HomeMy WebLinkAboutWWP2700350 (2) ,\
J
START
Of ROLL
OF Rd�
THE CITY OF RENTON
MUNICIPAL BUILDING M Mql AVE ED. RENTON.WASH.IOU
Vic
RARWA y. SMINFXN, MAyDa MAXMIE EVICTOR.CITY CLINK YP"A/
GUIDE SRSST
Nara of Department
Titl► of Record
Reel vo, r?'
Date of Records
9eq4 nniny File y I Q c • A-kA. Li�
r c e y STv� o�-,il
Sndinq
Date of Reoords
Date Ricrofilead DDCM@At Qmm
Camara _", - _3`/O ( Rsduction Ratio SZL X
Operator
Remarks
Film Inspected By Date
Inspection Results
OF RFC
J
Q � THE CITY OF RENTON
�
MUNICIPAL WILDING 100 MILL AVE SO RENTON,WASH MOSS
.es
BARBARA Y, SKINoOCK. MAYOR • MAXINE E MOTOP,
e CITY CLERK a (206) 23a-2500
1rE0 5E P
CITY OF RENTON )
COUNTY OF KING )
STATE OF WASHINGTON )
1, being duly
sworn on oath depote an say:
That the documentu and papers appearing on this
roll of film were done in normal course of a working day
and documents are true and correct copies of the originals.
That the microfilming of the papers and documents as afore-
said was done pursuance of, and in conformance with provisions
of the statutes in these cases made provided fur as they
appear in RCW 40.10.010 of the Revised Code of Washington.
c
t�Q' UIL, r.fLC
(Signe
Subscribed and sworn to before me this day of
19 qL
Notary Public in n� oche
State of Washington, residing
in King County, Washington.
�, � /
, � �� �
/' �
•
i � ` .
1
e 1 �
r
BEGINNING
OF FILE
FILE TnU
on4rA.e4-
AWARDED Contrac No.CAGZLAj---lj';
tT/C'1 ,E;nr � i _DAVST. 1"f
N
1
1
1 BID PROPOSAL & SPECIFICATIONS FOR
1 KENNYDALE SANITARY SEWERS
f &
1 1983
1
1 SANITARY SEWER REHABILITATION
1
1
CITY OF RENTON
' PUBLIC WORKS DEPARTMENT
MUNICIIAI EUIl01NG. 100 M41 AVE 5
RENTON, vm5N. W053 • 120,1235 2431
.. •*� i"" �� R�.,. _l�''� .Y l�c'Y�e :��....wry.af. ,[r�..�,rT�'_ ��y i
I, 1 la
. a f� ..M. 1 •..
., .. i•iC° w r I _. .. - rxra [yam
� lrr�0� ::� � �.r�_ `�U�[w 'Lill uiw•$"1."Y a'.
f y ��( � Ip Iw�1 •r IN R. 1 ass !.
•
' • �� u r
-.•• r•• :•. :/ , '�1 � �...W...--ma's
n_
\ n w
�\1 ,`+ 1, r r r � (�• J. , - .'�, 1 I
r �r
� W
ca
71
to
' IM • r.P I '
�A X i. I v �.f
LOCATION MAP
40 SCHEDULE A
j
z, jii % ¢ r m
W
s•t, t � J
VT
la
or
fry=i:,.Li•�S � j A - . s r
F i a
tw•
� r
rfiiili,r�li■i°"ice �iii
gccX�
WIN
Oorreoo i Slack, Ian. CMMAMIn A POIIMMIS QGVIF*%Kf
P.O. Bor C-U701
Seattle, WA 961+4
-_�....______. lul • B._t' sM IMF
TORD ODWSUOCT: A C M1Ud wtgta
P.O. Bor 5036
Rent, WA 9ROi1
'•u.nsareiry NMO�'waiwliair a\�b'w Ww/rsr fa.w�weliiww'�-:'�rwl�w. I�lali4�.�'im n�WwwlW wr.r
'.l aarll a Mlw M.i11yA NIII rMFli b Mall W laMlN IIM 9\ii/a Mf MfM`.M aMMa Maio r Ilw MM1ra�av1M0 MIM1n a wbn.1 b M M
Ir mt,VM.hlll\11\W lW1iM0 a WI PMIi\
+n N� f.+1.N�WM1kW 1 h4 Y4iafIN
1 I. r.ti O.�l �wlh• T �yR4.11
___ ___ __ • WR..1
6e11tW IMMa11F
A 31Ivwrwlwal Rw w MISS ♦� ad••'•w""• \ !M I . �M
y ,. l•' :raMrnnx .aonny.ava.» \ � I f lid
X r
X .w .n..f:.x-, rlallr-wya,n,nw
b X 'W aNYI� Y.Y"• Ma14HAbFMKI 1 \
�Y MiN 6
.3-M !'11M0 1
X
X m Mum
X V4yi;N>1Ct'nlM�
X rAfNYry rwaroY !
Y 1
1.1 IMBIITY
R X OC !'SLIT 6-3-66
WORktRS fOMPtNS�T10N
.Na
tNptat€leas uaslury
aTIFR
Rat Rsmp•dale Sanitary Sever Job
Certificate Holder to stave " Addittnnal Insured.
,ocaamt XX
ritf f Renton Augoet 9, 1993
I'..lic Works Deportrent
Municipal Building
Renton. NA 98055
Stanley Ra"rlck
'a
Ot dN aeF M _.t�_—.lnkon m.t>••aooWtr eatrw
•ftd known to m•ro la WA"nd,-,dual daxn4ed m•od wM•.«uwd W ro T•known.
h trrw f0009O,M TabwnaM.W•Nouawt•ddad tO,w that N e-ecund
Or mnmd.an Impost
' ----------- --- --4
--------- ------
1st
Oswhh et
On MO__. tieY M tt�..W tOt•m•FMtonalrr uTe
--.---- ro nro kM stood know",to tM
w oe a m otw of dw f,rm of _
dtxr,had,n n,d who e-ec,.t•d tM torN"4,mnmmnt.W M th#o,,, n ackMwl•dW ro r that N ,K,,d Ma tatty a W for tM
act 4W iep of u,d hrm.
Of COmT,t4tl,•apse
_ __
- �.
__________________ W�. _C
Sun of
all,
Cnuoh at_„
On th,t d"M .�.�,_. 1�_,Mftaro try MrtfmtlN eatrle
— .----- ,ro rM krrown.
"fro ke„t kv"(1ulr,worn.d,d d000ta and 1,that M,t WA_ _
'do taeorN�on d•ter,oad m W wMtlh Im•Fulp VIe fAon,nwmtwnt.that M knowt tM t•N of u,d<ayeration,that qw nal afl,.p to
tkM mt VutNnt,/wah:oroaan roar;that it rat ro afliap or otd•r of the taoud of Doectort of u,d Corsarahun,&%I that he 4gw4 h,e
"wow tMato ar hke t rda.
Of,CanTh,~•.o„
. __ __ _ ..-_
h at
,Sun of Was non -
CptnhM Kona _ a
On What de•of .19 Defoe that peotahalh taYrt•
b rN known.wka.Ee,M th m•dutY tpn,di0 drooM W tar that
he it an 4"WooY,n fart o/_.._._, :n• •�ati Drat F 1't jnsuran.'w Cnnn anv _
dro corr+o'N,on de.c.,ped m W wah ah"loutp Ow w,Whm,netfrtm•nt,that M krowe droraxoorata teN of a4d mrpan,en,that Ww waf
�OfDtp to the hw th,o,oj,,,Mn, ,Ch cwft,&t•MN.W What M 4rfMd*4.a4injuuIj tnd AIM-p tN Y-d wal n attprMY'n Fart
YN hthadY of tM Board Of OlmtM%Of wd corowat,on W a,wew.,V Of dhu oN,ea WhdM the Standuy Af,ou,Ont 1Nrrof
w yam M.ao Impost k-1S-IS — r)--)s_(� -. 11,f4 C_.
t flu,WTM POWER OF ATTORNEY
International Fidelity Insurance Company
momor[xt I$CNuww aTnen
NEWAl1E.NR7 JZWY Wtw wND No
t
W ALL YEN EY THESE PRESS NTS That InwrmetbnJ ratably tsraan rompmy', a cap" Me wpUaes sas 06*4 was as
���FFF Oe SUN of No.laaay uF b+uta IN MvyF4 oft•*an till flty of Ne+ark,hall.J.,.eom tells,coywniaw W yt eat
William C. Nelson, Y.C. Nelson, Jr. Robert M Carlton, Steve lateen
Helen R.Newlan, Joseph (..Ruthann, Janes E.Einder, Teresa L. Me Connell
Seattle, Washington
we Uaall N,orn,yfUndut be,lama,aaa lid -Sam TO,find on na behalf Y aNty.an, na N bond,uJ undenakmw.eon Neu or
VA a ,+snapW oPtw anwe1 y ON Italy,e ,.NA we.,mayhe�ICNA,.,,on,d Or p,mYlud lie III IWNN,Off4 nµ{aI
w e1hs.Ya,aed W MY.utge W Maa Wtruow.0.)w pteNMe of thee,"anon,NYI N Y bndmF upon the wd Imemalwael Fiewo,
"Mass CYFasy M Wy eM w+NY.le N tew,b aM pur♦,naw,At if at"a,had been duly eaeuwd and ack.Neared by as re"Tty anl,d
M Me PMGIW am".
Fa.w of Atta a aacvgd ..it may ti cw U6e4 to and may be n"Aid.pu.1,Nand by to Obn"of 4".te Selo .,ON Sky.
haweNpYdb Me aardol DuemnurUwrN,wmJ FgehtY lnaunnN CompnywameetW:aS,d enJ Nld an tie;yN day ofDeemM Iald
heaa•at of any Yae head-O' [natty••YKI he--'-? Ssahtaay Of AwoLnt SWMWY.Oal'%Re p'a"and authority
�1) To apporM AtrwnyamYl,Ma to W111,1 ne tbm to fame on bailiff of the romp,) and"tnh theSaSI a the Canpany 0""o
ea ,
beodt and und Skinp.conlnLn of mdema,N end.vMr wntote obkploq n the nemre therwd am.
I) To manna w ant fun e r meh Alto nt,io dwt,rid n•oae the auOw�ay•y,n
w,Oe b+at of An Dent a ttEn,d and aWb by fnauntle prnwn'to y,wluhon of 1M Sued WDun-AVI o1 Yid rowpa, ad,pled aI
and b a
"I lined id nn the at.day d Fabn let.10T1 of lame, fdto•nd u,1yv,ea,vrN
Nee tAaef lie rht,Ipoalm M rc►o:n.+a rid Ne eA M M.fonpaay may he Stiffed to any bch poe,of atlnmry Of any oindkof Main$
o by Nwmat,and any tech poll"of,homey w<aufuac bean,"sah Fa.'um0a Nan:urw ar Imunde wa,hail N+abd bd bteanE apnn
fwnpnl eJ a,y u:h pea"n anv l,d and nrteMd by fwwn is ytMu,n a-d fewnde eeY AWN•lid and bodies upon In,fompa",a
hNy,anh'eynt to anY bond w undenakmt to rW<h a w ubcha:�
' IN TESTIMONY WHEREOF, Iatenaennd y,Uhq IYYNnN rompny%a,,.,vd 1%1%wt,umenl to be upnw and
itLtwpowte eel to"aMued by R,amhorw•A of•na,My,fit
``�Lllr
6fAl day of May A n taF:
1104
.�Na
SU TIT 01,� RSFV
NEW .� • � feunullY of Fee Easuu+c ell..naJrm
s
On Had,In day,f May I aa:,befnw me:ame Or mdn+duJ aho•oeuud tM en Jmp nmumeny,to eo pwYaa3,
I,a N Mop by m,dWY a•tin.Sea IN,M w yM Oa"n Js.nbed and,wAuvN,dfce 9 tb NninaonJ F Webq Irueuma(.rmpnr.
w w afh„d to tea wwnea a yM fop rat Sri of YN fompny Ibt tb Ind c pmn•SW and w,e e,wa+m dWY JIYW by
of Ja MFN er benean of wd coml+nY
IN TIST114ONY WNE AFOF,1 bah ballot.we my hand and afMed my Of oa Sea,
OTAR �, ,,the CH,of Ne+wk.N,•)UN,the dry and Yaw Mt aloes antba,
of
Nwwy Fvbw
Jk ' fp Commaab.[api,rEpODQOtAr s' . ♦d
n...' Cl RTIFKA7 MM April 11, 1489
re atbempiad OfaM of IeeMnome" Fidelity IM+Neee W hWa►F eeHa1 ,rid that 1 hay,compuH 1►•foreaanp Ropy of the
N LS a LE NMI HE and the ,o of Me Swelea p1 tie Lain of ssN Csmpa., u NI fwh m rid Foe" of Att.m, •n►the
MAt3 ON ILE IN THE NOM[OFFI�I Or SAID COM►.ANY,FIN lbw Use Mlea an cwrwt tyaNanp,thew(.and of in, ahuN of the
eIl/ml•,and Me the has bate of Attorney W NOT Ease teao►ad aH a see is fall face and Nfrt.
TESTIMONY WHE REDS,I yeah hwauno lie my bed,hY day of is /=y^J
Now No. 017101
BOND TO THE CITY Of RENTON
,..' "OW ALL HEN BY THESE PRESENTS:
That we, the undersigned Ford Construct'on Company _
as principal, and International FidalirX Ina,n non CM", . corporation organised
and existing under the laws of the Stott of,yew derrva am a surety
corporation, and Qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations, as
surety are ,jointly and severally held and firmly bound to the City of
Renton in the penal sum of g 2S1,346,55---------- --_-.... for the payment of
which sum on demand we hind ourselves and our successors, heirs, adminis-
r tratora or personal representatives, as the came may be.
•' This obligation is entered into in pursuance of the statutes of the State
of Washington, the Ordinance of the City of Renton.
Dated at rent , Washington, this . Mly day of r -7`,1�-S
Nevertheless, the conditions of the above obligation are such hate
WHEREAS, under and purauant to Ordinance (or Resolution) No. 2295 providing
for Kemyjale Unitary Seb r• and ltat SAnitarjc Rehabilitation
which contract is referred to herein and is made • part hereof as though
attached hereto), and
WHEREAS, the said principal has accepted, or is about to accept, the said
contract, and undertake to perform the work therein provided for in the
manner and within the tit not forth;
NOW, THEREFORE, if the said Foul Construction Corm+any
shall faithfully perform all of the provisions of said contract in the
manner and within the time sin met for))nn or within such extensions of
time a,. may be granted and ,i n tle nd shall pay all laborer%,
ma r� a
mechanics, suhcont rectors and �--wa, and all persons who shall
supply said principal or subcontractors with provisions and suppplies for
r 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 carelessness or negligence on the part of said principal, or any sul•-
contractor in the performance of said work, and shall indemnify and hold
the City of Renton harmless from any damage or expense by reason of failure
of performance as specified in said contract or from defects appearing or
developing in the material or workmanship provided or performed under said
tcontract 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
otherwise it shall be and remain in full force ant effect.
' APPROVED as to legality: Fo r , N_
Approved: ._.... .. _ +� IVt
UED 01/14/03 CITY OF UNTON
K4wm6a VC•Na N Ni 5 nU{.CANr
[ 41E0.00 IINAIICE DIRECTOR
1•!!
Im.MN M.T\w\pp"¢a Wn Itl\CIIY OI RMIM O K<dOMc\.n1111M OtOd
\Wn.0 LIM V 9Y.IN..rwguw.on.CMOIM t.Coi\N Dawa DYCn1\K\\OI IM CIIY of AMldl ,
\nJ pew.to COtNpIY y�tn a11M tw�it\MIII\OI\\W dOK a1J.l::M\w{II\II IIIf1.\I COTpIY w11N
i111\r0 al MIW CIIY CJJ\\.DlpiMnCw�91\qli�•\0 MEVIMrona\ItWatC W.lO Ih W\wI\\\x
FORD CCN•TRUCTS"
:Et17 SE 27240
KENTV who 96031
ni
' 1
pETAp1 TO ORh.N CE11TIfYWR ^--+ _+�
p .tcsassus+raa arz=wx.-aasas=siamtcxtssasa
DEPARTMENT Of LABOR AND INDUSTRIES
iN19 CERTVIES"MY TKII P9.SON NAMED N9R90011 IS A901STl.ED\9 MOVI010 ST LAW i1 A
MYS/MTiONN�T_
-Ot IOtM•�1TSKN OM/O3le STATE OF WA9NINDTON
0 CONSTaOCTyIN 40 ,
Sol SO)
TE VA Is031 "l�° x
i L1oE,1.1Ii1i'-iil:iqotf721t11L:iftlliCli4.ilt`LKL3i!_1L
�—.— pETACN YO DIihAY pirNICAR --! _
1
' CITY OF VNrON
BID PROPOSAL AND SPECIFICATIONS
' Kannydals Sanitary Severs
and
1983 Sanitary Fever Rehabilitation
' INDEX
' Summary of Fair Practice•/Affirmativv Action Program, City of Renton
Scope of Work
' Inatructfona to Bidder
Call for Bid.
*Certification by Proposed Contractor/Subcontractor/Suppliet/ref. EEO
*tlnority and Warns Business Enterprise Participation
' *Certification of EEO Report
*Certification of Bidder's Affirmative Action Plan
*ton-Colluaion Affidavit
' *csrtlfication rot Assignment of Antitrust Claims to Purchaser
"Minimum Nate Forr,
slid Bond Form
*Proposal
' *Schodule of Prices
Bond to the City of Renton
Contract Agreement
EEO Compliance Report Sample Form and Instructions
Environmental Population Listing
Special Provi►lons
' Technical Provisions
Detail Shasta/Stsndarl
t
toctments marked * show must be executed by the Contractor. President and
' Vice-Prsaldent or Secretary it corporation by-lava permit. All pages must be signed.
In the event another person lies been duty authorised to execute contracts, a copv
of the corporation minutes establishing this outborlty must be attached to the bid
document.
t
CITY OF RFNTON
Public Works Department
' Renton, Washington 99055
M _ _
&=Iasi 00
' CM Or PSRrOR
JUNNARr Of PAIR PRACrIC1J POLICY
tADOPrV 82 M00tION NO. 1140
the poiisy of the City of Ro%**" is ea promote and *flord equal
ores,.!"! and terries to atl eitin*+a and to a@*ur* equal emP
went opportunity to 4I1 portent ro ardteos of roof, erred; so'or;
#thniettyl national ortg{n; eta to pr000noe of a non-,+ob•rt la tsd
Ayy#i ea t, s!"@*r , or ROR W hsndisaPl sgl; or waritat otatul.
his poiioy shall be bo@*d an tot priwaiplso of equal OwPtay.a"t
eppertuRity *%d affir **ivo aotten guid# twee as rot !oroh in
federal, stet* and Iota: .ova. At' depart"onto of the Ctty e!
Ronton Batt adharo to the fottoWing pid#:dRw
tIl {jtP'pYNiNt PRAC7tCt:�' - Alt aetiviti*e rol*ttng to •aploy-
wont i.1et"a!»r,utiwne. tftoot{on, promotion, tor.{"Otto+
and training *hail So eoRdue@*d in a no"-dtser{*&+story
' Renner. Ptraonnoi dooisioRa vi12 bt based ow ivdividua:
perforwem@*, otaffing retuiro"Onto, end in a*@*rda+@*
W, , govtrniRf Civil Sorviee Lava and the agreement
be$"** the C(tt of Renton and the Waehingto" State
' Cou"e{t of County and City I'mPlobtoo•
ill F� W • R" 4 N - rho City of
+ton W lcor#ra:. y w " a., organ antic+• Ord
' " "toot*%$ ours"food to Promote fair praottoof and !qua:
OpPortrntly in ORploy"#ur.
ftl dfIIRMA ttft AMlCR ���RO�Se�AR - the City of R#+ton Affirmarivo
et aw ograw YT2T f was"tad"od to fooMato oruitWo
representation Within the Cioy verAfores and to seeure
*gnat O"j.0 Rf"t opportunity to aiI. It stall be the
roopowttMet and auto of all City offtetsis and #"plate@*
' to tarry out the potteist, utdotinoa and #orreetive
"sour*# to see fort► by Shia Prompt". Cvrrootivo
empletownt Prograwt Rey ►* soabliallod byY the Naoor an
the Moo"Mndttion of an A!f{rmattvt Aetio" CORw{ttoo for
t the:* dopartasnst in whtoh a protooted *l*s# of #mP Imysoa
is nder-ropros#+eH.
fal },�j, ;, j; C#ntrAetrrO, Orbaoatr*Otors and
' arPpp oro son Wet Rr uHnoos With the City of Ra"tan
*hail a))fir" and or oori►e or the fair Prafot000 and ReR-
Diosrt.{Ra ti an fogs by law and to the
AffirRetiw Aet�ow ►rags+.
Copies of this Polley *Rail be distribut#d to OII Cis 1� *wptotaos,
•hail apppoor in 4t1 opperst{e"al dot"won to ti ow of the City, iweludi"p
bid #al 2s, and She,., be rrowi"o"tty dtoplayod in arprorriat! Not
' fa et2tetes.
COROOPRID IX by the City Counett of the City of Renton, Nu Ai"gtoR,
this 10* dell of Jvae lot#.
MY Or PRITAI Mrolf tttt COUNCIL?
/
tNoyer Conseil President
Atttet+
' toaued, July 10, 1972
n .,_. a Revised, Pebtua 1076
Almft(� R.vt @*e, Jwe 1, 1oa9tc
-citr Clark
CITY OF REhTOR
Kennvdale Sanitary Sewers
and
1983 Sanitary Sewer Rehsbilitation
SCOPE OF WORK.
The work involved under thr terns of this contract ocument shall be full ari
complete installation of the facilities as shown on the plans and in the
specifications; to include, but not be limited to, sanitary sever pipe, man-
holes, grading paving, fence installation and complete restoration of all
surface material so as n.:t to be a visual detraction. All work shall be as
set forth in the design drawings ^nd specifications.
' Anv contractor connected with this project shall comply with all Federal,
State, Countv and City codes or regulations applicable to such work and
perform the work in accordance with the plans and specifications of this
contract document.
1
t
1
i
INSTRIk:T10NS TO BIDDERS
I. Sealed bids for this proposal will be received by the City of Renton at the
office of the Renton City Cle,i , Renton City Mall, until 2:00 o'clock p.m.,
on the date specifief in the Call for Bids.
At this time the bid-t will be publicly opened and read, after which the
bids will be conside•ed and the award made as early as practicable.
No proposat may be ciarged or withdrawn after the time set for receiving
bids. Proposals $hail be submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to
be only apprexi mate Final payment will be based on field measurement Of
actual quantities and at the unit price bid. The City reserves the right
to add or to eliminate portions of that work as deemed necessary.
J. Plans may be examined and copies obtained at the public Yorks Department
Office. Bidders shall satisfy themselves as to the local conditions by
inspection of the cite.
k. The bid price for any ite* must include the performance of all work
necessary for completion of that item as described in the specifications.
5. The bid price shah be stated in terms of the units Indicated and as to a
total amount. In the went of errors, thi, unit price bid will govern.
Illegible figures will invalidate the bid.
6. The right is reserved to re Jact sny and/or all bids and to waive inform-
alities if it is deemed advantayrous to the City to do so.
7. A certified check or sotisfactory bid bond made payable without rese-vatlon
to the Director of Fina�,ce of the City of Renton in an amount not less than
5- of the total amount or the bid shall accompany each bid proposal. Checks
will be returned to unsu•.:essful bidders imediately following the decision
I as to award of contract. The Check of the successful bidder will be
return! provided he enters Into a contract and furnishes a satisfactory
performance bond covering thr full amount Of the work within ten days after
receipt of notice of intention, to award contract. Should he fail, or refuse
to do so, the check shall be forfeited to the City of Renton as liquidated
damage for such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral
exalanation except as the City may request further Information on particular
points.
9. The bidder shall, upon request, furnish informe!ion 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,
iRev. 7/I5/81
1
(Mee-PW Only)
CITT OF RENTON CALL FOR BIDS
Kennydale Sanitar, Sewers
and
1983 Sanitary Srver Reb. Itation
Sealed bids will be received until 2:30 p.m. , Jule TO 1981 at the
City Clerk's office and will be opened and publicly read In the kill Floor Conferen,e
tRoom, Renton Municipal Building, 200 Mill Ave. South.
The work to be performed within 45 working days from the date of cnrtmencement
' under this contract shall includa, but not be limited to:
Installation of sonitary severs and appurtenances, grading, paving. fan,ing and
tcomplete restoration as set forth in the design dravinna and specifications.
' The City reserves the right to reject any and/or all bids and to waive any and/or
all informalities.
Approved plans and specifications and form of contract documents may be obtained
at the Public Works Department office at the Renton Municipal Building for a
deposit of $ 35.00 each set plus $ 5.00 to cover postage, if mailed. The
deposit will 6e r�nded upon return—or e Plans and Specifications in good con-
dition within thirty days after bid opening. The mailing charge will not be
' refunded.
A certified check or bid bond in the amount of five percent (511) of the total
amount of each bid must accompany each bid.
' The Cily's Fair Practices and Non-Discrimination Policies shall app1Y-
!.ar ilvn L Potercon,pcPut, fit, Clerk
Published:
' Daily Jourral of
Com rce: July 6th and Julv 13th. 1983
' Record Chronicle: July lot and Julv 8th, 1983
1
11RTI►ICATION by PIWPOSSO COMtRACION, ►UMCCUTPAC 4M AND SUPPLIER R T.I tic24)T OPPOSTUtITY
2 i
K Sr n dd fa / L
e r me retest or Project ama t1�
T09TRUCTIONS
jAla certification is required pursuant to Federal Executive Order 11246. rho implementing rules and
esqulations provide that any bidder or prospective contractor, or any of their proposed subcontractors
■M supplier-, shall state as an Initial part of the bid or negotiations of the contract whether it has
participated In any previous contract or subcontract subject to the equal opportunity clan is, and, It
so, whether it ha filed all compliance reports due under applicable instructions.
e City has heretofore adopted Resolution 2340 under date of June 2. 1440. Smandinq a -Pair Practices
��?TT000�?TTooi licey, as Implemented by an 'Affirmative Action Program' therein anendinq the policy of the City of
Renton to promots and afford equal treatment and service to all eltians and to assure pawl employment
Eportunity based on ability and fitness to all persons regardless of race, creed, colon sthnicity.
at medal
ional origin, sax, the presence of A non-job-related physical, sensory of al handicap, age or
vital status. This policy shall likewise apply to all contractors, subcontractors and suppliers
cenductiny9 business with the City of Renton who in turn shall affirm and subscribe to as id practices
C+d poltclss. The aforementioned provisions shall not apply to contracts or subcontracts for standard
eeNe rcial suppliers or raw materials or It me or organitations with less than eight employ**@ or
retracts of less than 510,000 business per am= with the City.
When the Contractoc/tubcontractor/Supplier "sceinsft»r referred to as the Contractor) I$ required by
• City of Renton to submit an htfira elm tion Plan, the mis.isum acceptable precantags of minority
tl
ploysent will be that percentags which is currently listed In 'Appendix Y (City of Renton meals and
metabLs) In the published sty of Mneon Attl native Aetlon Program, La, f.l\. This Program is
available for review at the Municipal building,
e undersigned contractor therefore covenants, stipulates and agrees that durinq the performance of
Ss contract he will not discriminate against any person in hiring, prumeting, dl•chorginq, compen-
ating or any other term or condition of employment, by reason of such person's status, reference
the (111 categories listed in perm. I above.
�ntractor further agrees that he will take affirmative and continuous action to incurs full compliance
ith such policy and program in all rapectai It being strictly understood and agreed that failure to
comply with any of the term of said provisions &hall be and constitute a material breach of this
1:ntract.
ntractor shall, upon request and/or as soon as possihle eheradit•r, tarnish onto the City any and all
information and reports req•"red by the City to determine whether full compliance has been made by the
Contractor with said policy and progsas and contractor will permit access to his books, records and
counts by the City for the purpose of inw•tigation to ascertain such compliance.
retractor further age nowladges that he ha received a true and oosplets copy of the City's 'hlr
practices Policy.. '
ont ue se • on um�Sii
CSRTIrICATION SYi CONTRACTOR at SVSCONTRACTOR _ or SuPPLIbR
NAM, riot D 0M,S!7e cjfy DA) oak
A00RZ$St 71P0.46A _03r9 /(,Pre Ll)o 5), 9r.00
r 3/
TITLE, --P eside.rt _ rmoN .245-71.52E
Contractor/Subcontractor/Supplier has rticipated In a previous contract or subcontract subject
to the Equal Opportunity Clwse, ryss _No
2. Compliance reports were required to be tiled in connection with such contract or subcontract,
�Ys@ _No
�. Contractor/Subcontractor/Supplier ham tiled all compliance reports duo under applicable
Instructions, —IYsm _*a
It Answer to Item I In 'No'. pigs*, explain in detail on reverse side of this certification.
CSRTIPICATIONs The Information aoow Is true and complats to the best of my knowledge and bel•.,t.
e S ass
Signer ► ease type or print)
t J1u ao 9g3
ga urs !
Viewed by City Authcrtty, Date, .___
PUBLIC WORK OR MPROVENEM Rev. use
' PARTICIPATION CERTIFICATION: REF. RCY 35.22.65G
CONTRACTS E)(CEFDINC $10,000 (OR Si15i0W FOR_WATERMAIN CONSTRUCTION)
1 KINORITY FUSINESS ENTERPRISES ME)
and
t WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE)
(BUSINESSES OWNED AND OPERATED BY WOMEN)
Contractor agrees that he shell actively solicit the employment of minority group
members. Contractor further agrees that he shall actively solicit bids for the
subcontracting of goods or services from qualified minority businesses. Contractor
shall furnish evidence of his compliance with these requirssents of minority
employment and solicitation. Contractor further agrees to consider the grant of
subcontractors to said minority bidden on the baste 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 '`inority business" means a business at
least fifty-ons percent of which is owned by minority group members. Minority
group members include, but are not limited to blacks, women, native Americans,
Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn
affidavits presented by subcontractors in advance of contract award is one means of
establishing minority status in accordance with criteria etted above.
To be eligible for award of this contract, the bidder must execute and submit, as
a part of the bid, the following certification which will be deemed a part of the
' resulting contract. A bidder's failure to submit this certification or submission
of a false certification shall render his bid nonresponsive.
MINORITY BUSINESS ENTERPRISE CERTIFICATION
Cartifdvs that:
Name of Bidder
(a) it (dugs) (does not) intend to sublet a portion of the contract work and
(has) (has not) taken of f Sanative action to seek out and consider minority
business enterprises as potential subcontractors.
(b) the contacts made with potential minority business enter rise subcontractors
and the results thereof are listed below. Indicate whether MBE or WHEE and
identify minority group. (If necessary, use additional sheet.)
/l MA Min. Or. WMBE
I. C�Jn l O11 (,{ron�_AnEaL _ G if L ❑
(Name of Firm, Bid Item, Ree to bf Contacts)
4. ❑ ❑
5. _ y Cl ❑
' /riaQpff i has been dcsigmted am
tMth�ison�f lc•r for tM administration of the minority bus mess enterprise
program for this fin.
1 CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
' Reports.
The bidder proposed subcontractor hereby certifies that he has X
hss not �Zieipated in a previous contract or subcontract subject to tt
' equal opportun clause, as required by Executive Orders 10975, 11114 or
11,46, and that he has has not , filed with the Joint Reporting
Committee the Director olihe Office TTederal Contract Compliance, a Federal
' Government contracting or administering agency, or the former President's
Committee on Equal Employment Opportunity, all reports due under the applicable
filing requirements.
COly5 reu Q. J Co
(Compan—y} i�
' By:
Data: �jl�'�� 14Pj —
Note: The above certification is required by the Equal Employment Upportunity
regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be
' submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 0 R 60-1.5. (Generally only contracts or subcontracts of
' $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or :hair implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or r.ubcontract subject to the Executive Orders and have not
filed the rtavired reports should note that 41 CFR 60-1.7 (b) (1) prevents
the award of contracts and subcontracts unless such contractor submits a
report covering the daliquent period or such other period specified by the
' Federal Highways Administration or by the Director. Office of Federal Contract
Compliance, U.S. Department of Labor.
0
' CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION FLAN
Bidder is to indicate by check-mark which of the following statceents pertains to this
bid pace*., and is to sign the csrtifxut:on for that specific statement:
a) It is hereby certified that the bidder is exempt from the City's
Affirmative Action Plan requirements because:
"Average annual employment level is less than eight permanent emplolees,
and the total contract amount with the City during the current year is
less than f10,000."
' ompany --- — --- tom—
TTe
' OR b) It is hereby certified that an approved Affirmative Action Plan is on
file with the City of Rentcn, and that said Plan specifies goals and
timetables which are valid for the current calendar year.
' Company -----'— Date -.
6Y:
Title
' OR F c) It is hereby certified thct an Affirmative Action Plan is supplied with
this Bid Package. Said Plan will be subject to review and approval by
the City as a prerequisite to the contract award, and it includes:
1) Present utilization of minorities and females by job classification,
2) Goals and Timetables of Minority and Female Utilization, and
' 3) Specific Affirmative Action Steps directed at increasing Minority
and Feu Is Utilization.
�_.
G_mpioy ....—� ate
BY:
Title
' OR d) It is hereby certified that an Affirmative Actiun Plan will he supplied
' to the City of Renton within five (S) working days of rece.;t of
notification of low-bidder status. Said Plan will be subject to review
and approval by the City as ■ prerequisite to the contract award, and
it will Include:
t1) Present utilization of Minorities and Females by Job Classification,
2) Goals and Timetables of Minority and Female Utilization, and
' 3) Specific Affirmative Action steps directed at increasing Minority
and Pass Is Utilization.
Company i "') T at• -�
BY:
NON-COLLUSION AFFIDAVIT
STATE OF YASN1NGTON
SS
couNTr of ki!�6
C h o al.'e_ L. Food
' being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or madq in the interest or on
behalf of any person not therein named, and further, that the
deponent has not directly induced or solicited any other Bidder on
' the foregoing work or equipment to put in a sham bid, or any other
person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself or to any
' other person any advantage over other Bidder or Bidders.
SIGN NE /
1
Subscribed and sworn before me this o10 day of 'C . Li
Not Public in 4no for the State of
_ Wo SA ,n f 16
n_ residing at
SGa+}LL therein.
CERTIFICATION RE: ASSIGNMENT OF
IANTITRUST CLAIMS TO PURCHASER
TO THE CITY OF RENTON
RENTON, WASHINGTON:
Vendor and purchaser recognize that in actual economic practice
tovercharges 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
materials purchased in connection with this order or contract,
except as to overcharges resulting from antitrust violations
nowencing after the date of the bid, quotation, or other event
e% iblishing the price under this order or contract. In addition,
venr,r warrants and represents that each of his suppliers and
subccn:ractors shall assign any and all such claims to purchaser,
1 subject to the aforementioned exception.
Cof 2en4or, e d I�, n t4 &..UeIL
ame Project
e
ect
rOQ D (24A)5 TPU C I-1 on1 C d
Name o Bidder s'—F rM—'
lee
Signature o ut or ze epresenUt ve of er
L 010 4
1,3
' MINIM'iM WAGE AFFIDAVIT FORM
' City of Renton
ss
COUNTY OF ri fry_`
U
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 sa,�h work; not less than the prevailing
rate of wage or not less than the minimum rate of wages as specified
t in the principal contract; that I have read the above and foregoing
statement and certificate, know the contents thereof and the
' substance as set forth u,erein is true to no knowledge and belief.
MMCTUR
Sutscribed and savor, t: .,afore me on this day of _. .
1915�. U
' ota y� f orlt ! tate
of Washington
Residing ItC�w.Q�
1
Igo co.0 Foot
LterestAth find deposit n the form of a certified check, cashiers check, cash
or bid bondOn the amount of $ which a of leas than five
pe rie,YaT the total bid.
S',-% here
1
!e D wtio
Know All Man by These ►rosentat
That we Ford Construction Company as Principal,
1 and International Fidelity Idsurance Company as Surety, ere
' he'd and firmly bound,unto the City of Renton, as Obligee, in the penal sum of
Five Percent 0%) of Total Amount of Bid----- Dollars, for the payment of
which the Principal and the Surety bind themselves, their heirs, executors, ad-
ministrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation it such that if the Obligee shall make any
' award to the Principr,J for Kennydale Sanitary Severs and 1981 Santt.ary
Sewer Rehabilitation
according to the terms of the proposal or bid made by the Principal therefor, and
the Principal shall duty make and enter into a contract with the Obliges in actor.
' dence with the terms of said proposal or bid and award and shall give bond for the
faithful performance thereof, with Sureties approved by the Obligee; or if the
' Principal shell, to case of failure to to do, pay and forfeit to the Obligee
the panel amount of the deposit specified In the call for bids, then this obligo-
tiro shall be null and void; otherwise it shall be and remain In full force and
' effect and the Surety shall forthwith pay and forfeit to the Obliges, as penalty
and I1Quidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 'Oth DAY OF JPIX 87
Ford m any
In oral ► 11 Insure}}gypp• Company
• A iyi /7
SURITT Ts se L. McConnell Attorney-in-Fart
19
Received return of deposit In the sum of f
L POWER OF ATTORNEY
International Fidelity Insurance Company
HOMEOFFICE MCOMMERCE STREET
YCWA &NEW JERSEY 0/102 [ONDNO
[NOW At t MEN p1' 1HFSF PRESENTS that Inlemanonid Fidelity Iwtrann Company ,aorporatron owalreg aeg late.., unegr the
w el The State of Ha%term.and ha,mg its prinipW office inthe City d Naruk,Nov latent,that MlabY;omumte and Appntr
Grin..F 11"Mr. (.r.d').'.hey.1 Alan Math....and Marten..Shdo mJnrJu ally.N..." N..far.,
Ntlltan C. He1p0118 Y.C. Nelson Jr** Rabert M Cerlteip Steve Jeaea,
Helen Re Nauman, Joseph 1. Buchanan, Jere l.11nder, Teresa Le Mc Connall
Seattle, Yashinitom
LEE"
I yryul utomeylaEm4ul 10.eecate,laid and J*Uwt for and on n.h.hdf M..rely.any.14 W hand.and under. kind .pomncO of
Jenmry NJ ether vnlNp oNyplor,M the n.t.,.hereof,wNck to Or me. Me w,aed,reAuee,or A muted by I\w,tbn.,mle,ra,ulatbn,
E ar otheevee,end In,gwutbn of.tech.mrmmentul m purWnu of the.M.unb,NW M..hmdmF upon In,and InlemklmnY FdWly
legtWwca I ompnY.a We lad McNY,to JI imanb anJ pvrpoa,,a,if the game had Man Jury Xwuwd and alk,meihdpd by a.regularly W."d
art\I rn principal Ufr..
The ban of Attorney M mwmed,and may Me cehhed to and may be nrokeJ.punu\nt to anJ My aalllonq of Article:. $canon),of the by
w adopted by the board of Duwlort of Infernulon.1 Fidelity imunnw(ampanY At.me.una a.11.J and Mid.n the 2)ed day of D..mMp I one
President in any A'A@ Re\Idenl,ter","Vice MManr,Sinn:y or Atetanl SwretuY,.heE here power and authority
111 To a,potnt AOo,,%,o J.,, he to AUMON, them to eawu.a on MMif a the Co e"Ry.and atrh.M 9W of the Compny
herdi and umle,laNnaa,nca,w.wt,xmlwh a Megrttnly,.rid other vrR W\Obkegtory M the Iawnt thereof and,
12) To mete,a.nY tpee,mY tech AttwmyAn Ley and make fM authonty pew Nm
Further,the Y"*,of Attorney ce"C"I And.aloe by fe'umea pureuenl to nmNn Mu
on of the Do"at Dutton of d Company Adopted at a
�Md July.Wad and had on the Ath d\Y a gnmuY.I415 of wNch the Idla%mF is a trier receipt
Now therefore the npnenren of Rich oillmr and the Mel of the Company may be.lheed m any-'it Wrier Of attorney Me Al amRc.t.rt1AmT
dent.by f\atmd.,enJ Any such power of utorn.y or amftun begun,each I...Md.Rawi oe I,pMule laid dead M yeld anJ bardin,upon
�a lompnY and any Ri<R parer m eaAorled and<.Rtdlad by fw.m le npreaturn and fanund.teal WW1 be nhd and binding upon the Cmnpny In
a NrvM nth rmawl to MAY Road or undertaLep to wluch it a attached
IN tk STIMNT hME RFOF, In1.rM11.nW Fld,bty Inaunu Company AM n.ad Mu Mnfumant'o M.bon"and
' 4S- try V'• r1Y:orprnb cal to..afllteJ MY Ib wtRoer d aRN.i they 20 r h
deg '
" SEAL r„ Jard July An ip Ai
�
a IIp1A f/
� STATE OF NEW Ik RSF.Y
a +a CotutY of Em Fawmin Vry RaJant
On ihu 20 t h day ul July Id 8 Taon m.carte,the Md..duW rK...wund the pac,dlN Muwmenl,to me pannidiy
keyn the
and,help,by me did,im wane,and this he v the dmM dewnked And nlhorNed Ofrwer of In,IRnrnamnW Futakly Inaran r Company
,
1 the a W aRiyW to ad wbumam it the CoOmmat,Sea of gait Company.that the.lad forbore Said And he AMheun vtn duly.If1Aad by
eat in.board of Dlrwton Wand Core pry
14 it„I,p IN TF STIMONY WryE REUE 1 hen kenaunfo rat MY hand ane ArRAN my OrtkW 3p). j
At the CM Y Of Newark,New learn Mildly And yew fort ahpre vnt»n. 1✓j
AM
el
tee l'IC Notary pok
tA;•'r My Commotion Feput
JEHa CERTIFICATION March 2. 1988
t de uldentenw oAwa df InterrladanW Fidelity Inwamk Compny do henbY OORRY an,the,I bon compn0 the ineegoueg cqy of rk,
w of Auwm)) tee WfIAanL and the coot f the SMIRM of the b, L..,of and Compny a m forth a\lad poet of AOoren,.dh the
INAtS ON Fl ll IN THE HOME OFFICE OF SAID COMMNY,anJ the, the I.m.we uderwl Iranernprt thereof.and of the eheb of In,
oteeW,404 that the and On",of kt, an key not M,nyWad lad a Iwo to f.11("a and affect
IN TESTIMONY WHI RFOF,I bow Rogan,Mt my hand 1At 20tn day of July io 83
.0.f_- - -
'`
O? e, a"of .Id_afore nw t>.••onaft o.m.
__ __
knoem to;h.to d the Md,rmuef d mow m end elq.eaeulM tM fonpry,matmwtl.attd stkrgWadpd toeta 1M Ih,•uwetd
"Gone
t
We ePwn-.on GNPs _
--------- ----- ---------------- -- ---------------- --
---------
Aat.d ` .
If of _
On e„ day of .. 19 ___-..beta• he O.norWN came
to m•kno,+n end kne.wr w m•
to be a-amber of the f,,h of
�bM m ane wn„•.•cupd tM la•parq inetrurwnt,a,.d M IMreupon acknuWMdaA to rasa d.e,M a.awted dr aama-�l.,h
M and deed of herd Inm
�ooneruwma.Pr•t___.__.___ _-__ __..
-" -- - - - - - —� 1�- t A,ehc
a
alto bloc by"ddv 1•rorn,d.d devote and say that fr.s
ef._
e0 carp-.cam d•vAled m and wludt.aea,-d tha above mil„m ent,that he know,"0 Mel of feel a ato.en ea wtfWAw to
W eehw,wm a such aorpP tte cal.that d wN r eMi.ed by aAr o11M Oortl of D,reclow,of u,d aorvmehot and That ti a`-d fW
,e .e rnerelo by'Af,Pder
fdv oammhah n*.Pm —c
- - --- - - - _ - --- .- -------------- ---------------------^olarY pwmic
is"of Ya Yh lna ton
,Camtvof Kina }a
On OM 10th_ dp of July .110 1$ 3 bale,nw W W.Oly caew
Terese L. McConnell 10 fee known.who.Wry by"ddr swan ed oveho-"r, G%st
og.weltw -v mfanof_-I nterna t tonal FS de.ltry Insurance Co
the OPOWNI-Oh datenbed Nt Y Nand,ow nd du w,e,n,MirY,M,tt.that he know ft W,ftaate ,el..f aW t Pfhstgrt,chat e.,Wa
.M�.atl to the mcw mmen I.M,"that NO I""NO Mbalf,.•d me OW-et.e Atim -v In Feet
1F Y,Uter�M1 or M doerd o1 P,aCtPs o1 lard faYper.hon and by audta sty of that otl,p under iha Stan eu.y f1e•olulgr,a dnr.ef
PROPOSAL
TO THE CITY OF RENTON
RENTON. WASHINGTON
Gentlemen:
The undersigned hereb, certifies that ±e has examined the site of the
proposed work and ha!_ read and thoroughly understand s the plans,
' specifications and contract governing the work embraced in this )Pwrcvement,
and the method by which payment will be made for said work, and hereby propose
' to undertake and complete the work embraced in this improvement, or as much
thereof as can be completed with the money available, in accordance w'th the
said plans, specifications and contract and the following schedule of atts
and prices.
(Note: Unit prices for all items, all
extensions, and total amount of
bid should be shown. Show unit
prices both in writing and in
figures.)
�p.,ep 01 4PV revcr,0. Ce
' Signature
Address' t bsk.&t SLf',4 011 aiioJf
Names of Members of Partnership:
OR
Name of President of Corporation 01.1 Foe p
Name of Secretary of Corporation —Ref)e R, .ToncS
Corporation Organized under the laws of (,i2q S ti n tf'o n
With Win Office in State of Washington at Kenton
r
t SCHEDULE OF PRICES
1 SCMEDl4.E A
(Note: Vnrt Drlce.+ for all meat, All extensions end cota.l aaount of
' Did susc be shown. Show unit Prrcya in both words and fiqure.
and where conflict occurs the written or typed words shall prevail.)
IT
APPR0) ITEM WITtl UNIT PRICED BID UNIT PRICE AMOUNT -
N0. QUANTITY Un/t Prices to he wrr tteo In Mords DOUI AS CTS. DOLL11A5 CTS.
1 1. L.S. Mobilttation
.T 3000 00 30Co oa.
of .. . r a Inure.
2. L.S. Clearing 6 Grubbing
5 � .Z 7r.p 000 Co a00o 0
Per L.S.
I. 1200 T)NS Foundation Material
' S S oo G 000 00
or Tom
4. 1200 TONS Select Trench 8ac6fill
Par Tons
5. 14 EA. Manhole - 48" Standar
' $ 201, 00 & too (?
Per Eac
' 6. 1 EA. Manhole - 54" Standard
s1a� "
Par Each v �"
?. 30 C.F. Manhole - 48" Extra De h
$LIA.J _ lr� 00 3 30000
8. 18 Y.F. Manhole - 54" Extra Dap
S % ISO Od a 700 00
9. 1 EA. Inside Drop Connection 1 54'
$ �ILM4 ! �00 00 L zoo o d
Per Each
10, 5 E.A. Vertical Connactionrd +J
er Each
' 11. 2970 L.F. V anitary Sawar Pipe c
S A(( .r..,.,.�rclK✓`f r sit) / 0 T/ ?7 o o
Par Each
12. 671 L.F. 8" Ductile Iron Pi (Cl. 50)
$at 0 . �� SO �O SSO o0
' Per
SCHEDULE Of PRICES
SCHEDIR.0 A
t 11101a1 Unat Praays for all item, all erunaiws cad total uoant of
Dad asut be xlrown. Show unit Paacw an both voids and lipures
and when conflict otturs the written or typed words shall Pnvall.)
PN30.
M APPROX. IT
WITH UNIT PiICED BID UNIT PRICE AMOUNT
QUANTITY thut Pricw to W Mra teen in Vorda DOLLARS CTS. DOLLARS CTS.
1520 L.F. g" anttary L
/`1 00 .21 80 OCR
' Par L.F. Vo-de) F1Nroa)
14. 34 IA. 6" 6" TToo�&
oo a /09 00
Per a
15. 1 EA. Connect to ExiattnA Manhole
sj�iLv�t6TllarlL� ,ru l 000 1., 0 Cd
Per Each
16. L.S. T.�,V1. VInspe�ctionn C�.J
$j$Per L.S. � II nu
' 17. L.S. Finish 6 loan-up
s , OD 00 Soo 06
or c.S. _ —
18. L.S. Construction Staking
s/ L a 500 oo 2 Soo 00
Per L.S.
' Subtotal Schedule A 15 7 91
8.1 % Sales Tax
TOTAL SCHEDULE A
t
I
SCHEDULE Of PRICES
SCHEDULE B
(,,ore: Unit frices for all item, all extensions and total aWunt of
bid oust be ehm7. Show unit prices in both words and iigures
and where conflict occurs the written or typed words shall prevail.)
' ITEM APPROX. —ITEM WITH UNIT PRICED BID — UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be written in words COLLARS CTS. DOLLARS CTS.
' 1. L.S. Clearing 6 Grubbins
orb 3 " o-�j
Per L.S. Wor a (Figures
2. 1000 L.F. Sawcutting
$ � / on.fl� _ )00
Per L.F.
1. 1000 TONS Select Trench Back 111
t S h
e Tins
4. 250 TONS Fougdation Material
$ �I�� � 72—_ IO 00 SOO Ov
at Tons
S. 6 EA. Manhole - 46' Standard
$
I aOo OO 7 �Oo 00
Per Each r�7 rro
' 6. 1 EA. Manhole - 54" Standard
s tJLnm a _ 1400 ov l �loa ov
' Per Each 4,4A W1 y-U
I 7. 1 EA. Insi�de Drop Connection
S S n�Hu,f
' IPer Each
B. 1122 L.F. 8" Sanitary Sewr P a
i
sJT �o„ as o 33 osa od
Per L.F.
'I. 600 L.F. 6" Sanitary Sewer Pipe
1 S_� 10 00 09 0 de)
Per L.
' l0. 40 EA. 8" x 6" Tees
S O �*� /OD DO Novo 00
Per Each
' 11. 4 EA. Connect�rte!o Existing Line or MH
1 $ OTU,t d, ltiW' ,IV "0 00 1�5
Per Each.2. 75 L.Y. Install S' Chainlink Fence(Labor J ip)
` ,w 000
r
SCHEDULE OF PRICES
SCHEDULE B
'Note: Unit prices for all item, all estenrions and total amunt of
tDid swat be shown. Show unit Prima in both words and figures
and where .onflict oceurs the written or typed words shall prevail.)
tITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
N0. QUANTITY funit Prices to be written in VozdsJ DOLLARS CTS. DOLLARS CT�.
13. 3P0 TONS Sruthed�r acing --_--
P
1 00 a2 i100 O p
Per ns Words FSRun s)
14. 5 TONS Asp alt Concrete C1y�a
S �12iZ__ 0 0o 360 00
r o
15. 150 TONS Cold Mix Asphalt
'u 3D 00 `f SCo 00
ar ton
16. L.S. Co/n/��stru,�c/tion Stakln
Per L.S.
t17. L.S. T.V InspecLion
zoo oo 00 --
' Per L.S.
1B. 25 S.Y. Concrete Driveways
$� — ly/ ao 00 �00 00
Per S.Y. 7I� -- _
19 L.S. Sin sh and_C:eean-up
Soo vo Soo 0a
Per L.S.
' Subtotal Schedule B 7L400 0!3
8.1 2 Sales Tax Q
TOTAL SCHEDULE B
t
TOTAL SCHEDULE A' /q ('TOTAL SCHEDULE B �r-�
' TOTAL BID - S
SCHEDULE OF PRICES
' (so"' b,ut rrims for All Iteas, All estenslons And total asount of
Did must Be shoe . shoe unit prices In loth Words And figures
And Where con<lic_ otters the Writtan or typed Words shall prevail.)
Tam APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
M0. QIJW TITY Umt Prices to be Written In WordsJ DOLLARS CTS. DOLLARS CTS,
UN)ERSIGNED BI DER HEREBY AGREES To START CONSTRUC ION WORK oil THIS PROIE,^T, I
ARDW HIM, NO LA ER THAN TEN (10) DAYS AFTER FINAL EECUYION ANII 1V C( LETE VITt IN
45 WCAKING DAYS AFTER CTARTING CONSTRUCTION.
� {h
DATED T 1(r tp n, Wp bA THIS _DAT 0 19H
CKNO FJ)(:@ENT OF RECEIPT iP ADDENDA;
ATE
ATE
ATE__
SIGNED /
TITLE Y
NAME OF COMPANY. 6Q C
ADDRCSS
CITY/STATE/ZIP
TELEPHONE
ITT OF RENTON /-� STATE W TRACTO
IS
6U5IN�S LICENSE J /"' 3(c(� LICENSE / 2 - [1/ _ _ _ -77c—
7
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
' That we, the undersigned
as principal, and corporation organized
and existing under the laws of the State of as a surety
corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations, as
surety are jointly and severally held and firmly bound to the City of
Renton in the penal sum of S for the payment of
which sum on demand we bind ourselves and our successors, heirs, adminis-
trators or personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the Sta•.e
of Washington, the Ordinance of the City of Renton.
Dated at , Washington, this - day of ,19_
' Nevertheless, the conditions of the above obligation are such that :
' WHEREAS, under and porsuant to Ordinance (or Resolution) No. 2205 providing
for
(which contract is referred to herein and is made a part hereof as though
attached hereto), and
WHEREAS, the said principal has accepted, or is about to accept, the said
' contract, and undertake to perform the work therein provided for in the
a .uner and within the time set forth;
' NOW, THEREFORE, if the said
shall faithfully perform all of the provisions of said contract in the
manner and within the tim. therein set forth, or within such extensions of
time as may be granted under said contract, and shall pay all laborers,
mechanics, subcontractors and material, men, and all persons who shall
supply said principal or subcontractors with provisions and suppplies 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 carelessness or negligence on the part of said principal, or any sub-
contractor in the performance of %aid work, and shall indemnify and hold
' the City of Renton harmless free any damage or expense by reason of allure
of performance as specified in said contract or from defects appearing or
developing in the material or workmanship provided or performed under said
' contract within a period of one year after its acceptance thereof by the
City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in full force and effect.
APPROVED as to legalityi
' Approvedt
' CONTRACTS OTHER THAN FECERAL-AID FHWA lof7
THIS AGREVVXT, made and entered into this "I _ day of
by and betsaem THE CITY OF RENTON. Washington, a municipal corporation of
' the Stata of Washington, hereinafter referred tc as "CITY" and
Ford Construction Comoany hereinafter referred to as "CONTRACTOR."
WITNESSEiH:
' 1) The Contractor shall %,thin the tiAe stipulated, (to-wit: within G;
working days from data of conmencement hereof as required by the Contract,
of which this agreement is a canp,ment part) perform all the work and
' services required to be performed, and provide aid furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
' transportation services necessary to perform the Contract, and shall
complete the construction and Installation work in a workmanlike manner,
in connection with the City's project (identified as No, CAC 047-83
' for improvement by construction and installation of _Sanitary sewers,
grading and pavino, fence installation and complete restoration,
1
' All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications. including any and all addenda issued by :he City and all
' other documents hereinafter enumerated, and in fall compliance with all
applicable codes, ordinances and regulations of the City of Renton and
' any other governmental authrrity having ,jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials,
' appliances, machines, tools, equipment and services shall be furnished
1
2of 7 '
Contracts Other Than Feaerat-Aid FNMA t
and the construction installation performed and completed to the
satisfaction and the approval of the City's Public Works Director as '
being 0 such conformity with the plans, specifications and all require- ,
ments of or arising under the Contract.
1
2) The aforesaid Contract, entered into by the acce?tarce of the Contractor's t
bid and signing of this agreement, consists of the following documents, '
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if '
hereto attached.
a) This Agreement
b) Instruction to didders
c) Bid Proposal t
d) Specifications
e) Maps a Plans ,
f) Bid
g) Advertisement for Bids ,
h) Special Provisions, if any
i) Technical Specifications, if any ,
?. If the Contractor refuses or fails to prosecute the work or any part '
thereof, with such diligence as will insure its completion within the ,
time t-cified in this Contract, or any extension in writing thereof,
or fails to complete said work with such time, or if the Contractor ,
shall be adjudged a bankrupt, or if he should make a general assignment
for the benefit of his creditors, cr if a receiver shall be appointed on ,
account cf the Contractor's insolvency, or if he or any of his
Rev. 4183 '
Contracts Other Than Federal-Aia FHMA 3 of 7
isubcontractors should violate any of the provisions of this Contract.
the City may then serve written notice upon him and his surety of its
intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and sat sfactory 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 takc Over and perform the Contract,
provided, however, that if the surety within fifteen (15) Jays after
the serving upon it of such notice of termination does not perform the
Contract or does not commence_performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take
Over the work under the Contract and prosecute the some to Completion
by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the
City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
the project and useful therein.
1
I4) The foregoing provisions ere 1n addition to and not in limitation of
any other rights or r,,m&,1ies available to the City.
i
1
Contracts Other Than Federal-Aid FHMA A of T
5) Contractor agrees and covenants to hold and save the City, its officers, '
agents, represertatives and employees harmless and to promptly indemnify
same from and against any and all cl ims, actions, damages, liability
of every type and nature including all costs and legal expenses incurred ,
by reason of any work arising under or to connection with the Contract
:o be performed hereunder, including loss of life, personal injury 1
and/or damage to property arising from or out of any occurrence,
omission or activity upon, on or about the premises worked upon or to
any way relating to this Contract. This hold harmless and indemnification '
provision shall likewise apply for or on account pf any ;atented or un-
patented invention, process, article or appliance manufacturnd for use ,
in the performan,e of the Contract, including its use by the City, unless ,
otherwise specifically provided for in this Contract.
In the went the City shall, without fault on its part, be made a party '
to any litigation commenced by or against Contractor, then Contractor ,
shall prQL3ed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City '
in connection with such litigation. Furthermore, Contractor agrees to t
pay all costs, experses 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 tht Contract snall '
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
' Sof 7
Contracts Other Thsn Federal-Aid FHYA
notice as heretofore specified shall be given by personal delivery
' thereof or by deposit4og Ame in the United States mail, postage prepaid,
certified or registered mail.
' 7) The Contractor shall commence performance of the Contract no later then
10 calendar days after Contract final execution, and Shall Complete the
full performance of the Cuntract not later than 45 _ working days
from the date of COMr`Ci .ement. For each and every working day of delay
after the established day of completion, it is hereby stipulated and
agreed that the damages to the City o:casioned by said delay will be
the sum of _ SEE Special Provisions _
as liquidated damages (and not as a penalty) for each such day, which
E shall be paid by the Contractor to the City,
B) Neither the final certificate of payment nor any provision in the
Contract nor partial or entire use of any installation provided for by
' this Contract shall relieve the Contractor of 1 ability in respect to
any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under tht duty to remedy any defects IT. the
' work and pay for any damage to other wc.'. resulting therefrom which
Shall appear within the period of one (1) year from the date of final
tacceptance 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
6of7
Contracts Other Than Federal-Aid FNWA '
obligated to take immediate steps to correct and remedy any such defect,
fault or breach at the sole cost and expense of Contractor. '
� I
9) The Contractor and each subcontractor, if any, shall submit to the '
City such schedules of quantities and cists, progress schedules, pay-
rolls, reports, estimates, records and miscellaneous data pertaining t
to the Contract as may be requested by the City fro" tine to time.
10) The Contractor shall furnish a surety bond or bonds as security for the '
faithful performance of the Contract, including tht. payment of all ,
persons and firms performing labor on the construction project under
this Contract or furnishing materials in connection with this Contract; '
said bond to be in the full amount of the Contract price as specified t
ir. Paragraph 11. The surety or sureties on such bond or bt,;,ds must be
0.1y licensed as a surety in the State of Washington. '
11) The total amount of this Contract is the sum of S251,346.55
(Twc hundred fifty-one thousand, three hundred — '
forty-six and 551100 dollars-------------------) which includes Washington
State Sales Tax. Paynents will be made to Contractor as specified in the ,
"Special Provisions" of this Contract.
t
Rev. 4/63 ,
' Contracts Other Than Federal-Aid FNMA 7 of 7
' IN WITNESS WHEREOF, the City has caused these presents to be signed b., its
Mayor and attested by its City Clerk and the Contractor has hereunto set
his hand and seal the day and year first above-written.
CONTRACTOR CITY OF RENTON
' reD—s�u�en t�.rartner/l'T+ner� .I{e�w---�—LL
ATTEST:
ecretary
t ty er
d/b/er y 414
"F rm Name
individual_ Partnership
' Corporation _ A � / Corporation
to e o ncorporatron
' Attention:
if business is a CORPORATION, name of the corporation should be listed in
' full enH both President and Secretary must sign the contract, OR if one
signature is permitted by corporation by-laws, a copy of the by-laws shall
be furnished to the city and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed
followed by d/b/a (doing business as) and firm or trade name; any one partner
may sign the contract.
If business is in INDIVIDUAL PROPRIETORSHIP, the name of the owner should
appear followed by d/b/a and name of the company.
C(:RTIFIED COPY OF RESOLUTION
CHARLIE L. FLRD and ILENE R. JONES, being respectively
President and Secretary of FORD CONSTRUCTION COMPANY, do hereby
certify that the within and following is a true and correct copy
of a revolution duly adopted by the Board of Directors of said
corporation on the 28th day of May, 1981, a quorum then being
presents
RESOLVED: That Charlie L. Ford, President, be and
he is hereby designated as Chief Executive officer
of this corporation with full authority to sign all
instruments on behalf of this corporation, such
that third parties need make no further inquiry
with respect to authority or capacity of said
v officer with respect to any instrument executed
by him on behalf of this corporation.
DATED this _.Z/ day of March, 1992.
004r�06Y'-121
—� Pres ens
ecrutary
' CONTRP.CTOR/SUBCONTRACTOR U G�
REPORTING PERIOD a
MONTHLY 4110nuER UTILIZATION REPORT . .} . month: Year:
' TO be submitted to the City's Project Goals and Timetables as comlitted
Engineer during the lot wok of followinu in Contractor's Affirmative
m' onth whale contract 1a in prognsa. Prime FN. Action Plan t
Contractor is responsible for obtaining and
submitting all Subcontractor Reports. mil' per City's Plan 9.1 t
' To: (Nar and loch ton of cameliente Aa.n, rpt.) Fmm: Isar and lotation of aastrattor)
' 1711 »port .s rc yutred ) Executive r er 112ye, Section 203. Failure to report can
result in .anctions which Include suspenslnn, temmation, cancellations or debarment of
contract
' t, o. s 5. b.
m lno- Total total
wort Ncur• or employment (Sea rootnote) rity number unter
' Claset a. .• o. • u/h of of of
rf ea- NIe- er. Aelan/ ,oral total whorl Employ.
q.
Company's Name (I.D.i Tnde tlena Totalclack wile ndun ntirie e.- emDlor- aea
U Lndalr wfn aea
' A,
ADAv
Tr
t
An
Tr
. C<aparyy KieU 'aSignature an T' a Date 316ned 9 T.lejz.ne Ncmbe- —
(Include Area coda)
�ay. 11177 ('HAles a Reales, e•Ninorities a No•.l-minorities) —
7!80 (Submittal Requiremants a City's oaU/TSertaDleq Page of
1
INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF FENTONN ,
The Employment Utilization Report :.a to be completed by each subject contractor '
(both prima 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 ten of the contract, and they shall include the total work-hours worked on ,
the project for each employee level in each designated trade for the entire reporting
per id. The prime contractor shall submit a report for its work force and shall
collect and submit reports for each subcontractor's work force to the Compliance ,
Agency that is funding their construction project.
Reporting Period . . . . . . . . . . Self-explanatory ,
Compliance Agency . . . . . . . . . . City of Renton (administering department)
Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying 1
construction contract with the City of
Renton.
1. Company's Name . . . . . . . . . . Any contractor or subcontractor who has a 1
qualifying contract.
2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable ,
EEO bid conditions.
). Work-hours of Employment . . . . . The total number of hours worked by all
employees in each classification; the total
number of ho.,rs worked by each *minority
group in each classification and the total ,
work-hours for all women.
Classification . . . . . . . . . . The level of accom. .ishrtent or status of
the worker in the trade. (C - Craftworker -
Qualified, Ap - Apprentice, Tr - Trainee).
4. Percent of minority work- ,
hours of total work-hours . . . . The pccctntage of total minority vork-hours
worked of all work-hours worked. (The sum
of columns b, c, d and a divided by column a.) ,
5. Total Number of Minority
Employees . . . . . . . . . . . . Number of minority employees workinq in
contractor's aggregate work force during ,
reporting period.
6. Total Number of Employees . • • • Number of all employees working in contractor's ,
aggregate work force during reporting period.
* Minority is defined as including Blacks, Hispanics. American Indians and Asian ,
and Pacific Islanders - both men and women.
1
t
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL
PJLCOTI -M PUBLIC ITAMRAL RESOURCES
t In accordance with the provisions of Chapter 62, Laws of 1973,
H.B. 621, the Contractor shall secure any permits or licenses
required by, and comply fully with all previsions of the
follow-ing laws, ordinances, and resolutions:
Kin Count Ordinance No. IS27 requires Building and Land
ve opment zvtsion and Hy rdraaulic% Division review of grading
and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain
design standards to be incorporated into project design stand-
ards to be rcorporated into project design by Engineering
Services. Reivew by Hydraulics Division.
King Count Ordinance No. 800 No, 900 No. 1006 and Resolution
o. o. o. o. •n o. contained
in—Kin County Lode Titles an are provisions or disposi-
tion of refuse and litter in a licensed disposal site and pro-
vide ;enalties for failure to comply. Review by Division of
Solid Waste.
' Pu o_ Sound Air Pollution Control Agency Regulation I : A regu-
at on o control the em sszon of s r contam nants from all
sources within the jurisdiction of the Puget Sound Air Pollution
' Control Agency (King, Pierce, ' nohomish, and Kitsap Counties) in
accordance with the Washington Clean Air Act, R.C.W. 70.94.
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air
conta`mTnants to maintain records of emissions, periodically re-
port to the State information concerning these emissions from
his operations, and to make such information available to the
public. See Puget Sound Pollution Control Agency Regulation I.
' R.C.W. 90.48: Enaetel to maintain the highest possible standards
to ensure the purity of all water of the State consistent with
public health and public enjoyment thereof, the propagation and
protecting of wildlife, birds, game, fish, and other aquatic
life, and the industrial development of the State, and to that
end require the use of all known available and reasonable methods
by industries and others to prevent and control the pollution of
the waters of the State of Washington. It is unlawful to throw,
drain, run or otherwise discharge into any of the water of this
' State any organic or inorganic matter that shall cause or to„d
to cause pollution of such waters. Th, law also provides ioi
civil penalties of SS,000/day for each violation.
' R.C.W. 70.95: Establishes uniform statewide program for handling
so was es which will prevent land, air and water pollution.
Makes it unlawful to dump or deposit solid wastes onto or under
the surface of the ground or into the waters of this State except
at a solid waste ispu;*l site for which there is a valid permit.
NASUINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.M. 76,04.370: Provides for abatement of additional fire haz-
i_rZ_rr&_nTs_upon which there is forest debris) and extreme fire
hazard (areas of additional fire hazard near building, roads,
campgrounds, and school grounds). The owner and/or person respons-
ible is fully liable in the event a fire starts or spreads on
property on which an extreme fire hazard exists.
R.C.N. 76.04.010: Defines terms relating to the suppression or '
a ateme� o3_rrest fires or forest fire conditions.
R.C.N. 70.94.660: Provides fo, issuance of burning permits for ,
a at n�g or-prevention of forest fire hazards, instruction or
silvicultural operations.
R.C.N. 76.04.310: Stipulates that everyone clearing land or '
Tearing rTeilt=of•way shall pile and burn or dispose of by other
satisiactory means, all forest debris cut thereon, as rapidly as
the clearing or cutting progresses, or at such other times as the '
department may specify, and in compliance with the law requiring
burning permits.
R.C.W. 78.44: Laws governing surface mining (including sand, t
grate-stone, and earth from borrow pits) which provide for fees
and permits, plan or operation, reclamation plan, bonding, and '
inspection of operations.
N.A.C. 332•18: Delineates all requirements for surface mined
an rec amation. '
N.A.C. 332.24: Codifies requirements of R.C.N. 76.04 pertaining
to land clearing and burning. ,
U_S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Hart Oct of June 13, 1902: Author-
retaiy o� '
izes secretary y and- "iZineers to Issue permits to
any persons or corporation d, o improve any navigable
river at their own expense rn, ,.Pon approval of the plans and '
specifications.
Section 404 of the Federal Water Pollution Control Act (PL9?-500 ,
83 Ttat. AutW6 zes the ecretary of the Army, acting
throug t e orps of Engineers, to issue permits for the discharge
of dredged or fill material into the navigable waters at specified
disposal sites. Permits may be denied if it is determined that such '
discharge will have adverse effects on municipal water supplies,
shell fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION t
Section 13 of the River and Harbor _Ac_t _a roved March 3, 1g99: ,
Provides that discharge o refuse w t�houi a permit into navigable
waters is prohibited. 'violation is punishable by fine. Any citi-
zen may file a complaint with the U. S. Attorney and share a por-
tion of the fine. ,
-2-
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
1 Kin Count Resolution No. 25789 requires an unclassified use
permit or tilling, quarrytng including borrow pits and associ-
ated activities such as asphalt plants, rock crushers) and
refuse disposal sites and provides for land reclamation subte-
' quent to these activities. A copy is available at the Department
of Public Works or Building and Land Development Division.
Shoreline Management Act 1911 requires a permit for construction
on SLaLe shorelines s.Petmin acquired by Public Works and reviewed
by Building and Land Development Division.
' King County Ordinance No. 1488 requires permit for grading, land
fills,gravel pH_3.dtmping, quarrying and mining operations
except on County right-of-way. Review by Building and Land Develop-
ment Division.
WASHiNGTON STATE DEPARTMENT OF FISHERIES AND GM:E
' Cater 112 Laws of 1949: Requires hydraulics permit on tarn
projects. (King ounty epartment of Public Works will c , n.)
' WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination
System N permit before discharge of pollutants from a point
source into the navigable waters of the State of Washington.
' W.A.C. 372-24: Perrit to discharge commercial or industrial waste
waters into Mate surface or ground water (such as gravel washing,
pit operations, or any operation which results in a discharge
' which contains turbidity.)
W.A.C. 508.12 100: Requires permit to use surface water.
' W.A.C. 508-12-190: Requires that changes to permits for water use
e revtewe y tFe Department of Ecology whenever it is desired
to chanp the purpose of use, the place of use, the point of
' withd:at i and/or the diversion of water.
W.A.C._;08-12-220: Requires permit to use ground water.
' W.A.0 50B-12.260: Requires permit to construct reservoir for
water storage.
W.A.C. 50e-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood
' contraoT zone. King County Public horks secures „_,e for design.
Contractor secures one for ht.s operation (false work design, etc.) .
-3-
PcRMITS REQUIRED FOR TIIE PkOJE!'7 - Continued ,
WASHINGTON STATE DEPART1f.NT OF NATURAL RESOURCES t
R.C.W. 76.04.150: Requires burning permit for all fires except
for >ma out oor fires for recreational purposes or yard debris
disposal. Also the Department of Natural Resources reserv:s the
rigi:t to restrict burning under the provisions of R.C.W. 76.04.150,
76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to '
prevent restriction of visibility and excessive air pollution.
A.C.W. 76.08.030: Cutting permit required before cutting merchant-
aa a ttT— m�er: t
RRC.W. 76.08.275: Operating permit required before operating
power q le uu punt in dea. or down timber.
R.C.W. 78.44.080: Requires permit for any surface mining opera-
tion me uI iT ng sand, gravel, stone, and eart,i from borrow pits) . '
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires ,
ermit or construction of e—r an rr gas, ses . S. Coast
Guard administered permits) on navigable waters (King County
Department of Public Works will obtain) .
FIRE PROTECTION DISTRICT
R.C.W. 5:.28. ,10 52.28.020, 52.18.030, 52.28.040 52.28.050:
rovi3es anttiontyToi, requirements of-an pens ties or ailure
to secure a fire permit for building an open fire within a fire
?rotection district. '
UNITED Sit_TES COAST GUARD
Section 9 of River and Harbor Act of Marcn 3 1899 General eridse t
Act o F.arc 2T hFbi —an Genera, ri a ct
u ust 795 — —���` _�1 � ss amen e
rquires a permit or construction T Tiri gde cn
naviga a waters (King Count) Department of Public Works will
ob:ain) . King County Department of Public Works will comply with
pertinent sections of the following laws while securing the afore-
mentioned permit: Section 4(f) of Department of Transportation '
Act, National Environmental Policy Act of 1969, Water Quality
Improvement Act of 1970.
PUGET SOUND AIR POLLUTItN CONTROL AGENCY ,
section p9.P2(d) 2 iii of Re ulation I : Request ,or verifica- 1
Uon of o pop"
ensity. ontr cton sheul be sure his opera
Lions are in compliance with Regulation 1, pa .ieularl)' Section
9.02 (outdoor tires) , Section 9.O4 (particular. matter--dust) ,
and Section 9.15 (preventing particulate matter from becoming ,
airborne).
4- '
PERMITS REQUIRED FOR THE PROJECT - Continued
ENVIRONMENTAL PROTECTION AGENCY
Title 00 Cha ter Ic Part 61: Requires that the Environmental
Protection gency a nottfie 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
' Works, 900 King County Adminis.ration Building, Seattle,
Washington, 98100. It shall be the responsibility of the Can.
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.
t
-5-
1
1
1
1
1
! SPECIAL PROVISIONS
!
1
1
1
i
1
1
1
1
1
1
1
INDEX
' APWA STANDARD SPECIFICATION REVISIONS
SPECIAL PROVISIONS
SECTION PAGE
SECTION 1
' STANDARD SPEC'FICATIONS SP 1
HEADINGS SP 1
SPECIAL PROVISIONS STRUCTURE SP 1
ACT OF GOD SP 2
SHOP DRAWINGS SP 2
OR EQUAL SP 2
' APPROVAL SP 2
SECTION 2
PUBLIC OPENINGS OF BIDS SP 2
SECTION 3
CONSIDERATION OF BIDS SP 3
SECTION 4
PROCEDURE AND PROTEST BY THE CONTRACTOR SP 3
USE OF MATERIALS FOUND ON THE PROJECT SP 4
' WASTE SITES SP 4
H(""^S OF WORK SP 5
000RACTOR'S COPIES OF CONTRACT DOCUMENTS SP 5
SECTION 5
SUBMITTALS SP 5
CONSTRUCTION STAKING SP 5
FINAL ACCEPTANCE SP 7
METHCu OF SERVICE OF NOTICE SP 7
ERRORS AND OMISSIONS SP 7
' SECTION 7
SANITATION SP 7
LOAD LIMITS SP 7
WAGES SP R
RECORDS AND REPORTS SP 9
' CONTRACTOR'S RESPONSIBILITY FOR WORK SP 10
RESPONSIBILITY FOR DAMAGE SP 11
PROTECTION AND RESTORATION OF PROPERTY SP 11
RESTORATION OF STRUCTURES AND SURFACES SP 11
UTILITIES AND SIMILIAR FACILITIES SP 13
PUBLIC LIABILITY AND PROPERTY DAMAGE SP 13
GENERAL SAFETY REQUIREMENTS SP 13
FLAGMEN, BARRICADES, AND SIGNS SP 14
SECTION 8 ,
PROGRESS SCHEDULE SP 14
TIME OF COMPLETION SP 15
LIQU,DATED DAMAGES SP 16 '
OVERTIME WORK BY OWNER EMPLOYEES SP 16
CONTRACTOR'S PLANT AND EQUIPMENT SP 16
ATTENTION TO WORK SP 16 ,
SECTION 9
MEASUREMENT OF QUANTITIES SP 17
OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS SP 17 '
SECTION 10
PERMITS AND LICENSES SP 18 '
1
t
1
APWA STANDARD SPECIFICATIONS
' CITY OF RENTON
SPECIAL PROVISIONS
' STANDARD SPECIFICATIONS
THE STANDARD SPECIFICATIONS FOR MUNICIPAL PUBLIC WORKS CONSTRUCTION
PREPARED BY THE WASHINGTON STATE CHAPTER OF THE AMERICAN PUBLIC WORKS
' ASSOCIATION, 1981 EDITION, SHALL BE HEREINAFTER REFERRED TO AS THE
"STANDARD SPECIFICATIONS" AND SAID 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 ENTIRETY AND SHALL APPLY EXCEPT AS AMENDED OR
SUPERSEDED BY THE SPECIAL PROVISIONS HEREIN.
' A COPY OF THESE STANDARD SPECIFICATIONS IS ON FILE IN THE OFFICE OF THE
PUBLIC WORKS DIRECTOR, MUNICIPAL BUILDING, RENTON, WASHINGTON 98055, WHERE
THEY MAY BE EXAMINED AND CONSULTED BY ANY INTERESTED PARTY.
' WHEREVFR REFERENCE IS MADE IN THE STANDARD SPECIFICATIONS TO THE OWNER,
SUCH REFERENCE SHALL BE CONSTRUED TO MEAN 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 RENTON, OR HIS DULY AUTHORIZED
REPRESENTATIVE.
NOTE: THE SPECIAL PROVISIONS HEREINAFTER CONTAINED SHALL BE !N ADDITION TO
OR SHALL SUPERSEDE PROVISIONS OF THE STANDARD SPECIFICATIONS IN CONF",.T
HEREWITH.
HEADINGS
' HEADINGS TO PARTS, SECTIONS, FORMS, ARTICLES, AND SUWTICLES ARE INSERTED
FOR CONVENIENCE OR REFERENCE ONLY AND SHALL NOT AFFECT THE INTERPRETATION
OF THE CONTRACT DOCUMENTS,
1
SPECIAL PROVISIONS STRUCTURE
' THE SPECIFICATIONS NOTED HEREIN ARE IN ADDITION TO, jR IN LIEU OF, DIVISION
I OF THE STANDARD SPECIFICATIONS. WHERE SECTIONS ARE MARKED "REPLACEMENT
' SECTIONS", THE SPECIFICATIONS HEREIN ARE TO REPLACE THE STANDARD
SPECIFICATIONS NOTED. WHERE SECTIONS ARE MARKED, `A.DITIONAL SECTION THE
SPECIFICATIONS HEREIN ARE TO BE A SUPPLEMENT TO THE STANDARD SPECIFICATIONS
NOTED,
Revised 4/87
t
4,.
SECTION 1 t
1-1.50 ACT OF GOD (REPLACEMENT SECTICN) '
"ACT OF GOD" MEANS AN EARTHQUAKE, FLOOD, CYCLONE, OR OTHER CATACLYSMIC
PHENOMENON OF MATURE. A RAIN, WINDSTORX, HIGH WATER OR OTHER NATURAL
PHENOMENON OF ItNUSUAL INTENSITY FOR THE SPECIFIC LOCALITY OF THE WORK,
WHICH MIGHT REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECJRDS OF THE
GENERAL LOCALITY OF THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF GOD. '
1-1.51 SHOP DRAWINGS (REPLACEMENT SECTION) '
THE TERM "SHOP DRAWINGS" SHALL REFER TO THE PICTORIAL DESCRIPTION C. THE
DETAILS OF PROPOSED MATERIALS, EQUIPMENT, METHODS OF INSTALLATION, OR OTHER '
CONSTRUCTION PREPARED BY THE CONTRACTOR, A SUBCONTRACTOR, OR A MANUFACTURER
AND SUBMITTED FOR THE APPROVAL OF THE OWNER.
1-1.52 OR EQUAL (REPLACEMENT SECTION)
WHERE THE TERM "OR EQUAL" IS USED HEREIN, THE OWNER, OR THE OWNER ON '
RECOMMENDATI'IN OF THE ENGINEER, SHALL BE THE SOLE JUDGE OF THE QUALITY AND
SUITABILITY OF THE PROPOSED SUBSTITUTION.
1-1.53 APPROVAL (REPLACEMENT SECTION) '
THE TERM -APPROVAL- OR "APPROVED" SHALL MEAN APPROVAL GIVEN BY OR 6tCFN '
PROPERL( ON THE BEHALF OF THE OWNER.
SECTION 2! BID PROCEDURES AND CONOTIIONS '
2-1.12 PUBLIC OPENINGS 'IF BIDS 6.EPLACEMRVT SECTION)
SEALED BIDS WILL BE RECEIVED BY THE CITY OF RENTON. WASHINGTON, BY FILING '
WITH THE CITY CLERK, MUNICIPAL BUILDID :, RENTON, WASHINGTON, AS PER CALL
FOR BIDS AND WILL BE OPENED AND PUBLICLY READ ALOUD.
Revised 4/83 t
C
rSECTION 3
r1.1.01 CONSIDERATION OF BIDS (ADDITIONAL SECTION)
AWARDING OF CONTRACT WILL BE BASED ON TOTAL SUM OF Al . SCHEDULES OF PRICES.
Nn PARTIAL BIDS WILL BE ACCEPTED.
•
rS-rrTION A
■ 1.05 PROCEDURE AND PROTEST BY THE CONTRACTOR (REPLACEMENT SECTION)
iFl ANY QUESTIONS ARISING BETWEEN THE INSPECTOR AND THE CONTRACTOR OR HIS
r SUPERINTENDENT OR FOREMAN AS TO THE MEANING AND INTENT OF ANY PART OF THE
PLANS AND SPECIFICATIONS OR ANY CONTRACT DOCUMENT, SHALL BE IMMEDIATELY
SRI,UGHT TO THE ATTENTION OF THE PUBLIC WORKS DIRECTOR OR HIS
REPRESF.N"ATIVES FOR INTERPRETATION AND ADJUSTMENT, IF WARRANTED.
rFAILURE ON THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO
DISCOVER AND CONDEMN OR REJECT, IMPROPER, DEFECTIVE OR INFERIOR WORK OR
r MATERIALS, SHALL NOT BE CONSTRUED AS AN ACCEPTANCE F ANY SUCH WORK OR
MATERIALS, OR THE PART OF THE IMPROVEMENT IN WHICH THE SAME MAY HAVE BEEN
USED.
r TO PREVENT DISPUTES AND LITIGATION, IT IS FURTHER AGREED BY THE PARTIES
HERETO THAT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE
THE QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THESE
r 1vPROVEMENTS. HE SHALL DECIDE ALL QUESTIONS RELATIVE TU THE EXECUTION OF
T' E WORK AND THE INTERPRETATION OF THE PLANS AND SPECIFICATIONS.
It, THE EVFNT THE CONTRACTOR IS OF THE OPINION HE WILL BE DAMAGED BY SUCH
!SCERPRETATION, HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND THE CITY
L ERK IN WRITING OF THE ANTICIPATED NATURE AND AMOUNT OF THE DAMAGE OR
I-AAGF.S. TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE. IN M
F.ENT AN AGREEMENT CANNOT THEN BE REACHED WITHIN 3 DAYS, TKE CITY AND THE
CONTRACTOR WILL EACH APPOINT AN ARBITRATOR AND THE TWO SHALL SELECT A
y THIRD WITHIN 30 DAYS THEREAFTER.
I THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND
BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 30 DAYS,
CHALLENGES TMi FINDINGS AND DECISION BY SERVING AND FILING A PETITION FOR
REVIEW BY THE SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE GROUNDS FOR
THE PETITION FOR REVIEW ARE LIMITED TO SHOWING THAT THE FINDINGS AND
DECISION:
1. ARE NOT RESPONSIVE TO THE QUESTIONS SUBMITTED;
r 2. IS CONTRARY TO THE TERMS OF THE CONTRACT OR ANY COMPONENT THERIJF;
Revised 4/83
r
3. IS ARBITRARY AND/OR IS NOT BASED UPON THE APPLICABLE FACTS AND '
THE LAW CONTROLLING THE ISSUES SUBMITTED TO ARBITRATION.
THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN ,
WRITING THEIR FINDINGS AND CONCLUSIONS BASED ON THE EVIDENCE ADDUCED AT ANY
SUCH HEARING. ,
THE ARBITRATION SHALL BE CONDUCTED IN ACCORDANCE WITH THE STATUTES OF THE
STATE OF WASHINGTON AND COURT DECISIONS GOVERNING SUeH PROCEDURE.
THE COSTS OF SUCH ARBITRATION SHALL BE BORNE EQUALLY BY THE CITY AND THE '
CONTRACTOR UNLESS IT IS THE BOARD'S MAJORITY OPINION THAT THE CONTRACTOR'S
FILING OF THE PROTEST OR ACTION IS CAPRICIOUS OR WITHOUT REASONABLE '
FOUNDATION. IN THE LATTER CASE, ALL COSTS SHALL BE BORNE BY THE
CONTRACTOR.
THE VENUE OF ANY SUIT SHALT, BE IN KING COUNTY, WASHINGTON, AND IF THE ,
CONTRACTOR IS A NON-PESIDENT OF THE STATE OF WASHINGTON, HE SHALL DESIGNATE
AN AGENT, UPON WHOM PROCESS MAY BE SERVED, BEFORE COMMENCING WORK UNDER
THIS CONTRACT. '
4-1.10 USE OF MATERIALS FOUND ON THE PROJECT �REPI.ACEMENT SECTION) ,
ALL SALVAGE MATERIAL AS NOTED ON THE PLANS AND TAKEN FROH ANY OF THE
DISCARDED FACILITIES SHALL, AT THE ENGINEER'S DISCRETION, BE CAREFULLY ,
SALVAGED AND DELIVERED TO THE CITY SHOPS.
ALL SALVAGED WATER MAINS, FIRE HYDRANTS, VALVES AND APPURTENANCES, CATCH
BASINS, AND STORM AND SANITARY MANHOLE COVERS SHALL BE SALVAGED AND ,
DELIVERED TO THE CITY SHOPS.
ANY COST INCURRED IN SALVAGING AND DELIVERING SUCH ITEMS SHALL BE t
CONSIDERED INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
4-1.12 WASTE SITES (ADDITIONAL SECTION) '
ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE WASTED SHALL BE HAULED,
DUMPED, AND SPREAD AT THE LOCATIONS SELECTED BY THE CONTRACTOR. 1
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 ITEMS OF WORK AND NO FURTHER COMPENSATION WILL BE MADE.
THE ROUTE TAKEN TO THE WASTE SITE SHALL BE MAINTAINED SOLELY BY THS
CONTRACTOR IN A MANNER AS DESCRIBED BELOW: '
Revised 4/83 ,
' THE CONTRACTOR SHALL BE PREPARED TO USE WATER TRUCKS, POWER SWEEPERS, AND
RELATED EQUIPMENT AS DEEMED NECESSARY BY THE CITY PUBLIC WORKS DIRECTOR TO
ALLEVIATE THE PROBLEM OF LOST SPOILS ALONG THE ROUTE. PROMPT RESTORATION
' Of THE ROUTE IS MANDATORY.
' 4-1.13 HOURS OF WORK (REPLACEMENT SECTION)
THE WORKING HOURS FOR THIS PROJECT WILL BE LIMITED TO WEEKDAYS DURING THE
PERIOD FROM B:OC A.M. TO 5:00 P.M. THE HOURS OF WORK MAY BE CHANGED AT THE
' DISCRETION OF TIE ENGINEER WHEN IT IS IN THE INTEREST OF THE PUBLIC OR THE
CONTRACTOR DUE TO REASONS OF SAFETY, HEALTH, C WELFARE.
4-1.14 CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS
' THE CONTRACTOR WILL BE SUPPLIED BY THE OWNER WITH 5 SETS OF PLANS AND
SPECIFICATIONS. AT LEAST i COMPLETE SET OF CONTRACT DOCUMENTS, INCLUDING
ONE FULL SIZE SET OF DRAWINGS, SHALL BE KEPT AT THE SITE OF CONSTRUCTION IN
GOOD CONDITION AND AT ALL TIMES AVAILABLE. TO THE OWNER AND THE ENGINEER.
t ADDITIONAL COPIES OF THE CONTRACT DOCUMENTS, IF REQUIRED, WILL BE FURNISHED
BY THE OWNER AT NET COST OF REPRODUCTION,
-ION 5
' 5-1.03 SUBMITTALS (REPLACEMENT SECTION)
THE CONTRACTOR SHALL FURNISH ALL DRAWINGS, SPECIFICATIONS, DL-.JRIPTIVE
' DATA, CERTIFICATES, SAMPLES, TESTS, METHOD, SCHEDULES, AND MANUFACTURER'S
INSTRUCTIONS AS REQUIRED TO DEMONSTRATE FULLY THAT THE MATERIALS AND
EQUIPMENT TO �. FURNISHED AND THE METHODS OF WORK COMPLY WITH THE
PROVISIONS AND INTENT OF THE SPECIFICATIONS AND DRAWINGS. IF THE
INFORMATION SHOWS ANY DEVIATION FROM THE CONTRACT REQUIREMENTS, THE.
CONTRACTOR SHALL, BY A STATEMENT IN WRITING ACCOMPANYING THE INFORMATION,
ADVISE THE ENGINEER OF THE DEVIATION AND STATE THE REASON THEREFORE.
5-1.05 CONSTRUCTION STAKING (REPLACEMENT SECTION)
' THE ENGINEER SHALL HAVE THE RIGHT TO MAKE REASONABLE CHANGES IN THE GRADES
AS THEY ARE SHOWN ON THE DRAWINGS. GRADES WILL BE ESTABLISHED IN THE FORM
' OF OFFSET STAKES AT DISTANCES NOT GREATER THAN 50 FEET, SET IN ADVANCE OF
THE WORK. WHENEVER WORK IS IN PROGRESS, THE CONTRACTOR SHALL RAVE IN HIS
EMPLOYMENT A WORKER COMPETENT TO SET A GATT^.R BOARD OR OTHER CONSTRUCTION
GUIDF FROM THE IINE AND GRACE STAKES GIVEN BY THE ENGINEER.
tSUCH EMPLOYEES SHALL HAVE THE DUTY AND RESPONSIBILITY OF PLACING AND
MAINTAINING SUCH CONSTRUCTION GUIDES, A BATTER BOARD SET WITH AN
' ENGINEER'S LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE OF 0.50 PERCENT
Revised 4/83
OR LESS, AT LEAST THREE BATTER BOARDS SHALL REMAIN IN PLACE DURING PIPE
LAYING OPERATIONS. IF, THROUGH THE CONTRACTOR'S NEGLIGENCE, ANY STAKES ,
SHALL BE DESTROYED AND REQUIRE RESETTING, A SUM SHALL BE DEDUCTED FROM 72
CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE EXTRA COST IN ENGINEERING
REQUIRED FOR SUCH REPLACEMENT.
THE LASER METHOD OF ESTABLISHING GRADE MAY BE USED PROVIDING:
1. REQUEST FOR USE, EQUIPMENT, AND METHOD OF OPERATION ARE SPBMITTED ,
FOR CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PRIOR TO USE.
2. GRADES ARE CHECKED AT LEAST ONCE EVERY 50 FEET AND AT LEAST 3 TIMES ,
DAILY BY CONVENTTIO:LAL METHODS.
3. PROPER ANCHORING OF PIPE IS PERFORMED IS LOCATIONS WHERE A BOX IS
BEING USED FOR EXCAVATION. ,
IMF CONII,ACTOR SHALL ARRANGE HIS WORK TO ALLOW A REASONABLE TIME FOR THE
SETTING OF STAKES FOR THE NEXT PHASE OF HIS OPERATION TO PREVENT WORK ,
DELAYS WHILE WAITING FOR CONSTRUCTION GUIDES.
THE FOLLOWING STAKES WILL BE SET BY THE CITY ONE TIME ONLY FOR EACH STAGE I '
AND II:
A. SLOPE STAKES
B. SUBGRADE BLUE TOPS
C. CURB AND GUTTER ELEVATIONS '
D. ELEVATIONS FOR PAVING MACHINE
E. STAKES FOR RETAINING WALLS ,
F. STAKES FOR SUBSTRUCTURE
G. STAKES FOR SUPERSTRUCTURE ,
THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR DETAILED DIMENSIONS ,
AND TRANSFERRING ELEVATIONS OR MEASUREMENTS MEASURED FROM SUCH STAKES AND
MARKS.
DELAYS BY REASON OF LACK OF STAKES OR A REQUEST TIME FOR SURIEY LESS THAN ,
3 JAYS ARE DEEMED A RISK TO THE CONTRACTOR AND SHALL NOT BE THE BASIS FOR
CLAIMS FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME.
ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALL BE CONSIDERED iNLIDEI,TAL TO '
OTHER BID ITEMS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WILL BE MADE.
Revised 4/83 ,
5.1.12 FINAL ACCEPTANCE (REPLACEMEN1 SECTION)
THE CONTRACTOR SHALL NOTIFY THE ENGINEER IN WRITING OF THE COMPLETION nF
' THE WORK WHEREUPON THE ENGINEER WILL PROMPTLY, BY PERSONAL INSPECTION,
SATISFY HIMSELF AS TO THE ACTUAL COMPLETION OF THE WORK IN ACCORDANCE WITH
THE TERMS OF THE CONTRACT, AND SHALL THEREUPON RECOMMEND TO THE OWNER THAT
' THE WORK IS ACCEPTABLE. FINAL DETERMINATION OF THE ACCEPTABILITY OF THE
WORK SHALL BE MADE 'TO THE OWNER.
5.I.15 METHOD OF SERVICE OF NOTICE (REPLACEMENT SECTION)
1 WRITTEN NOTICE SHALL BE DEEMED TO HAIR BEEN DULY 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 BODY, OR IF SENT BY REGISTERED UNITED STATES MAIL TO THE
BUSINESS ADDRESS SHOWN IN THE CONTRACT DOCUMENTS.
' 5-1.17 ERRORS AND ON,:SSIONS (REPLACEMENT SECTION)
IF THE CONTRACTOR, IN THE COURSE OF HIS WORK, BECOMES AWARE OF ANY ERRORS
t OR OMISSIONS IN THE CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY SURVEY
POINTS AND INSTRUCTIONS, OR IF HE °ECOMES AWARE OF ANY VISCREPANCY BETWEEN
THE CONTRACT DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE LOCALITY, HE
' SHALL IMMEDIATELY INFORM THE ENGINEER. THE ENGINEER, If HE DEEMS IT
NECESSARY, SHALL RECTIFY THE MATTER AND ADVISE THE CONTRACTOR ACCORDINGLY.
ANY WORK DONE AFTER SUCH DISCOVERY, UNTIL AUTHORIZED, WILL BE DONE AT THE.
CONTRACTOR'S RISK.
' SECTION 7
7-I.04 SANITATION (ADDITIONAL SECTION)
ALL EXPENSES INCURRED IN SUPPLYING ACCESS, PARKING, AND SANITATION
FACILITIES SHALL. BE CONSIDERED INCIDENTAL TO THE PROJECT AND NO
' COMPENSATION SH/.LL BE MADE.
' 7-1.07 LOAD LIMITS (REPLACEMENT SECTION)
ALL MOTOR VEHICLES OF THE CONTRACTOR, SUBCONTRACTORS, AND SUPPLIERS SHALL
t 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 THAT IS DELIVERED IN EXCESS OF
THE LEGAL WEIGHT FOR WHICH THE VEHICLE IS LICENSED.
Revised 4/8I
ANY ,"OLATION OF THESE REGULATIONS SHALL BE REPORTED TO THE AFFECTED LAW
ENFORCEMENT AGENT. '
THE CONTRACTOR IS TO FURNISH TO THE PUBLIC WORKS DIRECTOR A LISTING OF ALL
RAUL VEHICLES USED ON THIS PROJECT, LISTING THE VEHICLE NUMBER, LICENSE 1
NUMBER, TARE WEIGHT, AND LICENSED LOAD LIMITS.
7-1.09 WAGES ;REP1ACEMENT SECTION)
THE PREVAILING RATE OF WAGES TO BE PAID TO ALL WORKMEN, LABORERS, OR
MECHANICS EMPLOYED IN THE PERFORMANCE Of ANY PART OF THIS CONTRACT SHALL BE 1
IN ACCORDANCE WITH THE PROVISIONS OF CHt^*ER 39.12 RCW AS AMENDED. THE
RULES AND REGULATIONS OF THE DEPARTMENT LABOR AND INDUSTRIES AND THE
SCHEDULE OF PREVAILING WAGE RATES FOR THE LOCALITY OR LOCALITIES WHERE THIS '
CONTRACT WILL BE PERFORMED AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF
THE DEPARTMENT OF LABOR AND INDUSTRIES, ARE BY REFERENCE MADE A PART OF
THIS CONTRACT AS THOUGH FULLY SET FORTH HEREIN.
INASMUCH AS THE CONTRACTOR WILL BE HELD RESPONSIBLE FOR PAYMENT OF THE '
PREVAILING WAGES, IT IS IMPERATIVE THAT ALL CONTRACTORS FAMILIARIZE
THEMSELVES WITH THE CURRENT WAGE RATES BEFORE SUBMITTING BIDS BASED ON
THESE SPECIFICATIONS.
FOR EACH CONTRACT IN EXCESS OF $10.000 A CONTRACTOR kROUIRED TO PAY THE
PREVAILING RATE OF WAGES SHALL POST THE FOLLOWING IN A LOCATION R:ADILY '
VISIBLE TO WORKERS ON THE JOB SITE:
(1) A COPY OF A STATEMENT OF INTENT TO PAY PREVAILING WAGES, APPROVED ,
BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND
INDUSTRIES UNDER RCW 39.12.040: AND
(2) THE ADDRESS AND TELEPHONE NUMBER OF THE INDUSTRIAL STATISTICIAN OF ,
THE. DEPARTMENT OF LABOR AND INDUSTRIES WHERE. A COMPLAINT OR INQUIRY
CONCERNING PREVAILING WAGES MAY BE MADE.
IN CASE ANY DISPUTE ARISES AS TO WHAT ARE THE PREVAILING RATES OF WAGES FOR ,
WORK OF A SIMILAR NATURE AND SUCH DISPUTE CANNOT BE ADJUSTED BY THE PARTIES
IN INTEREST, INCLUDING LABOR AND MANAGEMENT REPRESENTATIVES, THE. MATTER '
SMALL BE REFERRED FOR ARBITRATION TO THE DIRECTOR OF LABOR AND INDUSTRIES
OF THE STATE, AND HIS DECISIONS THEREIN SHALL BE FINAL, CONCLUSIVE, AND
BINDING ON ALL PARTIES INVOLVED IN THE DISPUTE AS PROVIDED FOR BY RCW
39.12.060, AS AMENDED. '
EACH CONTRACTOR AND EACH AND EVERY SUBCONTRACTOR SHALL FILE A SWORN
STATEMENT OF INTENT (SF 9882) WITH THE OWNER AND WITH THE DEPARTMENT OF '
LABOR AND INDUSTRIES AS TO THE PREVAILING WAGE RATES, INCLUDING FRINGE.
BE':"ITS, FOR EACH 308 CLASSIFICATION TO BE UTILIZED. THE WAGE RATES THUS
FILED WILL BE CHECKED AGAINST THE PREVAILING WACE RATES AS DETERMINED BY '
THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES, IF
THE WAGE RATES ARE CORRECT, THE INDUSTRIAL STATISTICIAN WILL ISSUE AN
ACKNOWLEDGEMENT OF APPROVAL TO THE CONTRACTOR AND/OR SUBCONTRACTOR WITH A
Revised 4/83 ,
COPY TO THE AWARDING AGENCY (OWNER). IF ANY INCORRECT WAGE RATES ARE
' INCLUDED, THE CONTRACTOR AND/OR SLRCONTRACTOk WILL BF NOTIFIED OF THE
CORRECT RATES BY THE INDUSTRIAL STATISTICIAN AND APPROVAL WILL BE WITHHELD
UNTIL A CORRECT STATEMENT IS EGCZIVED.
tRECEIPT BY THE OWNER OF THE SF 98R2 FORM FOR C RACTJR ANU ALL
SUECONtRACTORS, DULY APPROVED BY THE DEPARTMENT OF k-- AND INDUSTRIES,
1 WILL BE A PRE.000ISITE TO THE. PAYMENT PY THE OW\ER OF ANY SUMS DUE THE
CONTRACTOR.
NOTE:
FOR A CONTRACT IN EXCESS OF $10,000 THE STATEMENT OF INTENT TO
PAY PREVAILING WAGES SHALL INCLUDE:
1. THE CONTRACTOR'S REGISTRATION CERTIFICATE NUMBER; A.�n
2. THE PREVAILING RATE OF WAGE FOR EACH CLASSIFICATION OF WORKERS
ENTITLED TO PREVAILING WAGES UNDER RCW 39.12.020; ANT,
3. THE NUMBER OF WORKERS IN EACH CLASFIFICATION.
' EACH VOUCHER CLAIM SUBMITTED BY A CONTRACTOR FOR PAYMENT ON A PROJECi
ESTIMATE SHALL STATE THAT PREVAILING WAGES HAVE. BEEN PAID IN ACCORDANCE
' WITH THE PRE-FILED ETATEMENT OF STATEMENTS OF INTENT ON FILE WITH THE
DEPARTMENT OF LABOR AND INDUSTRIES AS APPROVED BY THE INDUSTRIAL
STATISTICIAN.
AFFIDAVITS CF WAGES PAID (SF 9843) ARE TO BE FILED WITH THE. STATE
TREASURER, OR THE TREASURER OF THE COUNTY OR MUNICIPAL CORPORATION OR OTHER
OFFICER OR PERSON CHARGED WITH THE CUSTODY AND DISBURSEMENT OF THE STATE OR
' CORPORATE FUNDS AS THE CASE MAY BE AND 2 COPIES OF EACH AFFIDAVIT ARE TO BE
FILED WITH THE DIRECTOI, OF THE DEPARTMENT OF LABOR AND INDUSTRIES,
ATTENTION: INDUSTRIAL RELATIONS DIVISION, 1601 SECOND AVENUE, SEATTLE.
' WHENEVER PRAr"iifABLE, AFFIDAVITS PERTAINING TO A PARTICULAR CONTRACT SHOULD
BE SUBMITTED AS A PACKAGE.
FILING OF ALL APPLICABLE SF 9843 FORMS WITH THE OWNER (AFTFR DEPARTMENT OF
t LABOR AND INDUSTRIES CERTIFI �TION) WILL BE A PREREQUISITE TO THE RELEASE
OF RETAINAGE FUNDS TO THE CONTRACTOR.
' 7-I.IJ RECORDS AND REPORTS , EPLACE4ENT SECTION)
' ThE CONTRACTOR WILL BE REQUIRED TO COMPLETE AND SUB41T THE FOLLOWING
DOCUMENT BEFORE PROGRESS AND/OR FINAL PAYMENTS TO THE CONTRACTOR WILL BE
APPROVED BY THE PUBLIC WORKS DIRECTOR:
' 1. EACH MONTH - DEPARTMENT OF LABOR STANDARD FORM 257
2. EACH JURY - STATE HIGHWAY FORM PP-1391
' Revised 4183
t
THE OWNER WILL FURNISH THESE FORMS TO THE PRIME CONTRACTOR DURING THE
PRECONSTRUCTION MEETING. ,
AN EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE SHALL BE EXECUTED BY THE
BIDDEI WITH HIS BID PROPOSAL ON TPIS PROJECT AND WH:"H COMES WITHIN THE ,
PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY
OF LABOR AS REVISED MAY 21, 1968. THE FORM OF CERTIFICATE WILL BE
FURNISHED TO THE CONTRACTOR WITH THE PROPOSAL, STATING AS TO WHETHER RE,
HIS FIRM, ASSOCIATION, CO-PARTNERSHIP, OR CORPORATION HAS PARTICIPATED IN t
ANY PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY
CLAUSE AND IF $0, WHETHER OR NOT HE RAS SUBMITTED ALL REPORTS DUE UNDER
APPLICABLE FILING REQUIREMENTS. '
FAILURE OF THE. PART OF THE BIDDER TO FURNISH THE REQUIRED CERTIFICATE WILL
BE DUE CAUSE FOR REJECTION OF THE BID.
IF A CONTRACTOR TO WHOM AN AWARD IS ABOUT TO BE MADE, EXCEPT FOR LACK OF AN
EQUAL EMPLOYMENT OPPORTUNITY REPORT CERTIFICATE, REe'ISES OR FAILS TO
PROMPTLY EXECUTE AND FURNISH THE REQUIRED CERTIFICATE WITHIN 10 DAYS AFTER ,
NOTICE Bt THE DIRECTOR OF PUBLIC WORKS THAT SAME IS LACKING FROM HIS
PROPOSAL, THE PROPOSAL GUARANTEE, IN FORM OF BOND, CHECK, OR CASH WHICH
ACCOMPANIED THE BID, WILL BE FORFEITED TO THE CITY. ,
WHENEVER A CONTRACTOR REQUESTS PERMISSION TO SUBLET A PART OF ANY CONTRACT
AND SUCH CONTRACT COMES WITHIN THE PROVISIONS OF THE EQUAL OPPORTUNITY
REGULATIONS OF THE SECRETARY OF LABOR, REVISED MAY 21. 1968, HE SHALL ,
OBTAIN THIS CERTIFICATION FROM HIS PROPOSED SLBCONTRACTOR AND FORWARD IT
TOGETHER WITH SUCH REQUEST. NO SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT
OF SUCH C°RTIFICATION FROM THE SUBCONTRACTOR. '
FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE OBTAINED FROM THE PROJECT
ENGINEER ASSIGNED TO THIS PROJECT. ,
7-1.13 CONTRACTOR'S RESPONSIBILITY FOR WORK (REPLACEMENT SECTION)
THE WORK SHALL BE UNDER THE CONTRACTOR'$ RESPONSIBLE CARE AND CHARGE. THE. '
CONTRACTOR SHALL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND FROM WHATSOEVER
CAUSE, EXCE^T THAT CAUSED SOLELY BYTHE ACT OF THE OWNER WHICH MAY OCCUR ON ,
OR TO THE WORK DURING THE FULFILLMENT OF THE CONTRACT. IF ANY SUCH LOSS OR
DAMAGE OCCURS, THE CONTRACTOR SHALL IMMEDIATELY 'tLKG 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
CH'2GED TO THE CONTRACTOR.
THE CONTRACTOR ALONE SHALL AT ALI. 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. t
DURING UNFAVORABLE WEATHER AND OTHER CONDITIONS, THE CONTRACTOR SHALL
PURSUE ONLY SUCH PORTIONS OF THE WORK AS SHALL NOT BE DAMAGED TPEREBY.
Revised 4183
1
t NO PORTIONS OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE
AFFECTED BY UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED WHILE THESE
CONDITIONS EXIST, UNLE;A �Y SPEC'AL MEANS OR PRECAUTIONS ACCEPTABLE TO THE
' ENGINEER, THE CONTRACTOR SHALL BE ABLE TO OV-RCOME THEM.
' 7-1.14 RESPONSIBILITY FOR DAMAGE ;ADDITIONAL SECTION)
THE CONTRACTOR SHALL BE RESPONSIBLE FOR C017TROLLING DUST AND MUD "ITHIN THE
PROJECT LIMITS AND ON ANY STREET WHICH IS UTTLIZED BY HIS EQUIPMENT FOR THE
' DURATION OF THE PROJECT. THE CONTRACTOR SHALL BE PREPARED TO USE WATERING
TRUCKS, POWER SWEEPERS, AND OTHER PIECE OF EQUIPMENT AS DEEMED NECESSARY BY
THE ENGINEER, TO AVOID CREATING A NUISANCE.
' DUST AND MUD CONTROL SHALL BE CONSIDERED AS INCIDENTAL TO TRF PROJECT, AND
NO COl.PE"ATION WILL BE MADE FOR THIS SECTION.
' COMPLAI.:S ON DUD:, MUD, OR UNSAFE PRACTICES ANDA R PROPERTY DAMAGE TO
PRIVATE ikUNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND PROMPT ACTION
IN CORRECTING WILL BE REQUIRED. WRITTEN NOTICE OF CORRECTION OF COMPLAINT
' ITEMS WILL BE CALLED FOR `IOULD REPETITIVE COMPLAINTS BE RECEIVED BY THE
CITY.
' 7-1.16 PROTECTION AND RESTORATION - PROPERTY (REPLACEMENT SECTION)
THE OWNER WILL OBTAIN ALL EASEMENTS AND FRANCHISES REQUIRED FOR THE
' PROJECT. THE CONTRACTOR SHALL LIMIT HIS OPERATION TO THE AREAS OBTAINED
AND SHALL NOT TRESPASS ON PRIVATE. PROPERTY.
' THE OWNER MAY PROVIDE CERTAIN LANDS, AS INDICATED IN CONNECTION WITH THE
WORK UNDER THE CONTRACT TOGETHER WITH THE RIGHT OF ACCESS TO SUCH LANDS.
THE CONTRACTOR SHALL NOT UNRFASONABLY ENCUMBER THE PREMISES WITH HIS
1 EQUIPMENT OR MATERIALS.
THE CONTRACTOR SHALL PROVIDE, WITH NO LIABILITY TO THE OWNER, ANY
ADDITIONAL LAND AND aCCESS THERETO NOT SHOWN OR DESCRIBED THAT MAY BE
' REQUIRED FOR TEMPORARY CONSTRUCTION FACILITIES OR STORAGE OF MATERIALS. HE
SHALL CONSTRJCT ALL ACCESS ROADS, DETOUR ROADS, OR OTHER TEMPORARY WORK AS
REQUIRED BY HIS OPERATIONS. THE CONTRACTOl SMALL CONFINE HIS EQUIPMENT,
' STORAGE OF MATERIAL, AND OPERATION OF HIS .)RKBRS TO THOSE AREAS Si:OWv AND
DESCRIBEL AND SUCH ADDITIONAL AREAS AS HE MAY PROVIDE.
RESTORATION OF STRUCTURES AND SURFACES
A. GENERAL. ALL CONSTRUCTION WORK UNDER THIS CONTRACT ON EASEMENTS,
RIGHT-OF-WAY, OVER PRIVATE PROPERTY OR FRANCHISE, SHALL BE CONFINED TO THE
'Y LIMITS OF SUCH EASEMENTS, RIGHT-OF-WAY OR FRANCPISE. ALL WORK SHALL BE
■ Revised 41R3
1
ACCOMPLISHED SO AS TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM
AMi UNT OF DAMAGE. THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENrRES ,
ACROSS EASEMENTS SHALL NOT BE LEFT OPEN DURING WEEKENDS OR HOLIDAYS AND
TRENCHES SHALL NIT BE LOFT OPEN FOR MORE THAN 48 HOURS.
B. STRUCTURES. THE CO.,TPACTOR SHALL ROVE SUCH EXISTING STRUCTURES AS
MAY BE NECESSARY FOR ThE PERFORMANCE OF THE WORK AND, IF REQUIRED, SE#!.
REBUILD THE STRUCTURES THUS REMOVED IN AS GOOD A CONDITION AS FOUND WITH
MINIMUM REQUIREMENTS AS HEREIN SPECIFIED. HE SHALL ALSO REPAIR ALL '
EXISTING STURCTURES WHICH MAY BE uAMAGED AS A RESULT OF THE PORK UNDEP. TMIIS
CONTRAC'.
.. EASEMENTS - CULTIVATED AREAS AND OTHER SURFACE IMPROVEMENTS. ALL t
CULTIVATED AREAS, EITHER AGRICULTURAL OR LAWNS, AND OTHER SURFACE
IMPROVEMENTS WHICH ARE DAMAGED BY ACTIONS OF THE CONTRACTOR SHALL BE '
RESTORED AS NEARLY AS POSSIBLE TO THEIR ORIGINAL CONDITION.
PRIOR TO EXCAVATION ON AN EASEMENT OR PRIVATE RIGHT-OF-WAY, THE CONTRAMR
SHALL STRIP TOP SOIL FROM THE TRENCH OR COPSTRUCTION AREA AND STOCKPILE IT '
IN SUCH A MANNER THAT IT MAY BE REPLACED BY HIM, UPON COMPLETION OF
CONSTRUCTION. ORNAMENTAL TREES AND SHRUBBERY SHALL BE CAREFULLY REMOVED
WITH THE EARTH SURROUNDING THEIR ROOTS WRAPPED IN BURLAP AND REPLANC:D IN ,
THEIR ORIGINAL POSITIONS WITHIN 48 HOURS. ALL SHRUBBERY OR TREES
DESTROYED OR DAMAGED, SHALL BE REPLACED BY THE CONTRACTOR WITH MATERIAL OF
EQUAL QUALITY AT NO ADDITIONAL COST TO THE OWNER. IN THE EVENT THAT IT IS t
NECESSARY TO TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFL'.LY CUT
AND ROLLED AND REPLACED AFTER THE TRENCHES HAVE BEEN BACKFILLED. THE LAWN
AREA SHALL BE CLEANED BY SWEEPING OR OTHER 'MEANS, OF ALL EARTH AND DEBRIS.
THE CONTRACTOR SHALL USE RUBBER WHEEL EQUIPMENT SIMILAR TO THE SMALL ,
THACTOR-TYPE BACKHOES USED BY SIDE SEVER CONTRACTORS FOR ALL WORK,
INCLUDING EXCAVATION AND BACKFILL, ON EASEMENTS OR RIGHTS-OF-WAY WHICH HAVE
LAWN AREAS. ALL FENCES, MARKERS, MAIL BOXES, OR OTHER TEMPORARY OBSTACLES
SHALL BE REMOVED BY THE CONTRACTOR AND IMMEDIATELY REPLACED AFTER TRENCH IS
BACKFILLED IN THEIR ORIGINAL POSITION, THE CONTRACTOR SHALL NOTIFY THE
OWNER AND PROPERTY OWNER AT LEAST 24 HOURS IN ADVANCE OF ANY WORK DONE ON /
EASEMENTS OR RIGHTS-OF-WAY.
ALL CONSTRUCTION WORK UNDER THE CONTRACT ON EASEMENTS, RIGHT-OF-WAf OVER ,
PRIVATE PROPERTY, OR FRANCHISE SHALL BE CONFINED TO THE LIMITS OF SUCH
EASEMENTS, RIGHT-OF-WAY OR FRANCHISE. ALL WORK SHALL BE ACCOMPLISHED SO AS
TO CAUSE THE LEAST AMOUNT OF DISTURBANCE AND A MINIMUM AMOUNT OF DAMAGE. '
THE CONTRACTOR SHALL SCHEDULE HIS WORK SO THAT TRENCHES ACROSS EASEMENTS
SHALL NOT BE LFFT OPEN DURING WEEKENDS OR HOLIU'°S, AND TRENCHES SHA-.l NCT
OE LEFT OPEN FOR MORE THAN 48 HOURS,
DAMa TO EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT t
FROM DEWATERING ANWOR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT
SHALL BE RESTORED TO ITS ORIGINAL CONDITION OR BETTER. THE ORIGINAL ,
CONDITION SHALL BE ESTABLISHED AY PHOTOGRAPHS TAKEN AND,JR INSPECTION MADE
PRIOR TO CONSTRUCTION. ALL SUCH WORK SMALL BE DONE TO THE SATISFACTION OF
THE PROPERTY OWNERS AND THE OWNER AT THE EXPENSE OF THE CONTRACTOR.
Revised 4/"
1 D. STREETS. THE CONTRACTOR WILL ASSUME ALL RESPONSIBILITY OF RESTORATION
OF THE SURFACE OF ALL STREETS (TRAVELLED WAYS) USED BY HIM IF DAMAGED.
' IN THE EVENT THE CONTRACTOR DOES NOT HAVE LABOR OR MATERIAL LMM14EDIATELY
AVAILABLE TO MAKE NECESSARY REPAIRS, THE CONTRACTOR SHALL SO INFORM THE
OWNER. THE OWNER WILL MAKE THE NECESSARY REPAIRS AND THE COST OF SUCH
' REPAIRS SHALL BE PAID BY THE CONTRACTOR.
7-1.17 tTILITIES AND SIMILAR FACILITIES (ADDITIONAL SECTION)
LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR EXISTING UIIDERG^.OUND
FACILITIES AIE IN ACCOKADBCE WITH THE BEST AVAILABLE INFORMATION WITHOUT
' UNCOVERING AND MEASURI::C. THE OWNER DOES NOT GUARANTEE THE SIZE AND
LOCATION OF EXISTING FACILITIES.
' IT SMALL BE THE CONTRACTOR'S RESPONSIBILITY TO CONTACT ALL ^UBLIC AND
PRIVATE COMPANIES HAVING UTILITIES AND/OR FACILITIES IN THI VICINITY OF THE
CONSTRUCTION AREA. THE CONTRACTOR IS WARNED THAT CITY OF PENTON WATER,
STORM DRAINAGE, SANITARY SEWERS, STREET LIGHTS, AND TRAFFIC CONTROL
' UNDERGROUND UTILITIES ARE NOT A MEMBER OF THE "ONE CALL" SYSTEM AND MUST BE
CONTACTED SEPARATELY AS PRESENTED IN THE TECHNICAL SPECIFICATIONS.
' 7-1.18 PUBLIC LIABILITY AND PROPERTY DAMAGE (REPLACEMENT SECTION)
t
' THc MINIMUM POLICY LIMITS OF SUCH INSURANCE SHALL BE AS FOLLOWS:
BODILY INJURY LIABILITY COVERAGE WITH LIMITS OF NOT LESS THAN $250,000 FOR
BODILY INJURY, INCLUDING ACCIDENTAL DEATH, TO ANY ONE PERSON, AND SUBJFCT
TO THAT LIMIT FDR EACH PERSON, IN AN AMOUNT NOT LESS THAN $250,000 FOR EACH
ACCIDENT; AND PROPERTY DAMAGE COVERAGE IN AN AMOUNT OF NOT LESS THAN
$500,000 FOR EACU ACCIDENT. •N ADDITION, AN UMBRELIA INSURANCE COVERAGE OF
' NOT LESS THAN S5,u00,OD0 SMALL BE PROVIDED, WITH THE OWNER AND ENGINEER THE
NAMED INSUREDS. THIS LIMIT SHALL APPLY TO COMPREHENSIVE GENERAL LIABILITY
INSURANCE AND VEHICLE LIABILITY INSURANCE.
' THE CONTRACTOR SHALL FURNISH THE CITY WITH SATISFACTORY PROOF OF CARRIAGE
OF THE INSURANCE REQUIRED.
7-1.23A GENERAL SAFETY REQUIREMENTS (ADDITIONAL SECTION)
' THE CONTRACTOR SHALL NOTIFY ALI PROPERTY OW%IRS ALONG, THE CONSTRUCTION
AREA, BY MAIL, PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL
LOCAL POLICE, TRANSIT, AND FIRE DLOART14ENTS BY MAIL PRIOR TO CONSTRUCTION.
NAMES AND ADDRESSES WILL BE FURNISJED BY THE OWNER. THE CONTRACTOR SHALL
1 FURTHER NOTIFY EACH OCCUPANCY IN PERSON A MINIMUM OF THREE DAYS PRIOR TO
CONSTRUCTION IN FRONT OF EACH PROPERLY,
Revloed 4/83
-1.23C FIAGMEN, BARRICADES, AND SIGNS (REPLACEMENT SECTION)
THE C06TRACTOR SHALL, AT HIS OWN EXPENSE PROVIDE ALL SIGNS, BARRICADES, f
GUARDS. '"LAGKEN, AND EQUIPMENT, CONSTRUCTION WARNINGS, AND NIGHT LIGHTS IN
ORDER ":^.OTECT THE PUBLIC AT ALL TIMES FROM INJURY AS A RESULT OF HIS
OPERATI�..S. 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. WORK SHALL BE RESTRUCTURED, THE ORDER OF WORK ,
MODIFIED, THE HOURS OF WORK MODIFIED OR THE WORK HALTED ALTOCEfHER AT THE
ENGINEER'S DISCRETION WHEN THE F.I:GINEER FINDS SUCH A COURSE OR COURSES OF
ACTION NECESSARY TO PROTECT THE PUBLIC OR THE CONTRACTOR'S SAFETY, HEALTH, '
AND WELFARE.
ALL SIGNS REMOVED SHALL BE SALVAGED ..ND DCLIVEREU TO THE CITY YARD.
IRE COST OF FURNISHING AND PLACING ALL CONSTRUCTION AND IDENTIFICATION
SIGNS SHALL BE INCIDENTAL TO THE PROJECT AND NO COMPENSATION WILL BE MADE.
1
SECTION 8
8-1.03 PROGRESS SCHEDULE (REPLACEMENT SECTION)
IMMEDIATELY AFTER EXECUTION AND DELIVERY OF THE CONTRACT AND B.FORE THE
FIRST PARTIAL PAYMENT IS MADE, THE CONTRACTOR SHALL DELIVER TO THE
ENGINEER, AN ESTIMATE. CONSTRUCTION PROGRESS SCHEDULE IN FORM SATISFACTORY ,
TO THE EN;IINEER, SHOWING THE PROPOSED DATES OF COMMENCEMENT AND COMPLETION
OF EACH OF THE VARIOUS PAY ITEMS OF WORK REQUIRED UNDER THE CONTRACT
DOCUMENTS AND THE ANTICIPATED AMOUNT OF EACH MONTHLY PAYMENT THAT WILL.
BECOME DOE TO THE CONTRACTOR IN ACCORDANCE WITH THE PROGRESS SCHEDULE. THE ,
CONTRACTOR SHALL A!' ^ FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR
THE PURPOSE OF MAKING PARTIAL PAYMENTS THEREON. THE COST'. EMPLOYED IN
MAKING UP ANY OF THESE SCHEDULES MILL BE USED ONLY FOR DETERMINING THE '
BASIS OF PARTIAL PAYMENTS AND WILL NOT .,E CONSIDERED AS FIXING A BASIS FOR
ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT.
SHOULD IT BECOME EVIDENT AT ANY TIME DURING CONSTRUCTION THAT OPERATIONS '
WILL OR MAY FALL BEHIND THE SCHEDULE OF THIS FIRST PROGRAM, THE CONTRACTOR
SHALL, UPON REQUEST, PROMPTLY SUBMIT REVISED SCHWDUI.ES IN THE SAME FORM AS
SPECIFIED HEREIN, SETTING OUT OPERATIONS, METHODS, AND EQUIPMENT, ADDED t
LABOR FORCES OR WORKING SHIFTS, NIGHT WORK, ETC., BY WHICH TIME LOSS WILL
BE MADE UP, AND CONFER WITH THE ENGINEER UNTIL AN APPROVED MODIFICATION OF
THE ORIGINAL SCHEDULE HAS BEEN SECURED. FURTHER, IF AT ANY TIME A PORTION '
OF THE ACCEPTED SCHEDULE IS FOUND TO CONFLICT WITH THE CGNTRACT PROVISIONS.
11 SHALL, UPON REQUEST BE REVISED BY THE CONTRACTOR AND THE WORK SHALL BE
PERFORMED IN COMPLIANCE WITH THE CONTRACT PROVISIONS. '
PAYMENTS OF At:Y FURTHER ESTIMATES TO THE CONTRACTOR AFTER SUCH REQUEST IS
MADE AND UNTIL AN APPROVED MODIFIED SCHEDULE. HAS BEEN PROVIDED BY
Revived 4!83 ,
THE CONTRACTOR MAY BE WITHHELD. EXECUTION OF THE WORK ACCORDING TO THE
' AC•"EPTED SCHEDULE OF CONSTRUCTION OR APPROVED MODIFICATIONS THEREOF, IS
HEREBY MADE AN OBLIGATIv6 OF THE CONTRACT.
t PRE-CONSTRUCTION CONFERE:
PRIOR TO THE START OF CONSTRUCTION, THE CONTRACTOR, ENGINEER, ALL
SUBCONTRACTORS, UTILITY DEPARTMENT, TELEPHONE COMPA4Y, AND OTHER INYERESTED
t DEPARTMENTS SMALL ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH TIME, PLACE,
AND DATE TO BE DETER.R:INED AFTER AWARD OF THE CONTRACT. SUBSEQUENTLY, A
REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW
PROGRESS AND DISCUSS ANY PROBLEMS THAT KAY BE INCURRED. THE TIME, PLACE,
.,ND DATE TO BE ESTABLISHED AT THE PRE-CONSTRUCTION CONFERENCE.
B-I.OS TIME OF COMPLETION (ADDITIONAL SECTION
THE CONTRACTOR IS EXPF'TED TO DILIGENTLY PROSECUTE THE WORK TO COMPLETIO
1 IN ALL PARTS AND RE. 1REPENTS. LBRD-YiiiHF
' PROVIDED, HOWEVER, THAT THE CITY COUNCIL SHALL RAVE TMF RIGHT UPON REQUEST
OF THE PUBLIC WORKS DEPARTMENT, CITY OF RENTON, WASHINGTON, TO EXTEND THE
TIME OF COMPLETION OF SAID WORK. NO EXTENSION SHALL BE VALID UNLESS THE
9A4E BE IN WRITING AND ACCOMPANIED BY THE WRITTEN CONSENT TO SUCH EKTEUSION
' BY THE SURETY ON THE BOND Of THE C^n TRACTOR. TIME LOST IN REPLACING
IMPROPER WORK OR MATERIAL SHALL NOT FURNISH ANY GROUNDS TO THE CONTRACTOR
FOR CLAIMING AN EXTENSION OF TIME FOR THE COMPLETION OF THE WORK, AND SHALL
NOT RELEASE THE CONTRACTOR FROM DAMAGES OR LIABILITIES FOR /AILURE TO
COMPLETE THE WORK WITHIN THE TIME REQUIRED.
' RECOGNITED HOLIDAYS SHALL BE AS FOLLOWS: NEW YEAR'S DAY, LINCOLN'S
BIRTHDAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, JULY A, LABOR DAY, VETERANS
DAY, TNANKSCIVING, AND THE DAY FOLLOWING AND CHRISTMAS EVE AND CHRISTMAS
DAY. THE DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY FOR CITY EMPLOI 'ES WHEN
CHRISTMAS DAY OCCURS ON A TUESDAY OR FRIDAY. THE DAY AFTER CHRISTMAS SHALL
BE A ROLIDAY FOR CITY JIPLOYEES WHEN CHRISTMAS DAY OCCURS ON A MONDAY,
WEDNESDAY, OR THURS' Y. WHEN CHRISTMAS DAY OCCURS ON A SATURDAY, THE IWO
' PROCEEDINC LURKING DAYS SMALL BE OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY
OCCURS ON A SUNDAY, THE TWO WORKING DAYS FOLLOWING SHALL BE OBSERVED AS
HOLIDAYS.
' ALL REFERENCES TO FECOGNIZED HOLIDAYS IN THE STANDARD SPECIFICATIONS ARE
DELETED AND VOID.
s*3,
tRevised :161
' 8-I.09 LIQUIDATED DAMAGES (ADDITIONAL SECTION)
THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND ARE IN ADDITION TO, DAMAGES FROM
COSTS FOR INSPECTION, SUPERVISION, LEGAL EXPENSE, AND COURT COSTS INCURRED
' BEYOND CONTRACT COMPLF ON DATE. THE COST OF I' -ITIONAL INSPECTION AND
SUPERVISION SHALL BE t 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 CONSTRUCTION WORK OVER THE ACCEPTED 8 HOURS
PER DAY OR 40 HOURS PER WEER. OR ON ANY CITY HOLIDAY, AND THE WORK REQUIRES
INSPECTION, THEN THE. CONTRACTOR SHALL REIMBURSE THE CITY AT THE RATE OF $50
■ PER HOUR. THE CITY SHALL RAVE THE SOLE AUTHORITY IN DETERMINING THE
■■ NECESSITY OF HAVING THE OVERTIME INSPECTION, AND SMALL NOTIFY THE
CONTRACT OF INTENT AND SAID COSTS WILL BE DEDUCTED FROM MONIES DUE THE
CONTRACTOR ON EACH MONTHLY ESTIMATE.
8-1.12 COh7RACTOR'S PLANT A.M EQUIPMENT (REPLACEMENT SECTION)
n ' THE CONTRACTOR ALONE SHALL AT ALL TIMES BE RESPONSIBLE FOR THE ADEQUACY,
EFFICIENCY, AND SUFPICIEhCY OF HIS AND HIS SUBCONTRACTORS' PLANT AND
' EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT TO MAR USE OF THE CONTRACTOR'S
PLANT AND EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON THE SITE OF THE WORK.
THE USE OF SUCH PLANT AND EQUIPMENT SHALL BE CONSIDERED AS EXTRA WORK AND
PAID FOR ACCORDINGLY.
NEITHER THE OWNER NOR THE ENGINEER ASSUME ANY RESPONSIBILITY, AT ANY TIME.
FOR THE SECURITY OI THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS RAVY,.
COMMENCED UNTIL FINAL ACCEPTANCE OF THE WORK BY THE ENGINEER AND THE OWNER.
THE CONTRACTOR SHALL EMPLOY SUCH MEASURES AS ADDITIONAL FENCING,
BARRICADES, AND WATCHMAN SERVICE, AS HE DEEMS NECESSARY FOR THE PUBLIC
SAFETY AND FOR THE PROTECTION OF THE SITE AND HIS PLANT AND EQUIPMENT. THE
OWNER WILL BE PROVIDED KEYS FOR ALL FENCED, SECURED AREAS.
8-1.13 ATTENTION TO WORK (REPLACEMENT SECTION)
TILE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHALL SUPERVISE THE
' WORK TO THE END THAT IT SHALL BE PROSECURED FAITHFULLY, AND WHEN ME IS NOT
PEP.SONALLY PRESENT ON THE WORK, HE SHALL AT ALL REASONABLE TIMES BE
REPRESENTED BY A COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO
' EXFCUTE THE SAME, AND TO SUPPLY MATERIALS, TOOLS, AND LABOR WITHOUT DELAY,
AND WHO SHALL BE THE LEGAL REPRESENTATIVE OF THE CONTRACTOR. THE
CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OESERVANCE OF ANY INSTRUCTIONS
DELIVERED TO HIM OR TO HIS AUTHORIZED REPRESENTATIVE.
A
Revised 4/03
1
SECTION 9
9-I.01 MEASUREMENT OF QIIANT17IE5 (ADDITIONAL SECTION)
' ALL DELIVERY TIC "S THAT ARE REQUIRED FOR THE PURPOSE OF CALCULATING
QUANTITIES FOR P. YENT MUST BE RECEIVED BY THE EPGIN' iR AT THE TIME OF
DELIVERY. NO PAYMENT WILL BE WDE ON TICKETS TURNED IN AFTER DALE OF
' DELIVERY OF MATERIAL.
A. BY TRUCK
' PAYMENT WILL NOT BE MADE FOR DELIVERY TICKETS WHICH DO NOT SHOW TYPE OF
MATERIAL, GROSS 'WEIGHT, TARE WEIGHT, TRUCK NUMBER, DATE, AND
' 7NSPECTOR'S INITIALS.
SCALE CERTIFICATION SHALL BE SUBMITTED AS EARLY IN THE PROJECT AS
POSSIBLE,
tEACH WEIGH STATION SHALL MAINTAIN A RECORD OF THE TRUCK NUMBER, TIME,
DATE, AND WEIGHT OF ALL TRUCKS PROVIDING MATERIAL TO THE PROJECT. THE
WEIGHT LIgT SHALL BE MAINTAINED IN DUPLICATE WITH ONE SIGNED COPY
TRANSMITTED DAILY TO THE CITY BY THE SCALE ATTENDANT. IN ISOLATED
CASES WHERE SCALE WEIGHT IS NOT AVAILABLE, THE INSPECTOR SHALL MEASURE
THE TRUCK VOLUME AND CERTIFY AS TO ITS FULL LOAD DELIVERY,
B. BY OTHER-MEI NS
METHOD FOR MEASUREMENT AND PAYMENT POR MATERIAL BROUGHT TO THE SITE BY
ANY OTHER HUNS WILL BE DETERMINED BY CONTRACTOR/OWNER AGREEMENT BEFORE.
AWARD OF THE CONTRACT.
1 9-I.0SP OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS (ADDITIONAL SECTION)
PARtIAL PAYMENTS ON ESTIMATES MAY BE WIThHELD UNTIL A WORK PROGRESS
SCHEDULE, AS DESCRIBED IN SECTION 8, HAS BEEN %, 3IVED AND APPROVED.
IN THE EVENT THAT ANY MATERIAL OR WORKMANSHIP DOES NOT MEET THE
REQUIREMENTS OR SPECIFICATIONS, THE CITY MAY HAVE THE OPTION TO ACCEPT SUCH
MATERIAL OR WORKMANSHIP IF THE DIRE^TOR OF PUBLIC WORKS DEEP SUCH
O ACCEPTANCE TO BE IN THE BEST INTEREST OF THE CITY, PROVIDED, THE CITY MAY
NEGOTIATE PAYMENT OF A LOWER UNIT PRICE FOR SAID MATERIAL OR WORKMANSHIP.
i
Revised 4183
' SECTION 10
10-1.00 PERMITS AND LICENSES (SUPPLEMENTAL SECTION)
THE FOLLOWING PERMITS AND ,ICENSES ARE INCLUDED FOR THE CONTRACTOR'S
CONVENIENCE AND ARE TO BE STRICTLY ADHERED TO. THE INCORPORATION OF
THESE DOCUMENTS INTO THESE SPECIFICATIONS DOES NOT RELIEVE THE
CONTRACTOR FROM OBTAINING OR COMPLYING WITH THE NON-PERMANENT PERMITS
AND LICENSES THAT THE CONTRACTOR IS REQUIRED TO PROVIDE AS OUTLINED IN
' THE LEGAL, SPECIAL AND TECHNICAL PORTIONS OF THESE CONTRACT DOCUMENTS
AND AS MAY BE REQUIRED FOR THE CONSTRUCTION OPERATIONS. ADDITIONAL
PERMITS AND LICENSES MAY BE REQUIRED FOR THE WORK OUTLINED IN THESE
DOCUMENTS THAT ARE NOT INCLUDED HEREIN. THE CONTRACTOR IS ADVISED TO
' CONSULT WITH THE PUBLIC WORKS DEPARTMENT REGARDING THE COMPLETENESS OF
THE PERMITS AND LICENSES INCLUDED HEREIN,
1
' SP 18
Revised 4/83
' TECHNICAL PROVISIONS
TECHNICAL PROVISIONS
t
GENERAL
' This Contract shall consist of two (2) schedules; Schedule A and Schedule B.
tSCHEDULF A - •-NNYDALE SANITARY SEWERS - N.E. 20th Street and Jones Avenue S.E.
The contractor shall remove the existing. a,,halt pavement to a sufficient width
fen installation of the sanitary sewer. The asphalt shall be cut alone a neat
line by wheel rolling or Jack hammering. No additional compensation shall be
made fo: asphalt cutting.
' After installation of the sanitary sewer, the trench shall be backfilled and com-
pacted in accordance with these specifications. The top 4" of the trench shall be
filled with 5/8" minus crushed rock or cold mix asphalt at the discretion of the
contractor. It shall be the contractors responsibility to maintain the trench so
as to provide safe driving conditions until the completion of Schedule A. All costs
associated with maintaining the trench and roadway shall be considered incidental
to the project an% , further compensation shall be made.
The Contractor shall be responsible for controlling dust and md! within the project
' limits for the duration of the project. Water used for dust control shall be considered
incidental to the project and no further compensation will be made.
' SCHEDULE B - 1983 SANITARY SEWE.. REHABILITAT:ON
All alle}ways shall be graded se as to provide a smooth riding surface after
installation of the sanitary sewer. The subgrade shall be compacted in accordance
with Section 15 of the Standard Specifications and 4" of 5/8" minus crushed rock
placed on the subgrade and compacted. The unit bid price per ton for crushed
1 surfacing course (515") shall be full compensation for all labor. equipment and
materials necessary ,,r grading the alleys as directed b., toe enginee•, p .ting
and compacting the .rushed surfacing course all in accordance wits. these spc�-
Sfications.
1
WELLS AVENUE SOUTH SANITARY SEWER
The contractor shall provide pavement patching in kind in ace, nce with standard
plan C18 of the Standard Specifications. pavement patching sl. tie considered
incidental to the pipe and no further compensation shall be mad.
The easement adjacent to the church shall be graded and paved after installation of
the sanitary sewer in accordance with the construction drawings. The unit bid price
t for crushed surfacing course and asphalt concrete Class "S" shall be full compensation
for all labor, material and equipment required to pave the easement as shown.
The contractor shall Install approximately 75 L.F. of 5' chainlink fence alone the
south property line of the church property as shown on the construction drawings.
All fence materials, including concrete for footings shall be furnished by others.
The un bid price per linear foot of fence shall be complete compensation for all
' labor and equipmcnt required to Install the fence as shown and to the satisfaction
of the owner.
TECHNICAL PROVISIONS
MOBILIZATION
This bid item shall provide compensation for costs incurred by the contractor for
moving equipment to the .job site, secu-ing suitable storage areas, providing a
field office, if desired, pre,iding as titary facll it its for the workmen, rota Line 1
equipment during the ptoject, and removing all equipment and facilities from the ,
project area upon completion.
The lump sum bid for mobilization shall be ful' compensation for all labor and '
equipment, and all other costs necessary for trte contractor to perform mob lization
as specified. Fartial payment for this item will be paid only when the owner determines
that sufficient progress of the project warrants suci. payment.
CLEARING AND GRUBBING t
The lump sum price for this item shall be full compensation for all labor and equip-
ment required to remove from the site all trees, brush and items of a similar nature t
which must be removed in order to install the roadway, sewers and all appurtenances.
The disposal of all material shall be the complete responsibility of the Contractor.
Any salvageable material shall be the property of the owner and shall, upon removal,
he Smme diately loaded and hauled to the owner's designated yard and there shall be '
carefully unloaded and neatly stacked . stored in the area designated.
The disposal of inflammable material such as trees, stumps, brush, etc., shall be '
the responsibility of the contractor. There shall be io burning on the site. The
contractor shall be responsible frr ail arrangements, maintenance, and Ilea- -up of
all disposal sites required for the dispose: of all inflammable and other waste
material.
There will be r.n payment for overhaul for any bid Item or portion thereof in these
contracts. All bid items either dealing directly with, or implying movement of, an, '
material to or from the project area or in the project area itself are hereby under-
stood to include full payment for all movement of material.
The contractor shall schedule the work to be done within the easements so that all 1
work will be completed within 5 consecutive working days. Upon completion of the
pipe installation, the disturbed area shall be immediately resodded and restored to
its original condition.
The unit price for clearing and grubbing shall included all costs of labor, equipment
and all incidental costs in connection with clearing and ,;rubbing. '
Clearing and grubbing shall be done in strict compliance with Section 12 of the
Standard Specifications.
MECHANICAL TAMPING 1
Met' rnical 'sooing shall consist of hams-operated mechanical or pneumatic tampers as ,
outlined in Section 15-2.01A of the Standard Specifications and shall be required
where called for in these specifications, on the plans, and where directed by the
Owner. ,
TECHNICAL PROVISIONS
MECHANICAL TAMPING - (Cont.)
Mechanical tamping shall be considered as incidental to the construction and all
cost thereof shall be included by the contractor in other pay items within this
contract. N, further compensation shall be made.
' WATER
Water shall be acquired and place in strict compliance with Section 16 of the
Standard Specifications.
' Water shall be considered incidental to the project and no further compensation will
be made.
' SOIL AND/OR SUBSURFACE CONDITIONS
' The bidder shall make his own decisions and conclusions as to the nature of the
materials to be excavated, the difficulties of making and ualnteining required
excavations, the difficulties which may arise from subsurface conditions, and of
' doing any other work affected by the subsurface _ondltlons and shall accept full
responsibility.
' Extra compensation will not be made for the Pdverse conditions that may be encount red.
' REMOVAL OF PRIVATE PROPERTIES
Removal and replacement of private properties shall be assigned as the contractor's
responsibility to restore private properties to property owner's satisfaction. This
' is not to be considered as new replacemert, but only restoration of existing
facilities, in case of damage by contractor or restoration caused by necessity of
removal.
Such removal and replacemem shall be considered incidental to the project and no
compensation will be made.
SAW CUTTING
The contractor shall saw cut exlstinc asphalt concrete pavement, cement concrete
pavement, and cement concrete sidewalk where shown on the plans or as directed
by the Engineer.
The depth of the saw cut shall be a minimum of 1-1/2 inches and such additional depth
as may be required to effect a uniform break.
' The method of saw cutting shall be approved by the Engineer.
The unit price per linear foot for saw cutting . be full compensation for all labor,
' materials, equipment and incidentals necessary Ea, the comnletior of the work as
specified.
IECHNICAL PROVISIONS
SA6 CUTTING - (Con..) ,
Where other methods of breaking other than saw cutting are utilized, the price for
saw cutting shall not be charge.
TRENCH 6 ROADWAY EXCAVATION
Trench and roadway excavation : all be in accordance with Section 61-1.02 of the '
Standard Specifications and shall include all excavation, disposal of surplus and
unsulte Dle material and all other work incidental Co the construction of the trench ,
for sewers and manholes or other appurtenances which are part of the pipeline.
Trench excavation shall be considered incidental to the pipe and no further
compensation will be made. .Any excavation required for grading of alleyways or
easements shall ba considered trench excavation. ,
COLD MIX ASPHALT PATCHING '
Cold Mix Asphalt shall be placed and compacted as directed by the Engineer. Cold
Mix Asphalt shall be placed and rolled to a maximum depth of 1-1/2". The unit
bid price for -old Mir Asphalt Patching per ton will be full compensation for '
furnishing at labor, materials, and equipment necessary to place patches to the
satisfaction of the Engineer and no other compensation will be made.
GRAVEL FOR PIPE BEDDING - CLASS "B" '
Gravel for pipe bedding for PVC, concrete or ductile iron pipe (pea gravel) shall '
have 100% passing the U.S. Standard 314 inch opening and not more than 3 inches
will pass the U.S. N 200 (wet sieve), 0-8% will pass the U.S. No. 8 sieve and
95-100% will pass the O.S. Standard 3/8 inch opening with a minimum sand equivalent ,
of 50.
Class "B" bedding shall confor to Section 61-303.A2 of the Standard Specifications. '
Pipe bedding material for concrete or ductile iron pipe shall be placed to a
minimum depth of 4" below the bottom of the pipe and extending up to the spring
line of pipe. t
Pipe bedding material for PVC pipe shall be placed to a depth of 6" belov the
bottom of the pipe and extending un to 6" above the crown of the pipe.
Gravel for pipe bedding - Class "B" shall be considered incidental to the pipe and '
no further compensation will be made.
SELECT TRENCH BACRFILL
Select trench backfill shall be used only if the engineer determines the native
material to be unsuitable for trench backfill. The cost for excavating and disposing '
of unsuitable material shall be considertd incidental to the ripe.
Select trench backfill for the pipe shall consist of crushed or naturally occurring '
TECHNICAL PROVISIONS
' SELECT TRENCH BACKFILL - (Cent )
granular material from sources selected by thr Contractor. The source and quality
of the tatarial Shall be subject to approval by the Engineer. Select trench back-
fill shall meet requirements for band run gravel Vass "B" as outlined in Section
26-3.01 of the Standard Specifications.
' The horizontal limits for measuring select trench backfill in place shall be the
side of the excavation except no payment will be made for material replaced out-
side of vertical planes 2.5 feet outside of end parrallel to the barrel of the pipe
' and not the bell or collar.
The bid price for Select Trench Backfil'_ per •,n shall be full compensation for
selecting, transporting, implacement and comps ting the backfill. No further com-
pensation will be made.
' MANHOLE - 48" d 54" STANDARD SANITARY
Manholes shall conform to Section 63 of the Standard specifications and Standard
t Drawings as per these Specifications except as modified herein. location pf
manholes shall be staked in the field by the engineer. All manholes not located
within a public right-of-vac shall have a locking type cover. Rubber joint man-
holes shall be used for proper moisture tightness. A minimum of one (1) course
' of B" wide brick shall be placed under the frame to allow for adjustment. The
completed manholes shall he rigid, true to dimension and watertight.
' After the barrel has been constructed, the channels shall be completed. Shaping
shall be Ruch that channels conform to slope and grade and join together with
well rounded junctions. Channel sides shall be brought up vertically to the crown
elevation of the pipes. The shelf shall be smoothly finished and evenly warned,
sloping to drain to the channel. Concrete for shaping the bottom of the manholes
shall be 3/4 inch maximum aggregate size.
The bid price for Sanitary Manholes shall he full compensation for all labor,
equipment, materials, including adjusting frame to final grade, excavation, back-
fill and all incidental costs necessary for furnishing and placing manholes.
MANHOLE - 48" 6 54" EXTRA DEPTH
Section 63 shall be amended as follows: "Extra Depth" shall mean that portion
required for installation when invert shall be greater than seven (7) feet below
finish grade.
' The unit price per foot of extra depth shall be full compensatl^n for all labor,
equipment and materials tequlred for complete installation of stantwd4R'6 54 diameter
' manhole section per vertical foot per plans and no further, compensation will be
made.
1
TECHNICAL PROVISIONS
FOUNDATION MATERIAL ,
Foundation preparation shall consist of all work below the fe "vtion level necessary ,
to provide a base suitable for the installation of beddin,, pipe and backfill
The material shall be clean high quality fractured rock passing the 3" square s'.eve '
and shall be approved by the engineer.
The unit price per ton for foundation material shall be full compensation for ,
removal and disposal of unsiitable material, hauling, placing foundation materia.,
mechanical compaction and all incidental costs necessary for furnishing foundation
material.
DROP CONNECTIOS
Refer to Section 63-3.14 of the Standard Specifications and to detail drawing these '
specifications.
The unit price bid shall be full compensation for all labor, equipment and material ,
required for complete installation including all pipe and connections, breaking
into manhole, channelizatlon and all appurtenances necessary and no further com-
pensation will be made. ,
SEWER PIPE ,
Concrete Pipe
Non-reinforced concrete pipe shall conform to A.S.T.M. designation C-14X, -able II '
(extra strength, except as otherwise provided. Joints shall be manufactured for use
of Brant Rubber Caskets or equal.
Fittings shall be of the same material and class as the concrete pipe. '
Concrete pipe shall be furnished and installed in accordance with Sections 60 and
61 of the Standard Specifications except as modified herein.
Four (4) inches f bedding material shell be required under all sewer pipe. Bedding
material shall be the same material as described in these technical provisions. ,
Section 61-3.05 shall include the following: The hand-placed backfill around the
pipe and to a point six inches above the crown shall be foct-Camped until it is '
unyielding. The remaining backfill, whether native material or select backfill,
shall be nechanically tamped With hand operated mechanical or pneumatic tampers,
to 95% density.
All excavation, placing of pipe, and backfilling shall be done in o,dance with r
State of Washington Safety Standards for Construction Work, Part ;, of the latest
edition. ,
The unit price per linear foot shall constitute complete compensation for all
labor, material. fittings, tools, and equipment necessary for its installationz ,
1
1
TECHNICAL PROVISIONS
1
1 SEWER PIPE - ont.)
Concrete Pfpe_- Cont.)
1 including excavation, Clan B bedding backfilling, placing of pipe, and mechanically
tamping the backfill material. No further compensation will be made.
1 P.V.C. P1Pe (Alternate)
1 I.V.C. sewer p=_ 'all conform to A.S,T.M. D3033 or D3034 except as otherwise
vrovided. Rubber gaskets for P.V,C. pipe shall conform to A.S.T.M. D1869,
1 Pittinga shall be of the same material and clear as the pipe.
P.V.C. pipe shall be ftrnished and cost .lied in accordarce with Sections 60 and 61
of the Standard Specificattons except as modified herei'..
1 Six (6") inches of bedding material shall be required under a,' sear - fne. Sedding
material shall be the same material as described in these techni^al .sic.ns.
1 Section 61-3.05 shall Include the following; The hand-placed beddli .round the
pipe and to a point 1x inches above croon shall be foot-tamped until it is unyielding.
The remaining backfill shall be mechanically tamped with hand-operated mechanical
or pneumatic tampers, to 951 density.
All excavation, placing of pipe, and backfilling shall be done in accordance with
State of Washington Safet,• Standards for Construction Work, Part Co of the latest
edition.
1 To insure a watertight connecti,n between P.V.C. pipe and concrete manholes. couplings
or a rubber ring corresponding to a sewer size shall be used unle-s otherwise
specified.
1 The unit price per linear foot shall constitute complete compensation for all labor,
material, fittings, tools, and equipment necessary for its installation; Including
xcavation, bedding, backfilling, placing of pipe, and nechanically tamping the
1 backfill material, No further compensation will be made.
DL'CTILE IRON PIPE. - (Alternate)
Ductile Iron pipe shall be thickness Class 50. thin wall ductile iron pipe. 1n
accordance with AWWA C-151-71, tluctile iron with cement lining as specified in the
1 Standard Plans and Specifications. Joints shall be of single rubber gasket type
per AWWA C111.72. Push on Joints (Tyton).
1 Ductile Iron pipe shall be furnished and installed in accordance with Sections 60
and 61 of the Standar�' Specifications except as modified herein.
Four (6) inches of be,d;ng material shall be required under all sewer pipe. Beddlne
' material shall be the same material as described in these technical provisions.
^� �`� I,
\-�
TECHNICAL PROVISIONS
SEWER PIPE - (Cont-) ■
Ductile Iron Pine - (Alternate) L
Section 61-3.05 shall include the fcllowing: The hand-placed backfill around the ,
pipe and to a point six Inches above the crown shall be foot-tamped until it is
unvieldinz. The remaining backfill whether native material or select backfill.
shall ue mechnically tamped with hand-operated mechanical or pneumatic tampers, to '
952 dtnsity.
All excavation, placing of pipe, and backfilling shall be done in accordance with ,
State of Washington Safety Standards for Construction Work, Part C. of the latest
edition.
The unit price per linger foot shall constitute complete compensation for all labor, ,
material, fittings, tons, and equipment necessary for its installation; including
excavation, Class B be ding, barktilling, placing of pipe, and mechanically tamping
the backfill material. No further compensttlon will be made. '
VERTICAL CONNECTIONS '
Where shown on the plans, the contractor shall install vertical connections per
Standard Plan No. 44 of the Standard Specifications. The unit bid price per each
shell be full compensation for all labor, material and equipment neccessary for ,
complete installation in accordance with Standard Plan No. 44 and no further com-
pensation shall be made.
TEES/STUBS
Tees shall be installed where shown on the plans or as directed by the Engineer. '
Tees and stubs shall be of the same material and lass as the pipe unless otherwise
directed by the engineer.
The unit price per tee shall be full compensation for all labor, materials, tools '
and equipment necessary for complete installmtion.
It shall be the contractor's responsibility to verify with the property owner. if ,
possible, the locatioi of all tee¢ .and/or stubs, prior to installation.
The location of the tee or stub shall be referenced by fastening to it a 12 gauge '
galvanized wire which shall be extended vertically and attached to a 2"x4"x4R" cedar
post. The marker post should extend approximately 18" above the surface of the
ground. The top shall be painted white and the depth of the tee or sewer stub shall ,
be clearly marked In black. It shall be the contractor's responsibility to be
sure that these posts are correctly placed for location and marked for the correct
depth.
The cost of installing marker posts shall be considered incidental to the project '
and no compensation will be made.
i
i
TECHNICAL PROMS IlR:S
TEES/STTR$ - (Cont.)
Under Schedule "R" - S,nitary Sewer Rehabilitation:
The removal of the existing sanitary sewer shall be considered incidental to the
project and no further compensation shall be made. The contractor shall excercise
caution to locate and protect existing sewer stubs. The unit bid price per tee
i shall be full compensation for all labor, equipment and material required to Install
the tee and connect to the existing side sewer including replacing pipe damaged by
the con *actors operation. No further compensation will be made.
TESTING FOR ACCEPTANCE
' The method used for testing the sewer pipe for acceptance shall be Low Pressure
Air Test. Refer to table in this document. If additional information is required,
see Section 62-3 of the Standard Specification.
iTELEVISION INSPECTION
i After completion of construction, but prior to acceptance by the City, the contractor
shall flush the mainline and utilizing television facilities, inspect and video tape
record for the Engineer's approval all mainline sewer pipe.
iThis item shall be lump sum price and include all equipment, facilities, manpower
and all other appurtenances necessary for romplete and permanent record of Television
Inspection. No further compensation will be made.
1
CONNECTION TO EXISTING MANHOLE
Where shown on the plans, or as directed by the Engineer, the contractor shall connect
the new sanitary sewer line to the existing manhole, provide a rubber sewer plup.
' to be removed upon acceptance of the construction by City of Renton and channel
existing manhole.
i The lump Sum price bid shall be full compensation for all work and material to
make the connection.
' CRUSHED SURFACING COURSE (1-1/4" MINUS)
Crushed surfacing course (1-1/4" minus) shall meet the requirements as outlined in
Section 23 of the Standard Specifications. The contractor shall select the source,
but the source and quality shall be approved by the Engineer.
V) re additional "fines" are required the engineer may require 5/8" minus crushed
' rocs, meeting specifications, in lieu of 1-1/4" minus at no change 1n price.
i
TECHNICAL VISIONS
CRUSHED SURFACING COURSE (1-1/4" MINUS) - (Cont.) ,
The uni, price per ton for crushed surfacing course (1-1/4" minus) shall be full ,
compensation for all labor, material, equipment, and all incidental costs necessary
to complete the work as specified.
ASPHALT CONCRETE CLASS "B"
Asphalt Concrete Class "B" (AR-4000) shall be in accordance with Section 34 of the '
Standard Specifications except as herein modified.
Specification Des lRna[ion AR-4000 ,
Absolute Viscosity @ 140° F. poise 3000 - 5000
Kinematic Viscosity @ 275° F. CS, min. 275 '
Penetration at 77° F.. 100 g/5 sec., min. 25
Percent of original penetration at 770 F., min. 45 '
Ductility at 77' F., CM, min. 75
Test on Original Asphalt '
Flashpoint, Pensky-Martens, Deg. F., min. 440
Solubility in Trichlorethvlene % min. 99
Installation shall be any method determined b7 contractor as adequate to place asphalt
concrete and compacted to withstand loads imposed by vehicular traffic present.
Care shall be taken to Insure free vehicular movement as much as is possible when ,
restoring existing asphalt roedvav, and to prevent undue roadvav settlement after
contractor has completed contract. '
The unit bid price per ton for Asphalt Concrete Class "B" shall be full compensation
for furnishlnR all labor, materials and equipment necessary to install asphalt ,
concrete Class "B" as specified.
CONSTRUCTION STAKING ,
Section 5-1.05 of the Standar'. Speciflc.tlons is hereby deleted and the following
submitted:
The contractor shall be responsible fir . ecuring the services of a professional
land surveyor who shall provide all survey &taking needed in conjunction with
the project. This staking shall consist of, but not be limited to: roadway centerline, '
grading and paving, sanitary sewer system, plus all other staking needed to construct
the improvements.
The contractor shall assume full responsibility for the accuracy of the staking ,
and replacement or restating, If needed. The City will provide the contractor with ,
horizontal and vertical control needed to perform the construction staking.
TECHNICAL PROVISIONS
CONSTRUCTION STAKING - (Cont.)
The surveyor will also be required to provide a copy of his notes which reflect
as-constructed Information on inverts and all changes in line or prade.
1 The Lump Sum unit price for construction staking will be full compensation for
all surveying needed to construct the improvements to line and grade per the
' approved plans. Partial payments for this item will be made in connection with
the monthly pav estimates based upon work complated as determined by the Engineer.
' FINISHING AND CLEAN-UP
Finishing and clean-up shall be performed in strict compliance with Section 0 and
57 of Standard Specifications.
The lump sum bid for finish aad clean-up shall be full compensation foe all labor
' and equipment, and a'_1 other costs necessary for the contractor to perform such.
No partial payments will be paid on this item.
The restoration of disturbed areas and planter areas, including replacement of
' plants, trees, shrubs, seeding, beauty bark, sod, repair or replacement of
sprinkler aystems or other private utilities shall be considered incidental to
finlshine and clean-up and no further compensation will be made.
1
1
1
STANDARD DRAWINGS
i
1V.KT tMS111 N 41Twl/Yt
r\NI uL 4111.14.101 git*, tot %N\\ 11 W."I NO 10
At AN 1101[.11 NY..1 t41. 011TIt.1N /f1A.H•1 U.11 A{ 11 Vt110
' .{ COR qTI
P Itl10{ r0A\1 4Y141T 911111N CDRtI I( r.Y1xU1
t0n.ALT11 CAY 1N 1 A0U
11r1 .1 1, w(. 0001 AIe
N❑T u[ S1U/ Nit 1^ H lot I1U.I11
tNMtTl1 TLNt1 Ntlr{L\
AlTt11ATI A '
' Last
14t1111 1' IVA&CIjI?Wj11N
rU1T 011 IAlN11T 1f1Nt p1MI tYT IN\\ SI VU 11t4
r...A • INIIIINtt of 1911T(1S AN 10 MAISOT L1011
toy vivo MloMllt M1bN1 fYTItA' 044tM1T PLUS 1'1 Al OlHtfil
U1.11101 ANNLT�� ItIt Tin tS1t1171
rAYNU1T PU[1NT
-`
1f 11111{ '1{10 ONt
t Nits YI/TY of OATt. It
' No at PotY II A' N 01PALTIS NLitl AA1N1AL1
NII I• Y1 V•
t{.LNTt/ T1141. I"Ali �
_nli 10 NVI1A11Y Silo AtrutT� —
tNttttl tYVAtt A l f I 1 Y A T t 1 _01N0T C/1p1Tt P1Yt1Ut-
Ttlltal ♦ AttF 100 11 { 10 ♦ lYl . [ YT
.11Nf1 <OnI AZ•1 ]A t b-ATC. tYltAtl
u! 111{TIY[ A10NLT IN cot"A\NT 01t gg1U�.p 1V 11.T(\ 1 FIY x
•Y� tt T'
' 111{t1 ; Y10
N Oq nN WIT ni N11
y,
t 11N(g1 s1UR m111N
' CO.AAt ry0 1.1MP TJ;nt ILt
1 V01tA1 I T tO 100 A I I A 1 6 1 1 AAYIFfMi
1111IAf 11t1.
t NCL 111 NALI /1 .flit 1, 11•I/ll..l.s 00 .01 fULl
.
' 01 CLASS
1p 111.1/1• .. ;.1111 11 11It1r1 N.
STANDARD KAN NO.it
' Pavement Patching
Is DIN 111
t
StAnDpfe MPwllrp
1
. j
'�TYpw Yaene
' `h9�M r»rr2e oe Dan ; IlAottor ,]em>°ve oe
reM..•v]ty Erpewr
C 1 P Tee CI 20 �.ep
One wvy CO Cvt tree i 0ne"tn of coot Iron.
Ape(C»se 20)to eacr . PO*C'mr 2010 DOI�e 7
erkmwneit j »an v t own tom^
1 r
� - 1
•� e
rr.0»Jong
r».ereral--
CIP
eOCefdl wdh— U20
oar» W$mclterot --MMfm rate
I m d'• t•] q 1 ! 1 eanpet4ee watennt
,j Eiqner � I R A � ee I s E,g�.`N~ by
iYelo SpooLSN—
DI`te'. ♦ for Ore•oep —MY i I i Ie a AD P"W ant" Cal
') concrete CI S(114)/be. 1 i• Concrete b Sthi)
Peureo m P»te--�' a PwreG m PMte
♦ ♦ °
C P p0`Berea- • e, DO•BenO
I O 22pp r :�
lyp We»PIlourebtiPn cenetrutt, Tymoi maMq roan tD Cu»tnutty
,I Cost Iron Concrete Encased
Drop Connection Drop Connection
t» uuD wMre� 20 e not more tnon 20
Mecn Jonl 6oehet —T it Y..r
I
0r00Mj Ape l0»AOIIfO
S^o0 R ro
L Yytn yo Aycn k mt STANDARD PAN No N
rpllewyr
Drop Connection
DNod • Pwvw�a.
eM»Ch Jo-nt Y SnD-On Jpmt C I►rnOY be Weed
aeeemo»] m tree trercn
DIV YII `el
wwp..ae•Np
C 7. tors vyee lo.
' rwp cnnpclwro a each
.a.
!'Sew en pipe
V,t
of Wye
' 4! cC'll aevs nor \I + I
one comecton
on noon soe hnafwwp'M
' S Nye
ax�t
Qvl5ewe.5ae)Tee-
r
r '
A7 Nn—
' !faun A-A
x w•su..
STANDARD PLAN NO M
Vertical Connection
cw re a'•
u D:C t'II
SEWE
Co tmq-OtymD,t Fdry'5920
or equal
— Odju Gfri- 12"Mat
24'
Cone
' 19
�. Precast Settian
1
`"Min
Steps-d/e Deformed Bar
1 •.
l'Min
48 _—_
' ? /—Mot Pipe Sue-21 I D
Ladder•Standard alummum
at Galvanized Steel
A Snell
' t v
Malta) Fillet � 'a
' �• a •' f
+ • �•D, � • PreC JS, Base Sen,o, or
Cast in Plate
T �' �rw--6.Mn
CIT 't Os' Rr 1CC,
r�.. +te• . . rr .
SANITARY MANHOLE
TYPICAL DETAIL
t TYPICAL SEWER LAMPHOLE
' Y'_s.
CV
eTee 1"-'/
0
.-1"Notes
on b'/="re. r� SNP
1"
II " Pier. femf
pot
fto
Cuba .(1�)
Coke"
.Mto e
bl"
\F e
CAST IRON RING . COVER
T
e
..a.
4"Min
1 a
' \ .e}—P... to be »Oleo 'n •.me
.�` IneMler as moin N♦V feinll
1 iTY Of RENTON
ENGINEERING DEPARTMENT
' NOTE 8" SEWER IAMPMOLE
ben• min.eeu . 0 [enlv.m ro
Seebe" TO of SWde.e sme, igl'enl D••' DPW i'D.b PII.NO
en.e.«_? D o_ sew noNc STANDARD
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1