENTS. THE w)JECI SMALL BE COMPLETED WITHIN THE 11ME.
' NOTED IN THE CALL FOR SIDS.
' SP 16 Revised 3184
t
PROVIDED, HOWEYER, THAT THE CITY COUNCIL SWILL HAVE THE RIGHT UPON REQUEST OF
THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON. WASHINGTON, TO EXTEND THE TIME OF
COPPLETION OF SAID WORMS. NO EXTENSION SHALL BE VALID UNLESS THE SAME BE IN ,
WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EXTENSION BY THE SURETY ,
ON THE BOND OF THE CONTRACTOR. TIME LOST IN REPLACING IMPROPER W( OfA
MATERIAL SMALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR FOR CLAIMING AN
EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND SWILL NOT RELEASE THE '
CONIRACTOR FROM DAMAGES OR LIABILITIES FOR FAILURE TO COMPLETE THE WORK WITHIN
THE TIME REQUIRED,
RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S BIRTHDAY,
WASHINGTON'S BIRTHDAY, MEMORIAL DAY, JULY 4, LABOR DAY, VETERANS DAY,
THANKSGIVING AND THE DAY FOLLOWING, AND CHRISTH11l:, EVE AND CHRISTMAS DAY. THE
DAY BEFORE CHRISTMAS SWILL BE A HOLIDAY FOR CITY EMPLOYEES '.'AEN CHRISTMAS DAY ,
OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRIST}MAS SMALL BE A HOLIDAY FOR
CITY EMPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY, W ONESDAY, OR TH1RSDAY.
WHEN CHR7 STMAS DAY OCCURS ON A SATURDAY, THE TWO PROCEEDING WORKING DAYS SWILL
BE OBSERVED AS HOLIDAYS. MEN CHRISTMAS DAY OCCURS ON A SUNRAY, THE 100
WOWING DAYS FOLLOWING SHALL BE OBSERVED AS M^' TDAYS.
ALL REFERENCES TO RECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE 1
DELETED AND VOID.
B i 09 LIQUIDATED DAMAGES (ADDITIONAL SECTj-0Nj
THE LIQUIDATED DAMAGES C.: NOT INCLUDE, AND ARE IN AUU11ION TU, DAMAGES FROM
CDSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COLPT COSTS INCURRED ,
BEYOND CONTRACT CDM:_LTION DATE. THE COST OF ADDITIONAL INSPECTION AND
SUPERVISION SHALL BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT
FOR OVERHEAD. '
8.1 11 OVERTIME WORK BY OWNER EMPLOYEES (REPLACEMENT SECTION)
WHEN THE CONTRACTOR PERFORMS CONSTRUCT ION WITRK OVER THE ACCEPTED 8 HOURS PER
DAY OR 40 HOURS PER WEEK, OR ON ANY CITE HOLIDAY, AND THE WORK REQUIRES
INSPECTION, THEN THE CONTRACTOR SHALL REIMBLRSE THE CITY AT THE RATE OF S50
PER HOUR, THE CITY SHALL HAVE THE SO-E AUTHORITY IN DETERMINING THE NECESSITY
OF WAVING THE OVERTIME INSPECTION, AND SNAIL NOTIFY THE CONTRACTOR OF INTENT
AND SAID COSTS WT'- RE DEDUCTED FROM MONIES DUE THE CONTRACTOR ON EACH MONTHLY ,
ESTIMATE.
$1 12 CONTRACTOR'S 'LANT AND EQUIPMENT fREP._ACEHAENt SECTION) t
THE CONTRACTOR ALOf.E SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY,
EFFICIENCY, AND SUFFICIENCY OF HIS AND HIS SUBCONTRACTOR'S PLANT AND
EQUIPMENT . THE OWNER SHALL HAVE THE RIGHT TO MAKE USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WOW
SP 17 Revised 3184
iTHE USE OF SUCH PLANT AND EQUIPMENT SMALL BE CONSIDERED AS EXTRA Wow AND PAID
FOR ACCORDINGLY, .
iNEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT NM TIME, FOR
THE SECURITY U THE SITE FROM THE TIFF CONTRACTOR'S OPERATIONS HIM COMMENCED
i UNTIL FINAL ACCEPTANCE OF THE WORN BY THE ENCINEER AND THE DIRER. THE
CONTRACTOR SMALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING, 90RICADES, AND
WATCIMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC SAFETY AND FOR THE
PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE OWNER WILL BE
PROVIDED KEYS FOR ALL FENCED, SECURED AREAS.
i 4-1,13 ATTENTION TO WOW (REPLACEMENT SECTION)
THE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION 10 AND SHALL SUPERVISE THE
WORD TO THE END THAT IT SMALL BE PROSECURED FAITHFULLY, AND WHEN HE IS NOT
i PERH;ONALLY PRESENT ON THE WORN, HE SHALL AT ALL REASONABLE TIMES TO
REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO
EXECUTE THE SAME, AND TO SUPP'_Y MATERIALS, TOOLS, AND LABOR WITHOUT DELAY, ANO
i WHO SHALL BE THE LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE CONTRACTOR SHALL
BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS DELIVERED TO HIM OR
TO HIS AUTHORIZED REPRESENTATIVE.
i
SECTION 9
i
9 1 01 MEASIKWNT OF QUANTITIES (ADDITIONAL SECTION)
iALL DELIVERY TICKETS THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR PAYMENT MUST BL HECEIV'.D BY THE ENGINEER AT THE lIME OF
DELIVERY. NO PAYMENT WILL BE MADE ON TICKETS TURNED IN AFTER DATE OF DELIVERY
OF MATERIAL.
A. BY TRUCK
PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH 00 NOT -HOW TYPE OF
MATERIAL, GROSS WEIGHT, TARE WEIGHT, TRICK NUMBER, DATE, AND INSPECTOR'S
INITIALS.
SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS
POSSIBLE.
EACH WEIGHT STATION SMALL MAINTAIN A RECORD OF THE TRICK MMER, TIME,
DATE, AND WEIGHT Of ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT. THE
i WEIGHT LIST SMALL HE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY
TRANSMITTED DAILY 10 THE CITY BY THE SCALE AITENDART, IN ISOLATED CASES
WHERE SCALE "TIGHT IS NOT AVAILABLE, THE INSPECTOR SMALL MEASURE THE
iTRUCK VOLUME AND CERTIFY AS 10 ITS FULL LOAD DELIVERY.
iSP Is (bV1sM 3194
� � 1
S. BY OTHER MEANS i
METHOD FOR MEASUREMENT AND PAYMENT FOR MATERIAL BROUGHT TO THE SITE BY i
ANY OTHER MEANS WILL BE DETERMINED BY CONIRACTCR/OWNER AGF EMENI BEFORE
AWARD OF THE CONTRACT.
9-1,03 SCOPE OF PAYMENT (ADDI110NAL SECTION) i
ALL COSTS AND EXPENSES FOR ITEMS OF WORK, EQUIPMENT, OR MATERIALS, INCLUDING i
INSTALLATIONS, NOT IDENTIFILO AS BID ITEMS IN THESE SPECIFICATIONS SMALL BE
INCIDENTAL TO THE PROJECT. NO SEPARATE PAYMENT OF ANY KIND WILL BE MADE FOR
THESE INCIDENTAL ITEMS.
1
9-1.098 OWMER'S RICHT TO WITHHOLD CERTAIN.AMOUNTS (ADDITIONAL UCTIDN)
PARTIAL PAYMENTS ON ESTIMATES Kl, BE WITHHELD UNTIL A WORK PROGRESS SCHEDULE,
AS DESCRIBED IN SECTION 8, HAS BEEN RECEIVED AND APPROVED.
IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE REQUIREMENTS i
OR SPECIFICATIONS, THE CITY IIAY 4AVE THE OPTION TO ACCEPT SUCH MATERIAL OR
WORKAANSHIP IF THE DIRECTOR OF P'jBLIC WORKS DEEMS SUCH ACCEPTANCE 10 BE IN THE
BEST INTEREST OF THE CITY, PROVIDED THE CITY MAY N" ,UTIATE PAYMENT OF A LOWER i
UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
1
i
1
i
1
1
i
SP 19 Revised 31B4
1
1
!
!
!
i
! TECHNICAL PROVISIONS
1
!
i
i
!
i
i
i
i
TECHNICAL PROVISI'iNS
I Y.DE.X
SECTION:
SECTION 5 CONTROL OF WORK
1.05 CONSTRUCTION STARING
SECTION 12 CLEARING AND GRU95ING
12.3 CLEARING AND GRUBBI'-C
12.3.02 CONSTRUCTION DETAIL,,
12.3.03 MEASUREMENT AND PAYME!rr
SECTION 23 CRUSHED, SURFACING, BALLASTING, AND STOCKPILING
23.1 DESCRIPTION
23.2.02 BALLAST
23.3.04 DEPTH OF LAYERS
23.3.15 WATER
23.5 MEASUREMENT AND PAYMENT
SECTION 52 REMOVAL OF EXISTING STREET IMPROVEMENTS
52.2.0! GENERAL.
52.2.03 REFMIVAL OF ASPHALT CONCRETE PAVEMENT
52.3 PAYMENT
SECTION 54 PAVEMENT PATCHING
54.1 DESCRIPTION
54.3.01 GENERAL
54.3.03 RIGID TYPE PAVEMENTS RESURFACED WITH
ASPHALT CONCRETE
54.3.04 ASPHALT CONCRETE STREETS ON GRANULAR BASE
5143.06 INCIDENTAL WORK
54.4 MEASUREMENT AND PAYMENT
SECTION 72 PIPE AND FITTINGS FOR WATER MAINS
72.1 DESCRIPTION
72.3.01 PIPE
72.3.01A DUCTILE IRON PIPE
72.3.01 FITTINGS
72.3.02A DUCTILE IRON PIPE
SECTION ;3
TRENCH,AND EKCAYATI!1N, FOUNDATION, BEDDING,
EACKFIII FOR WATER MAINS
73.2.04 BAN[ RI!N
73.9 GRAVEL FDA TRENCH
73.9.01 EECAVATION BACKFILL
73.3.L" GENERAL
,3 3 D7 EXISTING UTILITIES
73 9 07A TRENCH EXCAVATIOR
73.3.09 :OCR EXCAVATION
73.3.10 REMOVAL AND REPLACEMENT OF UNSUITABLE
73.310A BEDDING THE PIPE: MATERIALS
73.3.11 RFGIC VIPE
73 3 12 BACKFI ,.ING TRENCHF.S
73.4 COMPACTION
73.4.03 MEASUREMENT
73.5 RANK RUN GRAVEL FOR TRENCH BAYlIE1F7 BACK F'1 LI.
73.5.04
73.5,0E BANK RUN GRAVEL FOR TRENCH CRUSHED ROCK FOR TRENCH BnCKEIiI.
B ECTlpN 74 BACKEI tI
PIPE 1NSTALIATION FOR WATER E,V NB
;4"
1' 7 AL"GNMENT
1 02 CONSTRUCTION
.2.09 HANDLING OF PIP,
4.2.09A TOMNBCTION3
74.2 1t Q EXISTING MAINS
74.2.12 HYDROSTATIC PRESSURE TEST 6 LEAKAGE TEST
74.2.12E O]SIEESECTION \)F WATER MAINS
74.2.12P REQUIREMENT OE CHLORINE
74 7 17 DECHLORINATION
74.4 CONCRETE BLOCKING
74.4.02 PAYMENT
SECTION 75 PAYMENT - BLOW OFF ASSEMBLY
VALVES FOR WATER MAINB
75.2.03 GATE VALVES
75.2.0A VALV;'
74.3 BOXES
75.4 IMSTA:LATION OF VALVE,
PAYMENT
SECTION 77
FIRE HYDRANTS
77.7 MATERIALS
77.
77.2.02 MATERIAL FOR HY 02.06 CONNECTIONS
END C ORANTS
7 T.07.p0NS
77,3 SIDEWALK FLANGE CONSTRUCTION
77.30; CONSTRUCTION DETAILS
,-, 3:01' SETTING HYDRANTS
7,.5 HYDRANT CONNECTIONS
PAYMENT
SECTION 7@
SERVICE CONNECTIONS
78.1GENERAL.
78,3 CONSTRUCTION