HomeMy WebLinkAboutWWP2700161(1) SAN-1 LID 29t. S-161 1X
SAN-1 EASTWOOD DARK (LID 291) S=?E1
FianZ Coy+ Information "-
•wry _
If
Page 1
RATES
EST. TOTX" COST $29,954. 83
TRUnYaGE =_ 19x$939..50 = 17,850.50
S.. SEWEF, 19x$637.07 = 12,1� 04 33
TOTAL EST. COST =$29...954,83
COST DIVIDED BETWEEN 19 LOTS'
S;JE SEWER 637.07
939.50. ..
TOTAL 1,576.57=.individu;.l
DATE July 28, 1975
f
I : Gwen Marshall , Finance Director
FROM: Warren C. Gonnason, Director of Public Works
FINAL
SUBJECT: Estimate No. 3 Contract No. CAG 009-75
Project: L.I.D. 292, - Eastwood Park R_nit.cry Cowers
------- ---------------------------------------------------------------------------
Submitted herewith and recornrnended for payment is Estimate No. 3 (FINAL)
for work performed by _ Kenton Construction Co. , Inc.
Amount previously paid Contractor $ 21,259.33
Amount previously retained b 2,230.78
Amount retained thi; estimate $ 607.13
(to be allocated from the following accounts : )
L.I.D. 292 ( ) $ 607.13
Amount due Contractor tnis estimate $ 5,785.90
GRAND TOTAL $ 29,883.14
The amount due the Contractor this Estimate is $ 5,785.90 _, which
is to be paid from the following accounts:
L.I.D. 292 5 785,.90
CHARTER 116, LAWS OF 1965
CITY OF RENTON CERTIFICATION
1 THE UNMN511;NED 00 HEREEY CERTIFY UNDER
RENAVY OF RER4VRY, THAT THE MATCRIALS HAVE
REIN EU RNISHED, THE SERVICES RENDERED OR THE
LAROR RE MORMED AS DE EC RI�(p HC R[IM, AND THAT
THE CLAIM IS A JUST, DUE A 17 08 1OAT ION i
AEAIMT THE CITY OR RE •ND THAT 1 AM
AUTHORIZED TO AUTHEM E AMC CERTIFY TO
,AID CVAI ,
10 M[0'
VL:sn
PROGRE8£+ PAYMENT:VIM *AAT E: NO 3 11rlr.ul
i
'act No _ it�v 71L Contractor _Renton COOostrilCt401i Co.. I". [?a4r_ 3-28. 7S Sh=ut i71
Stt161SE `A•
PfRt;YfC�iJ5 FETAL. TH S V*TIMATE TOTAL TO-DATE'
Description Unit Un t Price Qsy qty Arnountr Qty Amount Q<y iOM"Wiunt
.++�:.
rbbili:at wt L.S. 1 .600.00 L.S. 7' , 1, 1z 00 ` 254 375.00 100% 1 1,500.00
l i 1
;haring & Grubbier L.S. I 600.00 L.S. t `1q �.0o j - 100E ! b00.00
Trench L c. A B.F. Type I :L.F. 2.00 17ES i 785 1 .570.00 1 -- - - 705 116T0.00
I +
zreadt Exc. 4 B.F. Type II ,L.F. 8.00 75 75 ^0.00 t --- -- 75 600.0E
Foundation Otrial - 3ellast TOM 6.00 25 ;20 >1 121 .26 _ �20.21 121.2E
ilfaddinq Gravel To
6.00 46 ,.62 31 773.a6
select Traach �Saotf111 t.r. 5.00 2C 11 W, 44.95 -- ' --- �3u.ff 444.96 1
` I
oea, to Ex. M.H. 150.00 2 ).a0 i --- 2 W.04
i
.oncrate Pipe - H• L.F. 8.20 70 '.00 i - -- 70 574.00 I
4" clastic Force Main L.F. 1.00 00 830 830.00
;old Dix Asphalt TON 10. 00 10 11.5 115 .00 11 :1 o
Litt Stetios - Complete L.S. 8.874.60 L.S. 95e 8,430.87 57 443.73 ;100i 8,874.60 f
Electrical Service L.S. 1 ,094.96 -- • a ., --- i '30% 11094.96 '
C.O. 02 - Electrical Itewo L.S. 971.27 -- -- --- 1JOt 971 .27 100% 971.'
SO*Dt%.E "ON
4" Side Sadv CAM. L.F. 6.85 190f) 880 6,02a.00 625 4,281,25 i5O5 10,309.21
SUSMAL 28,379.05
6.3% Sales Y4* 1,504.09
10% Retained tnleer $100.000.00 - 2,937.91
5% Retained Cyet' $140,PM-00
TAMIT I tWIOPSLY PAID CORTRIk-rOR 21259.33
Amwat 04e 5:785.90 !
TOTAL 29,883.14
{ I
I I
i
I
I
t
it
t
,+ MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON, DNA. 98055e235-2631
cedar Ave. G. L.I.D. 293
PROJECT, PROGRESS PAYMENT 'STIMATE NO. 1
act No.. CAG 040-75 Contractor **a construction, Inc. _ Closing Date-1-31-7° Shoe!?of
PRFVIOUS TOTAL THIS ESTIMATE T
De cnp!ion TOTAL TO DATE Unit Unit Price Est _ -
_ Qty. Qty. Amount Qty. Amount Qty Amount
Coixiuit 2" Galy. Stl. LF 4.26 160
Conduit 2" Epox. D-Ict. Pil.
Wcand Li 2.30 5600
Conduit 2" PVC, Sch. 40 LF 1.18 5600
select Backfill 'Pon 6.30 20C
Trench & B.F. (12 x 76) I: 0.79 1410
Trench & B.F. (12 x 40) IF 0.95 1335
Trench & B.P. (:.4 x 46) IF 1.00 2348 t
TOTAL SCHEDULE "B"
SUMrIkL SCHEDULE "A" & "B" I 18,149.13 10,149.13
10% RESAINEO UNDER $100,000 i + 1,014.91
Si RETAMED OVER $100,000
ANDUITS PREVIOUSLY PAID
AMOUNT CUE I 9,134.22I
TOTAL 1 i :0,149.131
i I I
I
I �
� � I
I
MUNlCJP L BUILDING, 200 MILL AVE. SOUTH, RENTON, WA. 98055e 235-21631
PROJECT Cedar AVO. SS-- L.S.D. 293 PRUvRESS PAYMENT ESTIMATE NO. I
rtract No. CAG 040-75 a vontractor_ Moss Construction, Ina. r
Clos:nyDate 7-31-.5 Sheet3`Df..2
Description Unit Unit Price
Est. PREVIOUS TOTAL THIS ESTIMATE- TOTAL. TO DATE
r Qty. Qty. Amount Qty. Amount Qty. Amount
SCHEDY" "A"
NobilisatiAt LE 3,300.001 LS 50% 1,6SO.00 so* 1,650.00 1 i f
' Cloasin3 and i3vibbing LS ' 3,300.00 LS 50t 1,650.00 50% 1,450.00
Unclassified toc-avatica CY 4.35 2500 I
i Seek_ Run Gravcl Cy 5.60 100
waterK Gel 15.00 10
I` .
Crushed Surfacing 1-1,/4" Tan 6.00 1656
Asphalt Cana. Cl. "S" Ton 14.40 1635 I ,
Incidental Asphalt Tan 21.00 50
Cold Kix Asphalt Patching Ter 16.20 SO 13.99 226.64 13.99 226.64
Cement Conn. Curb a Gutter LF 2.50 4692
Cement Conc. Sidewalk Sy 7.00 2490
Cement Conc. Driveway Sy 9.20 313
Sawcutting I LF 2.00 300 384 768.00 384 768.00
8" Conc. Pipe, C-14X LF 7.90 171
12" Cone. Pilo, C-14X LF 9.00 ere 400 3,6< 001 400 3,600.00
Catch Basin, Tykv II-C Ea. 550.00 1 1 550.00I 1 550.00
catch Rosin, Type I-C Es.. 360.00 9 3 1,090.00 3 1,080.00
Cutb Inavet. Type rV-C EA. 260.00 � 5 1 260.00 1 f 7d0,00
Grant fnr Pipe Podding C1 , 7.00 75 42.07 294.49 42.07 II 294.45
S01.e4^ '^reach Booklill Cy 3.40 34C
i
Cann, to Ex. Line, Ca or NH Xa. I 70.00 7 1 1 70.00 1 70.00
Relocate Ru. CD or CI I Fr. 150.00I 1
Adj. EX. NR to ft&" I Ea. i 125.00 8
Ex I I
Adj. . CP to Grade Ea. 60.00
Adj. Bs, Valve None to Grade i Fa. 25.001 13
Adj. Ex. Non Case a Cover to
Grade Ba. 50.00 2 1
Rem. a Relac. ft. Fire HydrantEa. 1,000.00 3
Rar. a Reloc 3r. W.N. Pon Ea. 60.00 40 M
Fence Rwlocatia.r I LF 1.00 425
Non. Came a Caner Ea. 75.00 3
Rarer Mall Ton 35.00 75
Caine. Retaining Mall CS 130.00 123
Top Bail Cy 15.00 50
Wheelchair Ramps Ea. 16.00 10
Thickened Wgo C.W. i Sy 10.00 200
Finish a Cleau:kp L8 I 500.00 LS
TOTAL SCHE"lLX "A" I I 10,149.13 10,149.1.3
SCBEDi1L! °e'•
Light Std. 30' MR Str. Bp. Cana. Ea. 604.00 20
Nast Ara is') Be. 56.10 30
Light i. roundatioe(2 s 5) Ea. 227.00 20
.lunation RICK (J-20) P.a. 105.00, 27
Stv. Lt.. Cortr. a Cab. LS 1,000.D0) LS
IA"ui.ro - 175 W. N.V. 3xt. Ea. 111.00 1
Photo Coll
:,aminaire - 175 R. W.V. Col. Ea. 105.00! 1.9 .
COST.
Quick Dksc. Fuze A So.-lies [it LS 750.00 LS
Wire 3 -xiad. Ot Caq:pet Lr 1.80 190
x
0; • MUNICIPAL BUILDING, 200 MILL AVE. SOUTH, RENTON. WA. 98055 * 235-2631
PROJECT Cedar Ave. S. L.I.D. 293 pR0GRES3 PAYMENT ESTIMATE NO 1
reca No CAG 040-75 Contractor_.ems Construction, Inc. _ Closing Date 7-31-75 — Sheet 2 r t�
F_st. PREVIOUS TOTAL IHIS ESTIMATE TOTAL TO DATE
-- Description Unit Unit Price Qty— Qty. Amount Qty. Amount Qty. Amount
Conduit 2" Ga1v. Stl. LF 4.261 160
Conduit 2" Epox. Duct, Fil.
Wound LF 2.30I 5600
Conduit 2" PVC, Sch. 40 LF 1.181 5600
Select Bac1 ,'i'.i Ton 6.30 200
I
Trench & B.P. (12 x 26) LF 0.79 1410
Trench & S.F. (12 x 40) IF 0.95 1335
Trench & Z.F. (24 x 46) LF 1.00 2348
TOTAL. SOKEDULE "N"
SUBTOTAL SCAELULE "A" i "B" 10,149.13 fi 10,149.13
10% RETAINED UNDER $100,000 i I i 1,014.91
5% RETAINED OVER $100,100 I ..
AMOUNT PREVIOUSLY PAID i
AMOUNT DUE I 9,134.22
TOTAL 10,149.13
,
i
I
I
i
I
e MUNICIPAL. BUILDING, 200 MILL AVE. SOUTH, PENTON, VIA. 98055e235-2631
PROJECT Cedar Ars. e. - t.I.D_ 293 _- I-+ROGRE, S PAYMENT ESTIMATE NO. 1 ,
+ act NO., Contractor ,moo p-9pnL uatiga, Dw. Closing bate?.3}��}� Sheet&-01 2
Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL T'^ DATE
Unit Unit Price --r-
Qty
De5cript9on , Qty Amount Qty. Amount City. Amount
:�.�a----
41C111tD= 'A'
Mob111sation LD 3,300.00 LS 501! 1,6•3.00 500% 1,650.00
Clearing and. Grubbing LS 3,300.00 LS 50t 1,E50.00 So% 1,650.00
Omalassified P,xcavat:oro CY 4.35 2500
Dank Run Gravel CY 5.60 100
Water CaII 15.00 "10
Crushed Surfacing 1-114" Ton 6.00 1,656
Asphalt Cone, Cl. "B" ion 14.40 1635 ,
Iaciiisntal Asphalt Ton 21.001 50
Cold MiX Asphalt Paging Ten 16.201 50 13.99 226.64113.99 226.64
Cement Cone. Curb a
92
Cement Conc. S (bitter I 4 Sidewalk ST I 7.0024490 II
Cement Cone. Driwvay >R 9.20I 313
Swoutting LT 2.00 300 384 768.00 384 7613.00
8" Cone. ripe, C-14X LT :.90 � 171
12" Cone. Pips, C-14X LIP 9.00 848 I 400 3,600.001 400 3,600.00
Caton Basin, Type rI-c: Na. I 550.00 l ( I 1 5f0.00 1 550.00
hie Catch Basin, Type I-C . 360.00 9 3 1,08c,., J� 3 1,080.00 I
i
Curl: Inlet, Type IV Ea. 260.001 5 1 260.00 1 260.00
Gravel tow Pipe Bedding CY 7.00 75 42.07 294.49 42.07 "4.49
Select Trench Backfill CY 3.80 340
Con .. to Ex. Line, CD or ND Da. 70.no 7 � 1 70.00 1 70.00
i 111
Relorato HX.. C% or CI Ea. 150.00 1
Adj. EX. X0 to -;Y:ade Ea. 125.00 8
Adj. EX. CS to Grade Ea.. 60.00 , 2 ,
Adj. Ex. Valve 'cox tic- Grade Ea. 25.00 13 i
Adj. EX. Mon Case i Corer to
Va. 50.00 2
Grade
1
Rap. s Woe. Dx. Fire S draft Ea. 1,000.00 . 3
i
Ram. i Reloc. Ex, W.M. WSW' Be. 60.00 40
Fence Ralocation LT ( 1.00 425 I r
Mon. Case i Coven hta. 75.00 3 :
Rock Wall Ton I 35.00 75
Cone. Retaining Wall CY 130.00 123 i
i
Top Soil CY 15.00 50
WA»elchair Ramps Be. i 16.001 10
Thickened Edge :: :.W. SY I 10.001 200 1
Finish i Cleanup LS i 500.001 LS
I
,emu SC "A" i f I 10,149.13 I0,149.13
I
SCRhI11JLE "9"
Light Std. 30' NH Str. SP. Cotw. Ea. 604.00 20
i
Must Arm (8') Ea. 56.00 20
Light Std. Foundation(2 X 4) Be. I 227.00 20 1
Junction %,x (J-20) Ea. 105.00 27 1
I
1 M. Lt. Contr. i Cab. I.s I 1,000.00 Gs � 1
Lurinaire 175 W. N.V. Ext. ea, 111.00 1
Photo Call
t
LamLuire - 175 W. M.V. Col. I Be. i 105.001 19
cx>rr. f
;wick Dior, ruse i Splice Kit LS 750.001 L6 .
wire 3 Cond. 06 txrppet LV ( 1.90` M i
,
q !''Y OF RtNTON s I Cri1VE,ER
-2891
♦ MUNICIPAL BU{i. DiNG, 200 MILL AV1:,. 8t')t!T't1' ,tliy�,N„ S/t11C1ttf3. 235 .
r
F'�GJ�CT__ • F'FttJGRk.SS PAYMENT [liT...�,ATE 1M0 3. (P1NAL1
Gantract ha r4a 006-76 C4*ntractor Renton Ceuywtien 416, lac.
No 7e'cription Unit Unit Price
Eat Vf0U9 A TAL tTIMA_TE TOTAL T37ATP
QtY Oty
x�ii t A/naint Qty Amatmii
1.1 Mp41i1rt►ipp IL-S-
1.600.00 l.S. �`• 1, .:;.00 25a 375.00 l00% l,soo.00
2. 1 Cleari
p9 a -vN6t08 600.00 L.S. % soo,Ob 100% ` 500.00
3.� Treael Fr'., a I.F. Ty" 1 L.F. 2.00 785 7s5 1,57o.00 - �7t,t6 1,570.00
4.; T"Rwb Exc. A B.F. Typ, L.F. 8.00 7S 75 =o.op t'--- 175 6t10.00
S.I Fatnnat!=q� fbttariat lellast TON 6.00 25 2, '1 121.36 _-- j118,21 1Z1.28 I
R i
6. aftwitp a-w*l TON 6.00 46
7.1 Select TIOW I&WIll C.Y. S.00 20 w ga.95 ( 126.92 644.96 '
8.+ torn, to Cr. M.N. 'FA 150.00 2 0.00 } ; 2 W0.00
9. i Coac"te pipe - s' L.F. 9.20 70 0a .) 70 574.00 i
1
ifl.I 4' plsstic Fwcr 14in l.F. 1.00 830 ).On 830 830.00
, 11-1 Cod Mix A10MIt TOM 10.00 10 11.5 115 .00 z1 11s. o
it. V ft Swim - Ceagieta L.S. b.e74-W L.S. 95% 8,430.87 5% 445.73 lo09 8,874.60
-- C,d. Ci - voctmw ierYtae L.S. 1.094.86 -- !^ + 1 , ,]1.86 100% 1,094.86
C.O. Y2 - zlectricai 1-ww L.S. 971.27 __ __ ___ 100% 97..27 ion% 971.27
r+.cOULE O'
• to Sf4w Stwm Ce". L.F. 6.85 1900 - 880 6,028.00 625 4,261.25 1505 10,309.3-
y i
-...rr.r...►q. Mlllian►,,.. -
w _ SU070'fAl. 28,373.05
5.3% Sales Tax « 1,504.09 j
i
In fttattd flDder j100.000.00 - 2,e37.91
51 Retained Okpr $lW.000.00
AMM7W PRP.VIWPLY P;1D C..VMAC;OR� 21,259.31 I
AwWnt Due 5,785.90 I
TOTAL 29,883.14
1 � '
I
I i
i I ,
i
I
Cl Y OF RENTON • DEPARTMENT OF ENGINEERING
•r A ,4 MUNICIPAL BUILDING, 200 MILL AVE. SOUTH. RENTON. WA. 98055. 23E-?631
PROJECT Cyr Ave- S. L.I.D. 293
__ PROGRESS PAYMENT ESTIMATE NO----
Contract No. CAG 040-75 i;ractor liftea Ccnotwotion, I.c. _ Clos,ng Date 7-31-75 Sheet-2_of=Z_
Item — _ _ _— Est PREVI0US TOTAL THIS ES"(IMATE TOTAL TO DATE
No Description Unit Unit Prrr-e —
_ I Qty. Qty. Amount Qty. Amount Qty. Amour,
11 Conduit 2` Gals, Sti. Li 4.26 160
121 t.'nnduit 2" TPox. Duet. Til.
"irvind IF 2.30 5600
13. Condait 2" PVC, SCA. 40 IT 1.16 5600
ALT.
14 Cwlect Sackrill Tani 6.30 200 ( t *
15� `-Tench a B.P. (12 x 26) LT C.79 1410
16. Trench c B.Y. (12 x 40) I IT 0.95I 1335
17 Trench 6 B.P. 124 x 461 I L1 1.001 23"
�.. TOTAL SCI®OL • "B" `
I 1
I
SUBT"TAL SCHEDULE "+" c ^a. 16,149.13 10,149.13
10% RETAINED UNDER $100,000 1,014.91
5% RETAINED OVER $100,OOO
AMOUNT PREVIOUSLY PAID
AMUJ4T DUE. I 9,134.22
TOTAL 10,t49.13
i
I I 1
i
I
I
I ,
I �
CITY OF RENTON • DEPARTMENT OF ENGINEERING
ot�*�ErMUNICIPAL BUILDING, 200 MILL AYE. SOUTH, RENTON, WA 9BO55e235-263j
_ ROGRESS PAYMENT ESTIMATE NO.�-
PROJECT_cadar Aw• a. - L.I.D.L_3.D. 293 NO,---!
-
Contract No. CAC, 040-74 Contractor Moss Cmstruction1_inc _ t.los;n ?-31-75® pate __ Sheetl-of-2-
it Est. PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE
Description Urt Unit Price
QtY. Qty. Amount Qty Amount Qty. amount
1. ' !bbilisatlen LB ( 3,300.00 LB I S09 ' 1,650.00 509 ( 1,650.00
' 2. -Claming and Gtubt,:ng La 3,300.00 LB I 50% { 11650.00 50! ( 1,650.DO
3. teolassified Ex^-avatl.00 Cy 4.35 2500
4. Bank Run t5ravel Cr 5.60
100 15.00
5. Water 1 0 '
6, Crnahw•i Sur'_e�iaq 1-1,/4" Oat. 6.00I 1656
7. i Asphalt Cow. Cl. "aTan" T 14.40, 1635
S. I imidantal Asohalt Taft21.00 s0
9. cold Mir Asphalt Patching Too 16.20 50 113.99 226.64 13.99 226.64
10. Ctfaat Cone„ Curb a Gutter LF I 2.50 4692
11 CraeL Conk. Sidewalk By 7.00 2490
12. C Cmw. Driveway 0T 9.20 313
13. BawwttLq LF 2.00) 100 ' 1304 768.00 384 768.00
14. a" Cooc. Pip
e, C-l!I � L! 7.90 171
15. 12' Conc. Pipe, C-142 U 9.00 ass 400 I 3,600.00 40i) 3,6DO.00
16. catch "sin, "ni II-C i Be. 550.00 1 1 $50,00� 1 550.00
h17. Catch anon, iype X-C I Ea. { 360.00 9 3 11080.00� 3 1,080.00
`le. � cart+ lr4ot, Type IV-C aa. I 260.00 5 1 260.00 1 26C.00
19. OYavel for Pipe 5e661aa Cr I` 7.00 15 42.07 294.49 42.07 ' 294.49 i
120. Aslant Ttaarh Saotl111 Cr t 3.On 340
21. Coon. to ex. Line, Ca or MI AY. 70.00 7 II 1 I 70.00 1 70.DO
�22. Relocate Ex. CB or CI Ea. 150.00I 1
23. Adj. Ex. M w Grade SR. f 125.00 a I I I 1
24. A6j. Pao. CB to Grade Ea, I 60.00 2
25. Adj. Sx. Valve Box to Crate an. I 25.00 I?
26. Adj. Re. Mom Case a cLvc to
Grade Ea. $0.00 2
127. Bea. a Reloa. Rx. Fire Hydrant L. 11000.00 3
1 U. Nse. a Relov. Ex. M.K. Bor Be. I 60.00 40
i
29. Vance Ralocati'm 90 1.06 425
30. Mon. rase a Cover at. I 75.00 3
U. Back Val vial 35.00 7S
32. Ceec. Reta"Lnq Mall CT 130.00 123
33. Tep Doti Cy } 15.00 50
34, tarelchatr Ram" I ia. 11S.00I 7.0 --
3_. Thickened Edge C.M. 1 iY 10.00 i00 «
36. Finish a Cleamp La 1 5,10.OC i LS
'CJGk. aCJmOIi "A" I I 1G,14Y.23 10,149.13
i
i
9MEW0113 "b,
I
1. Livht BOA. 30' MI atr. Bp. Conc. No. 604.00'; 20
2. Most Am (91) Be. 56.00 20
3. Light Std. Fouudation(2 x 5) Ea. 227.00 20
4. Junction bm (J-20) Ea. I05.00 27
S. Etr. ;.t. Contr. a Cab. La 11000.00 L6
i
6. t4winaire - 175 M. M.V. Ext. Ea. 111.00 1
Pbero Call
7. Lmdt,aire - 175 M. M.V. col. Ea. 10s.001 19 i
Corr.
8.I Qnick Oise. Fur i Splics Kit La 730.UO Ls
9. tiro 3 Coed. 96 Coppat LF 1.90 180
10. Mire I Cntd. 48 Copper LF 0.89 SS00
I
I
1
CITY OF RENTON •OW
. 23�DEPARTMENTDEPARTMENTOF ENGINEERING
MUNICIPAL BUILDING. 200 MILL AVE SOUTH, RENTON. WA. 98055* 5-2631
PROJECT CWer Ava__S. L.7.D. 293 PRCGRESS DAY MENT ESTIMATE NO. 1
Contract No CAC 040-75 Contractor MeS Cooatroctloo, Inc.
Closing Date.. -31-75 Sheet 2,of_j__
It
No, Description Unit Unit Price
Est, PREVIOUS TOTAL THIS ESTIMATE TOTAL TO DATE
_ Qty Qty Amount Qty Amount Qty. Amount
3.1. Cotx?�,.it 2' Ualo. Stl. LF 4.26 160
12,� CoW..% 2` P,pox. Wt. Fil.
�buad LF 2.30 5600
13� Coadolt 2" PVC, Sch. 40 LF 1.18 5600
ALT
144 Salad Dackl411 Tool 6.30 200
15� Traach i a-F. (12 "d LF I 0.79 1410
161 mach i 6.F, (12 x 40) LF 0.95 1335 I 1
17 Sraach i D.F. (24 x 46) LIP 1.00 2348
TOTAL S t MULL "B'
I
i
.71gY9TAL S(.mfffEw S A. i D. I 10,149.13 10,149.1.3
I I 101 1tE':;.IFc?: ^NDF.B $100,000 I,014.91
SR RSTAIIfID OVER ;.1('Q,a�^ I I "
A:70CNT PREVIOUSLY PAID I i
i At10UNT I]t1E I I
TOTAL I 9,134.22
l 10,149.13
j
I
I
x
OQCITY OF RENTON DEPARTMENT OF ENGINEERING
MUNICIPAL BUII_D!NG. 200 MILL AVE. SCL+TH, RENTC)N, WA. 9805," * )35-2631
arO%IECT Cedar Ava. 8. - L.S.D. 293 - PROGRESS PAYMENT ESTIMATE NO. 1
Contract NO _"K' Contractor XRvs oouet action D.
-3_ Clogmg {date 7-31-75 ShcatLof�
-I - -
It Est. PREVIOUS TOTAL� THIS ESTIMATE . TOTAL TO DATE
:ripLon Unit Pace ----------���---
_ Qty. Qty. Amour . Amount Qty Ants pit
8C?�DOLB 'A' I `
1. Mh6111ar tion LB 31300.00 to 50% I 1,650.00 504 1,65C.00
2.. Clearing ar4 Gribbing � i.8 I 3,300.00 LS 50% 1 ,650.00 50% 1,650.:0
f 3. :4alusified Excavation CT 4.35I 2500
4. �k Shun Gravel Ca ( 5.60 100
1 5. SOter Osl , 15.00 -10
' 6. Czaahad Surfacing 1-1./4" Son 6.00 1656
7. Asphalt Conn. Cl. -n- Ton 14.40 1635
8. 'Incidental Asphalt San ' 21.00 50
9. Cold Mix Asphalt Putohiag Ton 16.2^ 50 13.99 226.64 13.99 226.64
10. Lerpt Cone. Curb a Gutter LT 2.50 4A,92
111. - Cement Coac. Sidvrslk By 7.00 2490
12. Cement Coot. Driveway BY 9.20 313
13. Savosttinq LT I 2.00 300 384 76S.00 384 768.00
14. 8. Como. Pipe, C-14x LT 7.00 171
15. 12' Conc. rips, C-14X LT 9.00 848 400 3,600.00 400 3,600.04
L6. Catch Basin, '" II-C Mt. I 550.00 1 I 1 i 550.00 1 SS0.00
17. Catch Basin, Type I-C Am. 360.00 5 3 1,090.00 3 1,080.00
18, Curb Iuu}et, Type -i Be. 260.00 5 1 I 260-00 1 260.00
19. i Gravel for Pipe Beddirq CT 7.00 75 42.07 284.49 I42.07 294.49
120. Select Trench Backfill Cy' 3.80 340
I
`.l. COnn. to Ez. Line, C8 or MR me. 70.00 7 1 70.00 1 70.0C
22. Ralooato h`z. Cb or CI me. 150.00 1 I
�23. Adj. Rx. MR to Cbrade Bs. II 125.00 8
24. Adj. Us. Ca to Grade MR. 60.00� 2
25. Adj. Is. Valve Box to Grade za. 25.00 13
26. Ada. VA. Mon Casa a Cover t0 '
Grade MR. 50.00 2
27. Ran. c Reloc. Ax. Tire 8ydraat go. 11000.00� 3
29. R40. a Reba, 8x. N.X. Due Be. 60.00 40
29. , Tence Relocation I LT 2.00I 425
1 30. Ilan. Casa a Cover za. 75.00� 3
31. BOCK Mall Ton 1 35.001 75 I l
32. Cons. Retaininq Mall C7 130.00 121
33. Top Soil I Cy I is.00 5o
�34. Wheelchair Ramps U. 16.00� 10
35. Thiakauai vdge C.M. SS 10.00 200
36. Finish a Cleanup is S00.00 LIS _
'"AL 8C?i�7gLz "A' ( 10,149.131 10,149.13
!icozz)(a.B "H=
1. Light Std. 30• MR atr. Sp. Caw. L. 604.00 20
2. met Aug (8') RO. ! S6.00 20 11
3. Light Std. Foundatica(2 z S) Be. I 227.00 20
4. Junction Box (J-20) Be. i 105.00 27
!
S. str. Lt. Contr. a Cab. 16 1,000.00 L5 II
G. Lsinaire - 175 W. a V. Ext. me, ' Ill.G0 1 ! l
photo Call Pll
7. Lueinaire - 175 W. M.V. Col. Ea. 105.00 19
Carr.
8. Quick Disc. Tune a Splice Tit LS 750.00 16
9. Mire 3 Cnad. 46 Copper 11T 1.80 ISO
10.1 Wire 3 Cond. 4B Copper I LF 0.88 55o0
r
I ^^
/ J Mo
A7HAN
- s
I
r
i
I
i
t
i
i
f
Et
f
I
I
{
j
yc!rFi a66t ! ^s'��
aF
• � oc G6 �. 1 � ' LS�L6f !a'�B yr ( %el7r �s._v ell">• -^� -,�" '�
oB Sb! _ 6910/1Y Lfl1,r9
c� f7�' 6Lji'lSr ros i S�r� lapC,i j - tl'upei :..ive.!
r
• irz � 3 he xoTsonc
- o $ asx sooa sxs
ssousxsfiw azae
- cv � �: r� n � Jy � seo orzrr,. ozzo3 xsz
r� i s .T. ss :ir. 00c uxi 3o xr� �os
I
__
..
, ,
y .
1
i
4
..
�_ s : sr;'
r\ 1, ye
�I�� ....�.,.as��i
I
t . •
,..
k
..
a.
.�.��
�. y ��w� ,
�I
i
1
a4r
f
F
�4
I,
�I
.�
I
I
I
�®11�'��
�����a,1
___ _
_ _ _ �
� . .
a
,.
� �
; ,
.,,
�;�
-�
� . , :_
, '� • �
� - , .
.' �t � `
---- _
_ _.� _ _
..:
I
1
0
� ......_w-... ..- ".
�I .,
_ I
� �
;'�.
: ,
4
11 !
I`
i�
� � � � � _.
� •e
i
a., .?75
Honorable Avery Garrett, Mayor
Members of the City Council
Sublectt Final Costs for Eastwood Park Sanitary
Sewer - L.I.D. 292
Gentlaxn t
Submitted herewith and reoamended for approval are the final coots to
be charged against eubject L.I.D. 2921
Contract $29,883.14
City Attorney 215.00
Engineering services - Regular 9,094.46
Engineering Services - rT Employeu 623.57
Street Division -a-
Finance Department 1,60C.00
utilities 157.95
City Clark 831.40
Subtotal $42,407.i2
City's Participation 4,611.99
TnTAL $37,795.53
The Public works Department reoosatgnds t}v eity to participate in the
amount of $4,611.99 whinh represented preliminary survey ntudy con-
ducted in 1974 to determine the feasibility of survioinq the area east
of Eastwood Park
The final assessmost roll is submitted at this time and the data of
October 20, 197S is recommended far public heerinq on said roll
Very truly yours.
Warren C. Gonnason, P.E.
Public works Di actor
�QFt t out
Attach.
i
I
no, : Iowa nmr
d b 6 r A .4 A d .4rrr= r: a n d
NA as a, .vr J •Na ar awT
adnn440404 4mainMDn lima
y � .a 1 1vw -ia A .-i :J .d .4A i 3 1
{ a
AW
}
OF
u
1 PUBLIC WORKS DEPARTMENT
MR (01
DESIGN ENGINEERIN3 235 -26.31
MUNICIPAL BUILUING 200 MILL AVE. SC. RENTUN, WASH. 98055
�ArfD SEPIC4
A\ERY GARRETT. MAYOR
September 10, 1975
i
f
Honorable Avary Garrett, Mayor /
Members of the City Coun::il
Subisct: Final Costs for Eastwood Park Sanitary
Sewer L.I.D. 292
Gentlemen:
Submitted herewiN.: and rec ende ap 'oval- are c':a final costs to
be charged against subjec. L.I.D. 292/i
Contract �� e 529,883.14 - �-
City Attorney //"'''' // 215.00
Engineering Se#vic Aegn r 9,094.46
Engineering'. is - 'FT pl�yee 625.57
Street Divis 1 -e-
Finance Depar ent 1,600.00
Utilitias 157.95
City Clerks 331.40
\��� $42,407.52
s ;
The final assessment roll is submitted ai: this time and the date of
ictober 6 1975 is recommended for public hearing on said roll.
Very truly yppurs,
barren C. Gonnason, P.E.
Public Works Director
MT:so
Attach.
IT r 7
I � '
a z
` 1
0%�
_ a -
, � I i
n �.� tv31P 27 c
7
it 9
12
13
S�3 14 .sue�� L 1�a d t�G r
- — � is
go
I,W
21
It
33
30
1
{
34
36
l 35
!r' 1
fig• _ ,._ �.�. '
3e
4i j
140
� l
INTER-OFFICE MEMO RECEIVED C AV"
TO: city Att0*"JL AUG 1 1975
FROM: Elmer Shaver, Design Engineering ....1.!`;
SUB.IECT: L. I .D. No. 292 - Eastwood Park Sanitary Sewers
FINAL COSTS ARE NOW BEING COMPILED FOR L. I .D. NO. 292
Please list below any costs your ofFice may have incurred or may incur on
this project , and return the original of this form to the Engineering Department
at your earliest convenience. Thank you for your cooperation in this matter
Attorney's Fees $
Bond Counsel $450.00
City Attorney '
Contract
Engineering
Franchises
Inspection Fees
Permits
Other
City Clerk
City Treasurer's Costs
Mailing 25.00
Interest on Warrants _ 850.00
Other - Publications _75.00 _
Street Department
Utilities Department
Other Costs
Printing of Bonds $200.00
TOTAL $ 1,600,00
4 '
INTER-OFFICE MEMO RECEIVED
TO: City Attorney AUG
FROM: Elmer Shaver, Design Engineering ....t4;
SUBJECT: L. I .D. No. 292 - ,ast:uood Park Sanitary Sewers
FIN,"LL COSTS ARE NOW BE IN COMPILED FOR L. I .D. NO. 292
Please list below any costs your office may have incurred or may incur on I
this project , and return the original of this form to the Engineering Department
at your earliest convenience. Thank you for your cooperation in this matter.
Attorney's Fees $
Bond Counsel _
City Attorney $215 . 00
Contract
Engineering
Franchises
Inspecticr fees """—
Perini is
Other
City Clerk
City Treasuier's Costs
Mailing
Interest on Warrants —! ---'
Other --'----
Street Deparrment
Utilities Department
Other Costs
TOTAL S
t
t
INTER-OFFICE MEMO
TO: Utilities Engineering
FROM: Desiqn Engineering
SUBJECT: L. I .D. 'Jo. 292 - East,, >d Park Sanitary Sewers
FINAL COSTS ARE NOW BEING COMPILED FOR L . I .D. NO. 292
Please list be!ow any costs your cffice may have incurred or may incur on
this project, e l return the original of this form to the Engineering Department
at your earliest convenience. Thank ;1ou `or your cooperation in this matter.
Attorney's Fees S
Bond Counsel
City Attorney —
Contract
Engineering '
Franchises
Inspection Fees
Permits
Other
City Clerk.
City Treasurer's Costs
Mailing
Interest on Warrants
` Other --
Street Department
Utilities Department
Other Costs
TOTAL S
CrN OF RENTON - UTIIMES DEPT. TREASURER'S STUB
200 ',till Avenue So., Renton, ':Je:h;ngton 98OE5 RtNTON UTILITIES DEPT.
Phone 235.2527
PLEASE RETURN THIS STUN WITH REMITTANCE
MAKE CHECKS PAYABLE CITY TREASURER
DATE septemter 5, 1975 200 MiH Avenu- So., Renton, Weshingfon 98055
SUNDRY SALES BILL 1'0 3 g 9 4 SUNDRY SALES BILL W 3894
r
Ciiy of Renton
r ity of Renton Department of Public Works
D9partment of Public Works L.I .D. 292
L.I.D. 292
L AMA WNT DUE $ 157.95157.95' X
i
W.O. 3C91 Eastwood Park Sewer LID 292
r
Repair watermains and services as required
Billing for repairs from Renton Construction Co. $ 157 95 $ 1571 95
I
i
I
I i
I
S s. BILL N' 3894
M
INTER-01-71CF hrh0
TO: City Clerk
FROM: Elmer Shaver - benign nginr+exiny
of ltf.'li^i\
292 - Eastwood Park SLnitary Sewers `, Cl „ rca
SUB.IECT: L. I .D. No, � -CLf:in—l1_.�a '
FIN?,L COSTS ARE NOW BEING COMPILED FOR L. 1 .0. NO. _92
Please list below any costs your office may have incurred or may inrur on
this project , and return the original of this form to the Engineering Deportment
at your earliest convenience. Thank you for your cooperation in this natter.
Attorney's Ftes S-_ _
Bond Counsel $400.00-4- v
City Attorney
Contract
Engineerino
Franchises
Inspection Fees
Permits
Other
City Clerk --
City Treasurer's Costs
ha i 1 i r.c,
Intere.t on Warrants
Other
stree. Departrrvnt
Utilities Departinent _.
Other Costs
TOTAL s 2 41i _
L
L.I.D. 292
EASTWOOD PARK SANITARY SEWER
INSPECPOR'S DAILY REPORT
Weather: Dates��
SCHEDULE A
NO. DESCRIPTIO. UNITS QUANTITY
1. Mobilizatio. L.S.
2. Ciearinp L.S.
3. Trench Excavation 6 Backfil'_ i Type I L.F.
S. Trench Excavation 6 Backfill, Type II L.F.
5_ Foundatr.on Material - Ballast on
6. Gravel for Pipe Bedding - Type "B" Ton
7. Select Trench Backfill C.Y.
8. =onnection to Existing Manhole Ea.
9. Co-ment Concrete Pipe B" L.F.
10. 4" Plastic Force Main L.F. /
11. Cold-Mix Asphalt Patchirg Ton
12. Lift Station, Complete in Place
SCHEDULE B
NO. DESCRIPTION I UNITS QUANTITY
1. 4" Side Sewer Connection L.F.
COMMENTS;� ` ..,rGt�_ z�.r<-T --' ZQ` ' cs 47D2
f r!
_ or ,
rev
INSPECTOR: -'�J• 'C// '�1���
Posted Date:_ By:
L.I.D. 292
EASTWOOD PARK SANITARY SEWER
`/ INSPECTOR'S DAILY REPORT
Weather: Ira/;- 09711r/ _ Date: 2-ef-7d _
SCHEDULE A
NO. DESCRIPTION UNITS QUANTITY
1. Mobilization L.S.
2. Clearing 6 Grubbing L.S.
3 Trench Excavation 6 Backfill, Type I L.F.
4. Trench Excavation 6 Backfill, Type II L.F.
5. Foundation Material - Ballast Ton
6. Gravel for Pipe Bedding - Type "B" Ton ^
7. ;elect Trench Backfill C.Y.
8. Connection to Existing Manhole Ea.
9. Cement Concrete Pipe 8" L.F.
lJ 4" Plastic Force Main L.F.
11. Cold-Mix Asphalt Patching Ton
12. Lift Station, Complete in Place L.S.
SCHEDULE B
NO. DESCRIPTION UNITS QUANTITY
1. 4" Side Sewer Connection L.F. leiF
COMMENTS:
--_— INSPECTOR.-
Posted Date: _ _ BY: _
L.I.D. 292
EASTWOOD PARK SANITARY SEWER
INSPE:TOR'S DAILY REPORT
Weather: Date:
SCHEDULE A
NO. DESCRIPTION UNITS QUANTITY
1. Mobilizaticn L.S.
2. Clearing & Grubbing L.S.
3. Trench Excavation & Backfill, Type I L.F.
4. Trench Excavation & Backfill, Type II L.F.
5. Foundation Material - Ballast Ton
6. Gravel for Pipe ledding - Type "B" Ton
7. Select Trench Backfill C.Y.
S. Connection to 1'xisti:,g Maihole Ea.
9. Cement Concrete :ipe 6" L.F.
10. a" Plastic Force Hair: L.F.
11. cold-Mix Asphalt Patching Tor, -
12. I Litt Station, Complete in Place L.S.
SCHEDULE 3
NO. DESCRIPTION UNITS— QUANTITY
1. 4" Side Sewer Connection L.F. -
COMMENTS:
INSPECTOR: ��.t..r
Posted Date: B5
L.I.D. 292
EASTWOOD PARK SANITARY SEWER
!SPECTOR'S DAILY REPORT
Weather: .>/,�� _ /��j,L_.t✓ Date:
SCHEDULE A
NO. DESCRIPT-'^N UNITS QUANTITY
1. Mobilization L.S.
2. Clearino 6 Grubbing L.S.
3. Tren.:h Excavation 6 Backfill, Type I L.F.
C. Trench Excavation 6 Backfill, Type II L.P.
5. Foundat,on Material - Ballast Ton
6. Gravel for Pipe Bedding - Type "B" Ton
7. Eelect Trench Backfill C.Y.
8. C:onneotion to Existing Manhole Ea.
9. Cement Concrete Pipe 8" L.F.
10. 4" Plr,stic Force Main L.F.
11. Cold-Mix Asphalt Patching Ton
12. Lift Station, Complete in Place L.S.
SCHEDULE B
NO. .DESCRIPTION UNITS QUANTITY
1. 4" side Sewer Connection I I J
COMMENTS: e27 L
n Q D9 iD3 G,c, 1
INSPErTOR:
Posted Date: 3y:
L.1.D. 292
EASTWOOD PARK SANITARY SEWER
INSP:XTOR'S DAILY REPORT
Weather: /JTG y" CLoaflJy ,4/i�U — Dates_-2- /-E2
SCHEDULE A
NO. DESCRIPTION -__ — UNITS I QUANTITY
1. Mobilization L.S.
2. Clearing & :rubbing L.S.
3. 7rench Excavation & Backfill, Type I L.F.
4. Trench Excavation & Backfi.11, Type II L.F.
5. Foundation Material - Ballast Ton
6. Gravel for Pipe Bedding - Type "B" Ton
7. Select Trench Backfil.1 �V C.Y.
8. Connection to Existing Manhole Ea.
9. Cement Concrete Pipe B" L.F.
10. 4" Plastic Force Main L.F.
11. Cold-Mix Asphalt Patching Ton
12. Lift Station, Complete in Place L.S.
SCHEDULE B
NO. DESCRIPTION UNITS QUANTITY
1. 4" Side Sewer Connection L.F.
COMMENTS:- --
INSPECTOR:
Posted Date: By:
L.I.D. 292
EASTWOOD PARK SANITARY SEWER
INSPECTOR'S DAILY REPORT
Weather: Date:
SCHEDULE A
NO. DESCRIPTION UNITS I QUANTITY
1. Mobilization L.S. ,
2. Clearing & Grubbing L.S.
R 3. Trench Excavation & Backfill, Type I L.F.
i -- 4 .
Trench Excavation & Backfill, Type II L.F.
5. Foundation Materia: - Ballast Ton
111 6. Gravel for Pipe Bedding - Type "B" Ton
`1 7. Select Trench Backfill C.Y.
1 Ccr:nection to Existing Manhole Ea.
9. Cement Concrete Pipe 8" L.F.
10. 4" Plastic Force Main L.F.
11. Cold-Mix Asphalt Patching Ton v�
12. Lift Station, Complete in Place r L.S.
SCHEDULE B
NO. DESCRIPTION UNITS QUANTITY
i
1. 4" side Sewer Connection ' L.F.
^OMMENTL : --
--- INSPECTOR:
Posted Data: __ by°� _ .. . ... _.--__.
;AN-1 EASTW00D PARK (LiD 2;1) S-lU _
,
,
i
i
,
N.E 24 ST I g,
,,, z�i
7 Ltb s*
z+a
t!a Z tit LAG
,� an
+ Ata[! - at, ! i
tea tw z» zla
z9S - z1q
4.0 BOUNDARY
zN µ
` 1al sN tllu a,�a
sa •sG sv cs LtG ,a►c !!� s•+
K [oG
!nz
s.s li4ji s`e toe.l
sw *�
G • _
Z K 4N W ♦e 1T
F 'a �M ,0 6, 41 it
Y)a
r 84 y,s, C
1'7VSf IO7TL
i 2j46 G78�• w „ I[i1s 141s 1a 11 +
a + • L ,
-T-
CITY OF RENTON I �`
aNp1Y![RIYY, O[Pa RrMre`? 1,
-� I, VICINITY MAP
.LD. 29 ., .
� w
Y
I
BIDDER'S SUBMITTAL CHECK LIST
This list of documents, to be included in the bid proposal , is for
the Bidder's convenience. The following items are to be completed or
furnished by the Bidder and submitted as part of the bid proposal .
1 . Certification of Bidder's Afrirmative Action Plan
2. Certification by Proposed Contractor, Subcontractor,
and Supplier Regarding Equal Employment Opportunity
3. Certification of Equal Employment )npnrtunity Report
4. Non-Collusion Affidavit
5. Minimum Wage Affidavit
6. Bid Bond Form
7. Proposal
8. Scheduie of Prices
The above documents must be executed by the Contractor, president and
Vice-President, or Secretary if corporation by-laws permit. All pages
mus :. be signed. In the event another person has been duly authorized to
ex-cute contracts, a copy of the corporation minutes establishing this
authority must be attached to the bid document.
AWARDED Contract 1111.Z.AG _
U
a- +
p
.00
r.NGINEERING DIVISION
BID PROPOSAL. and
SPECIFICATIONS
�J ILL D 2 9 2.
Sanitary Seger a
Lift Station
(:ITY OF RENTON
PUBLIC WORKS DEPAPTMENT
Ai MUNICIPAL BUILDING. 200 MILL AVE S
RENiON, WASH. 98055 • 12OCl 115,2611
VA I
AWARDED CoittPa(`l No.l'l,AG
o n
TQ_ Y
ENCi1NCER DIVISION
I
BID !PROPOSAL. and
SPECIcICATIONS
L D 2 9 2
Sanitary Sewer a
Lift Station
LiTY GE RENTON
'K PUBLIC WORKS DEPARTMENT
MUNICIPAL BUILDING, 200 MILL AVE. S
RENTON, WASH. 96055 0 (206) 235-2631
i
AWARDED Contract Nit. CA(,_.
TO DA
ENGINEERING DIVISION
BlU PROPOSAL and
SPECiFICATIONS
i LSD ztY2
Sanitary Sever a
Lift Station
CITY JF RENTCN
PUBLIC WORKS DEPARTMENT
MUNICIPAL BUILDING, 200 MILL AVL 1
RED TON, WASH. 98055 0 (1061 235 261
L.I.D. 292
EASTWOOD PARK
Summary of Fair Practices
Scope of Work
Instructions to Bidders
Call for Bids
Certification by Proposed Contractor
Certification of EEO Report
Certification of Affirmative Action Plan
Non-Collusion Affidavit
Minimum Wage Form
Bid Bond Form
Bond to City of Renton
Proposal
Schedule cf Prices
Agreement
Standard Specificatio,is
General Provisions
Special 'rovisions
Technicdl ^rovisions, Street
'ethnical Provisions, Illumination
Technical Provisions, Water
Standard Drawings
OF REY
SUMMARY OF
FAIR PRACTICES POLICY
i OF THE CITY Or "EVTON
a
PADOPTED BY RESOLUTION NO. 1875
♦jfm REP'*'
The policy of the City of Rentor. is to promote and afford equal treatment
and service to all citizens and assure uqual employment opportunity based
on ability and fitness to all persons regardless of race, creed - color,
national origin, sex, physical handicaps n= age. This policy onal�
to every aspect of employmert practices, employee treatment one pu :
contract.
In keeping with this principle the following quide:incs are estab: :a.hed
and shall be the governing policy for all departments of the City of
Renton.
1. EMPLOYMENT - Recruiting, hiring and appoi.itment Practices shall be
conducted solely on the basis of ability and fitness without regard to
race, color, creed, national crigi.n, sex, physical handicap or age.
1. PROMOTION - Promotion, dcwngradini, layoff, discharge and irter-
depa,'tmental transfer shall be, dependent on inc.vidual perfor'+ance and
work force needs without regar`, to race, color, creed, nation., origin,
sex, physical htndicap or age, and, whenever applicable, in ag 'ement
with washingt-,n State Council of County and City Employees, an,, Ln com-
pliance with governing Civil Service Laws and Regulations.
i . TRAINING - All on-the-job training and city-supported educational
opportunities shall be administered without discrimination to encourage
the fullest development of individua interests and aptitudes.
y. SERVICE AND EMPLOYEE CONDUCT - The City shall deal fairly and equit-
ably with all citizens it serves and all persons it employs. City depart-
ments shall maintain the policy that no ci�y facility shall be used in the
furtherance of any discri-inatory prectic,. Each official and employee
shall be responsible <o -arry out the intent and provisions of this policy.
5. COOPERATION WITH HUNAy R.GRTS ORGANIZATIONS - The City shall COOPer-
ate to the fullest extent possible with all organizations and commissions
ronceined with fair practices and equal opportunity employment. Such
organizations include, but are not limited to, the State Huoa Rights C>m-
mission, the Seattle Human Rights Commission, Seattle Nomens' COmmissigr
and the Seattle Technical Advisory Committee on Aging.
6. AFFIRMATIVE ACTION PROGRAM - To facilitate equitable representation
..ithin the city work force and assure equal enployment opportunity of
minoritiea and women in City Government, an Af`irmative Action Program
shall be initiated and maintained by the :ity if Renton. It shall be the
responsibility and duty of ail City Officialr and Department Heads to
carry out Che policies, guidelines and rrrr— tive measures as set forth
by tni.a program.
7. CONTRACTORS' OBL. ON - Contractors, subcontractors and suppliers
conducting business Wit;: the City of R, ton shall affirm and subscribe to
the Fair Practices and Non-Discriminn. _oa policies sat forth therein.
8. POSTING OF POLICY - Copies of this policy s.':alI be distributed to
all city employees, shall appear in all operational documentations of the
City, including bid calls, and shall be rominently 1.splayed in all city
facilities.
CONCUF " IN by the City Council of the C ty of Renton, Washington this
day of
CITY Jr RENTON RENTOON CITY COUNCIL
ry Garrett,' Earl
(Iymer C11111nCil Trer.,
A^TEST: Pro Tom
Helmie Nelson, City Clerk
AFFIRMATIVE ACTION PROGRAM
City of Renton
Thr Policy of the City of Renton is to . . ,mote and eftcrd
egrai treatment and service to all citizens and assure equal
employment opportunity based on ability and fitness, to all
persons regardless of race, creed, color, national origin, sex,
physical handicaps, or age. In recognition of its obligation to
provide community leadership to o%ercome past circumstances which
have either barred, not encouraged, or discouraged representative
minority and female employment, the City of Rento: has initiated
a program of affirmative action designed to assure that the spirit
and intent of this policy is -ealized.
The term minority as used herein s.._. . include, but not be
limited to, those identi:ied as Blacks, Spanish-Ameri- •-s, Asians,
and American Indians. The spirit of the equal opport - city policy
includes such persons as the physically handicapped, and t.iose
over the ' 7e of 45, even though the emphasis is upon minori�ies
and females.
The purposes of the Affirmative Action Piogram are to!
1) establish employment practices that will lead to ani maintain
a minority composition of the City of Renton work force that
ref:ect: that of the Greater Renton community: 2) achieve and
maintain .equitable and full utilization of minority and female
employees at all Position leve_s: 3) promote an atmosphere of
non-discrimination ana fair treatment within city go%ernment;
4. •provide compliance with State and Federal e,raal -pportunity
requirements and regulations.
This policy shall be made known to a' 1 e.moloyees, rnntractors,
subcontractors, and suppliers through distribution of handbooks,
bulletins, letters, and personal contacts. conferences and orien-
tation sessions. Signal acknowledgments ,edginq cooperation shall
be required of all department heads and supervisory personnel in
the City of Renton and, where appropriate, of all contractor-,
subcontractors, and suppiiers engijed in City-administered -rojects.
Such contractors, subcontractors, and suppliers t. whom this policy
shall apply to shall include those with an average annual employment
level of 25 and/or those who annually do business with the City of
Renton in an amount exceeding $10,000.
I. PROGRAM RESPONSIBILITY
To assure that the equal opportunity xlicy and the provisions of
the Affirmative Action Progran are carried out, .an Equal Opportunity
,fficer shaii be appointed or designated by the Mayor. The Officer
shall be the focal point for the Cit) 's equal opportunity efforts
and will advise ani assist staff and management personnel in all
matters relating to implementation of and cos^liance with the
Affirmative Action Plan, and bt responsible for the succeFsful
execution of this program, utilizing the assistance of appropriat
State and community agencies and organizations and maintain close
liaison with the Mayor and City Council on the pregress of the
grogram. -he Equal Opportunity Officer will have the responsibility
to-
A. Initiate, coordinate, and e,,aluate the City's plans and
programs which are designed to ensure that all current and r os-
oective employees receive the benefits of equa' employment
opportunities.
B. Evaluate the Equal Employment Op rtu. ity Plans and
Programs of the City to ensure compliance . '.th -.he Affirmative -
Action Policy.
C. Coordinate the attention ai••en to Equa_ Employment
Opportunity throughout the City.
D. Periodically audit the prac,- o .a of the City an9 recommend
improvements in the Affirmat a Actic,-. policy to the Mayor's office.
E. Insui chat all members of management w .in the City are
fully aware of anu in compliance with the intent of the Affirmative
Action Policy pertaining to equal employment opportunity.
F. Provide continuing communication of tk.e Affirmative Action
Policy to management, employees, applicants for employment, and to
outside organizations oerforminn services for '_he City.
II. EMPLOYMENT PRACT^ICES
The overall employment practices provide the kev to assuring equal
employment opnortunities and achieving an aperooriate renresenta-
tior in the City's work force. The Citv of Renton shall •indertake
the following actions to acn,.eve these obiectives:
A. Review all position oualifications and job Jescrirtions
to insure requirements are relevant to the tasks to be nevfornuJ.
Revise as necessary by deletinq requirements not reasonably related
t^ the :asks to be performed in order to facilitate hiring of
n_aorities and women who otherwise might not be -unsidered.
E. Pay anc. fringe benefits shall 11,rsnd upon lob resnonsi-
bility and alone with overtime work '.,. t, inistnred on a
rondiscri^inator• basis.
C. Inform and provide •,uida:,ce Lc hose staf- and management
ner:.onncl who make hiring dec,sinr= that ionlications for all
positions, including those of ,• • sirs and women, are to be
considered without discrimina*_. And that all applicants shall
be liven equal a-.nortunih, regardless of rece, creed, color, national
origin, sex, nh•:•sical handicars, or age. Primary consideration shall
be given minorities, ::omen, and other detinable groups at any time the
Cit•.•'s work fcrz, a not fairlv reflect the membership of these
^rcups residir.y ^ithici the Renton employment area.
D. Provide periodic training for maraq,•rs and supervisors
in equal opportunity objectives, making c e of such oroarams
as currently offered by the Int^rgovernmz ,.itai Personnel Program
Division of the U. S. Civil Service Commission and other agencies.
E. Provide orientation for all new employees specific,lly
emphasizing how the Citv of Renton assures equal conortunit, and the
significance of the Affirmative Action Program. Encourage all
emplovees and specificallt minorities to a,,ail themselves of
services rendeieP.
F. Recruiting snall t, .,�plis -d such a manner as to
inform the greatest number -oritie. anc women possible in
the Renton area of employment opportunities and to make known
that such applicants are souqht. As regards minorities a des-
cri-,tion of each position shall be:
1. Advertl%•-d in the various Renton area ethnic news
media.
2. Circul,-ted to current staft and encourage present
employees to rc-er r.inorit^ applicants.
I. Forwarded to schools in the Renton area with
minnr.ty students.
4. i
Distributed to minority and human relatirns organiza-
tions the Rentcn area requesting referral �f qualified
minor-,t :,,olicants. An up-do-date iistinq of these organiza-
tions and their snokesmen shall be maintained by the EEO
Oi'ficer and the Citv Personnel Director. These organizations
:•'oald be identified is, but not be limited to, t?ie Urban
League, Equal Opportunity Center, Neida, Ainetachoni, Etc.
All ennlo••ment notification shall include the "Equal
Onnortunit^ Erilover" =titcment and date of Publication
shall 1pr at least Live di}s prior to cup-of •+ for
receiving applications.
C. rrograns such as apprentice, sustmer anc <ime trainees ,
in- rn, and other supplementary hiring programr sn_-- be considere:'
in he same manner �,s c•.:11-tine City positions and bL sulject to t,le
oro•,isions of the L.ua1 Onncrtunit, and Affirmative Action Programs.
III. EMPLOYEE EL:P14ENT
.. The hiring of minorities and women on a fair and equitable basis
is only the first step in affordinq equal employment opportunity.
Skill developmen Promotions, and egial nondiscriminatooy on-the-
job treatment arc of eaual imoortance to both the individual and
to the City. .a„- following actions shall .,e undertaken to achieve
employee lob satisfaction and fair treatment and to more success-
fully utilize women and minority persons 4P our work force.
A. Assure that there shall be no discrimination for reason
of race, color, creed, sex, aqe, or Physical handicaps with req_ard
to upgrading, promotions, transfer and demotion, Is, off and
termination of employees. Any action which might adversely
affect minorities or women will be brouaht to the attention of
the Equal Opportunity O_ficer. EmnlDyee grievances arising from
such action shall receive immediate attention in accordance with
Section VI.
B. Develop d skill invcntorr for emnlovees whicn can b-
used to identif„ suoervisory and managerial level position
potential. This shall be acaornlished by:
I. Obt�2;iinq •rom t.,e e-20lovees a written statement
as to their d<:sirc+;, skills, and interest in higher paid
Positions.
2. Pcriccic review and cnal,sis of employee development
progress and readiness to asxjme I,rgber positions.
3. Identi ;• sneci,ic :ositionq for which employee
qualifies, and asrurr that requests for interdepartmental
transfers an;: =,rorotions are considered without discrimination.
C. Actively encourage emoloyees to increase their skills
and job potential through tr-, -ina and educational 0000ltunities.
Offer quidanc = and counseliao in developing programs tai.ored to
individual aptitude and desires, takinq full advantage of programs
offered ty the State Deoartnent of Employment Security and Manpower
Develonm. nt Proarars.
IV. LIAIsn% AND COORD*NATION
A. ':here exist mangy• oraanizations vitally concerned with
equal or.Portv-'t and 'air treatment of minnrities, women, and
the nhysicaiiy hen: icanped, an:' those that arc over 45, whose
resources can be valuable aasist,;nce to achieving the goals
of this program. The City of Renton through its Equal Opportunity
Officer shall maintain constant contact and coordinate various
isnects of thn Affi-mati•e Action Program with these organizations.
,n addition to those alresd - identified with re=pect to recruiting,
hirinc, a:.,? empl,- ee de_veloomf,nt, working relationships shawl be
maintained with the various civic, labor, and minority oraanizations
in tho greater Renton area.
B. The City also recognizes its resnonsibilities to comply
wi .h and assure that equal opportunity and nondiscrimination policies j
of State or Federal agencaes with which it conducts business are
carried out. SoecificallN,, the Crty of Renton shall: '.
1. Be resrensible for reporting to ie a propriate
agencies any complLirts received from a,ry ernloyae of, or an
applicant for emnlo;,r-nt with any City of Rentor. contractor or
-ubcontractr,r, subject to r,,ecutive Order 11246.
2. Cooperate in snecial comn'iance reviews or in investi-
gations as requ<--,ted.
3. Carry o..t sanctions agains' a contractor(s) and/or
subcontractors, as regnirod.
4. Ass_, inself and the agency as Part of the grant
anplicatre:. process, that the general or prime contractors will
not have submitted pre-packaged bids that deny open uidding to
minority or any other subcontra^tors.
i ii.sh information as required, ma- .raining an
affirmative action f4.le detailing its efforts, with dates,
to meet its comaitments un, er Executive Order 11246.
All data and documentation generated as a result of th.s
Affirmative Action Program stall be made available to any
Federal or State agency for 'heir review upcn request.
V. GRIEVANCE PROC£DCRES
The success o° the Affirmative Action Program ietends laracly
on the attitude of th^ coimnunitl as well as the employee. Opinion
as to what constitute. fair and equal opportunity and treatment
may vary widely and Grievances may result. The following steps
shall be taken immediately fo• any grievance arising from the
imolementation of this oroarrm so as to maintain the best possible
employee-sunervi-or and cit, -community relationshins:
A. The emolovee shal bring her./his grievance to the atten-
tion of ne,;his immediate s,ioervisor or denartment head, who will
investigate as necessary to determine the cause of the complaint
and worK with the emclogee to effect an euiitable sclutinn. Every
P"ort shall ';c ^.adc t., resolve the difficult it this le-el.
B. At the option of either party, the services of the Equal
nrnortunit , 'fficer ra, be ru,-aested. T*.e Equal Onportunity Officer
shall intervir bcth parties, conduct adAiti�nal investigation as
necessar-, and recommend an^rocri:it, core _t,.,,e action and settle-
ment conditions.
C. in t ., -rt. t^.et r:utoal agreem=nt cannot be achieved
ar— L_rain,: n --,ut.i. i, is required by the city administration,
signeu sta,ener,t, drtdllino the grievance and specific investiga-
tive action shall t•r obtained by the Equal Opportunity Officer
from the erplayee and his supervisor. The Equal Opportunity
Officer ray draw anon all resources at his disnosal both internally
and those external to t;te Cit^ to arrive at recommended ^arrective
action and settlement conditions. The E�;ual Opportunity Officer
shall forward these st.ate,cnts 31onq with his own investigation
report. and recommendations tc the Mayor's Office for resolution.
The Mayor ma•, elect as deemed a+-cessary and as ci.
stances so dictate to refer the grievance to a special arbitration
committee. (This comnittr � stall be selected from among City
er-,lo,'ees aru c :moist of an equal nnr,ber of manaoement and staff
-ersonnel.) The Equal Oono:tmit O°firer and those directly
involved in the arievance n.hall not be votinq members of this
c'.c-ittee. Proceedincs c' the committee shall be documented and
their decision shall be 'nal an: bindinq subject to re,•iew only
by the State fuman Rir-,r:. Commirs';n or through the judicial
Baste-. All ranorts, :i�i-n and ogler documentation generated
by the .-rtovanct, -,r^ re- shall be r,aintained by the F.qua:
Onrortinit, -fficer a, natter of e-manent record.
t'I. CUIDLLISrS FOR '1^:GR C' AND FEMALE EMPLOYMENT
Fair Practices and e,ju l on:+ortunit' witnin City government cannot
be falls realized until an e _uit-,ble represer:tat.ion of women and
�,thnic minorities curl-cntiv in the Renton area work force are
r€fleeted in th^ Cit,-'s ecnlo, .
i
To ueternine the area and Crt; work force Drofile, th, City of
Renton :all undcrt-,.ke t , action outlined in Socticn A and B
below. A; inequities a' identified, ecrrective measures ,will be
init_ated as established in Section C.
A. Determine the minority and female brofile within the
Renton empl—ment area in which the majority of current employees
reside.
1 . Ndri,,:r of n,ir orit iris per ethnic group in this area.
2 Gener..J.izea location of each minority group (i.e.
�ny signifiCai.t. C':n"'ntration within the areal .
3. Percyntage of niner,ty and female work force as
corrarcd to total work force for the entire area.
t �
4. Availability of minorities and females having requisite
,kills and experience in the labor area
5 The ..xtent of unemployment among the minority and
female unemplove,l work force within the area.
B. Perform an analysis of the City's labor force by job
categcry to determine the placement of minorities and females at
all levels of responsibility.
1. The number cf employees by job classification r^-
each deparcment in the city.
2. The availabilit, of promotable minority and female
employees within the City's offices and divisions.
3. The number and lob classification of employees, by
department, who will be retiring within the nk .t five years.
This list is tc include the tentati-- date of retirement for
each employee.
4. The anticipated turnover of emplovees due to their
inability to perform adequately, by ;ob classification per
department, and possjbl� date fer action.
C. Estab,ish 1031s and a timetable for the ^�rrection of
deficiencies i`,ntifie.d. These coals anu tin.._tables are an
essentirl op - the Cit••'b Aftirr:etive Action Program and will
be maintains u undated on at least an annual basis. Although
the primary concern .it the-se, goals is overall minority and female
e'-.,Ioyment, _re% :haii Also !.nclude minority and female under-
utilization witl.i❑ specific job levels: management, professional,
technical, f:cc and clerical, and skilled positions.
T_ne goals and timetables established as a result of the above
analysis shall he reasonahl�- attainable and shall annear as
Attachment 1 within 60 da 1, after finalization of this document.
The Equal Onoortanit ^ ricer shall he responsible for establish-
ing these goals.
Specitic procrurs which tic Cit-- of .�enton proposes to undertaKe
to facilitate the achieiemcnt of the set goals shall appear as
Attachment 2 31s1 o-tE,n 60 daYs att..r approval hereof. These
or grams shall also be established by the Equal Onnortunit
Officer.
I
t
ATTACIOENT I
City of Renton Coals and Timetables
The City of Renton, under the established Affirmative Action
Program, has set forth a coal of 3.:;! minority employment over a
timetable span of Sugust 1, 1972 through Ucrember 31, 1973. The
3.SC� minority employment is based ❑pon an avers! permanent payroll
of approximately 315 employees. This percentage will be re-evaluated
in .July of c;�ch year.
The percent;�ee goal is accomplished in the f'ollowin!, manner: The
residency of all permanent City employees is plotted on a re6ional
map. The area containing 8T, permanent force is an. lyzed usin,i existing_
cnesus and Renton School District data to determine the number and
categories of minorities living in this area.
Initially all the ',otal minority population was determined at
3'-V". This percentage is then applied to the City permanent work
force and finals for future minority employment is set accordingly.
Additionally, a comparative study is also made with other municipoli-
ties within the ;greator Puget Sound area to establish vali�ity of an
equitable percentage goal.
In the event that the City minority work force is leis than the
area perr,�t;tdue, it one year period is established as the time in
which the Cit will corroct the dcficiency utilizing measures described
in the City's �ffirmd ive Action provram.
ATTACIIM N'T li
City's Programs for Acbicvemert of Goals
,e City of Renton has set forth a policy that they wi..l make
the t:. cersary notificat:on regarding po..ition openings on the permanent
staff through public advertiwe:aeint it tL, Orcater Renton News and
` the Record Cliroaicic for two weeks prior to intei . ew closure.
r Open positions arc also registered with the Washington State Employment
Security, University of Washington, Seattle University, Kirw County
Public Employment Program, Cit of Seattle Personnel Office, and
other municipalities as appr,�, riote. All advertisements contain the
ords "The City of Renton i:> an equal opportunity employer" and indi-
.ate that minority applicants; art- sought . In addition, tIx following
agencies that service hipb concentration of minority employment are
notif�vd of cacli ,,n�ition opportunity: Asian Employment, Indian
Affairs, PRATT Center, �.0.7 .�' ., Veteran's Administration, The Facts,
and Active Mexic•ano. llevel,,p,,, nt Center. The City employment applica-
tion form has also been revised to rof-lect the aqual opportunity
employment sent invent .
All those in e position to hire, fire or transfer City em, ovees
liave been instructed to use nondiscrimination in their judgment of
per.ionnel. AU decisions relatin_ to management—employee relationships
will be revie+. ',y the Citp'e E.O. (Office for possible abuse of the
City's Fair ,cos lolicy ,md lffirmstivc Action Progran .
Ve have totally re—evaluated our ,job dQ,,— githin the City
to insure that qualifications are realisti,•- .,at p on criteria
reflects skill level and physical capabilities r^qulr, d for w rformance
of task and not a ref' n of prevailin; Libor market. Those
positions for wh;cL ally handicoppe;l are suited ar, identific,
and priorit - ,r. ,.ill be giver to thobe individuals.
i
ATTACIC9LNT III
Contractor, Subconti3cLor, Supplier
The City's AffinnaLive action Program e,,tends to all those doing
I business with the City regardless of source of funds. Each supplier
or contractor having 25 or more employees and/or contract ir. excess
of $10,300 is required to: (1) Become familiar with the City's
Affirmative Acti-ii Program; (2) Certify that they have their own
Affirmative Action Program; (3) Provide a record of intent to
comply by completing the. affidalit. Tie ao'fidavit and a ,-cpv of the f
firm's Affirmative Action Program may he provided once each year or
with a specific contract. A record ; kept of each firmi's response,
and present and past performance 4? investigation into the pa::t
performance is also made at the initial stbmittal. City records are
then reviewed yearly. Firms guilty of no,.-compliance are removed
from the eligibility list, notified of tfiis action and causing deficiency,
and re-instated when satisfactorily demonstrated to E.O. Officer that
deficiencies have been corrected.
Compliance is detcrminc,l by a check of previous performance and
en-the-,job inspection during tl,(, : urrent contract.
As part of th,: requirement that federally funded contracts for
more than $10,000 are sub;eet to the Executive Order ll230 of September
24, 1905, a, amended :,, 1.., ac:i ')rdcr 1137E of October 13, 1908, the
City of Renton sball iu, I dc, iu it contr,u•ts with general and sub-
contractors, the fr,1 l,.:in_ prnt:•ionr :
"During the Uerformancc of this c•.iirlr,Wt , the c, tract.,i agrees
as fullow;'::
11(1) The contractor wiil not discriminate against any employee
or applicont for umploP—tit beconfie of •dee, color, r�li,apl7,
sex, or national oricir. The contractor will take affirmative
action to ensure thol. api,licaut;: are employed, and that employees
are treated during , r pLryment , witho,rt regard to their race,
color, reli•;ion, n, x, or not ional ,�,igin. Such action shall
inciuue, but not be limited t •h, .ollowing: employment,
upgrading, demotion, or tr.ill,ler; rccruitm.cnt or advertisine;
layoff or termination. rates of pad "r other forms of compensation;
and selection for traiuin•-, inc.ud'ag ' •�prent ice ship. The con-
tractor agrees 10 ix,st in „onspic•.. us places, available to
employees and applicants for employment notices to be provided
by the LPA sattinh forth the provisions of this nondiscrimina-
tion clause.
"(2) The contractor i.ill, in all solicit itions or advertisements
for employees placed by or on behalf of the contractor, state
that all qualified appl ic.,nt > %,ill receive consideration for
employment w_thout retard to race, color, religion, sea , nr
national crigin.
"(3) The ;ontraci „r will ,. ud in each labor union or rel:re-
sentative of workers with }.,hich he has a collective bargaining
NF
SAN-1 L I D 29%� S-161 2X
r"
ATTACHMENT III (GONG)
Page
agreement or other contract or understanding a notice, to be
provided by the agency contracting officer, advising the labor
union or workers' representative of the contractor's commitments
under Section 202 of Executive Order No. 1124o of September 24,
1905 (as amended), and shall post copies of the notice in con—
spicuous places available to employees and applicants for employ—
ment.
"(4) The contractor will comply with all provisions of Executive
Order No. i124o of September 24, 1965 (as amended) and of the
rules, regulations, and re'_evant orders of the Secretary of Iabor
and the Secretary of Housing and Urban Development.
"(5) The contractor will furnish all information and reports
required by Executive Order No. ll246 of September 24, 1965
(as amended) and by the rules, regulations, and orders of the
Secretary of Labor and the Secretary of Housing and Urban
Development pursuant thereto, and will permit access to his
books, records, and accounts by the Local Public Agency, the
secretary of Labor, or the Secretary of Housing and Urban De—
velopment for purposes of investigation to ascertain compliance
with such rules, regulations, and orders.
"(o) In the event of the contractors' noncompliance with the
nondiscrimination clauses of this contract or with any of such
rules, regulations, or orders, this contract may be cancelled,
"terminated, nr suspended in vho le o, in part and the contractor
may be declared ineligible for further Government contracts
in accordance with procedures authorized in Executive Order
No. 11246 of September 24, 1965 (as amended), and such other
sanctions may be impost:d and remedies invoked as provideu in
Executive Order No. 1124u of September 24, 1965 (as amended)
or by rule, regulation, or order of the Secretary of Labor, the
Secretary of Housing and Urban Development, the Local Public
Agency, or as otherwise provided by law.
"(7) The contractor will include the provisions of Paragra,)hs
(1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of
Labcr or the Secretary of Housing and Urban Development pursuant
to Section '204 of Executive Order No. 11246 of September 24,
19b5 (as amended), so that such provisions will be binding upon
each subcontractor or vendor. The contractor will trice such
action with respect to any subcontract or purchase order as the
Local Public Agency, or the Department of Housing and Urban
Development may airect a- a means of enforcing such provisions
including sanctions fc. noncompliance : Provided, however,
That jr: the event the contractor becomes involved in, or is
threatened with litigation with a subcontractor or vendor as
a result of such direction by the Local Public Agency, or the
Department of Housing and Urban Development, the contractor may
request the. United States to enter into such litigat-ion to
protect the interests of the United States.
CITY OF RENTON
SANITARY SEWER L.T .D. 292
SCOPE OF WORK
The work involved under the terms of this contract document shall
be the full and complete install,ition of the fdcilities required
to provide sanitary sewerage for the area encompassed within the
boundaries of L.I .D. 292 to include, but not limited to, 8" gravity
sewer pipe, 4" force main, sewag-a lift station, 4" g^avity side
sewers, and complete restoration of all surface material so as to
not be a visible detraction. All work shall be as s^t forth in the
oesign drawings and specifications.
Any contractor connected with this project shall comply with all
Federal , State, County and City :odes or regulations applicable
to such work and perform the work in accordance with the Plans and
Specifications of this contract document.
INSTRUCTIONS TO BIDDERS
1 . Sealed bids for Propsal will be received by the City of Renton at the City
Clerk's office in City Hall until
At this time the bids will be publicly opened and read after which the bids will
be considered and the award made as socn as practical .
No proposal mey be changed or withdrawn after the time set for receiving bids.
Proposals shall be submitted on the forms attached hereto.
2. The work to be none is shown on the plans. Quantities are understood to be only
approximate. Final payment will be based on field measurement of actual quan-
tities and at the unit price bid, the City reserves the right to add to or elim-
inate porti,)ns of the work as deemed necessary.
Plans may be axamined and copses obtained at the City Engineer' s office. Bidders
shall satisfy themselves as to the local conditions by inspection of the site.
Work along highways must be in conformance ith the applicable County or State
regulations.
4. The bid price for any item must include the performance of all work and toe furnish-
ing of all material necessary for completion of that item as described in the
specifications .
Where alternate material is bid, the bidoer shall fully describe the material
proposed, either in the bid proposal or supplementary letter attached to the
proposal .
5. The bid price shall be stated in terms of the units indicated and as a total amount
In the event of errors, the unit price bid will govern. Illegible figures will in-
validate the bid.
6. The right is reserved to reject any or all bids and to waive informalities if it is
deemed advantageous to tVa City to do so.
7. A certified check or satisfactory bid bond made payable without reservations to the
TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid
shall accompany each bid proposal . Checks w be returned to unsuccessful bidders
immediately following decision as to award of contract. The check of the successful
b-.dder will be returned provided he enters into a contract and furnishes a satis-
factory pertormance bond covering the full amount of the work within ten days after
receipt of notice of intention to award contract. Should he fail , or fefuse 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 explana-
tion except as the City may request further information on particular points.
9. The bidder shall , on request, furnish information to the City as to his financial
and practical ability to satisfactorily perform the work.
10. Payments for this work will be in Cash Warrant
CITY OF RENTON
CALL FOR BID
EASTWOOD PARK - L.I.D. 292
Sealed bids will be received until 2:00 P.M. , January 28, .975 at the
office of the City Clerk and will be opened and publicly read aloud at 2:00
P.M. same day in the 4th floor conference room, City of Renton Municipal
Building, 200 "ill Avenue South, for SANITARY SEWER AND LIFT SIATION INSTALLA-
TION AT N.E. 2..ZD STREET.
Bid proposals delivered in person will be received only at the office of the
City Clerk in Renton Municipal Building.
Bids received after 2:00 P.M. , January 28 , 1975 will not be considered.
The successful bidder will be required to ad:.ere to the general requirements
and covenants contained in the "StanLard Specifications for Municipal Public
Works Construction," 1969 Edition, as prepared by the Washington State Chapter
of the American Public Works Association.
The work to be performed shall include furnishing all necessary labor, materials
and equipment, and performing all work required for construction of 8" concrete
gravity sewer, 4" plastic force main and sewage lift station complete.
The City reserves the right to reject any and/or all bids and to waive any and/or
all formalities.
Approved plans and form of contract documents may be obtained at the office of
the Public Works Department at the Municipal Building, Renton, Washington for
a Jeposit of $10.00 each set plus $2.50 to cover postage if mailed. The mail-
ing charge will not be refunded. ('he deposit of $10.00 per each set of plans
and specifications will be refunded upon return of the specifications in good
condition within thirty days after bid opening.
A certified check or bid bond in the amount of five (5) percent of the total
amount of each bid must accompany each bid.
Any bidder who withdraws his proposal after the hour set for the opening thereof,
and before the execution of contract unless said execution of contract is delayed
by City of Renton for a period exceeding ninety (90) days after the time fixed
for bid opening, shall forfeit his check or Bid Bond to the City of Renton as
liquidated damages.
Each proposal shall be submitted only on the prescribed Proposal corm Dound
In a complete set of Specifications and Contract Documents.
The policy of the City of Renton is to promote and afford equal treatment
and service to all citizens and assure equal employment ooportunity based
on ability and fitness to all persons regardless of race, creed, color,
CALL FOR BID (Cont.)
national origin, sex, physical handicaps or age. This policy shall apply
to every aspect of employment practices, employee treatment ano public
contact.
I / w
Ue ore " • Plead, City c
Dates of Publication:
January 17, 1975
January 24, 1975
-A
CITY OF RENTON
CALL FOR BID
EASTWOOD PARK - L.I.D. 292
Sealed bids will he received until 2:00 P.M. , January 28, 1975 at the
office of the City Clerk and will, be opened and publicly read aloud at
2:00 P.M. same day in the 4th Floor Conference Room, City of Renton
Municipal Building, 200 Mill Avenue S. , for SANITARY SEWER AND LIFT
STATION INSTALLATION AT N.E. 23RD STREET.
The work to he performed shall include furnishing all necessary labor,
materials and equipment, and performing all work required Tor installa-
tion of sanitary sewer and sewage lift station as shown on plans and
described in the specifications and such other work as may be necessary
to c.onip',ete the project all in accordance with the plans and specifica-
tions.
Approved specifications and form of contract documents may be obtained
at the office of the Public Works Department at the Municipal Building,
Renton, Washin-ton for a deposit of $10.00 ea,. . set plus $2.50 to .over
postage if m.i',ed. The mailing charge will not be refunded. The deposit
of $10.00 per each set of Specifications will be refunded upon return of
the Specifications in good condition within thirty days after bid open4ng.
The policy of the City of Renton is to promote and afford equal treatment
and service to all citizens and assure equal employment opportunity based
on ability and fitness to all persons regardless of race, creed, color,
national origin, sex, physical handicaps or age. This policy shall apply
to every aspect of employment practices, employee treatment and public
contact.
e ores A. tread, City C r : ---
Dates of Publication:
January 17, 1975
January 24, 1975
CERTIFICAflm BY PROPOSED CONTRACTOR, SUBCONTRACTOR AND SUPPLIER R1:C+IRDINC EQUAL EMPWYMENT OPPORTUNIST
Name Prune Contractor Instructions Project No.
This certification is required pursuant to Federal Executive Order 1124a, The impleamilling rules and regulations pluudt tiIIII any
bidde: or prospective enntrdct,,r, or dnv of tn. :r yropeaeL SUbeUatrACtors ai.d suppliers, shall state as an initial part of the bid
or negotiations of the contract whetfwr it has participated in any previous contract or subcontract subjict to the equal opportu-
nity clause; and, if so, whether it has filed all compliance reports due under applicahie instructions.
The City her. heretofore adopted Re.uilution No. 1805 under date of July 10, 1972 retabli lug a "Fair Practices Policy", as imple-
mented by an "Affirmative Action Program" therein establishing and promulgatina the rala. if 1 City of Renton to promote and
afford equal treatment and service to all citizens and to assure equal employment opport,mity -gin ed on ability and fitness to all
persons regardless of wce, erred, color, national origin, sex, physical handicaps or age. Ti i, policy shall likewise apply to
,ill contractors. subcontract.Iry and mippl iera condurtin„ business with the City of Renton who in turn shall affirm and subscribe
to said practices and pnliI The c'oremrotioned provisions shall not apply to contracts or subcontracts for standard comma r-
cfal suppliers or raw mat«,, or time or orgdrizattors alh less that 25 employees and/or contracts of less than f10,000 Intel-
was per anew with the City.
When tha Contractor/Fiubenntractor/supplier It required by the City of Renton to submit an Affirmative Action Plan, the mini-
awa acceptable percentage of minori'y amp,lny,oent will he that percentage which is currently listed in "Attachment I" (City
of Renton Ooals sad Timetables) in [Iso publi,hed City of Renton Affirmative Action Program.
The Undersigned cI,ntr, t r ac m:l , i{ . :1. wi--. ", 0,, perforwon, a 'b i ntr:c it will
not diseriialust. r;Vn** t..m . or, rve, 11 It, ,i i.yennatlag or in sny Ml.e- ter, or tund to of ampiny-
Meet,, by rosson of sath perm.. is ri, , .med, color, religion, ancestry ur rational origin as iaplmknr., by the "Affirtmitivr
Action frognmae.
CoatON Wr furtber Etirees that be will take affirmative and cant it art ion to insure full compliance with swish Policy and pro-
9 M IS all respects; it being attlttly understand and agreed that failere to cumply wi..il t.,y of tha tent of said provisions
slMU he apd eahstitate a material bm,,h of this contract.
CowtuoUr shall, upon request and/ar as soon as pnasible thereatter, far!ish unto the. c'it, any and all infurawfon and repo,_
repdtied hyy ttM 4 ty to de.srmine whether full compliance he been made by the cintracior 'with aid policy and prouree and con-
tractor will permit access to his books, reorde and accn,.nrt by the City for the pup)- of itvestiga.ion t
compliance.
Contrator further a,L e.�..s ll ., _ r..,, i.. ,n• -vy1 t e„� . L. ci,y'. "'F, i* 1'r'art err
It,, Action lrogran".
CONTRACT 1J"ll'D ICAiION NO._
CE ':iPICATlO :1i i2 C.,YCR'LTtN, -
P.
SCRCONTRACTl1VS Ci RI'SFIC17iJ.`1
.AUcTLIER't; LERTII1f,ATUIi
topyuie.. I:am
Add-e::,:
Repines,-,tet,oe ;
Title: Y
.. Cor'ract�r:cuc..ont :,rr/:opal i. . Pa� p.. r ip.•.ten m r ,r.. +i.GW:,,e. '.0 o 111, Leuil Opportuno-
ten Q Ni,
-. Cnmplisiwe rcx,.,,. ware reNnireJ fo Le filled x_ sunned ,.iU: :uch cm.I, "1 .lr
Yes
... Cnrcractnr(£ahcontraetor ySupplier has filed all ro•lplianve repnrLs One ,tndec apnlic.n ion .mzruct tons.
1E8` No = Note K,,wir,d -
4. If answer to item 3 is "No", yilepse explain it, ne±p rl ou x.sarnv side of
Certification - The information above is tru. ziwi e„mplete :o the b,st .d rr. ktnHlc2i? and b. ti,E.
Na.I, ono 'Et±:c o ligner Please r}w
5 gmture
Reviewed by City Authority:
I
CERTIFICA'rION OF EQUAL EMPLOYMENT )PPORTUNITY 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 rertifii that he has
has not _, participated in a previous contract or subcontr _t subject to the
equal opportunity c'.ause, as required by Executive Orders 10925. 11114 or 1124ti,
and that he has _, has not # filed with the Joint Reporting Committee
the Director of the Office of Fedetal Contract Compliance, A Federal Government
contracting or administering agency, or the former Peesident's Committee on
Eg6al Employment Opportunity, all reports due under the appllcabl.e filing requ-
irments.
(Company)
By:
-- --
(Title)
Date:
Note: the above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CPR 60-1.7 (b) (1), and must be
submitted by bidders and proposed subcontractors only in connaction with cont-
racts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Execut-
ive Ordere or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a pre-
vious contract or subcontract subject to the Executive Orders and have not
filed the required re;rts should notethat 41 CFR 60-1.7 (b) (1) prevents the
award o£ contracts and subcontracts unless such contractor submits a report covering
the deliquent period or such other period specified by the Federal Highwa,ps
Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of labor.
CERTIFICATION OF
BIDDERS AFFIRMATIVE ACTION PLAN
NOTE: FAILURF TO EXECUTE THIS CERTIFICATE WILL INVALIDATE THE BID
Bidder is to indicate by check-mark which of the following statements pertains tn
this bid package, and is to sign the certification for that specific statement:
a) It is hereby certified that an approved Affirmative
Action Plan is on file with the City of Renton, and
that said Plan specifies goals and timetables which
are valid for the current calendar year.
Date: (Company) --- --
--- --- By: -- -
T7i_t�..—_ —
OR b) It 15 hereby certified that an Affirmative Action Plan
is supplied with this Bid Package. Said Plan wail be
subject to review and approval by the City as a pre-
requisite to the contract award, and it includes:
1) Goals & Timetables of Minority Manpower Utilization
and 2) Specific Affirmative Action Steps JIrectea at in-
creasing Minority Manpower Utilization.
Companyi
Date:
OR c) It is hereby certified that an Affirmative Action Plan
— will be supplied to the City of Renton within five t5)
working days of receipt of registered-mail notification
of low-bidder status. Said Tian wiii be subject to
review and approval by the City as a prerequisite to the
contract award, and it will include:
1) Goals and Timetables of Minority Manpower Utilization
and 2) Specific Affirmative Action steps directed at in-
creasing Minority Manpower Utilization.
�LOmpary� � --
Date:
BY:
�Tei
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
SS
COUNTY OF )
being duly sworn, depcses and says , that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on be-
half of any person not therein named, and further., that the deponent
has not directly in^uced or solicited any other Bidder on the fore-
going work or equicinent to put in a sham bid, or i,ny other person or
corporation to refr'in from kidding, and that deponent has not in
any manner sought b collusion to secure to himself or ro mry other
person any advantage over other Bidder or Bidders ,
SIGN HERE:
Subscribed and sworn before me this day of
19
Notary�uFric_1in anT_Tor t e� —off
residing at
therein.
MINIMUM WAGE AFFIDAVIT FORM
City of Renton
ss
COUNTY OF
I , the undersigned, having been duly sworn, deposed, say and certify
that in connPrtion with the performance of the work of this project,
I will pay eac.i classification )f laborer, workman, or mechanic
employed in the performance of such work; not lest than the prevail-
inq raie of wage or not less than the minimum rate of wages as speci-
fied in the principal contract; that I have read the above and fore-
going statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
CONTRACTOR
Subscribed and sworn to before me on this _ day of
19
Notary— Pub I ii c in ana_T5`r the Sta'e of
Washington
Residing at
a
t
BID BOND -OR.M
Herewith find deposit in the form of a certified check, cashier's check, cash, or
bid bond in the amount .,f $ -__which amount is not less than five percent
of the total bid.
Sign Here
BID BOND
Know All Men By These Presents:
That we, i as Principal ,
and _ , as Surety, are i
hela and firmly bound unto the City of Renton, as Obligee , in the penal sum of
—Dollars , for the payment
of which the Principal and the Surety bind themselv,s, their heirs , executors ,
administrators , successors and assigns , ,jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award
to the Principal for
according to the terms of the proposal or bid made by the Principal therefor, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with
the terms of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall , in case of failure to do so„ pay and forfeit to the Obligee the penal amount of
the deposit specified in the tail for bids , then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages , the
amount of this bond.
SIGNED, SEALED AND DATED THIS DAY Of i9
-__—__— Frrncipal—
- - ---- Surety
19,
Received return of deposit in the sum of $
BOND TO 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 corpor-
ation, and qualified under the laws of the State of Washington to become sure-
ty upon bonds of contractors with municipal corporations, as surety are ;cintly
and severally held and firmly bound to the City of Renton is the penal sum of
$ for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or personal representatives, as the case may
be.
This obligation is entered into in pursuance .4 the statutes of the State
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 pursuant to Ordinance (or Resolution) No. or by
Council action of the City of Renton, passed 19 , the Mayor and
City Clerk of said City of Renton have let or are about to let to the Said the above bouuden Principal, a certain contract, the said contra—ct
being numbered!_ and providing for _
(which contract is refeti.d to hcrein and is made a part hereof as though at-
ta,:hed hreto) , and
WHI�RCAS, the said principal has accepted, or is about Co accept, the said
contract, and undertake to perform the work therein provided for in the manner
and within the time set forth;
NOW, THEREFORE, if the said _ _ shall faithfully
perform all of the provisions of -aid rontract in the manner and within the time
therein set forth, or within such eytensions of time as may be g_'anted under
said contract, and shall pay all laborers, mechanics, sub-contractors and materi-
al, men, and all persons who shall supply said principal or .;ub-contractors with
provisions and supplies for the carrying on of said work, and shall hold said
City of Renton harmless from any loss or damage occasioned to any person or pro-
perty by reason of any carelessness or negligence on the part of said principal
or any sub-contractor in the performance of said work, and shall idemnify 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 oevel-
oping 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 obligt:tfon shall be void; but otherwise it shall be
and remain in full force and effe:t.
APPROVED AS TO LEGALITY:
APPROVED: __.—
,
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Gentlemen:
The undersigned hereby certif that has examined the site of
the proposed work and ha read and thoroughly understand.__ the plans ,
specifications and contract governing the work embraced in this improvement, and
the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much tnereof as
can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions ,
and total amount of bid should be shown. Show
unit prices both in writing and in figures. )
Signature
Address
Names of Members of Partnership:
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
Wifh Main Office in State of Washington 2t
SCHEDULE OF PRICES
SCHEDULE "A"
(Note: Unit prices for all items, all extensions and total amount of
bid must be shown. Show unit prices in both words and figures
and where conflict occurs the written or typed words shall prevail.)
ITEM I APPROX. ITEM WITH UNIT PRICED E .-D UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in nords) DOLLARS CTS. DOLLARS CPS .
1. Lump Sum Mobilization
S
Per Lump Sum (Words) (Figures)
2. Lumn Sum Clearing & Grubbing
$
Pe, Lump Sum
3. 785 L.F. Trench Excavation & Backfill -
Type I
S _
Per Lin. Ft.
4. 75 L.F. Trench Excavation & Backfill -
Type II
Per Lin. Ft.
5. 25 Tons ( Foundation Material - Ballast
"a
I Per Ton
6. 45 Tons Gravel for Pipe Beading - Class "B"
S
Per Ton
7. 20 C.Y. Select Trench Backfill
$_ _
Per Cu. Yd.
e. 2 EA Connection to Existing Manhole
S
Per Each
9. 70 L.F. Cement Concrete Pipe - 8"
S � I
Per Lin. Ft.
I i
10. 830 L.F. 4" Plastic Force Main
$ _
Per Lin. Ft.
11, 10 Ton Cold Mix P.sphait Patching
c
Per Ton
7
SCHEDULE OF PRICES
SCHEDULE "A" (Cont.)
(Note. Unit prices for all items, all extensions and totzl amount of
bid must be shown. Show unit prices in both words and figures
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 i,ritten in Words) DOLLARS CTS. DOLLARS CTS.
12. Lump Scm Lift Station, Complete in Place
$
Per Lump Sum (Words) (Figures)
I i
Subtotal
5.3% Sales Tax
TOTAL BID (SCHEDULE A)
SCHEDULE OF PRICES
SCHEDULE "B" tAlternate)
(Note: Unit prices for 311 items, all extensions and total amount of
bid must be shown. Show unit prices in both words and figures
and where conflict oczuzs 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) DOLLARS CTS. DOLLARS CTS.
1. 1900 L.F. 4" Side Sewer Connections
S
Per Lin. Ft. (Words) (Figures)
Subtotal
5.3% Sales Tax
TOTAL (SCHEDULE B)
TOTAL SCHEDULE A
TOTAL SCHEDULE B
TOTAL SCHEDULES A 6 B
THE UNDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT
IF AWARDED HIM, WHEN DIRECTED AND TO COMPLETE WITHIN THIRTY (30) CONSECUTIVE
WORKING DAYS AFTER STARTING CONSTRUCTION.
DATED AT THIS DAY OF 1975.
SIGNED _
TITLE
NAME OF COMPANY
ADDRESS
i"TATE CONTRACTOR'S LICENSE M
CITY OF RENTON BUSINESS LICENSE. R
! 4
it
THIS AGREEMENT, made and entered into this day of 19 ,
by and between THE CITY OF RENTON, Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACTOR" .
WITNESSETH:
(1 ) The Contractor shall within the time stipulated, (to-wit: within
30 working days from date of execu' ion hereof as required by the
Contract, of which this agreement is a component part) perform all the work
and services required to be pertormed, and provide and furnish all of the
labor, materials , appli, �es , machines , tools , equipment, utility and
transportation services necessary to perform the Contract, and shall complete
the construction and installation work in a workmanlike manner, in connection
with the City's Project (identified as No. for improve-
ment by construction and installation of:
All the foregoing shall be performed, furnished, constructed, installed, and
completed in strict conformity with the plans and specifications , including
any and all addenda issued by the City and the other documents hereinafter
enumerated. It is agreed and stipulated that said labor, materials , appliances ,
machines , tools , equipmen and services shall be furnished and the construction
and installation be performed and completed to the satisfaction and approval
of the City's Engineer as being in such conformity with the plans, specifications
and all requirements of the Contract.
(2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of this agreement, consists of the following documents all of
which are component parts of said ContraCL and as fully a part thereof as i �
herein se*, out in full , and if not attached, as if hereto attached:
(a) This agreement
(b) Instruction to bidders
(c) Bid proposal
(d) General conditions
(e) Specifications
(f) Maps and plans
(g) Bid
(h) AdverLisement for bids
(i )) Special contract provisions, if any
(3) If the Contractor refuses or fails to prosecute the work or any part there-
of, with such diligence as will insure its completion within the time speci-
fied in this contract, or any extension in writing thereof, or fails to com-
plete said work within such Line , or if the Contractor shall be adjudged a
bankrupt, or if he should make a general assignment for the benefit of his
creditors , or if a receiver shall be appointed on account of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the
provisions of this contract, the City may then serve written notice upon him
and his surety of its intention to terminate the contract, and unless within
ten (10) days after the serving of such notice, such violation or non-
compliance of any provision of the contract shall cease and satisfactory
arrangement for the correction thereof be made, this contract, shall , upon
the expiration of said ten (10) day period, cease and determine in every
respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the contract, provided
however, that if the surety within fifteen (15) days after the serving upon
it of such notice of termination does not perform the contract or does not
yl
r}
Y
commence performance thereof within thirty (30) days from the date of
serving such notice, the City itself may take ver the work under the
contract and prosecute the sa a to completion by contract cr by any other
method it may deem advisable, for 'he account and at the expense of the
Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. In such event the
City if it so elects may, without liability for so doing, take possession
of and utilize in completing said contract such materials, machinery ,
appliances , equipment, plants and other properties belonging to the
Contractor as may be on site of the project and useful therein.
(4) The forrgoiny provisions are in addition to aid not in limitation of
any other rights or rimr_dies available to the City.
(5) The Contractor shall hold and save the City and its officers, agents ,
servants , and employees harmless from any and all liability of any nature
or kind, including ail costs ar.d legal expensa incurred by reason of any
= work on the contract to be performed hereundt ind fo-, or on account of
any paten*ed or unpatented invention, process , article or appliance manu-
fdctured for use in the performance of the contract, including its use by
the City, unless otherwise specifically stipulated in this Contract.
(6) Any notice from one party to the other party under the Contract shall
be in writing and shall be dated and signed by the party giving such notice
or by its duly authorized representative of such party. Any such notice as
heretofore specified shall be given by personal delivery thereof or by de-
a
positing same in the United States mail , postage prepaid and registered.
we
(7) The Contractor shall commence performance of the contract on the
day of , 19__, and: shall complete the ful',
performance of the contract not later than _ working days from said
date of commencement. For each working day of delay after the day of
completion, it is hereby stipulated and agreed that the damages to the
City occasioned by said delay will be the sum of $200.00
as liquidated damages for each such day, which
shall be paid by the Contractor to the City.
(8) Neither the final certificate of payment nor an, provision in the
contract nor partial or entire use of any installation provided for by
this contract shall relieve the Contractor of liability in respect to any
express warranties o, responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work
and pav for any damage to other work resulting therefrom which shall appear
within the period of one (1 ) year from the date of final acceptance of the
work, unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after
discovery thereof.
(9) The Contractor and each subcontractor, if any, shall submit to the City
such schedules of quantities and costs, progress schedules, payrolls,
reports, estimates , records and misel'laneous data pertaining to the contract
as may be requested by the Citt from time to time.
(10) The Contractor shall furnish a surety bond or binds as security for the
faithful performance of the contract, including the payment of all persons
i
(10) Continued
and firms performing labor on the construction project under this contract
or furnishing matpi is in innection w4th this Contract; said bond to be
in the full amount of the -..tract price as specified in Paragraph 11 . The
surety or sureties on such bond or bonds must be duly licensed as a surety
in the State of Washington .
(11) The total amount of this contract is the sum of
_-_ _, which includes Washington State Sales Tax.
Payments will be made to Contractor as specified in the "general conditions"
of this contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attasted by its Citv Clerk and V>e Contractor has hereunto set his
hand and seal the day and year first above written.
CONTRACTOR CITY OF RENTON
- ATTEST:
C y , e�T�c—
CITY UI RLNION
GENERAL PROVISIONS
STANDARD SPECIFICATION
The Standard Specifications for Municpal Public Wo, .s Construction prepared
by the Washington State Chapter u: the American Puulic Works Association,
1969 Edition, shall be hereinafter referred to as the "Standard Specifications"
and said specifications together with the laws of the State of Wash'ngton and
the Ordinances and Charter of the City of Renton, to far as app�icatle, are
hereby included in these specifications as though quoted in thyyir entirety
and shall apply except as amended or super_eded by these Special Provisions.
A cop;, of these Standard Specifications is on file in the office of -he
Director of Engineering, Municipal Building, Renton, Washington, where they
may be examined an` consulted by any interested party.
Wherever 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 Engim�er, such reference shall be construed to mean the
Dir ctor of Engineer, City of Renton. or his duly authorized assistant or
assistants.
NOTE: The General Provisions hereinafter contained shall be in addition or
shall supersede provisions of the Standard Specifications in conflict
therewith.
HEADINGS
Headings to parts, sections, forms, articles and subarticles are inserted
for convenience of reference only and shall not affect the interpretation
of the contract documents.
ORDER OF PRECEDENCE
Where conflicting information as to specifications is found in the "Standard
Specifications," Plans and Previsions, the plans shall hold over the "Standard
Specifications" and the Provisions shall hold over both the Plans and "Standard
Specificati ?ns" .
FAILURE TO MEET SPECIFICATIONS
In the event that any material or workmanship does not meet the requirements
or specifications, the City may have the option to accept such material or
workmanship if the Director of Engineering deems such 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 workmansh+;_ .
FIELD CHANGES
Any alteratiens ur variances from the plans, except minor adjustments in the
field to meet existing conditions shall be requested in writing and may not
be instituted until approved by the Public Work; Director or his representa-
.I NI RAI I'RIIV I'dUN'.
FIELD CHANGES (Con t.
Lives acting specifically upon his instructions. In the event of disagre<ment
Of the necessity of such changes, the Eng!neer's decision shall be final .
PROTECTION OF PUBLIC AND PRIVATE UTILITIES AND FACILITIES
The Contractor shall conform to Section 5.09 of Standard Specifications in
regard to protection Of public and private utilities.
Location and dimensions shown on the plans for existing underground facilities
are in accordance with the best available information without uncovering and
measuring. The Owner does not guarantee the size and location of existing
facilities.
It shall be the Cortractor's responsibility to contact all public and private
companies having utilities and/or facilities in the vicinity of the construction
area. l
i
PUBLIC CONVENIENCE AND SAFETY
The Contractor shall , at his own expense, provide all signs , barricades,
guards, construction warnings, and night lights in order to protect the public
at all times from injury as a result of his operations. If the Contractor
should fail to maintain sufficient lights and barricades in the opinion of the
Engineer, the City shall have the right to provide these lights cnd barricades
and deduct such costs from Payments due the Contractor.
PAYMENT TO THE CONTRACTOR
Payments to be made to the Contractor will be made in `he manner outlined in
Section 9 of the Standard SPeciflrations. Payments shall be made in Cash
Warrants. Partial payments on estimates may be withheld until a work progress
schedule as described in these General Provisions has been received and approved.
SCHEDULING OF WORK
Section 8.01 of the Standard Specifications shall be deleted and the following
inserted:
Promptly after the award of the contract, the Contractor shall submit for
approval to the Engineer, a progress schedule on a form furnished by the City.
From this information a progress schedule diagram will be computed, plotted and
a copy returned to the Contractor. Payment to the Contractor on any estimate
may be withheld until such a schedule has been submitted and approved.
Should it become evident at any time during construction that operations will or
inay fall behind the schedule of this first program, the Contractor shall , ;Pon
request, promptly submit revised schedules in the _ ,,w form as specified herein;
settting out operations, ethods, and equirment, added labor forces or working
shifts, night work, etc. , by which time lost will be made up, and confer with the
Engineer until al, approved modification of the original schedule has been secured.
Further, if :c any time any portion of the accepted schedule is found to conflict
with the contract provisions , it shall , upon request, be revised by the Con-
tractor and the work shall be performed in cewnpliance with the contract provisions.
4 �
I,LNII.AL VR0V1',I0M, (Curti . )
SCHEDULING OF WORK Cont,�
Payments of any further estimates to the Contractor after such request is made
and until an approved modified schedule has been provided by the Contractor nay
be withheld. Execution of I.he work according to the accepted schedule of
construction, or approved mcdiflcationS thereof, is hereby made an obligation
of the contract.
WAGE SCHEDULE
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 in accordance
with the provis nns of Chapter 39.12 RCW, as amended. The rules and regulations
of the Department of Labor and Industries and the schedule of prevailing wage
rates for the locality or localities where this contract will be Derformed as
determined by the Industrial Statistician of the Department of Labor and
Industries, are by reference made a part of this contract ar though fully set
forth herein.
inasmuch as the Contractor will be held responsible for paying the prevailing
wages, it is imperative that all Contractors familiarize themselves with the
current wage rates before submitting bids based on these specifications.
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 shall
be referred for arbitration to the Director of the Department of Labor and
Industries of the State and his decisions therein shall be final and conclusive
and binding on all parties involved in the dispute as provided for by RCW
39.12.060, as amended.
The Contractor, on or before the date of commencement of work, shall file a
statement under oath with the Owner a-id with the Director of Labor and
Industries certifying ,.ne rate of hourly wage paid and to be paid each
classificatior of laoorers, workmen, or mechanics employed upon the work
y the Contractor or subcontractor which shall be not less than the prevailing
rate of wage. Such statement and any supplemental statements which may be
necessary shall be filed in accordance with the practices and precedvres by
the Department of Labor and Industries.
Prior to commencing work, 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 rate,
including fringe benefit for each job classification to be utilized.
The wage rates thus fileu will be checked against the prevailing wage
rates as determined by the Industrial Statistician of the Department of
Labor and industries. If tine wage rates are correct, the Industrial
Statistician will issue an acknowledgment of approval to the Contractor
andre subcontractor with a copy to the awarding agency (Owner) . If
any Incorrect wage rates are included, the Contractor and/or subcontractor
will be notified of the correct rateb. by the Industrial Statistician and
approval will be withheld until a correct statement is received.
.i
16
GENERAL PROVISIONS (Cont.)
WAGE SCHEDULE (Cont. )
Copies of wage rate approvals will be furnished the awarding agency, and
the Contractor (and the prime Contractor in the case of a subcontractor)
by the Industrial Statistician.
Each voucher claim submitted by a :antractor for payment on a project estimate
shall state tnat prevailing wages nave been paid in accordance with the pre-
filed Statement or 4t4tements of Intent on file with the Department of Labor
and Industries as approved by the Industrial Statistician.
Affidavits of 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 caste may be and two !2) copies of each affidavit are to be filed with the
Director of the Depprtment of Labor and Industries, Attention: Industrial
Relations Division, 1601 Second Avenue, Seattle. Whenever practicable, affidavits
pertaini,ig to a particular contract should be submitted as a package.
PUBLIC LIABILITY AND PROPERTY DAMAGE ?NSURANCE
The Contractor stall obtain and keep in force during the term of the contract,
public liability and property damage insurance in companies a ,J in form to be
approved by the City. Said insurance Shall provide coverage to the Lontractor,
any subcontractor performing work provided by this contract, and the City.
The City shall be named as an additional insured on said policy insofar as the
work and obligations perfommeJ under the contract are concerned. The coverage
so provided shall protect against claims for personal injuries, including
accidental death, as well as claims for property damages which may arise from
any act or omission of the LCrtractor, or the subcontractor, or by anyone
directly or indirectly employed ,,y either of them.
The minimum policy limits of such insurance shall be as follows:
Bodily injury liability coverage with limits of not less than $100.000 for
bodily injury, including accidental death, to any one person, and subject
to '.hat limit for each person, in an amount not less than $300,000 for each
accident; and property damage coverage in an amount of not less than $50,000
fa• each accident.
A copy of the insurance policy, together with a copy of the endorsement naming
the City as an additional insured, shall be provided to the City within a
reasonable time after receiving notice of award of contract.
PROOF OF CARRIAGE OF INSiNCE
The Contractor shall furnish tt:. City with satisfactory proof of carriage of
the insurance required.
ACT OF GOD
a "Act of God" means an earthquake, flood, cyclone or other cataclysmic
phenomenon of nature. A rain, windstorm, high water or other natural
phenomenon of unusual intensity for L``e specific locality of the work,
r
GENERAL rkOVISION�) (Clint. ;
ACT OF GOD Cont.
which might reasonably have been anticipated from historical records of the
genera-.l locality of the work, shall not be construed as an act of God.
SHOP DRAWINGS
The tern "Shop Drawings" shall refer to the pictorial description of the
details of proposed materials, equipment, methods of installtion, or other
construction prepared by the Contractor, a subcontractor or a manufacturer
and submitted for the approval of the Owner.
OP. E UAL
Where the term "Or Equal" is used herein, the Owner, or the Owner on
reconmenda,ion of the Engineer, shall be the sole judge of the quality
and suitability of the propose- substitution.
APPROVAL
The term "Approval" shall mean approval given by or given properly on the
behalf of the Owner.
JRITTFN NOTICE
Written notice shall be deemed. to have been duly served if delivered in
person to the individual , or to a partner of the firm, or to an officer of
the corporation of the Contractor or Owner, or to an executive official if
the Owner is a governmental body, or if sent by Reg'stered United States
Mail to the business address shown in the Contract Documents.
CONTRACTOR'S PLANT AND EQUIPMENT
The Contractor alone shall at all times be responsible for the adequacy,
eff'ciency and sufficiency of his and his subcontractor's plant and equip-
ment The Owner shall have the right to make use of the Contractor's plant
and equipment in the performance of any work on the site of the work. The
use of such plant and equipment shall be considered as extra wurk and paid
for ac,.ordingly.
ATTENTION TO WORK
The Contractor shall give his personal attention to and shall supervise the
work to the end that it shall be prosecuted faithfully, and when he is not
personally present on the work, he shall at all reasonable times be repre-
sented by a competent superintendent who shall receive and obey all instruc-
tions or orders given under the contract, and who shall have full authority
to execute the same, and to supply materials, tools and labor without delay,
and who shall be the legal representative of the Contractor. The Contractor
shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
y ,
1
GLNLRAL PRUVIJION'j (tuhL. )
J DEVIATION FROM CONTRACT
The Contractor shall not make any alteration or variation in or addition to
or deviation or omission from the terms of this contract without the written
consent of the Owner.
SUGGESTIONS TO CONTRACTOR
Any plan or method of work suggested by the Owrer or the Engineer to the
Contractor but not specified or required, if adopted or followed by the
Contractor in whole or in part, shall be used at the risk and responsibility
of the Contractor; and the Owner and the Engineer shall assume no responsibility
therefore.
ERRORS AND OMISSIONS
If the Contractor, in the course of the work, becomes aware of any errors or
omissions in the contract documents or 'n the layout as given by survey points
and instructions, or ;f he becomes aware of any discrepancy between the contract
documents and the physical conditions of the locality, he shall immediately
inform the Engineer and 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.
INFORMATION TO BE FURNISHED BY CONTRACTOR
The Contractor shall furnish all drawings, specifications, descriptive data,
cerl" ficates, semples, tests, mL-thods, schedules, and manufacturer's instruc-
tions as specifically required in the contract documents, and all other
information as may reasonably be require to demonstrate fully that the
materials and equipment to be furnished and the methods of work comply with
the provisions and intent of the specifications and drawings, If the infor-
mation snows any deviation fi Gm the contract requirements, the Contractor
shall , by a statement i writing accompanying the information , advise the
Engineer of :he deviation and state the reason therefore.
DAMAGE TO WORK
The work shall be under the Contractor's responsible case and charge. The
Contractor snail bear all loss and damage whatsoever and from whatsoever cause,
except that caused solely by the a,:t 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 make good any such loss or damage, and in the
event of the Contractor refusing or neglecting to do so, the Owner may itself
or by the employment of sane other person make good any such loss or damage,
and the cost and expense of so doing shall be charged to the Contractor.
PROTECTION OF CONTRACTOR'S WORK AND P,20PFRTV
The Contractor alone shall at all times be responsible for the safety of his
and his subcontractor's employees, and for his and his subcontractor's plant
and equipment and the method of prosecuting the work.
GENERAL PROVISIONS (Cont.)
UNFAVORABLE WEATHER AND OTHER CONDITIONS
During unfavorable weather and other conditions , the Contractor shall pursue
only such portions of the work as shall not 'ie damaged thereby.
No portions of the work whose satisfactory duality or efficiency will be
affected by unfavorable conditions shall U., constructed while these renditions
obtain, unless by special means or precautions acceptaoce !c *he Ergi;,eer, the
Contractor shall be able to overcome them.
CONTRACTOR'S COPIES OF CONTRACT DOCUMENT`;
The Contractor will be supplied by the Owner with 5 sets of plans and specifi-
cations. At least one complete set of contract documents including one full
size set of drawings shall be kept at the site of construction in good
conditon and at all times available to the Owner and the Engineer. Additional
copies of the contract documents, if required, will be furnished by the Owner
at net cost of reproduction.
DISPUTES AND LITIGATION
Any questions arising between the Inspector and the Contractor or his
Superintendent or Foreman as to the meaning acid intent of any part of the
plans and specifications shall be immediately brought to the attention of
the Engineer and will be adjusted by him.
J Failure on the part of the City Engineer or his representative to discover
and cor.Jemn or reject bad or inferior work or materials shall not be construed
as an acceptance of any such work or materials , or the part of the improvement
in which the same may have been used. i
To prevent disputes and litigation, it is further agreed by the parties hereto
that the Director of Engineering shall determine the quantity and quality of
the several kinds of work embraced in these improvements. He shall decide all
questions relative to the execution of the work and the interpretation of the
Plans and Specifications.
In the event the Contractor is of the opinion he will be damaged by such
interpretation, he shall , within three (3) days, notify the Engineer and
the City Clerk in writing of the anticipated nature and amount of the damage
or damages. In the event an agreement cannot then be reached within three (3)
days the City and the Contractor will each appoint an arbitrator and the two
shall select a third.
The decision of the majority of the arbitration board shall be binding upon
both parties and shall ee delivered be.ore any work is performed upon the
feature in question.
The arbitration shall be conducted in accordance with the statutes of the
State of Washington and court decisions governing such procedure.
J
1
GENERAL PROVISIONS (Cunt.)
DISPUTES AND LITIGATION (Cont. ,
The costs of such arbitration .;all be borne equally by the City and the
Contractor unle, . it is the i1 )rity opinio,r that the Contractor's filing
of the protest is capricious .nd without reasonable foundation. In the
latter case, all costs shal' . borne by the Contractor.
The venue of any suit shall L. in King County, Wasington, and if the Contractor
is a nor,-resident of the State of Washington, he shall dAsionate an agent, upon
whom process may be served, before commencing work under this contract.
ACCEPT=,NCE OF THE WORK
The Contractor shall notify the Engineer in writing of the completion of
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 ae,ermination of the acceptability of the work
shall be made by the Owner.
CONTRACT COMPLIANCE REPORTS - EEO.
The Contractor will be required to complete and submit the following documents
before progress and/or final paym,tnts to the Contractor will be approved by
the Public Works Director:
1 . Contractor Equal Employment Opportanity Report.
Z. Subcontract Compliance Report/Projected Employee Totals.
3. Local Manpower Report.
The owner will furnish these forms to the Prime Contractor during pre-
construction meeting.
(,LN 'RAL PROVISIONS (Continued)
WORKING DAYS AND CONTRACT COMPLETION
The special provisons and contract agreement shall state the contract time
in working days. A working day is any day not otherwise defined herein as
a non-working day. A non-working day is defined as a Saturday, Sunday, a
recognized holiday, or a day on which the Contractor is specifically required
by the contract or the City to suspend construction. Recognized holidays shall
be as follows: New Year's Day, George Washington':; birthday, Memorial Day,
July 4, Libor Day, Presidential Election Gay, Veteran's Day, Thanksgiving Day,
and Christmas. When any of the above recognized holidays fall on a Sunday,
the following Monday shall be counted as a holiday.
At tha beginning of Any contract, a tentative date for completion of contract
work will be established, based on the date of award of the contract and the
number of working days specified. Such date will be adjusted a5 required from
time to time for non-working days and extensions of time allowed under the
contract and is recognized as not being a forecast of actual anticipated
completion date.
CITY OF RENTON
SPECIAL PROVISIONS
SPECIAL PROVISIONS
The Special Provisions hereinafter contained shall be in addition or shall
supersede provisions of the Standard Specifications in conflict thereiwth.
DESCRIPTION OF WORK.
The work to be performed under this contract consists of furnishing materials,
equipment, tools, labor, and other work or items incidental thereto (exception
any materials, equipment, utilities or service, if any, specified herein to he
furnished by the C ty or Others) , and performing all work as required by the
contract in accordance with plans and specifications and Standard Specifications,
all of which -.•e made a part hereof.
Said work shall include installation of 8" concrete gravity sewer, 4" plastic
force main, and sewage lift station complete. 6" side sewers to be installed
where directed by the Engineer.
DATE OF BID OPENING
Sealed bids will be received by the City of Renton, Washington, by filing with
the City Clerk, Municipal Building, Renton, Washington, until 2:00 P.M.
Pacific Standard Time, 1975 and will be opened and publicly read
aloud.
TIME OF COMPLETION
The Contractor is expected to diligently prosecute the work to completion in
all parts and requirements. The project shall be completed within thirty
(30) working days excluding the day of starting.
Provided, however, that the City Council shall have the right upon request of
the Engineering Dtpartment, u; t; of Renton, Washington, to extend the time of
completion of said work. No extension shall be valid unless the same be in
writing and accompanied by the written consent to such extension by the surety
on the bond of the Contractor. Time lost in replacing improper 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 damaces
or liabilities for failure to complete the work within the time required.
NONDISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the Contractors and sub-
contractors not to discriminate in employment practices.
NOTIFICATION OF CONSTRUCTION
The Contractor shall notify all property owners along the construction area ,
by mail , prior to construction. Names and addresses will be furnished by the
SPECIAL PROVISIONS (Cont.)
NOTIFICATION OF CONSTRUCTION (Continued
owner. The Contractor shall further notify each occupancy in person a minimum
of three days prior to construction in front of each pruHerzy.
HOURS OF WORK
The working hours for this project will be limited to week days furing the
period from 8:00 A.M. to 5:00 P.M. , unless otherwise approved by the City.
EXCAVATED MA-ERIAL SPOIL AREA
All material designated by the Engineer to be wasted shall be hauled, dumped
and spread at the locations select^d by the Engineer.
WASTE SITE FOR OTHER MATERIALS
The Contractor shall conform to Section 4.06 of Standard Specifications in
regard to waste sites.
The Contractor shall have the responsibility of o. taining 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 the Contractor
in a manner as described below:
The Contractor shall be prepared to use water trucks, power sweepers, and
related equipment as deemed necessary by the City Engineer to alleviate the
problem of lost spoils along the route. Prompt restoration of the route is
mandatory.
DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within the
project limits and on any street which is utilized by his equipment for the
duration of the project. The Contractor shall be prepared to use watering
trucks, power sweepers and other pieces of equipment ad deemed necessary by
the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no
compensation will be made for this section.
Complaints on dust, mud or unsafe practices and/or property damage to private
ownership will be transmitted to the Contractor and prompt action in correct-
ing will be required. Written notice of correction of complLint items will
be called for should repetitive complaints be received by the City.
STATE SALES TAX
Five and three tenths (5.3%) percent Washington State Sales Tax shall be a
separate bid item.
SPECIAL PROVISIONS (Cont. )
SURVEYS
Section 5.06 of :he Standard Specificatons shall be amended by the addition
of the following sentence: "The Contractor shall r,otifv the Engineer a mini -
mum of 48 hours in advance of the need for surveys."
OVERTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight (8)
hours per day or forty (40) hours per week, or on any City holiday, and
the work requires insepction, then the Contractor shall reimburse the City
at the rate of $12.01 per hour. The City shall have the sole authority in
determining the necessity of having the overtime insoaction, and shall notify
the Contractct of intent and said costs will be deducted from monies due the
Contractor on each monthly estimate.
DELIVERY OF TICKETS
All delivery tickets that are required for the purpose of calculating quantities
for payment must be received by the Engineer at the time of delivery. No pay-
ment will be made on tickets turned in after datj 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 inspector's
initials.
Scale certification shall be submitted as early in the project as possible.
Each weigh station shall maintain a record of the truck number, time, date
and weight of all trucks providing material to the project. The weight
list shall be maintained in duplicate with one 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 Means
Method for measurement and payment for material brought to the site by any
other means will be determined by Contractor - Owner agreement before award
of contract.
SIZE, WEIGHT, LOAD RESTRICTIONS
All motor vehicles of the Contractor, Subcontractors, and suppliers shall
strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of
Washington (1967 Edition and amendments thereof) in regard to size, veight,
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.
Any gross violation of these regulations shall be reported to the affected
law enforcement agent.
SPECIAL PROVISIONS (Cont. )
SIZE, WEIGHT, LOAD_RESTRICTIONS (Cont.)
the Contractor is to furnish to the City Engineer a listing of all haul
vehicles used on this project, listing the vehicle number, license number,
tare weight and licensed lead limits.
SUBCONTRACTORS AND SUPPLIERS
A list of subcontractors and suppliers that will be involved with this project
shill be given to the Engineer for his review and approval immediately al7ter the
contract has been awarded. This list must be received by the Engineer before
the contracts may be signed.
CHANGE ORDERS
All additional work that requires compensat.on to the Contractor for items that
prices are not included in the contract shall require a written change order
before work may be done.
The Contractor shall be responsible.. f,; acquiring the necessary change orders
that are required by any of his subcontractors.
CONSTRUCTION CONFERENCE
Prior to the start of construction, t- �ontiactor, Engineer, all subcontractors,
Utility Department, Telephone Company and otter interested Departments shall
attend a preconstruction conference, time, place and date to he determined after
awardance of the contract. Subsequently a representative of the Contractor will
attend a weekly conference to review progress and discuss any problems that may
be incurred. The time, place and date to be established at the preconstruction
conference.
FIELD OFFICE
Field Office
The Contractor shall provide a field office with heat, lights, and telephone
in a central location on the job site for the use of the Engineer. The
field office should be of sufficient size to accommodate the inspector and
one or two additionai personnel ; so as to discuss the plans o,• problems that
might arise during construction.
Sanitation facilities should be provided in the area of the field office to
conform with Section 7.22 of the Standard Specifications.
All expenses incurred in supplying mentioned office shall be considered
incidental to the project.
LINES AND GRADES
The Engineer shall have the right to make reasonalbe changes in the grades es
they are shown on the drawings. Grades will he established in the form of off-
set, stakes at distances not greater than 50 feet, set in advance of the work.
1
SPECIAL PROVISIONS (Cont. )
LINES AND GRADES Cont. )
Whenever work is in progress, the Contractor shall have in his employ a man
competent to set batter boards or o her construction guides from the line and
grade stakes given by the Engineer.
Such employees shall have the ducy and responsibility of placing and maintaining
s .ch construction guides. Batter boards set with an engineer's level shall be
used for all lines set on a grade of 0.50% or less, at least three sets of batter
boards shall remain in place during pipe laying operations. If, through the
Contractor's negligence, any stakes shall be destroyed and required resetting,
a sum shall be deducted fr m the Contractor's final payment equivalent to the
extra cost in engineerint required for such replacement.
The laser method of es'.ablishing grade may be used providing•
1 . Request for use, equipment and method of operation are si' �d tted for City
review and app:-oval at least 5 days prior to use.
2. Graues are checked at least once every 50 feet and at least 3 times daily
by conventional nethods.
3. Propey anchoring of pipe is performed in locations where a box is being
used nor excavation.
The Contractor shall arrange his work to allow a reasonable time for the sett4ng
of stakes for the next phase of his operation to prevent work delays while wait-
ing for construction guides.
I
EASEMENT AND RIGHTS-OF-WAY
The Owner will obtain all easements and franchises required for the project.
The Contractor shall limit his operations to the areas obtained and shall
not trespass on private property.
LANu PROVIDED BY CONTRACTOR
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
construct all access roads, detour roads, or other temporary works as required
by his operations. The Coutrar' Dr shall confine his equipment, storage of
materials and operation of his workmen to those areas shown and described and
such additional areas as he may provide.
RESTORATION OF STRUCTURES AND SURFACES
General . All construction work under this Contract on easements, right-of-way,
over private property or franchise, shall he confined to the limits of such
easement, 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 left open during weekends or holidays and trenches shall not be left open
for more than 48 hours.
r
SPECIAL PROVISIC":S (Cont. )
RES70PAfION OF STRUCTURES AND SURFACES (Cont.)
D. Structures . The Contractor shall remove such existing structures as may be
necessar—y for the performance of the work and, if required, shall rebuild the
structures thus removed in as good a condition as found with minimum require-
ments as herein specified. He shall also repair all existing structures which
may be damaged as a result of thn work under this contract.
c. Easements - Cultivated Areas and Other Surface Im rovements. All cultivated
areas, eit ear agricu.tura or awns, ard of er surface improvements which are
damaged by actions of the Contractor shall be restored as nearly -s possible to
their original condition.
Prior to excavation on an easement or private right-of-way, the Contractor
shall strip top scil frcm the trench or construction area and stockpile it
in such a manner treat it may be replaced by him, upon completion of con-
struction. Ornamental trees and shrubbery shall be carefully removed, with
the earth surrounding their roots w,apped in burlap and replanted in their
original positions within 48 Y:o:; s. All shrubbery or trees destroyed, or
damaged, shall be replaced h the Contractor with material nF equal quality
at no additional cost to one Owner. In the event that is necessary to
trench through any la,.,n areas, the sod shall he carefully cut and rolled
and replacedVafter the trenches have been backfilled. The lawn area shal .
then be cleanp:, by sweeping or other means, of all earth and debris.
The Crrt,-actor shall use rubht wheel equipment similar to the small tractor
type oackhoes used by side sewer Contractors for all work, including excava-
tion 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 ..e ': :ed after trench is backfilled in their
original position. The CoW Ball notify the Owner and property owner
at. least 24 hours in advance of aiiy work done on easements or rights-of-way.
All construction work under this Contract on easements, right-of-way over
private property or franchise shall he confined to the limits of such
easements, right-of-way or franchise. All work shall be acco,nplished so
as to cause the least amount of disturbance and a minimum amount of damage.
The Contractor shad schedule his work so that trenches across easements
shall not be left open du-ing weekends or holidays, and trenches shall not
be left open for more th 48 hours.
Damage tc existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be
re,_1'ed to its original condition or better. The original condition shall
be t;tablished by photographs taken and/or inspection made prior to construction.
All such work shall be done to the staisfaction of the property owners and the
Owner at the expense of the Contractor.
d. Streets. Tht Contractor will assume all responsibility f restoration of
the sur F6i of all streets (travelled ways) used by him and ddmaged.
SIDE SEWER POLITY
No side ,sewers will be installed until such time as that section of the main
sewer pipe line to which the side sewers are to be connected has been tested
SPECIAL PROVISIONS Font. )
SIDE SEWER POLICY (Cont.)
by the Contractor and a memorandum of approval for such section has been
issued by the Owner.
The Contractor and the Owner understand and agree that following the issuance
by the Owner of a memorandum, which memorandum approves a specified section of
the main pipe line, the Owner may authorize any 3de sewer contractor, duly
licensed by the Owner, to install and connect (. .d test) one or more side sewers
to any such approved main pipe line. After the first side sewer is actually
connected to the main pipe line, the Contractor shall not be held responsible
for any foreign •natter, debris, mud, and sewane which reaches the main pipe
line within a previously approved section. However, the Contractor is in no
way relieved from the responsibility and guarantee hereinbefore and hereinafter
set forth for materials, workmanship and repair to contractor-installed pipe
line and appurtenances.
It is further understood and agreed that during the Contractor's guarantee
period if there are any indications of failure of the main pipe line or one
or more side sewers, the burden if proof as to whether the failure is within
the main line or the side sewer or sewers , shall rest with the Owner;
provided, however, that if any investigation of such failure conducted by
the Owner discloses that such failure is on the main pipe line, the Contractor
shall make repairs and promptly reimbur< the Oe,ner for actual cost of such
investigation.
LIQU..)ATED DAMAGES
Liquidated damages fur failure to execute the contract as specified and in
accordance with Section 8.08 of the Standard Specifications will be assessed
as follows: Two hundred dollars ($200.00) per working day plus cost of
inspection, supervision, legal expense and court costs incurred beyond said
date. The cost of additional inspection and supervision shall be an amount
equal to actual salary cost plus one hundred percent (1004. ) for overhead.
TRAFFIC MAINTENANCE AND PROTECTION
The Contractor shall make provisions for handling the ocal traffic on streets
which are being subjected to the installation of sewer lines.
The Contractor shall be required to maintain the routes which are used by his
equipment to and from the project area.
The Contractor shall place and maintain, during the construction, sufficient
quantity of proper lights, barricades, and flagmen as may be deemed necessary to
maintain the fluw of traffic. If the Contractor shall fail to maintain sufficient
lights and barricaLes in the opinion of the City Engineer, the Citv shall have
the right to provide these lights and barricades and deduct such costs from
payments due to the Contractor.
REMOVING TRAFFIC AND STREET SIGNS
The Contractor shall be responsible for maintaining and preserving all traffic
and street sions. In the event it shall be necessary to remove or move the
SPECIAL PROVISIONS (Cont. )
1
REMOVING TRAFFIC AND STREET SIGNS Cont.
location of a traffic or street sign, the Contractor shall notify the
Engineer of all changes made. All signs removed shall be collected by
the Contractor, who shall then notify the Engineer 4:� have the Traffic
Division remove these signs from the project site to the Citi Yard.
When work has been completed, and prior to said area being opened to traffic,
the Contractor shall notify the Engineer who shall have the Traffic Division
replace all signs necessary
The Contractor shall be responsible for the replacement of all signs lost or
damaged due to his neglect.
SALVAGE
All salvage material as noted on the plans and taken from any of the discarded
facil ies shall , at the Engineer's discretion, be carefully salvaged and
delivered to the Citv Yard.
Any cost incurred in salvaging and delivering such items shall be considered
incidental to the project and no compensation will be made.
AWARDING OF CONTRACT
Awarding of contract will be based on total sum of all schedules of prices.
No partial bids will be accepted.
till
TECHNICAL PROVISIONS
(SCHEDULE A)
MOBILIZATION
The lump sum price shall provide compensation for costs incurred by the
Contractor for moving equipment to the job site, securing suitable stowage
areas, providing a field office with telephc,ne, providing sanitary facilities
for the workmen, rotating equipment during the project, and removinq all equip-
ment and facilities from the ^ oject area upon completion.
The lump sum price for ,W lization shall be full compensation for all labor
and equipment, and all other costs necessary for the contractor to perform
mobilization as specified. Pa,tial payment for this item will be paid only
when the Owner determines that sufficient progress of the project warrants
such payment.
CLEARING & GRUBBING
The lump sum price for this item shall be full compensation for all labor and
equipment required to remove from the site all trees, brush and items of a
similar nature which must be eliminated in order to install the sanitary
sewer pipe 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 immediately loaded and
hauled to the ovmer's designated yard and there shall be carefully unloaded
and neatly stacked or 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 no burning on the job
site. The Contractor shall be responsible for all arrangements, maintenance,
and clean up of all disposal sites required for the disposal of all inflammable
and other waste material .
There will be no payrent for overhaul for any bid item or portion thereof in
these contracts. All bid items either dealing directly with, or implyinr,
movement of, any material to or from the project area or in the project area
itself, ure hereby understood to includF full payment for all movement of
material .
The unit price for clearing and grubbing shall include all costs of labor,
equipment and all incidental costs in connection with clearing and grubbing.
TPENCH EXCAVATION AND BACKFIL
The Contractor shall supply the trench within the limits and to the depths
and width and location as specified on the Plans. All trench excavation and
backfiil shall bo constructed in accordance v;ith Section 61 of the Standard
Specifications except as modified herein.
Unless otherwise specified. any method of excavation within the work limits
shown may be employed which, in the opinion of the Contractor, is considered
best.
TECHNICAL PROVISIONS (Continued)
TRENCH EXCAVATION AND BACKFILL (Cont.)
Where, in the opinion of the Engineer, the undisturbed condition of the
natural soils below the excavation grades indicated or specified as in-
adequate for the support of the planned structure an;,'or sewer line, the
Owner shall direct the Contractor to overexcavate to adequate supporting
soils and refill the excavated space with foundation material , and/or
select backfill as required.
Should the excavation be carried below the l *.nes and grades indicated on the
drawings because of the Cnntractor's operations , the Contractor shall refill
such excavated space to the proper elevation with acceptable material ac the
Contractor's expense. Should the natural foundation soils be disturbed or
loosened because of the Contractor's operations, they shall be recompacted or
removed and the space refilled as directed at the Contractor's expense.
Excavation shall extend a sufficient distance from walls and footings to allow
for placing and removal of forms, installation of services, and for inspection,
except where concrete is authorized to be deposited directly against excavated
surfaces.
Except as permitted by the Owner, the trench at the end of the day shall not
be excavated to final grade more than one pipe length in advance of pipe
laying, nor left unbackfilled to the to�� of the initial backfill for more
than two pipe lengths after the pipe has been laid. For each complete pipe
laying operation, the maximum distance from completed subsequent backfill
to the most advance point of excavation shall not be greater than 300 feet
unless otherwise shown.
Banks of the trench more than four feet deep shall, be shored or sloped to
the angle of repose where a danger of slides or cave-ins exist as a result
of excavation.
Unless otherwise specified excess excavated material unsuitable for backfill
shall be disposed of by the Contractor at acceptable site. At those locations
where rock, hardpan or cemented gravel are encountered shall be .,onsidered
as part of the trench excavation and vill be included in the unit price for
the applicable type of trench.
The Contractor shall provide two different types of trenches as described
below:
Trench Excavation and Backfill - Type I shall consist of trench excavation
within the limits specified above, Class "B" bedding and backfill with
excavated trench material unless select imported backfill material is
ordered by the Engineer.
The unit bid price for trench and backfill - type i - par lineal foot
shall be full compensation for excavating, loading, placing, tamping,
hauling or otherwise disposing of material as directed by the Engineer
and all incidental costs necessary to accomplish the work as specified.
Trench Excavation and Backfill - Type I? shall consist of trench excavation
through roadway section within the limits specified, Class "B" bedding, and
backfill with excavated trench material unless select imported material is
=�
TECHNICAL PROVISIONS (Continued)
TRENCH EXCAVATION AND BACKFILL (Cont.)
ordered by the Engineer. The r acted backfill material shall be brouqht
to a point 10 inches below exi c• pavement grade. The top 10 inches shall
be filled with 6 inches of cr--%.. surfacing conforming to the requirements
os Section 23 of the Standard Specification and 4 inches of asphalt concrete,
Class "B" , conforming to the requirements of Section 34 of the Standard
Specifications.
The unit bid price for trench and backfill - type II - per lineal foot shall
be full compensation for cutting existing asphalt pavement to a depth as
may be required to effect d uniform break, trench excavation, loading,
placing, tamping and hauling or otherwise disposing of material as directed
by the Engineer, and restoration of asphalt pavement and all incidental
costs necessary +o accomplish the work as specified.
SOIL AND/OR SUBSURFACE CONDITIONS
Thy bidder shall make his own decisions and conclvsions as to the nature of
the materials to be excavated, the difficulties of making and maintaining
required excavations, the difficulties which may arise from subsurface
conditions, and of doing any other work affected by the subsurface conditions
and shall accept full responsibility.
Extra compensation will not be made for the adverse conditions that may be
encountered.
LEMOVAL OF PRIVATE PROPERTIES
Removal and replacement of private properties shall be assigned as the
Contractor's responsibility to restore pr'.vate properties to property
owner's satisfaction. This is not to be considered as new replacement,
but only restoration of e-isting facilities, in case of damage by con-
tractor or restoration caused by necessity of removal .
Such rerloval and replacement will be considered incidental to the prof .t
and no ccmper,sation will be made.
FOUNDATIM MATERIAL
Foundation material shall be placed as outlined ie Section 61-3.03 of the
Standard Sperifications except as herein amended.
Where unsuitable material has been removed by over-excavation, at the
di •tion of the owner, the replacement material shall conform to the
grading as specified in Section 37-2.02C3, Grading No. 3 of the Standard
Specifications.
Prior to installation of bedding and pipe, the trench bottom shall be brought
to grade as indicated with the tyke of material specified above, and stabilized
as necessary, to provide a foundation capable of supporting the pipe in its
proper position.
Foundation material shall be paid only to the limits of the allowable trench
TECHNIC ROVISIONS (Continued)
FOUNDAT, IATERIAL (Cont.)
width at the top of the pipe as outlined in Section 10 - Select Trench
Backfill of these technical provisions.
The unit price bid per ton for foundation material shall be full compensation
for all labor, materials, equipment and all incidental costs, including the
over-excavation of unsuitable material and the procurement, placing and com-
pacting of the foundation material .
GRAVEL FOR PIPE BEDDING - CLASS "B"
Gravel for pipe bedding (pea gravel) shall have 1W passing the U.S. Standard
3/4 inch opening and not more than 3% 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 U.S. Standard
3/8 inch opening with a minimum sand equivalent of 50.
Gravel for pipe bedding shall consist of r••�Ashed or naturally occurring
granular material from sources selercerl by the Contractor. The source and
quality of material shall be approv :d by the Engineer.
Class "8" bedding shall conform to Sec+ion 61-303.B2 of the Standard Specifica-
tions.
Pipe bedding material shall be placed to a depth of 4" below bottom of pipe
and extending to spring line of pipe.
The bid price for bedding gravel per cuuic yard in place shall be full
compensation for selecting_ transporting, implacement, and compacting the
bedding gravel . No fur �her compensation will be made.
SELECT TRENCH BACKFILL
Select trench backfill for the pipe shall consist of crushed or naturally
occurring granular material from sources selected by the Contractor. The
source and quality of the material shall be subject to approval by the
Engineer. Select trench backfill shall ueet requirements for bank run
gravel Class ' B" as outlined in Section 26-2.01 of the Standard Specifi-
cations.
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 outside of vertical, planes, 2.5 feet outside of and parallel to
the barrFl of the pipe and not the bell or collar.
No work shall be covered until it has been examined by the Engineer. The
earth which is filled around the pipe and to a depth of six (6)
inches over the top of pipe shall be free of rocks greater than two (2)
inches in diameter. This material shall be hand tamped most meticulously
so as to obtain the highest density possihle. The remainder of the trench
shall be backfilled in uniform layers, not to exceed 12" in depth, and it
shall be compacted to 90% optimum using a vibratory compactor.
TECHNICAL PROVISIONS (Continued)
SELECT TRENCH BACKFILL (Cont.)
To prevent cracking of pipe when using a vibratory compactor the first
two (2) lifts of backfill shall be installed and compacted with extreme
care.
Any excavation in excess of the above requirements shall be replaced with
the native material or selec, trench backfill as directed by the Engineer
and at the Contractor's expense.
Select trench backfili shall be paid for by the cubic yard in place.
CONNECTION TO EXISTING MANHOLE
Where shown on the plans, new drain pipes shall to connected to existing
manholes. The Contractor shall be required to break into the structure,
shape the new pipe to fit, regrout the opening in a workmanlike manner,
and channel the connection so as to form a smooth transition of water flow.
The unit price bid for each pipe connection to an existing manhole shall be
full compensation for all labor, equipment, material , excavation and all
incidental costs necessary to complete connection and no further compensation
will be made.
SEWER PIPE
Concrete Pipe
Non-reinforced concrete pipe shall conform to A..S.T.M. designation C-14X,
Table II (extra strength) except as otherwise provided. Joints shall be
manufactured for use of Brant Rubber Gaskets 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, 61 and 65 of the Standard Specifications except as modified herein.
Four (4) inches of bedding material shall be required under all sewer pipe.
Redding 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
foot-tamped until it is unyielding. The remaining backfill , whether
native material or select backfill , shall be mechanically tamped with
hand-operated mechanical or pneumatic tampers.
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 linear foot shall constitute complete compensation for
all labor, material , fittings, tools, and equipment necessary for its
installation; including excavation, placing of pipe, and mechanically
tamping the backfill material . No further compensation will be made.
TECHNICAL PROVISIONS (Continued)
SEWER PIPE (Continued)
4" Plastic Force Main
a. Raw Materials. The pipe and fittings shall he made of white Poly
(Vinyl C'F.TFTdeTPVC plastic which shall meec the requirements for a
12454-B compound. The minimum physical properties and chemical resis-
tance of the PVC compound shall meet the requirements of ASTM-D-1784 as
follows:
Minimum Physical Requirements of the PVC Compound
Property Value and Unit Method of Test
I Base Resin (1) Poly Vinyl Chloride
II Impact Strength (2) n.65 ft-lbs/in. of notch ASTM D-256
III Tensile Strength (4) 7000 psi ASTM D-638
IV Modulus of El-,ticity (5� 400,000 psi ASTM D-638
d Deflection Temperature (a 1580 F ASTM D-648
Under Load of 264 psi
Flammability Self-Extinguishing ASTM D-635
Chemical Resistance of the PVC Compound
H2SO4 (93%) - 14 days immersion at 550 ± 20C
Change in Weight:
Increase Maximur, Percent 5.0
Decrease '"aximum Percent 0.1
Change in Flexural Yield Strength:
Increase Maximum Percent 5.0
Decrease Maximum Percent 25.0
ASTM 0 1 No. 3 - 30 days immersion at 23' + 20C
Change in Weight:
Increase Maximum P-rcent
Decrease Maximum Patent
Specimens washed in running water and dried by an air blast or other mechanical
means shall show no swe:)ting within two hours after removal from the acid bath.
b. Dimensions and Classifications. PVC oipe for forced sewer mains shall be
manufactured by a continuous extrusion process. The pipe shall be in classifi-
cation SDR-26. The pipe shall meet the requirements of ASTM-D-2241 , "Poly-
(Vinyl Chloride) PVC Plastic Pipe."
C. Pip�a__M�ark_i_n�. PVC Force' Sewer Main Pipe shall be marked at intervals of
no greater tin five feet. ine markings on SDR-26 shad be as follows:
(1) (Brand Name) Quality
(2) Nominal Pipe Size
3 PVC-12454-B
4� SDR- (Number)
TECHNICAL PROVISIONS (Continued)
SEWER PIPE (Continued)
4" Plastic Force Main (Cont.)
(5) Appropriate ASTM Number
(6) Working Pressure
7 Ex r:lsion Code
d. Trenchi_L,q. The width of the trench at any point below the top of the
pipe-ss a7 not be greater inan that necessary to provide adequate roori for
connecting the pipe and compacting the sidefills. Final trimming and grading
of the trench bottom shall be done manually.
Trenches in rock or soil containing large stones shall be over-excavated by at
least two inches and refilled to grade with a select stable material es
approved by the Engineer.
e. Foundation. Unstable soil conditions may be encountered when trecching
below groom water level . The bottom of the trench shall be stabilizEd before
laying the pipe. This is usually accomplished by lowering the water table
twelve inches below the trench bottom and/or over-excavating the trench
bottom and bringing it to grade with a stable material .
f. Bedding. Bedding shall be Class "B" in accordance with Sectir 61-.1 .03B2
of the Standard Specifications.
Bedding material shall consist of clean, granular, unfractured pea gravel of
which 100 percent will pass the U.S. Standard 3/4 inch opening. No crushed
material shall b? used.
g. Laying of�Pi _e. Lay pipe to grade on bedding and dig a bell hole in the
beddin' g for the Vulcan Coupler, deep enough so that the barrei of the pipe will
rest on the bottom of the trench. The gasket and spigot end of the pipe shall
be wiped clean. Stretch the gasket and then insert it into the gasket race.
Lubricate both male and female ends of the pipe freely with a lubricant fur-
nished by the pipe manufacturer.
The spigot shall be inserted into the coupler until it touches the gasket,
backed out approximately one inch and properly aligned, then pushed home
until it seats. (A swinging stab is not a recommended procedure for making
a joint.) Some joints may require barring to seat the joint, if so, a block
shall be used to protect the end of the barred pipe. The pipe shall be laid
with he coupling facing upstream whenever possible. The coupling shall nest
in the bell hole.
h. Haunchin . A stable material shall be placed under the pipe haunches and
up to the springline in uniform layers not exceeding six inches in depth. When
bedding is required, the same material should be used for both bedding and
haunching.
i . 11itial Backfill . Stable material , free of rocks and stones, shall be used
to ba, kfi the trench from the springline of the pipe to a point at least six
inches above the t)p of the pipe.
NOTE: Each layer of bedding, haunching and initial backfill shall be placed,
TECHNICAL PROVISIONS (Continued)
SEWER PIPE (Continued)
4" Plastic Force Main Cont.
then carefully and uniformly compacted to 65% standard Proctor
denisty for an E' of 300 PSI or 90% standard Proctor density for
an E' of 700 PSI .
Jetting may be used as an alternate method for compacting the initial
backfill where both the natural soil and the backfill material are
free draining, and soil densit'es of less than 9U% a,^s required. In
this case the initial backfill is hand-placed to approximately twelve
inches over the top of the pipe, and water is flushed into the trench
by inserting a hose nozzle to the trench bottom at ten foot intervals.
Jetting shall continue until the fill is completely settled. The
quantity of water shall be regulated such ttat the trench does not
become inundated to such extent that it will cause the pipe to float.
Extra fine sand, clay, silt or larye soil lumps shall not be allowed
as bedding, haunching, or initial backfill material .
j . 8ackfill . The remaining backfill over the top of the initial backfill
shal bl a pTac?d in accordance with contract specifications.
k. 7esti9 . After backfilling, the pipeline shall be tested for leakage.
The RxT6um allowable infiltration or enfiltration, measured by tests of
sections between manholes, shall not exceed 25 gallons per inch of pipe
diameter per mile per twenty-four hours.
1 . Connecting Joints. Four inch SDR-26 PVC Gravity Sewer Pipe and Forced
Main: sewer pipe shallhave joints utilizing the ASC Vulcan rubber gasket for
sealing.
m. Coupling and S i of Ends. PVC sewer pipe with solvent cemented joints
shall have an Integra . a ed coupler on one end. PVC plastic sewer pipe
with rubber gasket shall have the ASC Vulcan Coupler on one end.
The gasket stall fit snugly into -he space between the underlapping spigot
end aid the gasket race to form a flexible watertight seal . The Vulcan
gasket shall be the sole element depended uann to make the joint flexible and
watertight.
Each male end shall be beveled to facilitate joining the pipe together.
n. Gasket S ecif�ication. The ASC Vulcan (. .sket shall meet specifications
defineT-in ASTM D 2060-AA820 and ASTM 2000-AA625, and can meet requ'rements
of ASTM-D-1869.
The surface of the rubber gasket (elastomeric seal) shall be smooth and free
from pits, cracks, blisters, air marks or any other imperfection that would
affect its behavior i, service.
GasKets shall have an average cross sectional area of 0.34 sq. in. The cross
sectional areas shall have a tolerance of + 6 percent.
TECHNICAL PROVISIONS (Continued)
SEWER PIPE continued
4" Plastic Force Main (Cont.)
o. Pike Leng_th_s_. Pipe shall be ten or twenty foot laying lengths. Non-
stan ad rd 7 ng s are subject to special inquiry.
p. Fittings_. Fittings, such as saddle outlet;, elbows, tees, wyes, etc. ,
shailbe of the same material and compatible in construction to the adjacent
pipe.
q. Installation. Installation procedures shall meet the requirements
specified in7M-D-2321-72.
The unit bid price per linear foot for 4" plastic force main shall constitute
complete compensation for all labor, material , fittings, tools, and equipment
necessary for its installation; including placing of pipe and mechanically
tamping the backfill material . No further compensation will be made.
LIFT STATION
Duplex Sewage Pump
The Contractor shall furnish and install , as shown on drawings and as descrihed
in these specifications, two Pacific 4 "AW" Type NCD heavy duty automatic
duplex non-clog sewage pumps or approved equal , each pump having a capacity
of 200 gallons per minute against a total i,ead of 40 feet. Pumps art to be
of length suitable for a sump 6 feet deep.
Each pump shall be equipped with enclosed, non-clog type, cast-iron impeller,
capable of passi,,g 3 inch diameter spheres, securely locked to renewable stain-
less steel sub shaft, which in turn shall he locked to pump shaft. Pump casing
shall be of close gr^ined cast-iron and suspended from individual sub-plate by
standard weight steel pipe column with machined flanges, insuring perfect align-
ment between pump casing and motor. Pump main shaft shall be high carbon steel ,
tested on centers in lathe for true running.
Each pump shaft, impeller, and coupling shall be carried by grease-packed deep-
grooved, self-aligning radial thrust ball bearing in dust-^roof housing machined
in motor support base. Pumps shall have double bre .ket c st, .ctinn with bearing
elevated above the cover plate. 8ottan column bearing at pump sha .1 be cutless
rubber bearing. Pump column shall be provided wit; renewable grease lubricated
bronze sleeve intermediate bearing as required, with grease piping connection to
sub-plate. Discharge pipe shall be provided between pump and sub-plate, and
rigidly locked to sub-plate.
"a-h pump shall be direct connected through flexible coupling to a 5 H.P. vertical„
drip-proof, ' ill bearing motor, mounted on combination motor support stand and
bearing housing. Motor shall be 208 volt or 230/460 volt, 3 phase, 60 cycles,
not over 1750 R.P.M. Motor shall have ample capacity tn deliver the capacity
and head specified, on continuous duty, without being loaded beyond a service
factor of 1 .0. Motor windings shall be epoxy treated for moisture protection.
Sump ,lain cover shall he gas tight suitable for a sump diameter of 72 inches,
provided with 36" 0 manhole with locking steel cover, and with flanged vent
connection.
TELHNIk.:+ °ROVIaIONS (Continued)
LIiT STATION (Continued
Duplex Pumpgontrol
The Contractor shall be required to furnish and install a PACO Type EMA
Pump Panel , o,• approved equal , with sealed-contact PVC regulators in sump
for automatic control of the two pumps and alarm circuit. Panel shall be
NEMA 3, weather tight (tamper proof switches) , for pole mounting, 115 volts ,
60 cycle, 3 phase, and shall include a magnetic-starter with overload pro-
tection and under-voltage release for each motor, circuit breaker disconnect
switch for each motor, automatic electric alternator, hand-off-automatic
selector switch for each magnetic starter, high water alarm, pump running
lights, running time meter and alarm silt tiny button. Regulators shall be
eq0 Aped with 20 'eet each if electric cable.
Regulators
The regulators as shown on the Standard Drawing shall be istalled to the ele-
vations shown on th, Standard Drawing.
The regulators designated as F-1 , F-2, F-3, F-4 shall be further defined as
the following:
F-1 Both pumps off
F-2 Lead pump on
-3 Lag pump on
F-4 High water alarm
The lump sum bid for Lift Station complete in place shall be full compensation
for all necessary labor, material , equipment, testing, and all other costs for
work as specified ;.nd necessary to cor-1ete Lift Station as shown, including
service pole, conduit, and necessary trenchiro as shover. on the plans.
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 infor-
mation is requ,•,ed, see Section 62-3 of the Standard Specification.
ASPH kLT CONCRETE ,.ASS B"
Asphalt Concrete Class "B" (AR-4000) shall be in accordance wito Section 34
of the Standard Specifications except as herein modified.
Specification Designat on
- A'-4C00
Absolute Viscosity 2 1400 F. poise 3000-5000
Kinematic Viscosity ,a 2750 F. CS, Min. 275
Penetration, at 770 F, 100 g/5 Sec. , Min. 25
Percent of original penetration at 771 F, Min, 45
Ductility at 770 F. , CM, Min. 75
TECHNICAL PROVISIONS (Continued)
ASPHALT CONCRETE CLASS "B" (Continued)
Test on Original Asphalt
Flashpoint, Pensky-Martens, Deg. F. , Min. 440
Solubility in Trichlorethylene min. 99
Installation shall be anv method determined by contractor as adequate to
place asphalt concrete and )mpacted to withstand loads imposed by vehicular
traffic present.
Care s!.411 be taken to insure free vehicular movement as much as is possible
when restoring existing asphalt roadway, and to prevent undue roadway
settlement after contractor has completed contract.
the installation of asphalt concrete Class B for roadway restoration and all
incidental costs necessary to accomplish the work as specified shall be
incidental to Trench Excavation and Backfill , Yype II , and no further cor.i-
pensation will be made.
CRUSHED SURFACING COURSE (1-1/4' MINUS)
Crushed surfacing course, (1-1/4" minus) shall meet the requirements a,
outlined in Section 23 of the Standard Specifications. The Contractor
shall select the so :ce, but the source and quality shall be approved by
the Engineer.
Where additional "fines" are required the Engineer akay require 5/8" minus
crushed r;;ck, meeting specifications , in lieu of 1-1/4" at no change in
price.
The unit price per ton for crusned surfacing cours, (1- 1/4" minus) shall be
full compensation for all labor, material , equipment, and all incidental
costs necessary to co:nplete the work as specified
PAVEMENT REMOVAL
The Contractor shall inform and satisfy himself as to the cha cter,
quant'.ty a^d distribution of all pavement removal . Removal OT existing
povement all cover all types and thicknesses of pavement. The contract
price per lineal foot for "trench excavation and backfill" shall include
full compensation for cu+tirg Or line drilling, breaking and removing all
types and thickne - of pavement encountered in this project.
Neither separate ne- extra i.ayment of any kind will be made for storinq,
hand'.ing, haul-n.g or manipulation of removed pavement.
I
COLD MIX ASPHALT PATCHING
(old Mix Asphalt shall be placed and compacted as directed by the Fngineer.
the t bid price for Coid 4ix Asphalt Patching per ton will be full
crmr ation for furnishing j11 labor, materials, and equipment necessary
p,,.ce patches to the satisfaction of oe Engineer an( no other compen-
sation shall be made.
TECHNICAL PROVISONS (Continue)
RESTORATIV"!, FINISH AND CLEANUP
Restoration, finish and cleanup shall be performed in strict compliance with
Section 4.08, 57 and 68 of Standard Specifications.
A
TECHNICAL PkOVBJONS
(SCHED"LE B)
SIDE SEWERS
The installation of all side sewers shall be performed as directed by the
Engineer. Upon approval by the Engineer,, the Contractor shall install
4" side sewer from the existing 6" stub at the property line to connect
to the existing house plumbing.
Installation of side sewers shall be done in compliance with the Inter-
national Association of Plumbing and Mechanical Officials Uniform Plumbing
Code, 1967 Edition, unless other4ise directed by the Engineer.
The unit bid price per lineal foot of 4" side sewer steal' be full compen-
sation for all labor and material necessary for excavation, backfill ,
placing of foundation material , laying of pipe, restoration and all in-
cidental costs necessary to c mplete the job to the satisfaction of the
Engineer, and no further comp, nsation will be made.
r 1
Page 208 sllmr.' .rd 'Drawings
ASPHALT CONCRETE OR BITUMIOUC
PLANT MIX REPLACEMENT PATCH CUT CHALL BE VFHTIC ,! • 1. .�
/STRAIGHT LINES AS DIPI LIFO.
RLYOVE LOOSENED ASPHALT\ TRIM VL HTILAL LV
-EXISTING LON CRI iE PAVEMENT
Ell$
T IkL ASPHALT PA VE NE 4T
1 `--_.—COMPACTED CRASHED ROCY.
TYPE No. 1 WHEV ORDERED
EXISTING RIGID BASE- w„_ � BY THE ENGINEER
z
C .«P;.E TCC TRENCH BACKPILL �%—-- -
)
A L " E H A T E A
A',PHAL- CONCRETE OR BITUMINOUS CUT SHALL BE VERTICAL
PLANT MIX PAVEMENT REPLACEMENT\ - AND IN STRA164T LINES
PATCH z THICKNE`S OF Ex I
CUT WITH PNEUMATIC PAVEMENT CUTTER,- STI N4 AS DIRE tTED r "AVEMLNT PLUS 2"
- / _EXISTING CONCRETE
EXISTING ASPHALT.___ / - P,,VE ME
PAVEMENT
EXISTING RIGID BASED -1-- - - - -- - -_ `
��- NMESF WIDTH OF PATCH I'
LESS THAN S•
WHERE PATCH is 4' ORJ
\i_COnPACTEI SILLCT Hn,E "LS
�M]RE 'N WIDTH CDnIA(TiD TRENCH BACNTILL �-
I6" 11' 4AR_PP'_E 1
I.lr.ID PAVEMENT WITH ASPHALT_ -CEMENT CONCRETE PAVEMENT-
CONCRETE SURFACE. A L T E R N A T E B
T Y P I r A L P A T C H F O R R I G I D P A V E M E N T I
ASPHALT CONCRETE OR SIT'IM111OLS EX- TING ASPHALT CONCRETE
PLANT MI" REPLACEMENT PATCH �� ) MIN SUFIACI
MIN �_E.ISTING OIL MAT � E%ISTIAG BASF
�..
COMPACTED SELECT • ERIAL --------COMPACT(
-___
[OMPA[iFD TRENCH lACKCILI
_,,
_ .. __ _
T Y P I A L P A T C n I b R F l F X I B L E P A V E M I N
G EMERAL NOTE: DO NOT SCALE
CONCRETE MIX SMALL BE CLASS 6.S(I-I/2)H.E.S.
09 CLASS W-1/1) WHICHEVER IS SPECIFIED.
PAYMENT
"CEM. ' LONCRCTE CLASS ( I I PAVEMENT PATCH",
PER 'C YARD, Pavement Patching
"ASPW,T CONCRETE CLASS '0' .'OR PA'VEME' T PATCH",
PER 701,
"CITOK481U$ PLANT MIX FDR PAVEMENT FATXP",
PER ION
Stondord Plon No. IP
LENGTH OF 6" PIPE (FT.)
0 50 100 150 200 250 300 350 400
H
0 0 20 40 59 79 99 119 139 158
LL' 50 35 58 75 95 114 134 154 174 179
100 70 90 Ito 130 150 %9 187 186 184
a 150 106 ;5 145 165 185 195 1-5 19i 189
—.
aD
200 141 1 181 180 i 200 20299197 195 193
LL. 250 176 196 214 209 205 202 200 198 196
O 300 2il 2?0 215 211 208 205 202 200 196
35012.27 221 217 213 210 207 205 202 201
Z 400 227 222 218 214 211 2091 206 204 202
W
LENGTH OF 6" PIPE ( FT.)
0 50 100 150 200 250 300 350 400
0 0 1 20 40 59 79 99 119 139 158
U. 50 55 75 95 114 1 134 154 174 1921 190
W 100 1i0 130 150 169 189 209 210 207 203
a' 1r'O 165 185 205 224 233 227 292 217 214
G-
% 200 220 240 257 248 241 235 230 225 222
25" 275 271 1 261 1253 247 1 236 232 228
300 283 273 E64 257 251 ..461241 23"l 233
350 283 274 267 26012,54 1 249 245 241 237
400 283 2751 269 26312571 252 248 244 241
PROCEDURE:
A Pressure Of 3.5 PS.I. Is Attained Any Left For 'rho Req, od Seconds From The CITY G� RcNTGN
Proper able. The xtmum Drop In
Pressure i. 1 PS. I i-or The Required Time. AIR TEST TABLE
ENGINEERING DEPARTMENT
w 7
AWARDED � Comracl �{ -
DArI
rs,
ENGIVEERING DIVISION
BID PROPOSAL and
SPECIFICATIONS
M
LSD 292
Sanitary Sewer a
Lift Station
CITY OF RENTON
PURL_IC WORKS DEPARTMENT
_ PAL BUILDING, 200 MILL AVE S
- WASH 96055 • (2061 235-2631
ar
I
i
t�
1
1 n
�'c 'a '� 'a, 'z ', o �I� °a � °4 i i °I ..�.. Ir � •1� t = 1,?.` .x � [[ ►. w as w b z
1
, zit at'd a� {1t �� { : I� .4 r Fi. I e ♦ c c '-. .. s .
Z a„ 2aG
gal nc a• a a.. x•.
•{. T4
ta. ss <,a
t.0 "a ' W
7 an
*t at- N
p x<z aa•
al[
I a9a I> x,i aw � atsap
DISTR,CT
a,G `" IT^z`•� aas aI° BOUNDARY
{f 7 gM a" ----�
a., :w ar 1 axa zas zsw
w aal g.% <a.• aK aoa
I x.l zs<
wz Q ets. Z. era MI Q uh Li
> Ift
~ s.l.E 26% T
a a^a
�I'a,%I _._._.—
a 1y as la• a •. )! T
z � .s s. Ge •o )•
o M r
) / N
we• tj
Z p V•, k g u, `77 '• to N 4�a W
GD
M SZ p I a&
M e, �s� a, s� � � 47 v rs 27 ae — �--�
ea K �~ s• si s1 w at it
N E -7
%07 Ttl Pt.
�2 3 141 L f• 7 Q . IQ 11 1E 1a 1♦ It IK 11 • ial
4 5 t
W _
r Q CITY O F R E N T U N
ENu Ni LN I N(i D[�•♦It T 0[N7 UN
VICINITY MAP
�I �_� L.I.D. 292
_ vo
r
A
�+ BIDDER.'S SUBMITTAL CHECK LIST
This list of documents, to be included in the bid proposal , is for
the Bidder's convenience. The following items are to be completed Or
furnished by the Bidder and submitted as part of the bid proposal .
1 . Certification of Bidder's Affirmative Action Plan
2. Certification by Proposed Contractor, Subcontractor,
and Supplier Regarding Equal Employment Opportunity
r/ 3. Certification of Equal Employment Opportunity Report
4. Non-Collusion Affidavit
5. Minimum Wage Affidavit
6. Bid Bond Form
7. Proposal
8. Sc,iedule of Prices
The above documents must be executed by the Contractor, President and
Vice-President or Secretary if corporation by-laws permit. All pages
must be signed. In the eeent mother person has been duly authorized to
execute contracts, a copy of the corporatiwii minutes establishing this
authority must be attached to the bid document.
I
f
• 1
if
e
L.I.D. M
EASTWOOD PARK
i
w
Summary of Fair Practices
Sccpe of Work
db Instructions to Bidders
Call for Bids
Certification by Proposeu ;ontractor
Certification of EEO Reporc
Certification of Affirmative Action Plan
Non-Collusion Affidavit
Io Minimum Wage Form
Bid Bond Form
Bond to City of Rey, on
Proposal
Schedule of Prices
Agreement
w Standard Specifications
General Provisions
Special Provisions
Technical Provisions, Street
Technical Provisions, Illumination
Technical Provisions, Water
Standard Drawings
00
M
w
rr
w
F R
' � 1%1� SUMNA7Y OF
J: FAIR FaACTICES POLICY
ok
OF THE CITY OF RFNTON
b
? ADOPTED BY RESOLUTION NO. 1805
The Policy Of the City of Renton is to promote and afford equal treatment
and service to all citizens and assure equal employment opportunity based
on ability and fitness to all persons regardless of race, creed, color,
national origin, ser, physical han.'icaps or age. This policy shall apply
to every aspect of employment practices, employee treatment and public
w contract.
In keeping with this principle the following guidelines are established
and shall be the governing policy for all departments of the City of
Renton.
1. .1PLOYMENT - Recruiting, hiring and appointment practices shall be
conducted solely on the basis of ability and fitness without regard to
w race, color, creed, national origin, sex, physical handicap or age.
Z. PROMOTION - �Tomotion, downgrading, laylff, discharge and inter-
departmental transfer shall be dependent or, i.rdividual performance and
work force ,seeds without regaa'd co race, color, creed, national oracin,
sex, physical handic p or age, and, wherever aDplica;i. , in agreement
with w-shrngtOn State Council of County and City Employees, and in com-
pliAnce with governing Civil Service Laws and Regulati i.e.
3. TRAINING - All on-the-job rraininj and city-supported educationa-
op.portunitit. shall be administered without discrimination to encourage
the fullest development of individual interests and aptitudes.
0. SERVICE AND EMPLOYEE CONDUCT - The City shall deal fairly and equit-
ably with all citizens it serves and all persons it employs. City depart-
ments shall maintain the policy that no city facility shall be used in the
furtherance of any disci iminatory practice. Eaoh official and employee
shall be responsible to carry ou' the intent and provisions of this policy.
5. COOPERATION wiTH HUMAN RIGHTS OPGANIZATIONS - The City shall cooper-
ate to the fullest extent possible with all organizations and commissions
concerned with fair practice• and equal opportunity employment. Such
4 uraar,izations include, but e_ not limited to, the State Human Rights Com-
mission, the Seattle Human Rights Commission, Seattle womens' Commission
and the Seattle Technical Advisory Committee on Aging
6. AFF.P WATIVE ACTION PROGRAM - To facilitate equitable representation
within er,e city work force and assure equal employment opportunity of
minorities and women in City Government, an Affirmative Action Program
shall be initiated and maintained by the City of Renton, It shall be the
responsibility and duty of all City Officials and Department heads to
carry out the policies, guidelines and corrective measures es set forth
by this program.
7, CO., -ACTORS' OBLIGATION, - ContractWrs, subcontractors and suppliers
conducting business with the City of Renton shall affirm and subscribe to
the Fair Pract-cis and Non-Discriminelion policies set forth therein.
- B. POSTING OF POLICY - Copios of this pOli.y s;isll be distributed to
all city employees, shall appear in all cc itional documantations of the
City, including bid calls, s„d shall be pr.-. it ently displayed in all r:ity
facilities.
CONCURRED IN by the City Council of the City of Renton, yash'ng'on this i
10th_ day of _ July 1977
d
CITY OF RENSON PCPTON CITY COUNCIL
.�iry Gerre EArl Ct' mer ncil Pros.,
Ti Pro Tom
delm o Nelson, City Ctrk
t
AFFIRMATIVE ACTION PROGRAM
City of Renton
The Policy of the City of Renton is to promote and afford
equal treatment and service to all citizens and assure equal
A employment opportu,,-' ,, based on abiliti, and fitness, to all
persons regardless of race, creed, co .or, national origin, sex,
physical handicaps, or aqe. In recognition of its obligation to
provide community leadership to overcome past circumstances which
ICI have either barred, not encouraged, or discouraged representative
minority and female employment, the City of Renton has initiated
a program of affirmative action designed to assure that she spirit
and intent of this policy is realized.
A
The term minority as used herein shall include, but not be
limited to, those identifie3 as Blacks, Spanish-Americans, Asians,
ane American Indians. The spirit of the equal opportunity policy
ir.-hides such persons as the physically handicapped, and those
over tha aqe of 45, even though the emphasis is upon minorities
and fema' as.
A The purposes of the A.'fi rmative Action Program are to!
1) establish employment practices that will lead to and maintain
a minority composition of the Citi of Penton work force that
reflects that or the Greater Renton community; 2) achieve and
maintain equitable and full utilization of minority and female
employees at all position levels; 3) Promote an atmosphere of
non-discrimination and fair treatment within city government; 1
4) provide compliance with State and Federal equal opportunity
requirements and requlations.
This policy shall be made known to all employees, contractors,
subcontractors, and suppliers throuqh distribution of handbooks,
bulletins, `etters, and personal contacts, conferences ane orien-
tation sessions. Siqned acknowledgments pledginq cooperation shall
« be required of all department heads and suoerviscry personnel in
the City of Renton and, where appropriate, _i all contractors,
subcontractors, and suppliers engaqed in City - stered projec'.s.
Such contractors, subcontractors, and sunplie this poLcy
shall apply to shall include those with at a• it employment
level of 25 and/or those o annurlly do bus. _tie City of
Renton in an a,nount exc •ding $1 j,000.
I. PROGRAM RESPONSIB.LITY
To assure that Llr equal opportunity policy and the provis,ons of
the Affirmative t.ction Program are carried out, an Equal Opportunity
officer shall be appointed or designated by the Mayor. The Officer
shall be the focal Point for the City's equal opportunity efforts
ar,d will advice and assist staff and management personnel in all
• matters relettna to implementation of and compliance with the
Affirmative .tion Plan, and be responsible for the s_cce�sful
execut {.,,n at this Pr^gram, utilizing the assistance of appropriate
State and cow pity agencies and organizations and maintain close
liaison with tie Ma••or and City Council on the progress of the
ogram. The 1 n1 ,1 nnportunity Officer will have the responsibility
'ot
A. Initiate, coordinate, and evaluate the City's plahs and
,rograms which are designed to ensure that all current and p os-
pective employees receive the benefit- cf equal employment ,
opportunities.
i
P. Evaluate the Equal Employment Opportunity Plans and i
Programs of the City to ensure compliance with the Affirmative
Action Policy.
C. Coordinate the attention given to Equal Emplovment
Opportunity throughout the City.
D. Periodically audit the nractices of the City and recommend
improvements in the Affirmative Action Policy to tl.e Mayor's office.
SAN-1 LID 291 S-161 3X
E. Insure that all members of management within the City are
fully aware of and in compliance with the intent of the Affimative
Action Policy pertaining to equal employment opportunity.
F. Provide continuing communication of the Affirmative Action
Policy to management, employees, applicants for employment, and to
outside organizations performing services for the City.
II. EMPLOYMENT PRACTICES
The overall employment oractices provide the key to assuring equal
employment opportunities aad achieving an appropriate representa-
tion in the City's work force. The City of Renton shall undertake
the following actions to achieve these objectives:
s• A. Review all position qualif lcations and job descriptions
to insure requirements are relevant to the tasks to be performed. '
Revise as neccssary n;• deleting requirements not reasonably related
to the tasks to be performed in nrdnr to facilitate hiring of
minorities and women who otherwise migh, not be considered.
B. Pay and fringe benefits shall depend upon job resoonsi-
w bility and along with overtime work be administered on a
nondiscriminatory basis.
C. Inform and Provide guidance to those staff and management
rersonnel who make hirinq decisions that applications for all
positions, including those of minorities and women, are to be
considered without discrimination. And that all applicants rhall
be given equal onportunity regardless of race, creed, color, national
origin, sex, physical handicaps, or age. Primary consideration shall
be qiven minorities, women, and other definable groups at any time the
Cit�-'s work force does not fairly reflect the membership of these
groups residing witvir. the Renton employment area.
D. Provide periodic training for manageru and supervisors
:n equal opportunity objectives, making use of such programs
as currently offered by the Intergovernmental Personnel Program
Division of the U. S. Civil Service Commissinn and other agencies.
E. nrovide orientation for all new employees specifically
emphasizing how the City of Rento-i assures equai onrnrtunity and the
significance of the Affirmatives Action Program. Encourage all
emplovees and specifically minorities to avail themselves of
services rendered.
F. Recruiting shall be accomplished in SUCK a manner as to
inform the greatest number of minorities and women possible in
the Renton area of employment opportunities and to make known
that such applicants are sought. As regards minorities a des-
cription cf each position shal'. be:
1 . Advertised in the various Renton area ethnic news
media.
I
2. Circulated to current staff and encourage present
employees to refer minority applicants.
3. Forwarded to schools in the Renton area with
m-nority students.
i i
4. Distributed to minority and human relations organiza-
tions in the Renton area requesting referral of qualified
minority applicants. An up-do-date 11,ating of these organiza-
tions end their spokesmen shall be maintained by the EEO
Officer and the Citv Personnel Director. These organizations
would be identified as, but not be limited to, the Urban
League, Equal Opportunity Center, Neida, Rinetachopi, Etc. j
w All employment notification shall include the "Equal
Opuortunity Employer" statement and date of publication i
shall be at least five days prior to cut-off date for
receiving applications.
G. Programs such as apprentice, summer and part-time trainees,
intern, and other supplementary hiring programs shall be considered
r, in the same ^canner as full-time City positions and be subject to the
provisions o the Equal Opportunity and Aft -mative Action Programs.
III. EMPLOYEE DEVEWPMENT
The Miring of minorities and women on a fai ' and equitable basis
is only the first step in affording equal employment opportunity.
Skill development, promotions, and equal nomdiscciminatory on-the-
job treatment are of equal importance to boch the individual and
.o the City. The following actions shall ba undertaken to achieve
employee job satisfaction and fair treatment and to more success-
fully utilize women and minority persons in our work force.
A. Assure that there shall be no discrimination for reason
of race, color, creed, sex, age, or physical handicaps with regard
to upgrading, promotions, transfer and demotion, lay off and
termination of employees. Any action which might adversely
affect minorities or women will be brought to the attention of
the Equal Opportunitv Officer. Employee grievances arising from
such action shall receive immediate attention in accordance with
Section VI.
B. Develop a skill inventory for employees which can be
used to identif,• sunervisory and managerial level position
notential. This shall be accomo:.ished by:
w
1. Obtaining frog the employees a written statement
as to their desires, skills, and interest in higher paid
positions.
2. Periodic review and anal,,sis of employee development
Progress and readiness to assume higher positions.
3. Identif- specific positions for which employee
qualifies, and assure that requests for interdepartmental
transfers and promotions are considered without discrimination.
C. Actively encourage emnloyees to increase their skills
and job potential through training and educational opportunities.
Offer guidance and counseling in developing programs tailored to
individual aptitude and desires, takinq full advantage of programs
offered by the State Department of Employment Security and Manpower
Development Programs,
IV. LIAISON AND COORD.:NATION
A. There exist many organizations vitally concerned with
w equal opportunit- and fair treatment of minorities, women, and
the Physically handicapped, and those that are over 45, whose
resources can be of valuable assistance to achieving the goals
of this program. The City of Renton through its Equal Opportunity
Officer shall maintain constant crntact and coordinate various
asnects of the Affiraative Action Program witn .�ese organizations:
In addition to those already identified with respe.t to recruiting,
aw hiring, and employee development, working relationship shall be
maintained w-th the various civic, labor, and minority organizations
in the greater Renton area.
B. The :1ty also recognizes its resnonsibilities to comply
with and assure that equal opportunity and nondiscrimination policies
of State or Federal agencies with which it conducts business are
carried out. Specifically, the City of Renton shall:
1. Se responsible for reporting to the appropriate
agencies any complaints received from any employee of, or an
u, plicant for employment with any City of Renton contractor or
=subcontractor, subject to Executive Order 11246.
2. Cooperate in special compliance revi,ws or in investi-
M gations as requested.
3. Carry out sanctions against a contractor(s) and/or
subcontractor(s) as required.
4. Assure itself and the agency a:, part of the grant
application process, that the general or prime contractors will
not have submitted pre-packaged bids that :deny open bidding to
4 minority or any other subcontractors.
,.., 5. Furnish information as required, maintaining an
affirmative action file detailing its efforts, with dates,
to meet its commitments under Executive Order 11246.
All Bata and documentation generated as a result of this
Affirmative Action Program shall be made available to any
Federal or State agency for their review upon request.
V. GRIEVANCE PROCEDURES
The success of the Affirmative Action Program depends largely
on the attitude of the community as well as the employee. Opinion
as to what constitutes fair and equal opportunity and treatment
may vary widely and grievances may result. The following steps
shall be taken immediately for any grievance arising from the
I w implementation of this program so as to maintain the best possible
employee-sunervisor and city-community relationships:
A. The employee shall bring her/his grievance to the atten-
tion of tier/his immediate supervisor or department head, who will
investigate as necessary to determine the cause of the complaint
and work with the employee to effect an equitable solution. Every
effort shall be made to resolve the difficulty at this level.
M
3. At the option of either party, the services of the Equal
Opoortunity Officer may be requested. The Equal Opportunity Officer
shall intervie-, both parties, conduct additional inv^stigation as
necessary, and recommend appropriate corrective action, and settle-
ment conditions.
C. In the event that mutual agreement cannot be achieved
and binding resolution is required by the city adminisLration,
signed statements detailing the grievance and specific investiga-
tive action sh ll be ootained by the Equal Opportunity Officer
from the employee and his supervisor. The E ,ual Opportunity
Officer may draw upon all resources at his disposal both internally
and those external to the City to a-rive at recommended corrective
action and settlement conditions. The Equal Opportunity Officer
M shall forward these statements along with his own investigation
report and recommendations to the Mayor's Office for resolution.
C. The Mayor may elect as deemed necessary and as circum-
stances so dictate to refer the grievance to a special arbitration
committee. (This committee shall be selected from among City
emnloyees and consist of an equal number of management and staff
! personnel.) The Equal Onportunit,r Officer and those directly
involved in the grievance shall art be voting members of this
committee. Proceedings of the committee shall be documented and
their decision shall be final and binding subject to review only
by the State Human Rights Commission or through the judicial
system. All reports, decisions, and other documentation generated
by the grievance procedure shall be maintained by the ial
Opportunity Officer as a matter of permanent record.
r
VI. GUIDELINES FOR MINORITY AND FEMALE EMPLOYMENT
Fair Practices and equal Opportunity within City government cannot
be fully realized until an equitable representation of women and
ethnic minorities currently in the Renton area work force are
• reflected in the City's employ.
To determine the area and City 4ork force profile, the City of
Renton shall undertake the action outlined in Section A and B
below. As inequities are identified, corrective measures will be
initiated as established in Section C.
A. Determine the minority and female profile within the
s Renton employment area in which the majority of current employees
reside.
1. Number of minorities per rthnic group in this area.
2. Generalized location of each minority group (i.e.
any significant concentration within the area) .
3. Percentage of minority and female work force as
compared to total work force for the entire area.
i
4. Availability of minorities and females having r quisite
skills and experience in the labor area.
• 5. The extent o` .•nemployment among the minority and
female unemployed work force within the area.
B. perform an analy�i•• of the City's labor force by job
category to determine the placement of minorities and females at
all levels of responsibil
1. The number of employees by job classification for
each department it. the city.
2. The availability of promotable minority and female
employees within t,ie city's offices and divisions.
3. The number and job classification of employees, by
department, who will be retiring within the next five years.
This list is to include the tentative date of retirement for
eacn employee.
f
4. The anticipated turnover of employees due to their
inability to perform adequately, by job classification per
department, and possible date for action.
C. Establish coals and a timetable for the correction of
deficiencies identified. These goals and timetables are an
essential part of the City's Affirmative Action Program and will
be maintained and updated on at least an annual basis. Although
the primary concern of these goals is overall minority and female
employment, t, ,.• shall also include minority and female under-
utilization within specific job levels: management, professional,
technical, office and clerical, and skilled positions.
40 The goals and timetables established as a result of the above
analysis shall be reasonably attainable and shall appear as
Attachment `. within 60 days after finalization of this document.
The Equal Opportunity Officer shall be responsible for establish
ing these goals.
Specific programs which the City of Renton Proposes to undertake
to facilitate the achievement of the set goals shall appear as
Attachment 2 also within 60 days after approval hereof. These
Programs shall also be established by the Equal Opportunity
Officer.
we
4P
w
1TTACH1,ENT I
City of Renton Goals and Timetables
The City of Renton, Linder tlto established Affirmative Action
Program, has set forth a goal of 3.5 minority employment over a
ti,netablo span of Sugust 1, 1U72 through December 31, 1973. The
3.5'( minority employment is based upon an average permanent payroll
of approximately 31` employee:;. This percentage will be re—evaluated
in .July of each year.
The perecnta�,e goal is accomplished in the following manner: The
residency of all permanent City employees is plotted on a regional
;rap. The area containing 8T/ permanent force is analyzed using existing
enesus and Renton School District data to deter•riine the number and
categories of minorities living in this area.
Initially all the total minority population was determined at
3.0;. This percentage is then applied to the City permanent work
force and goals for future minority employment is Get ;ccc_ordin;;.y.
Additionally, a comparative study is also made with otfik,, municipali—
ties within the greater Puget Sound area to establish validity of an
equitable percentage go-Q .
w
In the e•cnt that the City minority work force is less tear, the
area percentage, a •)nu year period is established as the time in
which the City will correct the doficienev utilizing measures described
in the City's Affirmative Action :r..-aram.
ATTACHMENT II
City's Pr-,grams for Achievement of Goals
The. City of Renton has set forth a policy that they hill make
the necessary notification ro-,ardin-, position openings on the permanent
staff t 'rtough public advcrtl eLetA, ,I. ' I , trotter Rcnt.vn News and
the Record Chronicle for two weeks prior to interview closure.
Open positions are also regi:•tered with the Washington State Employment
Security, university of Washington, Seattle University, Kin:; Count,
Public Employment Program, City of Seattle Personnt, Office, and
other municipalities as appropriate . All advertisements contain the
words "The City of Renton `S .ut equal opportunity employer" and indi—
cate that minority applicant r,rc sought . In addition, the following
agencies that scr�ice it 'rioh crneontration of minority employment are
n-ttifled of each 'rositicnt opl)uttunity; Asian Employment, Indian
Affairs, PRATT Center, S.O.I.C., Veteran's Administration, The racts,
and Active Mexicarnos Develolauent Center. The City employment applica—
tion form has also been revised to r-�flec•t the equal opportunity
employment sentiment.
All those in a position to hire, fire or transfer City employees
haee been instructed to use nondiscrimination in their judgment of
pers-,nrel . All decisions relatinL to manat:k-ment—employee relationships
w will Ito reviewed by the City's E.O. Office for possible abuse of the
City's rair Practices iolicy and Affiruwti�e Action Program.
r
We have totally re—evalLAatod our jot) descriptions within the City
to insure that qualifications are realistic--that position criteria
reflects skill level and physical capabilities :required for performance
to of task and not it reflection of prevailing labor market. Those
positions for which ph,•sleally Irmdicapped are suited are identified
and priority consideration will be given to those individuals.
w
!'T WA M W III
Contra, in, rrct�� -, Supplier
M
The City's Affirmative Action vrograh: o\tends to all those doing
business with the City regardless of source of rends. Each supplier
or contractor having "_: cr more employees end/or contract in excess
of $10,000 is required to: (1) Become familiar with the City's
Affirmative Action i'rogram; (2) Certify that they have their own
Affirmative Action Program: (3) Provide a record of intent to
comply by completing the affidavit. The affidavit and a copy of the
firm's Affirmative Action Program may he provided once each year or
with a specific contract . A record is kept of each firm's response,
,td present and past performance. An investigation into the past
performance is also made at the initial submittal. City records are
then reviewed yearly. Firms guilty of non-compliance are removed
from the eligibility list, notiricC of this action and causing deficiency,
and re-instated when satisfactorily demonstrated to E.O. Officer that
deficieacie ; have been corn,cicd.
Compliance is determined by a check of previous performance and
on-the-job in.,prction during the current contract.
As part of the roquirr,:u nt that federally funded contracts for
more than $10,000 are .iubjcol to the I.xecutivc Order 11240 of September
24, 1905, as amended by L\c-cutive Order 11375 of October 13, 1908, the
City of Renton shall in •lode, in it , contracts with general and sub-
contractors, the f-.1lowine provi,ion.� :
"During the performance of ihi., eouir:ict , the contractor agrees
as follows:
"(1) The contractor will nut discriminate against any employee
or applicant for employment because of race, color, religion,
sex, or national on^in. Tlv contractor will take aff4 . „"ivc
action to ensure that applicants are employed, and that employees
are treated durint~ employment, without regard to their race:,
color, religion, sex, or national origin. Such action shall
include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or advertising;
layoff or termination: rate;, of pay or other Corms of compenaation;
and selection for trainint-, including apprenticeship. The c<<n-
tractor agrees to post in con-picuous places, available to
emplovees and aii;,.licants for rmployment: notices to be provided
by the LPA etliiu•- forth the prr4isions of this nondiscrimina-
tion clause.
"(2) The contractor will, in oll oli�itaiion_s or advertisements
for employers placed by or on behalf of the contractor, state
that all qualified applicants will receive consideration for
employment without regard to race. color, religion, sex, or
national origin.
"(31 The contractor gill -tnd to each 1,.bor union or repro-
entative of worker., wits) which he has a coilectiye bargaining
to
ATTACHMENT III (COMP.)
page 2
agreement or other contract or understanding a notice, to ue
provided by the agency contracting officer, advising the labor
union or workers' representative of the contractor's commitments
under Section 202 of Executive order No. 11240 of September 24,
1965 (as amended), and shall post copies of the notice in con-
y spicuons places available to employees and applicants for employ-
ment.
"(4) The contractor ..`ll comply with all provisions of Executive
Order No. 1124o of September 24, 1965. (as amended) an(i of the
rules, regulations, and relevant orders of the Secretary of Labor
and the Secretary of Housing and Urbdn Development.
11(5) The contractor will furnisS all information and reports
required by Executive Irder No. 11246 of �eptemts_r 24, 1065
(as amended) ind lo, , . L. _ ti •11, u 11 • . ,« of "o
Secretary of Labor io '11te . -Q taIy u" H,us up; ar' .oan
Development pursuant tnereLO, aad will permit access to his
books, records, and acxounts by the Local Public Agency, the
Secretary of Labor, or the Secretary of Housing and Urban De-
velopment for purposes of investigation to ascertain compliance
with such rules, regulations, an.1 orders.
"(o) In tkie event of the contractors' noncompliance >.ith the
nondiscrimination clauses of this contract o, with any of such
rules, regulations, or girders, this _•ontract may he cancelled,
"terminated, o- suspended in whole or in art and the contractor
may be declared ineligible for further Government contracts
in accordance with procedures authorized in Executive t,tder
No. 11246 of September 24, 19o.S (as amendeo), and such other
sanctions may be imposed and remedies invoked as provided in
Lxecutive order No. 11240 of September 24, 196. (as amended)
or by rule, regulation, or order of the Secretary of Labor, the
Secretary of Housing and Urban Development, the Local Public
Agency, or as otherwise provided by law.
"(7) The contractor will include the provisions of Paragraphs
(1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of
« Labor or the Secretary of Housing and Urban Development pursuant
to Section 204 of Executive order No. 11246 of September 24,
1965 (as amended), so that such provisions will be binding upon
each subcontractor or vendor. The contractor will take such
actin with respect to any subcontract or purchase order as the
Local Public Agency, or the Department of Housing and Urban
yy Development may direct as a means of enforcing such provisions
including sanctions for noncompliance: Provided, however,
That in the event the contractor txcomes involved in, or is
threatened with litigation with a subcontractor or vendor as
a result of such direction by the Local Public Agency, or the
Department of Housing and Urban Development, the contractor may
r request the United States to enter into such litigation to
protect the interests of the United States.
w
d'
t CITY OF RENTON
SANITARY SEWER L.I.D. 292
SCOPE OF WORK
Ii
The wo,+ involved under the terms of this contract document shall
he the full and complete installation of the facilities required
to provide sanitary sewerage for the area encompassed within the
boundaries of L.I .D. 292 to include, but not limited to, S" gravity
sewer pipe, 4" force main, sewage lift station, 4" gravity side
` y. sewers, and complete restoration of all surface material so as to
II not be a visible detraction. All work sha'. 1 be as set forth in the
design drawings and specifications .
Any contractor connected with this project shall comply with all
Fe.eral , State, County and City codes or regulations applicable
�. to such work and perform the work in accordance with the Plans and
Specifications of this contract document.
w
w
r
ce
4.
INSTRUCTIONS TO BIDDERS
1 . Sealed bids for Propsal will be received by the City of Renton at the City
Clerk's office in City Hall until
At this time the bids will be publicly opened and read after which the bids will
be considered and the award made as soon as practical .
No proposal may be changed or withdrawn after the time set for receiving bids.
Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to be only
approximate. Final payment will oe based on field measurement of actual quan-
tities and at the unit price bid. The City reserves the right to add to or elim-
"` indte portions of the work as deemed necessary.
3. Plans may be examined and copies obtained at the City Engineer's office. Bidders
shall satisfy themselves as to the local conditions by inspection of the c ',te.
Work along highways must be in conformance with the applicaLle County or State
regulations.
w
4. The bid price for any item must include the performance of all work and the furnish-
ing of all material necessary for completion of that item as described in the
specifications.
Where alternate material is bid, the bidder shall fully describe the material
d+ proposed, either in the bid proposal or supplementary letter attached to the
proposal .
5. The bid price shall be stated in terms of the units indicated and as a 'total amount
In the event of errors, the unit price bid will govern. Illegible figures will in-
validate the bid.
6. The right is reserved to reject any or all bids and to waive informalities if it is
deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservations to tie
TREASURER OF CITY OF RFNTON in an amount not less than 5% of the total amount bid
shall accompany each bid proposal . Checks will be returned to unsuccessful bidders
immediately following decision as to award of contract. The check of the successful
hidder will be returned provided he enters into a contract and furnishes a satis-
factory performance bond covering the full amount of the wore within ten days afte^
receipt of notice of intention to award contract. Should hp fail , or fefuse 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 explana-
tion except as the City may request further information on {articular points.
9. The bidder shall , on request, furnish information to the City as to his financial
and practical ability to satisfactorily perform the work.
10. Pavments for this work will be in Cash Warrants
•
CITY OF RENTON
CALL FOR BID
EASTWOOD PARK - L.I .D. 292
i
Sealed bids will be received until 2:00 P.M. , January 28, 1975 at the
office of the City Clerk and will be opened and publicly read aloud at 2:00
P.M. same day in the 4th floor conference room, City of Renton Municipal
Building, 200 Mill Avenue South, for SANITARY SEWER AND LIFT STATION INSTALLA-
TION AT N.E. 23RD STREET.
Bid proposals delivered in person will be received only at the office of the
City Clerk in Renton Municipal Building.
Bids received after 2:30 P.M. , January 28 , 1975 will not b? considared.
The successful bidder will he required to adhere to the general requirements
and covenants contained in the "Standard Specifications for Municipol Public
Works Construction," 1969 Edition, as prepared by the Washington State Chapter
of the American Public Works Association.
The work to be performed shah include furnishing all necessary labor, materials
and equipment, and performing all work required for construction of 8" concrete
gravity sewer, 4" plastic force main and sewage lift station complete.
The City reserves the right to reject any and/or all bids and to waive any and/or
all formalities.
Approved plans and form of contract documents may be obtained at the office of
the Public Works Department at the Municipal Building, Renton, Washington for
a deposit of $10.00 each set plus $2.50 to c ver postage if mai ,ed. The mail-
ing charge will not be refunded. The deposit of $10.00 per each set of plans
and specifications will be refunded upon return of the specifications in good
condition within thirty days after bid opening.
A certified check or bid bond in the amount of five (5) percent of the total
amount of each bid must accompany each bid.
Any bidder who withdraws his proposal after the hour set for the opening thereof,
and before the execution of contract unless said execution of contract is delayed
by City of Renton for a period exceeding ninety (90) days after the the fixed
for bid opening, shall forfeit his check or Bid Bond to the City of Renton as
liquidated damages.
Each proposal shall be submitted onlv on the prescribed Proposal Form bound
in a complete set of Specifications and Contract Documents.
The policy of the City of Renton is to promote and afford equal tr atment
and service to all citizens and assure equal employment ooportunitj based
w on ability and fitness to all persons regardless of race, creed, color,
CALL FOR DID (Cont.)
p national origin, sex, physical handicap or age. This policy shall apply
to every aspect of employment practices, employee treatment and public
contact.
Djlores A. Mead, City Cleirk
Dates of Publication:
January 17, 1975
January 24.. 1975
r
w
■r
CERYIFIOATX& BY PROPOSED COMP MAI, SUDCONiRACTJP AND iUPPLIER REGARDING EQUAL IMi 10YMflri 0PI(*IUN ITY
eekssuutR4[ Ck,) /AIC / JO .7
Contractor! tr1011,tye q N10 ^
Project No.
This curt Meatless is required purbusnt to rkdoral Executive Order 1121a. Tire leip1t,,,rating .ulrb and regulations provide that any
bidder or prospective contractor, or illy of heft proposaA sube0ntracto:s Old :,Up;Qt,,r., h1wll state ab all initial iwrt of tau hid
or negotiations of the contract whether it has particip.,t..d in on,, pr.•.'rnus twit,act or zubcontrdct subject to tire ego-al opportu-
nity claabe; aril, if so, whether it has tiled all ew plience report. Jut, under applicable inbtreanions,
The.City bast heretofore adopted Rabnlutfon No. IROA or.,; r date of July 10, 147' establishing a "Fair Practices Policy", us IMP1e
mebtt i S,, an "Affirmative Actions Program" thurein ebtabiI-hint; and prow 1p.ating the pull:y of ill-, City of Renton to pian.te and
afford equal treatment and bervies to all cltirvas and to jbti7rc ,equal tmploy:errit upportunity Planed on ability unit fitricbi to all
persons regardless of race, creed, eclairs national origin, bioi, phtvitsi handicaps or age. fill- policy hall likewise apply to
.11 tontrictor.r, subcontractors and swtpliurb eondact ing bubbrves wn It the City of Russian who i, turn shall affirm and sub critic
tl =aid -i—el iota and policies, TIw atntnenticne•d prowiblonb ,Irall net apply to cnntractb or :-ubcuntractb for standard cozaneo-
ci.Y imr;liers or taw inateriwld or firms er uw;dnizations with k'sh than 2a eb,ployceb and/ur contracts of loss tlwn =10,000 husi-
Mwb psC ,lrnuat with the City.
When the Contractor/Subwntractor/Supplier is required by thq City of kentra to submit an Af finitive tam^ Plant the mini-
aim accepttable lurcentage of minority employnxnt will be that Petecnta.;e which is currently listed is "attactucunt Its (City
of Renton Goals and Timetables) la the published City of Renton Affina,tivu Action Program.
The underRigned contractor theruror- Covenants, atipulat,•s and agrce.v t1:,= during the perearusmeo of this contraet i,d will
.not allacrimtuate ugainbt any pool, in htrf tlis pruinuting, dfbdarl;fng, or it, any other teni or condition of ri ploy-
'tttent; bk reason of web pembonib race, creed, ruler, religion, oneeatry or national arr„in as implerstited by the uAtfirmative
Action rrogrom't,. .
pontrictor further ogress that la will take affirmative and tennt tnunus art ion t, in5w , full co<,pl lance with such policy and pro-
IWM in a!- ruspocts: it being strictly undurstaod slid .proud that t.:luie to .a"%1JY with .wv of rb,, term, of said pravisitm.
=shell he and aonst'stutu a.meterial each of this Contra,t.
r% Contrertar shall, open request and/tor as sewn as pobbible th.rca Rcrs tar,, -I I'[,' Cl tL• Y -11 c!d ,:11 iufurmation and report:.
required 1yy the City to determine whether full cotpliance Iwo been made by Ilk. - iirurto, wit. ..,;,; y,i3 t,y and program slid•ron-
taactrrrwili permit access to his books, racurda and accounts by the city lot t!'.r nurpane inv,...L .rt Ln: to ascertain barb
Co-+i;+lfenvo.
Cuntrat•.stir ,rtLc• ask t..;]ul;._� f. .t 1:- hob .(,-ived a tru.. Ill co 'i•-rr c:1p1 of tiic C11; fu, 1171LAiCJ] policy" and "At'irua-
livs bettor. 'ngZ anJ�. •_-
C0YIi610E IDLNIf101Cd'fiON N0. 41t7 ,19 i
r
CL::':1P1CA'!V)N BY C04'f ACII
St !COWM ACT- ,'5 CLATIPICArlON
ifPL1ERi5 (,ERTIFlCATIOq _--
r
Ir eWin/ pl,VC.
�.�...-�1J 1�.-Y_- _S_h>__��..ri °'J ; s"��lL FN 7rt•i✓ �.�L�^en ,: .S .
� ..ctor/Sub:ontxacWYjS nl per hey ;art icipat.eJ in a Inc.vloub contract us nab,.ontraci bubji,, to the Equal 0ppwrtuuity
Cldubk.
.i Pus 4] No .'2�7
Cnaplipitoe ;spirts were rest tired to be filled in connection wish such contract or bubcontract.
l ram :- aL= NO,7" 1p4/CA494
i .
^.oMr/uaor/gubcortract0!/&ugplier hag filed .111 compliance reports due under application inatir.ctlun3•
Ye.r—= Nn n. - lisp^ 7 pr£k;<yl Pb R ,IEI C1-^1//)Ar 1�
ertificatrun - the fnttnratiun abo_ ;3 tree a[ri is ,pr_ote to tiro best of ry krwwledbe and belief.
f
.rl.s. Title}� aoi an of Uglier ' s 3,oType)
to
/(J��` 1 . �
I b it Authority: - f/r.•RC - .t..'.. t,• /G lgC-!t - O<^�S �Ef'T 2 i/3/7 ,
f
i,
'I nia_)N OF i ill%! ' t it t )ill M h[POKT
` 'i• t ticati.mi with r,a,arJ to .he Perf(.,. ,.ncc 1 Pr:v L01J Contracts or Sub-
Irri-r^ s•;�t^cr to the ).qual oppartunit! Clj,t:.e and the filing of Required
n
i:)ioaud nubsontrdctor �, heresy c(.rtif!ey tl'at he ha6 ,
as Aot �, particlprteC +n a prevloub conttAct ar subcontract subject to the
qusi oppurtunity clause, :rj required by Executive Orden, 10925, 1111L nr 11246,
.t1ti that he. has e,_,, `taa not X_# filed with the Joint Reporti:ig Cot:mitteu
-he ,Diractar of the Office of Federal Contract Compliance, A federal Government
-oncraetl.iig or <.,ir,iniatering aVertcy, or the forma Presidunt's Cirmtittee un )
I
r;gtwk=Emplrys,ent Opportunity, all repurt.. due under the applicable filing requ- t i
irment9. t
j
MC
t
}
•
Nntkt: ins Awl. ceitifirarion is ruquirea by the bqual ,.:,:rla)ztont Jl.portunity
Kagula"inns of th[. SCcrc :sty of l.:tbur lai s;cR 60-1.7 (b) (1) , and wat be
subt:ittcd 1e:, biddrth anvi prnpoaed btd.eontta. ors only in connectlun with con—
.,jets %nrl subcontracts which are subject t(: the equal ol:portunity clause.
:outracec nt:d aub(`.4t:1tlACtx wnfch ore ?xempr flop :he cq"l oppurtunity clause
'. . Cezierally - 0 aoubcontracrs of
t!urrenely, Stan.'.rd Form 100 (8tO-1) is the only re,:urc requires; by t!,e
:rsar imFlenanting regulatlone.
eonizactcrw end suisentr-,rtors whu shave participated
vlqus t.n'ttrac: ur 9�abcor-tract subject to the E:xoeutive Ordera aad It,
led.tl.c regi,ir,:d reps,•:tb should mite that 41 i.FR 60-1.7 (b) (1) pr< .
.twat&:pf evatrdcta r,nd a0scontrott.6 tmlebs eColt controcter sub.-site a report coverin,.
t!ie'401lquent perl.isd or snrh othur period ipucified by tbu:Federal liiglway
rdmin'S.mr.ltloh or by the flitertoc, Office of Federal Contract Complianc:
r
CERTIFICATION OF
BIDDERS AFFIRMATIVE ACTION PLAN
NOTE: FAILURE TO EXECUTE THIS CERTIFICATE WILL INVALIDATE Tiff BID —
Bidder is to indicate by check-mark which of the following statements pertains to
this bid package, and is to sign the certification for that specific statement:
a) It is hereby certified that an approved Affirmative
Action Plan is on file with the City of Renton, and
that said Plan specifies goals and timetables which
are valid for the current calendar year.
Date: company
By: —
i Tit e;
g OR b) It is hereby certified that an Affirmative Action Plan
Is supplied with this .Bid Package. Sa'.d Plan will be
subject to review and approval by the C',ty as a pre-
requisite to the contract award, and it includes:
1) Goals & Timetables of Minority 'ianpuwer Utilization
and 2 Specific Affirmative .Action Steps directed at in-
creasing Minority Manpower Utilization.
�� Company — i
Date: By:
to
OR c) It is hereby certified that an Affirmative Action Plan
= will be supplied to the City of Renton within five (5)
working days of receipt of registered-mail notification
of low-bidder status. Said Plan will be subject to
review and approval by the City as a prerequisite to the
contract award, and it will include:
1) Goals and Timetables of Minority Manpower Utilization
and 2) Specific Affirmative Action steps directed at in-
creasing Minority Manpower Utilization.
r
dL,�(Lc�_ eIio
(Company)
Date: / :l IV ' 7.5_ __
8Y:
T t e
r.
NON-COLLUSION AFFIDAVIT
n
STATE OF WASHINGTON )
SS
COUNTY OF
being duly sworn, deposes and says , that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on be-
half of any person not therein named, and further, that the deponent
has not directly induced or solicited any other Bidder on the fore-
goine work ur 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. advant3ge over other Bidder or Bidders.
SIGN HERE:
subscribed and sworn before me this ay of i
19 77J
otary Fu is in an or t e to e OT
residing at
tin therein.
i
I
1
MINIMUM WAGE AFFIDAVIT FORM
n
;ty of Renton
ss
COUNTY OF /C/N G
I , the undersigned, having been duly sworn, deposed, say and certify
that in connecticn W th the performance of the work of this project,
I will pay each classification of laborer, "rkman, or mechanic
employed in the performance of such work; not less than the prevail-
ing rate of wage or not less than the minimum rate of wages as speci-
fied in the principal contract; that I have read the above and fore-
going statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
CONTRAGTOR
Subscribed and sworn to before me on thi. day of
19J
n
otary Public in an or the State of
Washington
Residing at /
1
r
BALBOA INSURANCE COP'DANY
PROPOSAL BOND
KNOW ALI. MEN BY THESE PRESENTS,
That we, RENTON CONSTRUCTION CO. , INC.
as Principal, and the BALBOA INSURANCE COMPANY, a corporation under the laws of the State of California, as
Surety, are held and firmly bound unto City of Renton
(hereinafter called the obligee)
5% OF AMC. OF ATT. BID BUT NOT TO EXCEED
in the full and just sum of ONE THOUSM FIVE }IUNDRED. ---- _--_-__ Dollars, (S
for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, adminivtraton, executors,
successon and wigns,jointly and severely, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for.__.L..I,1 829- Sanitary____
Sewer and Lift Station,_Renton,_Nashington. __
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as
may be specified, enter into the contract in writing, and give bond, with surety acceptable co the Obligee for the faithful
performance of the said contract, then this obligation shall be void; otherwise to remain iv k4l lone and effect
Signed and Sealed this ..._____. 28th _ day of _ January 19 75.
BALBOA INSI1LANCE COMPANY
fsy_'_. AlTO1lNEY•Iti�FACT-----
V Richard It, James
Y
BOND NUMBER BX4-741539
BALBOA Insurance Company
A Mf MBER OF
AVCO FINANCIAL INSURANCE GROUP
BOND TO THL CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned RENTON CONSTRUCTION CO. , INC. , 14829 S.E. 12eth St. ,
Renton, Washington 98055 as principal, and BALBOA INSURANCE COMPANY corporation
organized and existing under the laws of the State of California 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 $29,887.92 for the payment of which sum on demand we bind ourselves and
our seccessors, heirs, administrators or personal representatives, as the case
may be.
This obligation is entered into in pursuance of the statutes of the State of
Washington, tqe Ordinance of the City of Renton.
Dated at , / Washington, this 87 day of, 1975.
Nevertheless, the conditions of the above obligation are that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for
E L.I.D. 292, Sanitary Sewer and Lift Station Installation at N.E. 23rd St. (which
contract is referred to herein and is made a part hereof as though attached
hereto) , and
I
WIIERF..45, the b-id principal has accepted, or is about to accept, the said contract,
and undertake to perform the work therein provided for in the manner and within the
time set forth;
NOW, THEREFORE, if the said RENTON CONSTRUCTION CO. , INC. shall faithfully perform
all of the provisions of said contract in the manner and within the time therein
set forth, or within such extensions of time as may be granted under said contract,
and shall pay all laborers, mechanics, subcontractors and material , men, and all
persons who shall supply said principal or subcontractors with provisions and supplies
for the carrying on of said work, and shall hold said City of Renton harmless from any
loss or damage occasioned to any person or property by reason of any carelessness
or negligence on the part of said principal, or any subcontractor in the perfor-
mance 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
1 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 legality:
Approved: -- --------
BA BOA INSURANCE C(, A4PAh'Y /
Richard H. Ja..,,s —Attorney-in—fact
,
PROPOSAL
TO THE CITY OF RENTON
RENTON , WASHINGTON
Gentlemen:
The undersigned hereby cer . f Lfs that H has examined the site of
the proposed work and ha.5 read and thoroughly understand_ the plans ,
specifications and contract governing the work embraced in this improvement, and
the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as
can be completed with the money available, in accordance with the said plans,
specifications and contract and the following schedule of rates and prices:
(Note: Unit prices . for all items, all extensions ,
and total amount of bid should be shown. Show
unit prices both in writing and in figures.)
Signaturefo
Address /yy i y y.F / 7 j,
Names of Members of Partnership: `j po .SSA
OR
t
Name of President of Corporation _ 7/Z a _� (, occ Lt9 ,
Name of Secretary of Corporation /YR/r7'
Corporation Organized under the laws of _ u/flff/:n/GTv
With Main Office in State of Washington at iyy;k9 5.,C. / ; ,y " < r
/?ENroiJ g8o5"f
sA.
SCHEDULE OF PRICES
SCHEDULE "A"
(Note: unit prices for all items, all extensions and totals-6mount of
bid must be shown. Show unit prices in both words and :igures
and where conf:ict occurs the written or toped words shall prevail.)
ITEM APPROX. ITEM ;iITH UNIT PRICED BID UNIT VICE AMOUNT
NO. QUANTITY (unit Prices to be written in ::,rds), DOLLARS CTS. DOLLARS CTSJ
1. Lump Sum Mob'lizat ,
s Xe_ry u4� e+ -�( a- , , Yisool oo iso0 0o
Per &ump Sum (Words) (Figures)
2. Lump Sum Cle ing &, Grubbing
s c Go l ico JOUi 00 I 3 001 O O
Per Lump Sum
3. 785 L.F. Trench Excavaticn & Backfill -
Type I
$ ,An CL,teQ •" ,00 c, 02 00 1 .51000
Per Lin. Ft. i
4. 75 L.F. Trench Excavation & Backfill
Type IZ
$it cry-i.L U rt d� �o ct g 00 E 0 0 Col.
Per Lfh. Ft.
5. 25 Tons Fou.,dation Material - Ballast
$ ufilr 12,7zd ''ufo o O O SO O U
Per Ton
6. 45 Tons Gravel for Pipe Bedding - Class "B"
$ 1.�t 1G ar7�F '%i 6, 0 C7 a 70 00
Per Ton
7. 20 C.Y. Sele t Trench Backfill
s .�.0� a�zaf irw/ia u a 0 0 /o 0 0
Per Cu. Yd.
e. 12 EA Con ection to Existing Manhole
Per U 00 S on o 0
Per Each9. 70 L.F. Cement Concrete Pipe - 8"
r00 17 L9 J7V 00
Per in. Ft.
.` i
I
10. 830 L.F. 4" P stic Force Main
Per Lin. Ft.
e`+ 11. 10 Ton Cold Mix Asphalt Patching
s_yZcrL
Per Ton
y i
C
SCHEDULE OF PRICES
a
SCHEDULE "A" (Cont.)
(710ter unit prices for all atems, all extensions and total amount of
bid must be shown. show unit prices in both words and figures
and where conflict occurs the written or typed words shall provail.)
ITEM APPROX. I 1TE7 WITH UNIT PRICED BID UNIT PR10E AMOUNT
N0. QUANTITY ;Unit Prices to be written in words) DOLLARS CTS. DOLLARS CTS .
12. Lump Sum Ll c Station, Comple
teO Pe Lump SUM SubtotaliS o
35.3% Sales TOTAL 8ID �6• �1c�, 1�3 • i3
b
M
4
SCHEDULE OF PR MS
SCHEDULE "B" (Alternate)
(Note: Unat prices for all items/ all extensions and total amount of
bid must be shown, show unit prices in both words and tiyures
and where conflict occurs tnn written or typed words shall prevail.)
' ITEM APPROX. ITEM WITH UNIT PRICED HIll UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written an words) DOLLARS CTS. DOLLARS CTS.
» 1. 1900 L.F. 4" Sewer Conne tions
Per Lin. Ft. (Words) (Ficp:res)
A
Subtotal 113, o Is O U
5.1% Sales Tax I , 89 79
TOTAL (SCHEDULE B) I / 7 J y 7 Y
i
TOTAL ECHELULE A
TOTAL f,CHEDULE B 13 > O °/ 1 7 9
i
,I I TOTAL SCHEDULES A 6 B
THE UNDERSIGNED BIDDER HEREBY AGREES TO START CJNSTRUCTION WORK ON ThIS PROJECT
IF AWARDED HIM, WHEN DIRECTED AND TO COMPLETE WITHIN THIRTY (30) CONSECUTIVE
WORKING DAYS AFTER. STARTINNGi CONSTRUCTION,
DATED AT_ht
�. .. /7/ TF'"_ DAY OF nca 1975.
SIGNED
TITLE 7. >c�.L-,_4-
NAME OF COMPANY�Cl - t.
ADDRESS /7/1 ;A 9 3• f
to
STATE CONTRACTOR'S LICENSE B23 d/ - / 7 9 ? 3d/ - / 7 9 ? 3
CITY OF RENTON BUSINESS LICENSE
Y
:RENTON, CONST11LICTION COMPANY, INC ,
r�
STATE OF WASHINGTON !u
-A , , !
� r.c• . : ,,. � —..Ear �
PFNTC i'!ti5 ' .Y, 1 ('
t ktNT^" 1
9 h
y-?N�'iL
I
t
� o.o-o.oxo�w�ro•o-o��o.o.�,.�..O.o�.o-a•o_,o•0-O,n•'o-
. n.OrceCilr State o Wathingto
Commlttio.CERTIFICATE OF INSURANCE March 15, 1971
BULLETIN NO. 71 .2
OI Tait Clrrir CCfe of Imravice C00
not in oo, w., omens, mend,arts
.r vary " 'x'.41 .1,.rdetl by
the pailCy 0! 0""K rclfrretl Il
[`) Certificate Irsued To: nar.m. a 1. almpq 4 aYnootb z
THE ,ITY OF RENTON t�mmarr 01 the ad..' wwanu
Municipal Building ranfract.
S 200 Mill Ave. South
Q Renton, Wash. 98055
Name of Insured:
Rentou Construction Co., Inc.
14829 S. E. 128th street
0� Renton, Wash. 98055
This is to certify that the insurance indicated hereunder has been issued and is in full force and effect
on the effective date of this certificate. o
AMOUNTS OF LIMITS COVERAGES PROVIDED 4
AI f $100,000 Bodily Injury - Per Parson
fI
2, $300,000 Bodily Injury - Per Accident
3. $50,000 Property Damage
4.
NAME OF INSI)RANCE COi.I^ANY POLICY NUMBER EXPIRATION DATE
I �
i 1. Unites: Pacific/Reliance LP 926 0797 1/2/78 i
2. la
3.
4.
s, � I
Description of item, location, or project to which this certificate applies:
L. I. D. 292 - Sanitary Sewer & Lift Station - N. E. 23rd Street - Renton
b The City of Renton shall be added as an additional insured with regards to this �I
job. I�
M IJ10.___days written notice of cancellation or reduction in amounts of insurance shall be given to � F
the above named holder of this certificate. I�Date of ISSUe: 2/10/75 C. FCREDERICK 23 ALJRER. ZNC.
I
1200 N'estlnke N . Nn.502 § 1
Seanle,Wnshuepnn 98109
:'84 S 140
KI�AO.O�OIO.OwAb Z;+—^49.0+0+J•Os.Pr0+0"//.O' O.O.O�/l•�TO^O.O
t
APPLICATION FOR ANNUAL BUSINESS LICENSE
CITY OF RENTON - CITY CLERK'S OFFICE Revenue Code 321.40
MUNICIPAL BLDG. - 200 MILL AVE. SO. (office Uae Only)
RENTON, WA 98055 License due January 1st or upon opening date
Date - of business, fee to accompany application ,,
.�(O /Renewal (IMPDRTANT)
Classificatior,
(Or Change in Ownership) (Title V, Chapter 1, Ordinance 1628 - Code of White (File with City Clerk)
-- General Ordinances of the Ciy of Renton) Yellow (Retain for your records)
Code En!. Officer Approval Washington State Tax a
P'.__SE PRINT OR TYPE AND BE S'JRZ ALL INFORMATION IS COMPLETE
Business Namer�n." _ -_.�.,. . : i i• r 1, i .l..
2. Business Address i • t i,,, (Buvinesa Phone)
(No and Street) (Post Office) (Zip Code)
3. Mailing Address I - >9 SE 1Y8t b:, 'nLon• la,h.
4. Kind of Business in Detail _
•'1"'7- 'C' F ( ' of -
(Be sure to fill in. Designate whether 1R�c tail, .fio13sale, etc.)
5. Check whether INDIVIDUAL OWNER PARTNERSHIP or CORPORATION t. l List nano, title, residence address and
phone of owner, partr,rs, or officers
- uc•, ,I.1_ :')ry tt is :Br i;. F' 5,3. :iretLl �I :,- -LU ,3
t$ritr 14.1 ,V je. 12'dth 5t, Lenton. .. dh. Sr,—,-, 233-70Id —
/ This Business Was Forme-ly Operated By .None Bus. Lic. No,
7. Have You Ever. Had a Rentn Business License? '10 Previous ::usiness License No.
S. Opening Date of Business in Renton (IMPORTANT) r0ir. vr_, . ., 177.E
In determining license fee, business firms located outside the City of Renton --hall include all employees performing
any portion of their duties within the City. -
,0. Circle applicable FEE CODE letter below insert total number of Employees (employed in Renton, including owners),
license fee, penalty, if any, and total lee due. Return application with payment to the City Clerk's Office.
F_E CODE BASIC FEE NO. OF F-MPLOYEE3 LICENSE FEE_ PENALTY TOTAL FEE DUE
1 through 5 employees - 5 20.00 5 -- - 5 5
B. - 5 through 10 employees 30.00 $ _ 5
C. - 11 through 20 employees dO.OU _ S �_ £_
U. - 21 through 100 employees 120,00
PLUS $2.50 PER EMPLOYEE OVER
21
E. - 101 through 200 employees 320.00 - --
PLUS $1.75 PER EMPLO'r EE OVER
O 101
F. - 201 or sore 500.00
PLUS $1.00 PER EMPLOYEE OVER
201 5 5 5
Employees working more than one thousand six hundred PENALTY SCHEDULE
(1,600) hours per annum, including legal holidays and (Penalties for failure to pay within 30 days of due date)
,. ition time during the twelve (12) month pe )d upon
,tch the license fee is computed, shall be considered Delinquent 30 days after due date . . . . . 51,
permanent employees; those working less than one thou- Delinquent 60 days after due date . . . . . 10%
sand si:: hundred (1,600) hours, including legal holidays Delinquent 90 days attar due date . . . . 15♦
and vacation time shall be considered temporary employees. Delinquent 120 days after due date . . . . 20%
In determining the l:�e^ae fee to be paid, the total �:umber Delinquent 150 days or more . . . . . . . . 25%
o' employee. shall be ,nputed by adding together the
number of ;=rmansa�t employees and the number of temporary
4,hployees, the latter fig'ire computed by dividing total
ran hours (L=Ludinq laqal holidays and vacation tine)
worked by all temporary employees, by one thousand six
hundred (1,600).
f hereby certify that the statements furnished by me on this application are cruc and complete to the best of my
knowledge.
JO NOT Business License Issued: Signed
.RITE +) / 'Jc
- 9
IN THIS Date -,t -I!_'+ ' -- +~
Title
SPACE Number �. � ' - -_
r - -
BALBOA INSURANCE COMPANY
620 NEWPORT CENTER ORIVfI NEWPORT all CALIFORNIA $2660
GENERAL POWER OF ATTORNEY
i
Krtow All Mua by IBeae Presents, That BALBOA INSF RANCE COMPANY a corporation duly nrganved and etutiog under
the Issas if the State of California, and having its principal offi,e in V:apart Be,,JiJ)rdngc( noolt. California. doer try these presents
make, constitute lead apre,tnt
RICHARD 11. JAMES
o' Belle Vue and State of Washington IN true and lawful Attorney(-)-in Fact with feU parser and
i autharity hereby tnnfernd in its cams,place and stead, to execute, acknowledge and deliver. _.. ....
e
Contract Bond (Small Business Administration) - MAXIMUM PENALTY _5200,On. 00
General License, Permit K, Miscellaneous Bond - MAXIMUM PENALTY S 10, 000. 00
Apartment House Manager Band - MAXIMUM PENALTY S 5, 000.00
Real Estate Broker Bond - MAXIMUM PENALTY $ 5.000. 00
Janit.,rial Service Bond - MAXIMUM PENALTY $ 000. 00
and to bind the Company thereby es fully and to the same exte n• as if such bonds were agr ad by the PresidldR sealed crab the :orpc-
rate seal of the Company and duly attests.. by its Secretary, hereby ratifying and confumiag all that the sad Attomey(s)-in-Pat may
do in the premises. Bead appointment is made under and by autoku'l v of the following resolution adoptad'bv the Board of Mrtcton of
the Balboa Insurance G,mpany at a meeting held on the 22nd day of March, 1962,
"Be It Real that the President, any Vice Preside.A. any Secretary or any Assistant Secretary shall be and is hereby vestal
with full Powe. =1 authonty to appoint any one or more- suitable persona as Attorney(a)-in-Fact to mpneasnt and act for and on
behalf of the Ciimpany sob)eo to the foil.wing provisions.
Section 1, Attorney-m-Foct. Attorney In Fact may be given full pourer and authority for and in the name of and m behalf
of tine Company, to execute, acknowledge and deliver, any and all bonds, recoguiraners, contraebl, agreements of id-malty and
other conditional or obligatory undo iskinds and any r.�d all notices said documents canceling or terminating th^ Campal lie
( bdity thereunder, and any such instruments so execul-I by any such Attorney in Fact shall be biding upon the Company as if
i signed by the President and sealed and attested by the Corporals Secretary "
t
In Witness N'hereol, BALBOA INSURANCE COMPANY has caused these presents to be signed by its ViCe President
rind its co:porate veal to be hereto affixed tau 8th day of August AD, 19 74
SURANt��NY
y
Mate of California
County of Orange ss
on this, 8th day of August A 1) led 74 hefone n,e personally rams• John E. Curtis
to roe known, who, being by me duly sworn.. did cepwse, and say, that he resides in Mission Viejo, California
that he is vice President of BALBOA INSURANCE COMPANY, the company described in aid which executed the
above instrument; that he knows the seal of said Company, that the seal affixed to acid instrument n such'corporate seal; that R was
.o affixed by order of the Board of Directors of aid Company. and that he signed has name thereto/by like order
,. ire ��. � OK-•a-fu-3�.--
TOSHIFOFF I-SHIF PAPKISH I
NIA solary Public
YRI-I_Ie, - 9
eRAIJy Y
e My Commission Expires SeO P 197,5 I%
Nimm,.i...... ,,,........, .,
~ 1, the undersigned Secretary of Balboa Insurance Conepan),hereby certify that the above and foregoing is a full,true and axtcct cup,
of the Original Power of Attorney issued by said Company,and do hereby further certify that the said Power of Attorney is still in fora at.-]
effect.
And 1 do hereby further certify that the Ceftificatfon of this Power of Attorney Its signed and seakd by facarnile under and by .Cc
authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and hei,'
�ni the .41h of March 1972,and that said resolution has not beers amended or repealed
"RESOLVED, that llte signature of the Secretary of any Assistant Secretary of fill.Corpora tioo,and Iht wil of this Colpacran.oi.
nay be affixed or printed by facsimile aI .any cc,tlfici a• lit a Rower of Attoincy of the%Corpotallon,and that such printed fac-sumic
signal are and seal shall be valid and finding upon Iles('of potation.•'
ld'i sin ct ail hand and the srr,p� of a1d Connpanv, at Newpent Beach. l .duolOw this 28th do ,
lanua y 111 7S
(7&4>�� 1>,�'ti_�_—. -
�e,r•tarr
BZ9Eb7Z
4
14829 S.F. 128th St.
Reninn,Waxhington 98055
772-2085 or 255-7098
Goals and TimetaUlesi
We plan to utilize the following percentage of manhours for
minority employeest
Until 6-30-76
14929 S.E. 128th St.
Renton,Washington 98055
772-2085 or255.7098
f
GOALS & TIMETABLES
AFFIRMATIVE ACTION PLAN
FOR MINORITY HIRING
w
i
REV DN CONSTRUCTION COMPANY, IBC,
14829 S.E. 12h1h St.
Renton,Washington 9805S
772-2095 or255-7098
1
It is the policy of Renton Construction Company,
Inc. to assure that applicants are employed, and
that employees are treated during employment,
without regard to their race , religion, sex, color,
or national origin. Such action shall includes
employment, upgrading, demotion. or transfer; re-
cruitment or recruitment advertising= layoff or
termination; rates of pay or other forms of compen-
sation; and selection for training, including
apprenticeship, preapprenticaship, and/or on-the-
job training.
Bruce L. Gould
President
4
} I
4i'_,7 S.E. I28th St.
t k-, . .Washington 98055
1' d185 or 25SJ098
h
NOTICE TO ALL EMPLOYEE
Renton Construction Company, Inc. is an "Equal Opportunity
Employer" . This means that our company not only does not
discriminate with regard to race, religion, sex, color, or
national origin] but further, is interested in helping
minorities uptrade themselves to qualify for skilled jobs.
It ' s the policy of Renton Construction Company, Inc. to
assi.re that applicants are employed, and that employees are
treated during employment, without regard to their race,
religion, sex, color, or national origin. Such action shall
include3 employment, upgrading, demotion, or transferl re-
cruitment or recruitment advertising; layoff or torminationj
rates of pay or other forms of compensation; and selection
for training, Including apprenticeship, preapprenticeship,
and/or on-the-job training.
ti
We are interested in apprentices for skilled positions and
will help in referring such interested persons for enroll-
ment in available training programs.
.r
Bruce L. Gould
Rentor. Construction Company, Inc.
it
i1
rr
w
14829 S.E. t 28th St.
Rcnton,Washington 98055
` 772-2085 or 255-7098
SPECIFIC AFFIRMATIVE ACTION STEPS
A. The contractor shall notify community organizations that the con-
tractor has employment opportunities available and shall maintain
records of the organizations' response.
Action We shall notify community organizations that we have em-
ployment opportunities available and shall maintain records of
the organizations' response.
B. The contractor shall maintain a file with regard to minority
workers.
Action We shall maintain a file of the names and addresses of
each minority worker referred to us and what action was taken
with respect to each such referred worker, and if the worker was
not employed, the reason therefore. If such worker was not sent
to the union hiring hall for referral or if such worker was not
employed by us, our file will document this and the reasons
therefore.
C. The contractor shall promptly notify HUD if the union referral
process has impeded Renton Construction Co. , Inc. efforts to
meet his goal.
Action We shall promptly notify the Department of Housing and
Urban Development when the union or unions with whom we have a
collective bargaining agreement has not referred to us a mi.tor-
ity worker sent by us or we have other information that the union
referral process has impeded us in our efforts to meet olir goal.
D. The contractor shall participate it, training programs in the
area, especially those funded by the Department of Labor.
Action We shall participate in training programs in the area,
especially 'hose funded by the Department of Labor.
E. The contractor shall disseminate his EEO policy within his own
organization.
Action We shall disseminate our EEO policy within our own organi-
zation by conducting staff and employee meetings, by posting of
the policy, and by specific review with minority employees.
F. The contractor shall disseminate his EEO policy externally.
Action We shall disseminate our EEO policy externally by inform-
ing the pertinent unions of our EEO requirements and informing and
discussing the policy with all subcontractors and suppliers.
Specific Affirmative Action Steps Page Two
G. The contractor shall make specific and constant personal recruit-
ment efforts directed at all minority organizations.
Action We anticipate adequate minority personel will be avail-
able from pertinent unions to fill our requirements.
H. The contractor shall make specific effort!:: to encourage present
minority employees to recruit their friends and relatives.
Act9on We shall make specific efforts to encourage present
minority employees to recruit their friends and relatives.
I . The contractor shall validate all man specifications, selection
requirements, tests, etc.
Action No written exams are 3Iven by Renton Construction Co. ,
Inc. as a requirement for employment. Ilan specifications,
selection requirements, and tests are not subject to race,
religion, sex, color, or national origin.
J. The contractor shall make every effort to provide after-school,
summer and vacation employment to minority youths.
Action We shall make every effort to provide after-school,
summer and vacation employment to minority youths.
K. The contractor shall develop on-the-job training opportunities and
participate in association training programs.
Action We shall develop on-the-job training opportunities and
participate and assist in any association or employer-group
training programs relevant to our employees' need consistent
with our obligations under this program.
L. The contractor shall continually inventory and evaluate all minor-
ity personnel for promotion opportunities.
Action We shall continually inventory and evaluate all minority
personnel for promotion opportunities and encourage minority
employees to seek such opportunities.
M. The contractor shall make sure that seniority practices, job class-
ifications, etc. , do not have a discriminatory effect.
Action We shall make sure tAat seniority practices, job classifi-
cations, etc. , do not have a discriminatory effect.
N. The contractor shall make certain that all facilities and company
activities are non-segregated.
AtjQn We shall make certain that all facilities and company
ac—tivities are non-segregated.
�I
Specific .affirmative Action Steps Page Three
0. The contractor shall continually monitor all personnel activities
to ensure that his EEO policy is being carried out.
.. Action We shall continually monitor all personnel activities
to ensure that our EEO policy is being carried out.
P. The contractor shall solicit bids for subcontracts from available
minority subcontractors engaged in the trades covered by these Bid
Conditions, including circulation of minority contractor associa-
tions.
Action We shall solicit bids for subcontracts from available
minority subcontractors engaged in the trades covered by these
Bid Conditions, including circulation of minority contractor
associations.
ra
r+
I
ti
e
t
THIS AGREEMENT , made and entered into this a/5rday of )btiu4�u . 19L5 ,
by and between THE CITY OF RENTON, Washington, a municipal corporation of
the State of Washington, hereinafter referred to as "CITY" and Renton
Corporation
Construction Co. , Inc. a Washington, hereinafter referred to as "CONTRACTOR" .
WITNESSETH:
(1 ) The Contractor shall within the time stipulated, (to-wit: within
n 30 calendar days from date of execution hereof as required by the
Contract , of which this agreement is a component part) perform all the work
and services required to be performed, and provide and furnish all of the
labor, materials , appliances , machines , tools , equipment, utility and
transportation services necessary to perform the Contract, and shall complete
the construction and installation work in a workmanlike manner, in connection
h with the City's Project (identified as L. I .D. 292 No. for improve-
ment by construction and installation of: Sanitary Sewers and Lift Station
All the foregoing shall be performed, furnished, constructed, installed, and
completed in strict conformity with the plans an.; specifications, including
0 any and all addenda issued by the City and the other documents here;nafter
enumerated. It is agreed and stipulated that said labor, materials , appliances ,
machines , tools, equipment and services small be furnished and the construction
W and installation he performed and completed to the satisfaction and approval
of the City's Engineer as being in such conformity with the plans, specifications
and all requirements of the Contract.
4
K
(2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of this agreemei,t, 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 nut attached, as if hereto attached:
(a) This agreement
(b) Instruction to bidders
(c) Bid proposal
(d) General conditions
(e) Specifications
(f) Maps and plans
(g) Bid
MAdvertisement for bids
Special contract provisions, if any
(3) If the Contractor refuses or fails to prosecute the work or any part there-
of, with such diligence as will insure its completion within the time speci-
fied in this contract, or any extension in writing thereof, or tails to com-
plece said work within s . h tirre , or if the Contractor shall be adjudged a
bankrupt, or if he should make a general assignment for the benefit of his
creditors , or if a receiver shall be appointed on account of the Contractor's
insolvency , or if he or any of his subcontractors should violate any of the
provisions of this contract, the City may then serve written notice upon him
and his surety of its intention to terminat_ 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 dnd satisfactory
arrangement for the correction thereof be made, this contract, shall , upon
the expiration of sa' d ten (10) day period, cease and determine in every
oy
respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surw+y and the Contractor and the
surety shall have the right to take over and perform the contract, provided
however, thet if the surety within fifteen (15 days after the serving upon
it of such notice of termination doss not perform the contract or does not
rd
commence performance thereof within thirty (30) days from the date of
serving such notice, the City itself may take over the work under the
contract and prosecute the same to completion by contract or by any other
method it may deem advisable, for the account and at the expense of the
Contractor, and his surety shall be liable to the City for any excess
cost cr other damage: occasioned the City thereby. In such event the
City if it so elect: may, without liability for so doing, take possession
of and utilize in completing said contract such materi .s, w4ichinery,
appliances, equipment, plants and other properties belonging to the
Contractor es may be on site of the project and useful therein.
(4) The foregoing provisions are 'n addition to and not in limitation of
any other rights or remedies available to the City.
(5) The Contractor shall held and save the City and its officers , agents ,
servants , and employees harmless from any an(.. all liability of any nature
or kind, including all costs and legal expense incurred by reason of any
work on the contract to be performed hereunder, and for, or on account of
any patented or ur.patentea invention, process , article or appliance mangy'-
factured for use in the performance of the contract, including its use by
the City, unless otherwise spe-i +ically stipulated in this Contract.
(6) Any notice from one party to the other party under the Contract shall
w , be in writing and shall be datea and signed by the party giving such notice
or by its duly authorized representative of such party. Any such notice as
heretofore specified shall to givan by personal delivery thereof or by de-
positing same in the United Mates mail , postage prepaid and registered.
r -
a'
(7) The Contractor shall commence perforr,,nce of the contract no later
than 10 days after the signing of 0" contract, and shall complete the
OP full performance of the contract not later than 30 _ working days from
tha date of comnencement. cor each and every working day of delay after
the established day of completion, it is hereby stipulated and agreed
that the damages to the City occasioned by said delay will be the sum of
Two Hundred Dollars ($200.00) , as liquidated damages
e for each such day, which shall he paid by the Contractor to the City.
F 8; Neither the final certificate of payment nor any provision in the
contract. nor partial or entire use of any installation provided for by
this contract shall relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work
and pay for any damage to other work resulting therefrom which shall appear
within the period of one (1) yec- from the date of final acceptance of the
wort; unless a longer period is specified. The City will give notice of
observed defects as heretofore specified with reasonable promptness after
discovery thereof.
(9) The Contractor and each subcontractor, if any, shall submit to the
City such scnedules of quantities and costs, progress schedules, payrolls,
reports, estimates, records and miscellaneous data pertaining tr the contract
as may be requested by the City fr time to time.
j (10) The Contractor shall furnish a surety bond or bonds as security for
the faithful performance of the contract, including the payment of all persons
r
H
,
i
n
(10) Continued
n
and firm, pertorming labor on the construction project under this contract
or furnishing materials in connection with this Contract; said bond to be
in the full amount of the Contract price as specified in Paraqraph il . The
surety or sureties on such bond or bonds must be duly licensed as a surety
in the State of Washington.
(11) The total amount of this contract is the sum Cr Twenty nine thousand
eight hundred eighty seven dollars and ninety two cents ($29,887.92)
, which includes Washington State Sales Tax.
Payments will be made to Contractor as specified the "general conditions"
of this contra t.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by its City Clerk and tho Contractor has hereuntn set his
hand and seal the day and year first above written.
CONTRr 'TOR CITY OF RENMI
A�A 7—t1AA,0-h1—
(� President Mayor
_
Secretary
,7C.eZe.�a.. CsH.s-T.a k.Tryc__�8. a Company/Corporation
CITY OF RENTON
SPECIAL PROVISIONS
SPECIAL PROVISIONS
The Special Provisions hereinafter contained shall be in addition or shall
supersede provisions of the Standard Specifications in conflict thereiwth.
DESCRIPTION OF W)RK
The work to be Ferforme� under this contract consists of furnishing materials,
equipmen', tool_ , labor, and other work or items incidental thereto (exception
any materials, equipment utilities or service, if any, specified herein to be
furnished by the City or Others) , an,' performing all work as required by the
co,itract in accordance with plans and specifications and Standard Specifications,
of which ar? made a part hereof.
Said work shall include installation of 8" concrete gravity sewer, 4" plastic
force main, and sewage lift station complete. 6" side sewers to be installed
where directed by the Engineer.
DATE OF BJD OPENING
Sealed oids will be received by the City of Renton. Washington, by filing with
the City Clerk, Municipal Building, Renton, Washington, until 2:00 P.M.
Pacific Standard Time, 1975 and will be opened and publicly read
aloud.
TIME OF COMPLETION
The Contractor is expected to diligently prosecute the work to completion in
all parts and requirements. The project shall be completed within thirty
(30) working days excludirg the day of stari..ng.
Provided, however, that the City Council shall have the right upon request of
the Engineering Department, City of Rento ., Washington, to extend the time of
completion of said work. No extension shall be valid unless the same be in
writing and accxrpanied by the written consent to such extension by the surety
on the bond of t;,c r:ontractor. Time lost in replacing improper work or material
shall not furnish any :-'ounds 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 failure to complete the work within the time required.
NONDISCRIMINATION IN EMPLOYMENT
Contracts For work under this proposal will em.ligate the Contractors and sub-
contractors not to discriminate in employment practices.
N011FICATION OF CONSTRUCTION
The Contractor shall notify all property owners along the construction area,
by mril , prior to construction. Naob; and addresses will be furnished by the
V
SPECIAL PRC IONS (Cont.)
NOTIFICATION OF CONSTRUCTION Continued
owner. The Contractor shall further notify each occupancy in persor, a minimum
cf three days prior to construction in front of each property.
L')URS OF WORK
The working hours for this project will be limited to week days furing the
pe .od from 8:00 A.M. to 5:00 P.M. , unless otherwise approved by the City.
EXCAVATED MATERIAL SPOIL AREA
All material designated by the Engineer to be wasted shall be hauled, dumped
and spread at the locations selected W the Engineer.
WASTE SITE FOR OTHER MATERIALS
The Contractor shall conform to Section 4.06 of Standard Specifications in
regard to waste sites.
The Contractor shall have the respnngibility of obtaining his own waste site.
All work included in this section shall be considered to Je 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 the Contractor
in a manner as described below:
The Contractor shall be prepared to use water trucks, power sweepers, and
related equipment as deemed necessary by the City Engineer to alleviate the
problem of lost spoils along the route. Prompt restoration of the route is
mandatory.
DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within the
project limits and on any street whi0 is utilized by his equipment for the
duration of the project. The Contractor shall be prepared to use watering
trucks, power sweepers and other pieces of equipment ad deemed necessary by
the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incid^ntal to the project, and no
compensation will be made for this section.
Complaints on dust, mud or unsafe practices and/or property dar,age to private
ownership will be transmitted to the Contractor and prompt action in correct-
ing will be required. Written notice of correction of complaint items will
be called for should repetitive compla is be received by ,he City.
STATE SALES TAX
v Five and three tenths (5.3%) percent Washington State Sales Ta.; shall be a
separate bid item.
SPECIAL PROVISIONS (Cont.)
SURVEYS
^ Section 5.06 of the Standard S�ecificatons shall be amended by the addition
of the following sentence: "The Contractor shall notify the Engineer a mini-
mum of 48 hours in advance of the need for surveys."
OVERTIME. FIELD ENGINEERING
^ When the Contractor performs construction, wort: over the accepted eight (8)
hours per day or forty (40) hours .er week, or on any City holiday, and
the work requires insepction, then the Contractor shall reimburse the City
at the rate of $12.00 per hour. The City shall have the sole authority in
determining the necessity �f having the cvertime inspection, and shall notify
the Contractor of intent and said costs will be deducted from monies due the
Contractor on each monthly estimate.
DELIVERY OF TICKETS
All delivery tickets that are required for the purpose of calculating quantities
for payment must be received by the Engineer at the time of delivery. No pay-
ment will be made on tickets turned in after date of delivery of material .
a. By Truck
Payment will not be made for delivery tickets which do not show type of
material , gross weight, tare weight, truck number, date, and inspector's
initials.
Scale certification shall be submitteu as eirly in the project as possible.
Each weigh station shall maintain a record 3f the truck number, time, date
and weight of all trucks providing material to the project. The weight
�4 list 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 Means
M
Method for measurement and payment for material brought to the site by any
other means will be determined by Contractor - Owner agreement before award
of contract.
SIZE, WEIGHT, LOAD RESTRICTIONS
w
All motor vehicles of the Contractor, Subcontractors, and supoliers shall
strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of
Washington (1967 Edition and amendments thereof) in regard to size, weight,
and loads of motor vehicles.
rr Payment will not ha made for any material that is delivered in excess of the
legal weight for which the vehicle is licensed.
Any gross violation of these regul?tions shall be reported to the affected
law :nfurcement agent.
w
y ,
,
SPECIAL PROVISIONS (Cont.)
SIZE, 'WEIGHT, LOAD RESTRICTIONS (Cont.)
The Contractor is to furnish .o tie City Engineer a listing of all haul
vehicles used on this project, listing the vehicle number, license number,
tare weight and licensed load limits.
SUBCONIRA.CTORS AND SUPPLIERS
A list of subcontractors and suppliers that will be involve' with this project
shall be given to the Engineer for his review and approval immediately after the
contract has been awarded. This list must be received by the Engineer before
the contracts may be signed.
CHANGE ORDERS
All additional wurk that requires compensation to the Contractor for items that
prices are not included in the contract shall require a written change order
before work ,nay be done.
The Contractor shall be responsible for acquiring the necessary change orders
that ore required by any of his subcontractors.
CONSTRUCTION CONFERENCE
Prior to the start of construction, the Contractor, Engineer, all subcontractors,
Utility Department, Telephone Co,npany and other interested Departments shall
attend a preconstruction conference, time, place and date to be determined after
awardance of the contract. Subsequently a representative of the Contractor will
attend a weekly conference to review progress and discuss any problems that may
be incurred. The time, place and date to be established at the preconstruction
conference.
FIELD OFFICE
Field Office
The Contractor shall provide a field ffice with heat, lights, and telephone
in a central location on the job site it the use of the Engineer. The
field office should be of sufficient size to accomr>odate the inspector and
one or two additional personnel ; so as to discuss the plans or problems tnat
might arise during construction.
Sanitation facilities should be provided in the area of the fi-1d office to
conform with ection 7.22 of the Standard Specifications.
oa
All expenses incurred in supplying mentioned office shall be considered
incidental to the project.
LINES AND GRADES
a The Engineer shall have the right to make reasonalbe change in the grades as
they are shown on the drawings. Gs-ades will be established in the form of off-
set stakes at distances not greater than 50 feet, set in advance of the work.
I ^
SPECIAL PROVISIONS (Cont.)
LINES AND GRADES t_-1
Whenever work is ogress, the Contractor shall have in his employ a man
competent to set r boards or other construction guides from the line and
grade stakes given uy the Engineer.
Such employees sha'.1 have the duty and resoonsibiiity of placing and maintaining
i :h construction guides. Batter boards set with an engineer's level shall be
used for all lines set on a grade of 0.50% or less, at least three sets of batter
boards shall remain in place during pipe laying opc ations. If, through the
Contractor's negligence, any stakes shall be destroyed and required resetting,
a sum shall be deducted frog the Contractor's final payment equivalent to the
extra cost in engineering required for such replacement.
The las4r method of establishing grade may be used providing:
1 . Request for use, equipment and method of operation are submitted for City
review and approval, at least 5 days prior to use.
2. Grades are checked at least onct every 50 feet and at least 3 times daily
by conventional methods.
3. Proper anchoring of pipe is performed in lccations where a box is being
used for excavation.
The Contractor shall arrange his work to allow u reasonable time for the setting
of stakes for the next phase of his operation to prevent work, delays while wait-
ing for construction guides.
EASEMENT AND RIGHTS-OF-WAY
The Gwner will obtain all easements and franchises required for the project.
The Contractor shall limit his ;aerations to the areas obtained and sha',',
not trespass on private property.
LAND PROVIDED BY CONTRACTOR
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
construct all access roads, detour roads, or o' ,,�r temporary works as required
by his operations. The Contractor shall confine his equipment, storage of
materials and operation of his workmen to those areas shown and described and
such additional areas as he may provide.
RESTORATION OF STRUCTURES AND SURFACES
General . All construction work under tni: rontract on easements, right-of-way,
over private property or franchise. shall be confined to the limits of such
easement, 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
Lie left open during weekends or holidays and trenches shall not be left open
for more than 48 hours.
s
V ,
i
SPECIAL PROVISIONS (Cont.)
RESTORATION OF STRUCTURES AND SURFACES Cont.
b. Structures. The Contractor shall remove such existing structures as may be
necessary y for the performance of the work and, if required, shall rebuild the
structures thus removed in as good a condition as found with minimum require-
ments as herein specified. He shall also repair all existing structures which
may be damaged as a result of the wor.� under this contract.
c. Easements - Cultivated Areas and Other Surface Improvements. All cultivated
areaseither agricultural or lawns, and other surface improvements which are
damaged by actions of the Contractor shall be restored as nearly as possible to ,
th it original condition.
Prior to excavation on an easement or private right-of-way, the Contractor
shall strip top soil from the trench or construction area dnd stockpile it
in such a manner that it may be replaced by him, upon completion of con-
struction. Ornamental trees and shrubbery shall be carefully removed, with
the earth surrounding their roots wrapped in burlap and replanted in their
original positions within 48 hours. All shrubbery or trees destroyed, or
damaged, shall be replaced by the Contractor with material of equal quality
at no additional cost to the Owner. In the event that it is necessary to
trench through any lawn areas, the sod shall be carefully cut and rolled
and replaced after the trenches have been backfilled. The lawn area shall
then be cleaned, by sweeping or other means, of all earth and debris.
The Contractor shall use rubber wheel equipment similar to the small tractor
type backhoes used by side sewer Contractors for all work, including excava-
tion and backfill , on easements or rights-of-way which have lawn areas. All
fences, markers, mail -oxes, or other temporary obstacles shall be removed by
the Contractor and immediately replaced after trench is backfilled in their
original position. Iie 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 this Contract on easements, right-of-way over
private property or franchise shall be confined to the limits of such
easements, right-of-way or franchise. All 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 left open durinc weekends or holidays, and trenches shall not
be left open for more than 4o hours.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be
restored to its original condition or better. The original condition shall
be established by photographs taken and/or inspection made prior to construction.
All such work shall be dcrie to true stalsfaction of the property owners and the
Owner at the expense of the Contractor.
d. Streets. The Contractor will assume all responsibility for restoration of
the surface of all streets (travelled ways) used by him and damaged.
SIDE SEWER POLICY
No side sewers will be installed until such time as that section of the main
-ewer pipe line to which the side sewers are to be connected has been tested
er
SPECIAL PROVISIONS (Cont.)
SIDE SEWER POLICY (Conte
by the Contractor and a memorandum of approval for such section has been
issued by the Owner.
The Contractor and the Owner understand and agree that following the issuance
by the Owner of a memorandum, which memorandum approves a specified section of
the main pipe line, the Owner may authorize any side sewer contractor, duly
licensed by the Owner, to install and connect (and test) one or more side sewers
to any skjrh approved main pipe line. After the first side sewer is actually
connected to the main pipe line, the Contractor shall not be held responsible
for any foreign matter, debris, mud, and sewane which reaches the main pipe
line within, a previously approved section. However, the Contractor is in no
way relieved from the responsibility and guarantee hereinbefore and hereinafter
set fora, for materials, workmanship and repair to contractor-installed pipe
line and appurtenances.
It is further understood anc agreed that during the Contractor's guarantee
t period if there are any indications of failure of the main pipe lire or one
or more side sewers, the burden of proof .s to whether the failu-e is within
the main line or the side sewer or sewers, shall rest with the Owner;
provided, however, that if any investigation of such failure conducted by
the Owner discloses that such failure is on the main pipe line, the Contractor
shall make repairs and promptly reimburse the Owner for actual cost of such
investigation.
LIQUIDATED DAMAGES
Liquidated damages for failure to execute the contract as specified and in
accordance with Section 8.08 of the Standard Specifications will he assessed
as follows: Two hundred dollars (E200.00) per working day plus cost of
inspection, supervision, legal expense and court costs incurrrd beyond said
date. The cost of additional inspection and supervision shay. be an amount
equal to actual salary cost plus one hundred percent (1001) for overhead.
TRAFFIC MAJNTENANCE AND PROTECTION
The Contractor shall make provis' >ns for handling the local traffic or is
which are being subjected to the installation of sewer lines.
The Contractor shall be required to maintain the routes which are used by his
equipment to and from the project area.
The Contractor shall place and maintain, during the construction, sufficient
quantity of proper lights, barricades, and flagmen as may be deemed necessary to
maintain the flow of tra`fic. If the Contractor shall fail to maintain sufficient
lights and barricades in the opinion of the City Engineer, the City shall have
the right to provide these lights and barricades and deduct such costs from
payments due to the Contractor.
REMOVI�,,4 TRAFFIC AND STREET SIGNS
The Contractor shall be responsible for maintaining and preserving all traffic
and street signs. In the event it shall be necessary to remove or move the
SPECIAL PROVISIONS (Cont.)
REMOVING TRAFFIC AND STREET SIGNS Cont.
location of a traffic or street sign, the Contractor shall notify the
Engineer of all changes made. All signs removed shall be collected by
the Contractor, who shall then notify the Engineer to have the Traffic
Division remove these signs from the project site to the City yard.
When work has been completed, and prior to said area being opened to traffic,
the Contractor shall notify the Engineer who shall have the Traffic Division
replace all signs necessary.
The Contractor shall be responsible for the replacement of all signs lost or
damaged due to his neglect.
SALVAGF
All salvage material as noted on the plans and taken from any of the discarded
facilities shall , at the Enginee^'s discretion, be _arefully salvaged and
delivered to the City Yard.
Any cost incurred in salvaging and deliverinn such items shall be considered
incidental to the project and no cc.npensation will be made.
AWARDING fF CONTRACT
Awarding of contract will be based on total sum of all schedules of prices.
No pa tial bids will be accepted.
` TECHNICAL PROVISIONS
(SCHEDULE A)
MOBILIZATION
The lump sum price shall provide compensation For costs incurred by the
Contractor for moving equipment to the job site, securing suitable storage
({ areas, providing a field office with telephone, providing sanitar,/ facilities
for the workmen, rotating equipment during the project, aid removing all equip-
ment and facilities from the project area upon completion.
The lump sum price for mobilization shall be full compensation f. • all labor
and equipment, and all other costs necessary for the contractor to perform
mobilization as specified. Partial payment for this item will be paid only
when the Owner determines that sufficient progress of the project warrants
such payment.
CLEARING & GRUBBING
The lump sum price for this item shall be full compensation for all labor and
equipment required to remove from the site all trees, brush and items of a
similar nature w'ri, h must be eliminated in or3,r to install the sanitary
sewer pipe and all appurtcnrnces. The disposa, of all material shall be the
complete respon_ibility of the Contractor. Any salvageable material rhall be
the property of the owner and shall , upon removal , be immediately loaded and
hauled to the owner's designated yard and thifre shall be carefully unloaded
and neatly stacked cr 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 no burning on the job
site. The Contractor shall be responsible for all arrangements, maintenance,
and clean up of all disposal sites required for the disposal of all inflammable
and other waste material .
There will be no payment for overhaul for aiy bid item or portion thereof in
these contracts. All bid items either dealing direktly with, or implyinq
movement of, any material to or from the project area or in the project area
itself, are hereby understood to include full payment for all mov�,ment of
material .
The unit price for clearing and grubbing shall include all costs of labor,
equipment and all incidental costs in connection with clearing and grubbing.
TRENCH EXCAVATION AND BACKFILL
The Contractor shall supply the trench within the limits and to the depths
and width and location as specified on the "!ans. All trench excavation and
backfill shall be constructed in accordance with Section 61 of the Standard
Specifications except as modified herein.
Unless otherwise specified, any method of excavation within the work limits
shown may be employed which, in the opinion of the Contractor, is considered
best.
f
Ir
TECHNICAL EROVISIONS (Continued)
TRENCH EXCAVATION AND BACKFILL (Cont.)
Where, in the opinion of the Engineer, the undisturbed condition of the
natural soils below the excavation grades indicated or specified as in-
adequate for the support of the planned structure and/or sewer line, the
Owner shall direct the Contractor to overexcavate to adequate supporting
soils and refill the excavated space with foundation material , and/or
select backfill as required.
Should the excavation be carried below the lines and grades indicated on the
drawings be�.ause of the Contractor's operations, the Contractor shall refill
such excavated spa:p to the proper elevation with acceptable Material at the
Contractor's expense. Should the natural foundation soils be disturbed or
loosened because rr the Contractor's operation:, they shall be recompacted or
removed and the space refilled as directed at the Contractor's expense.
Excavation shall extend a sufficient distance from walls and footings to allow
for placing and removal of forms, installat'on of servic, - and for inspection.
except where concrete is authorizes to be deposited directly against excavated
surfaces.
Except s permitted by the Owner, the trench at the end of the day shall net
be excavated to final grade more than one pipe lenqth in advance of pipe
lavinr„ nor left unbackfilled to the top of the ,o'tiai backfill fcr more
than two pipe lengths after the pipe has been laid. For each complete pipe
laying operation, the maximum distance from completed subsequent backfill
to the most advance point of excavation shall not be greater than 300 feet
unless otherwise shown.
Banks of the trench more than four feet deep shall be shoed or sloped to
the angle of repose where a da,,ger of slides or cave-ins exist as a result
of excavation.
Unless otherwise specified excess excavated material unsuitable for backfill
shall be disposed of by the Contractor at acceptable site. At those locations
where rock, hardpan or cemented gravel are encountered shall be considered
as part of the trench excavation and will be included in the unit Lr'ce for
the applicable type of trench.
Thy Contractor shall provide two different types of trenches as described
below:
Trench Excavation and 3ackfill - Type I shall consist of trench excavation
within the limits specified above, Class "B" bedding and backfill with
excavated :ranch material unless select imported backfil', material is
ordered by the Erginee .
The unit bid price for trer.:h and backfill - type I - per lineal `pot
shall be full compensation for tuavdting, laading, placing, tam it ,
.baulin9 or otherwise disposinq,pf material as directed by the Engineer
and all incide-tal costs necessary to accomplish the work as specified.
T^ench Excavation and Backfill - Type II shall consist of trench excavation
througn roadway section within the limits specified, Class "B" bedding, and
backfill with excavated trench material .nless select imported material is
w
TECHNICAL PkOVISIONS (Continued)
TRENCH EXCAVATION AND BACKFILL (Cont.)
ordered by the Engineer. The compacted backfill material shall be brought
to a point 10 inches below existing pavement grade. The 5,ha.11
be filled with 6 inches of crushed surfacing conforming to the requirements
os Section 23 of the Standard Seer fication and 4 inches of asphalt concrete,,
Class "H_, conforming to the requirements of Section 34 of the Standard
Specifications.
The unit bid price for trench and backfill - type II - per lineal foot shall
bN full compensation for cutt'ng existing asp pit pavement to a depth as
may be required to .: fect a un, form break, trench excavation, loading,
placing, tamping an, aauling or otherwise disposing of material as directed
by the Engineer, r storb,tJ,Qn• ,,gJ asphalt pavement and all incidental
costs necessary to accomplish the work as specified.
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 maintaining
required excavations, the difficulties which may arise from subsurface
conditions, and of doing any other work affected by the subsurface conditions
and shall accept full responsibility.
Extra compensation will not be made for -be adverse co-'itions that may be
encountered.
REMOVAL OF PRIVATL PROPERTIES
Removal and replacement of private properties sh:'l be assigned as the
Contractor's responsibility to restore private prui.erties to property
owner's satisfaction. This is not to be considered as new replacement,
but only restoration of existing i'acilities, in case of damag, by con-
tractor or restoratiun caused by necessity of removal .
Such removal and r- �Iacement will be considered incidental to the project
and no compensation 4 11 be made.
+ FOUNDATION MATERIAL
Foundation material shall be placed as outlined in Section 61-3.03 cf the
Standard Specifications except as herein amended.
Where unsuitable idterial has been removed by over-excavation, .t the
w direction of the owner, the replacement material shall conform to the
grading as sdeciiied•ir. bection 37-2.02C3, Grading No. 3 of the Standard
Specifications.
Prior to installation of bedding and pipe, the trench bottom shall be brought
to grade as indicated with the typ: of material specified above, and stabilized
+r as necessary, to 'provide a foundation capable of supporting the r ne in its
proper position.
Foundation material shall be paid nnly to the limits of the allowable trench
w
r '
i
TECHNICAL PROVISIONS (Continued)
FOUNDATION j�TERIAL (Conte
width at the top of the p'pe as outlined in Section 10 - Select Trench
Backfill of these technical provisions.
The unit price bid per 'ton for foundation material shall be full -ompensation
for all labor, materials, equipment and all incidental costs, including the
over-excavation of unsuitable material Ted the procurement, placing and com-
pacting of the foundation material .
GRAVEL FOR PIPE BEDDING - CLASS "B"
Gravel for pipe bedding (pea gravel) shall have 100% passing the U.S. Standard
3/4 inch opening and not more than 3% will pass the U.S. N-. 200 (wet sieve) ,
0-8% will pass the U.S. No. 8 sieve and 95-10C" will pass the U.S. Standard
2/8 inch opening with a minimum sand equivalent of 50.
Gravel for pipe bedding shall consist of crushed or naturally occurring
granular material from sources selected by the Contractor. The source and
quality of material shall be approved by the Engineer.
Class "B" beading shall conform to Section 61-303.B2 of the Standard Specifica-
tions: .
Pi;,e bedding material shall be placed to a depth of a" below bottom of pipe
and extending "o spring line of pipe.
The bid price for bedding gravel per cubic yarJ in place sha'.i be full
compensation for selecting, transporting, implacement, and comnactinq the
beddin grave ; . No fur':her compensation will be made.
SELECT TRENCH BACM LL
Select trench backfill for the :)ipe shall consist of crushed or naturally
occurring granular material from sources selcc*:ed by *he Contractor. The
source and quality of the material shall be subect to approval by the
Engineer. Select trench backfill shall meet requirements for bank run
gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifi-
cations.
The horixonta limits for measu•ing select trench backfill in place shall
be the side of the excavation e.,:cept no payment will be made for material
replaced outside of vertical pl .nes, ?.5 feet outside of and parallel to
the barrel of the piK and not .he bell or collar.
+r
No work shall be coverci until '.t has been examined by the Engineer. The
earth wh ,cn is filled around the pipe and to a depth of six (6)
inches over the top cf pipe shall be free cf r,.oks greater than two (2)
inches in diameter This matey at shall be hand tamped most meticulously
so as to oitain the hignest den:.ity possible. The remainder of the trench
�. shall be hackfilled in uniform ' ayers, not to exceed 12" in depth, and it
shall b )mpacted to 90% optimum jsing a vibratory compactor.
H
TECHNICAL PRUVISIONS (Continued;
SELECT TRENCH BACY,FILL (Cont.)
To prevent cracking of pipe when using a vibratory compactor the first
two (2) lifts of backfitl shall be installed and comnacted with extreme
care.
Any excavation in excess of the above requirements shall be replaced with
the native material or select trench backfitl as directed by the Engineer
and at the Contractor's expense.
Select trench back-fill shall be paid for by the cubic yard in place.
CONK-i,TION TO EXISTING MANHOLE
Where shown on the plans, new drain pipes shall be connected to existing
manholes. The Contractor shall be required o break into the structure,
hape the new pipe *o fit, rvorout the opening in a worlmanlike manner,
and channel the connection so as to form a smooth transition of water flow.
The unit pri . bid for each pipe connection to an existing manhole shall be
full compensation for all labor, equipment, material , excavation and all
incidental costs necessary to complete connection and no further compensation
wi'.l be made.
SEWER PIPE
Concrete Pipe
Non-reinforced concrete pipe shall confor•+ to A.S.T.M. designation C-14X,
Table II (extra strength) except as otherwise provided. Joints shall be
manufactured for use of Brant Rubber Gaskets or enial .
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, 61 and 65 of the Standard Specifications except as modified herein.
Four (4) inches of bedding material shall be required under all sewer pip !.
Bedding material shall be the same material as described in these technical
provisions.
Section 61-3.05 shall include the followira: The hand-placed backfitl
around the pipe and _o a point, six inches above the crown shall be
foot-tamped until it is unyielding. The remaining backfitl , whether
native material or select backfill , shall be mechanically tamped with
hand-operated mechanicol or pneumatic tampers.
All excavation, placing of pipe, and br.ckfil"ng 11 be dona, in accordance
with State of Washington Safet%, Stanuards *o C. action Work, Part C,
of Vne latest edition.
The unit price per linear foot shall constitute complete compensation for
all labor, material , fittings , tools, and equipment necessary for its
installation; including excavat'.en, placing of pipe, and mechanically
.amping the backfill material . Nu f�:rther compensation will be made.
TECHNICAL PROVISIONS (Continued)
SEWER PIPE (Continued)
4" Plastic Force Main
a. Raw Materials. The pipe and fittings shall be made of white Poly
(VinT ChTori a PVC plastic which shall meet the requirements for a
12454-B compound. The minimum physical properties and chemical resis-
tance of the PVC compound shall meet the requirements of ASTM-0-1784 as
follows:
Minimum Physical Requirements of the PVC. Can ourd
Property Value and Unit Method of Test
I Base Resin (1 Poly Vinyl Chloride
II Impact Strength ,2; 0.65 ft-lbs/in. of notch ASTM D-256
III Tensile Strength (4) 7000 p.J ASTM 0-638
IV Modulus of Elasticity (5) 400,000 psi ASTK, 0-638
Deflection Temperature (4) 158" F ASTM D-648
Under Load of 264 psi
Flammability Self-Extinguishing ASTM D-635
Chemical Resistance of the PVC Compound
H2SDQ (93%) - 14 days immersion at 550 + 2'C
Change in Weight:
Increase Maximum Percent 5.0
Decrease Maximum Percent 0.1
Change in Flexural Y ld Strength:
Increase Maximw. ercent 5.0
Decrease Maximum Percent 25.0
ASTM Oil No. 3 - 30 days immersion at 230 ± 2°C
Chalige in Weight:
Increase Maximum Percent 1 .0
Decrease Maximum Peg^ent 1 .0
Specimens washed in running water and dried by an air blast or other mecharical
means shall show no sweating within two hours after removal from the acid bath.
b. Dimensions and Classifications. PVC pipe for forced sewer mains shall be
manufacture by a cort�Tnuous extrusion prr ss. The pipe sW 1 be— in Classifis
�atjon 50R_Z6. The pipe shall meet the requirements of ASr D-2241 , Poly-
vinyl Chloride) PVC'Plastic Pipe."
c. Pipe Marking. PVC Forced Sewer Main Pipe ;hall be marked at intervals of
no greater than five feet. The markings on SDR-26 shall be as follows:
(1) (Brand Name) Qeal�ty
(2) Nominal Pipe Size
(3) PVC-12454-B
4 SDR- (Number)
TECHNICAL PROVISIONS (Continued)
SEWER PIPE (Continued)
4" Plastic Force Main (Cont.)
(5) Appropriate ASTM Number
(6) Working Pressure
7) Lxtrusion Code
d. Tren_ chi_ng. The width of the trench at any o)int below the top of the
pipe s a,T not be greater than that necessary to provide adequate room for
connecting the pipe and compacting the sidefills. Final triuming and gradinq
of the trench bnttom shall be done manually.
Trenches in rock or soil containi.ig large stones shall be over-excavated by at
least two inches and refilled to grade with a select stable material as
approved by the Engineer.
e. Foundation. Unstable soil conditions may be encountered when trenching
below grounUwater level . The bottom of the trench shall be stabilized before
laying the pipe. This is usually accomplished by lowering the water table
twelve inches below the trench bottom and/or over-excavating Lte trench
bottom and brirjing it to grade with a stable material .
f, Eedainq. Bedding shall be Class "B" in accordance with Section fit- +,0?R2
of the Standard Specifications.
Bedding material shall consist of clean, granular, unfractured pea nravel of
which 1nO percent will pass the U.S. Standard 3/4 inch opening. No crushed
materia'. shall be used.
g, Layiinq of_Pi_pe. Lay pipe to grade on bedding and dig a ` ell hole in the
bedd ni oor tlie-Vulcan Coupler, deep enough so that tie barrel of the pipe will
rest on the bottom of the trench. The gasket and spigot end of the pipe shall
be wiped clean. Stretch the gasket and then insert it into the gasket race.
Lubricate both male and female ends of the pipe freely with a lubricant fur-
nishad by the pipe manufacturer.
The spigot shall be inserted into the coupler until it touLnes the gasket,
^ked out approximately one inch and properly aligned, then pushed home
U, 1 it seats. (A swinging stab is not a recommended procedure for making
a joint.) Some i nts may require baring to seat the joint, if so, a block
shall be uses to protect the end of the barred pipe. The pipe shf0 l be laid
with the coupling facing upstream whenever possibl, T,ie coupling shall rest
`n the bell hole.
h. Haunching. A stable material shall be placed under the pipe haunches and
up to the springline in uniform layers not exceeding six inches in depth. When
bedding is required, the same material should be used for both oedding and
haunching.
I . I 'tial Backfill . Stable material , free of rocks and stones, shall be used
to bac J_i) the trench from the springline of the pipe to a puint at least ;ix
inches above the top of the pipe.
N" .: Each layer of bedding, haunching and initial backfill shall be p'.ac�a,
TECHNICAL PROVISIONS (Continued)
SEA`ER PIPE (Continued)
4" Plastic Force Main Cont
then carefully and uniformly compacted to 65% standard Proctor
deristy for an E' of 300 PSI or 90% standard Proctor density for
an E' of 700 PSI .
Jetting may be used as an alternate method for compacting the initial
backfill where both the natural ,,oil and the backfill material are
free draining, and soil densities of less than 90% are r?ouired. In
this case the initial backfill is hang-placed to approximately twelve
inches over the top of the pipe, and water is flushed into the trench
4y inserting a doze nozzle to the trench bottoi at ten foot intervals.
Jetting shall continue until the fill is completely settled. The
quantity of water shall be regulated such that the trench does not
become inundated to such extent that it will cause the pipe to float.
Extra fine sand, clay, silt or large soil lumps shall not be a'lowed
as bedding, haunching, or 4nifial backfill material .
j. Backfill . The remaining backfill over the top of the initial backfill
shall b'e placea in accordance with contract specifications.
k, -esting. After backfilling, the pipeline shall be tested for leakage.
The naximum allowable infiltration or extiltration, me_sured by tests of
sections between mar,.ioles, shall mt exceed '_5 gallons per inch of pipe
diameter per mile per twenty-four hours.
1 , k;onnecting Joints. Four inch SI,R-26 PVC Gravity Sewer Pipe and Forced
Main sewer pipe she lhave joints utilizing the ASC Vulcan rubber gasket for
sealing.
m. Coupling an! Spigot Ends. PVC sewer pipe with solvent cemented joints
shalll hhave an 1ntjtral be1Ted coupler on one end. PVC plastic sewer pipe
with rubber gasket shall have the ASC Vulcan Coupler on one end.
The gasket shall "it snugly into the space betweer a underlapping spigot
end and the gasket race to form a flexible watert•. t seal . The Vulcan
gasket shall be the sole element depended upon to make the joint flexible and
watertight.
Each male end shall be beveled to facilitate joining the pipe ti,gether.
n. Gasket Specification. The F " Vulcan Gasket shall meet specifications
define
&in AS�t �b6�wo820 ane ASTM 2000-AA625, and can meet requirements
of ASTM-D•1869.
Tue surface of the rubber gasket (elaston : ,"I) _ all he smooth ,nd free
from pits, cracks, blisters, air marks or a;iy other -perfection that would
affect its behavior ir service.
Gaskete. shall ve an average cross sectional area of 0.34 sq. in. The cross
sectiunal arcas shall have a tolerance of + 6 percent.
TECHNI AL PROVISIONS (Continued)
SEWER PIPE (Continued)
4" Plastic Force Main (Cont.)
0. Pipe Len ths. Pipe shall be ten or twenty foot laying lengths. Non-
stan ar en,tFs are subject to spacial inquiry.
p. Fittings. Fittings, such as saddle outlet , elbows, tees, wyes, etc. ,
shallYe of the same material ano compatible i• construction to the adjacent
pipe.
q. Installation. Installation procedures shall m t the requirements
specified +n 1�STM-D-2321-72.
The unit bid price per linter foot for 4" plastic force main shall constitute
complete compensation For dll labor, material , fittings, tools . and equipment
necessary for its .nstallation; including placing of pipe and mechanically
tamping the backfili n-atrrial . No further compensation will be made.
LIFT STATION
Duplex Sewage Pump
The Contractor shall furnish and install , as shown on drawings and as described
in these specifications, two Pac°fic 4 "AN" Type NCD. bea" duU aulomat:,c
duplex non-clog sewage pumps or approved equal , each pump having a capacity
of 200 gallons per minute against a total head of 40 feet. Pumps are to be
of length sui*able for a sump 6 feet deep.
Each pump shall be equipped with enclosed, non clog type, cast-ire, Impeller,
capable of passing 3 inch diameter spheres, securely locked to renewable stain-
less steel sub shaft, .:ch in tern shall be locked to pump shaft. Pump casing
sha:l be of clo ned cast-iron and suspended from ind'vidual ub-plate by
standard weight pipe columm with machined flanges, i.suring perfect align-
ment between pump .,sing and motor. Pump rain shaft shall be high carbcn steel ,
tested on centers in lathe for true running.
Each pump shaft, impeller, and coupling shall be carried by grease-packed deep-
grooved, self-aligning radial thrust ball bearing in dust-proof housing machined
in motor support base. Pumps shall have double bracket construction with bearing
eleveted above the cover plate. 8:ttora column bearing at pur.p shall be cutlers
rubber bearing. Pump column shall be provided with renewable grease lubricated
bronze sleeve intermediate bearing as required, ;th grease piping connection to
sub-plate. Discharge pipe shad be provided ,Lcw>en pump and sue-,,':.te, and
rigidly locked to sub-plate.
Each pump shall be direct con•-.ected through flexible coupling to a 5 H.P. vertical ,
drip-proof, ball bearing motor, mounted on combination motor support stand and
bearing housing. Motor shall be 208 vole or z3ui460 volt, 3 phase, 60 cycles,
not over 1750 R.P.M. Motor shall have ample capacity to deliver the capacity
and head specified, on continuous duty, without being loaded beyond a service
factor of 1 .0. Motor windings shall be epoxy treated for moisture protection.
Sump main cover shall be gas tight ole for a sump diameter of 72 inches,
provided with 36" 0 manhole wi:,i h steel cover, and with flanged vent
connection.
TECH*„CAL PROVISICNS (Continued)
L:FT STATION (Continued)
0� lex Pump Control
The Contractor shall be required to furnish and install a PACO Type EMA
Pump Panel , or approved equal , with sealed-contact PVC regulators in sump
for automatic control of one two pumps and alarm circuit. Panel s,_ll be
NEMA 3, weather tight (tamper proof switches) , for pole mounting, 115 volts,
60 cycle, 3 phase, and shall include a magnetic-starter with rerload pro-
tection and under-voltage release for each motor, Circuit breaker disconnec�
switch for each motor, automatic electric alternator, hand-off-automatic
selector switch for each magnetic starter, high water alarm, pump running
lights, running time meter, and alarm silencing button. Regulators shall be
equ'pped with 20 feet each of electric cable.
Regulators
The regulators as shown on the Standard Drawing shall be installed to the ele-
vations shown on the standard Drawing.
The regulators designated as F-1 , F-2, F-3, F-4 shall be °urther Oefined as
the following:
F-1 Both pumps off
F 2 Lead pump on
F-3 Lag pump on
F-4 High water alarm
w
The lump sum bid for Lift Station complete in place shall be full compensation
for all necessary labor, material , equipment, testing, and all other costs for
work as specified and necessary to complete Lift Station as shown, including
service pole, conduit, and necessary trenching as shown on the plans.
TESTING "OR ACCEPTANCE
'he method used for testing the sewer pipe for acceptance shall he Low
Pressure Air Test. Refer to table in this document. If additional infor-
mation is required, see Section 62-3 of the Standard Specification.
p 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.
°Specificatior. Designation
AR-4000
Absolute Viscosity @ 1400 F poise 3000-5000
Kinematic Viscosity @ 2%, F. CS. Hiii. 275
Penetration at 770 F, 100 g/5 Sec.. . Min. 25
• Percent of original penetration at 770 F, Min. 45
Ductility at 770 F. , CM, Min. 75
Yr
V
S TECHNICAL PROVISIONS (Continued)
ASPHALT CONCRETE CLASS "B" (Continued)
t
Test on OrigilL Asphalt
R
Flashpoint, pensky-Martens, Deg. F. , Min. 440
Solubility in Trichlorethylene 0. min. 99
Installation shall be any method determined by 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 roadway, and to prevent undue roadway
settlemert after contractor has completed contract.
The installation of asphalt concrete Class B for roadway restoration and all
incidental costs necessary to accomplish the work dS specified shall be
incidental to Trench Excavation and Backfill , Type 11, and no further com-
pensation will be made.
CRUSHED SURFACING COURSE-11L 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.
Where additional "fines" are required the Engineer may require 5/8" minus
crushed rock, meeting specifications, in lieu of 1-ij4" at no change in
price.
The unit 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 com,lete the work as specified.
PAVEMENT REMOVAL
The Cont- ::tor shall inform and satisfy himself as to the character,
quantity and distribution of all pavement removal . Removal of existing
uavement s",a11 covPa' all types and thicknesses of pavement. The contract
price per lineal foot for "trench excavation and backfiil" shall include
full compensation for cutting or line drilling, breakino and remcving all
types and thickness of pavement encountered in this project.
Neither separate nor extra payment of any kind will be made for stor;ng,
handling, hauling or manipulation of removed pavement.
COLD MIX ASPHALT PATCHING
Cold Mix Asphalt shall be placed and compacteu as directed by the Engineer.
The unit bid price for Cold Mix Asphalt Patching per ton will be full.
Y compensation for furnishing all labor, materials, and equipment -ecessary
to place patches to the satisfaction of the Engineer and no other compen-
sation shall be made,
v
TECHNICAL PROVISONS (Continued)
RESTORATION, FINISH AND CLEANUP
,• Restoration, finish and cleanup shall be performed in strict compliance with
Section 4.08, 57 and 68 of Standard Specifications.
q
A
M
is
M
V
V
� i
A
V
TECHNICAL PROVISIONS
(SCHEDULE B)
SIDE SEWFRS
The installation of all side sewers shall be performed as directed by the
Engineer. Upon approval by the Engineer., the Contractor shall install
4" side sewer from the existing 6" stub at the property line to connect
to the existing house plumbing.
Installation of side sewers snail be done in compliance with the Inter-
national l ociation of Plumbing and Mechanical Officials Uniform Plumbing
Code, 1967 rdition, unless otherwise directed by the Engineer.
The unit bid price per lineal foot of 4" side sewer shall be full compen-
sation for all labor and material necessary for excavation, backfill ,
placing of foundation material , layin of pipe, restoration and all in-
cidental costs necessary to complete the ,fob to the satisfaction of the
Engineer, and n: further compensation will be made.
to
b
I
A
CITY UI RLNIUN
GENERAL PROVISIONS
e
STANDARD SPECIFICATION
The Standard Specifications for Municpal Public Works Construction prepdred
by the Washington State Chapter ui' the Fvnericaa Public Works Assocl3tion,
f► 1969 Edition, shall be hereinditcr referred to as the "Standard Specifications"
and said specifications together with the laws of the State of Washington and
the Ordinances dvd Ch4rter of the City of Renton, so far as applicable, are
hereuy included in these Specifications as though quoted S th��Ir entirety
and shal-, apply except as ,mended or superseded by these Special Provisions.
i� A cop,, of these Standz.-d Specifications 1s on file in the office of the
Director of Engineering, Municipal Building, Renton, Washington, where they
may be examined and consulted by any interested Farty.
Wherever 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 node to the Engineer, such reference shall be construed to mean the
Director of Engineer, City of Renton, or his duly du*horized assistant or
assistants.
NOTE: The General Provisions hereinafter contained shall be in addition or
shall supersede provisions of the Standard Specif�catiors in conflict
+ therewith.
KADINGS
headings to parts, sections , forms, a icles and subarticl, iserted
for convenience of reference only and snall not af`:ct the etatlon
0 of the contract documents.
ORDER OF PRECEDENCE
Where conflicting information as to specifications is found ii the "Standard
Specifications," Plans and • )visions, the plans she?? hold over the "Standard
ar Specifications" and t'`c Provisions shall hold over both the Plans :.nd "Standard
Specifications".
FAILURE TO MEET SpECIFICATION5
In the event that any material or workmanship does not meet the requirements
qw or specifications, the City c>ay have the option to accept such material or
workmanship if the Director of Engineering deems such acceptance to be in thn
best interest of the price for said material
the City
negotiate payment Of a
lower unit
FIELD CHANGES
w
Any alterations or variances from the plans, except minor adjustments in the
b ein ti meet existing rovedtt nthehp"olic WorksSDerectorritorghisdrepresenta-
be instituted until app Y
w
SAN-1 LID 29-1CA, 5-161 4
Id NI HAI 1'RIIV I'.IIIN',
FIELD CHANGES (Cont. )
tives acting specifically upon his instructions. !n the event Of disagreement
Of the necessity of such changes, the Engineer's decision shall be final .
PROTECTION OF PUBLIC AND PRIVATE UTILITIES AND FACILITIES
The Contractor shall conform to Section 5.09 of Standard Specifications in
regard to protection of public and private utilities.
Location and dimensions shown on the plans for existing underground facilities
are in accordance with the best available infornation without uncovering and
measuring. The Owner does not guarantee the size and location Of existing
facilities.
It shall be te
blc ad private
companies havhngCutilities and/orofacilitiestinctheavicinitontct W. puofi
area. then
nconstruction
PUBLIC CONVENIENCE AND SAFETY
The Contractor shall , at his own expense, provide all signs , barricades,
guard>, construction warnings, and night lights in order to protect the public
.at all hocld fail torom maintalny as a sufficientlt of i operations.
lightsandbarricades in the opinion ofthe
Lnylneer, the City shall have the right to provide these lights and barricades
anJ deuuct such costs from payments due the Contractor.
PAYMENT TO THE CONTRACTOR
Payments to be made to the Contractor will be mode in the manner outlined in
S-coon 9 of the Standard Specifications. Payments shall be rrade in Cash
Warr ,.nts. Partial payments On estimates may be withheld until, d work progress
�+ schedule as described in these General Provisions has been received and approved.
SCHEDULING OF WORK
Section 8.01 of the Standard Specifications shall be deleted and the follow'ng
inserted:
w
Promptly after the award of the contract, the Contractor shall submit for
approval to the Engineer, a. progress schedule on a form furnished by the City.
From this information a progress schedule diagram will be computed, plotted and
a :O^y returned to the Contractor. Payment to the Contractor on any estimate
w may be withheld until such a schedule has been submitted and approved.
Should it become evident at 'any time during construction that operations will or
may fall behind the schedule of this first nrogl•am, Lire Contractor shall , upor.request, promptly submit revised schedules. the sm . form as specified herein;
settting out operations, ethods, and equicment, added labor forces or working
shifts, night work, etc. , by which time lost will be made up, and confer with the
N Engineer until an approved modification of the original schedule has been secured.
Further, if at any time any portion of the accepted schedule is found to conflict
with the contract provisions , it shall , JDon request, be revised by the Con-
tractor and the work shall be performed in c:vrlPliance with the contract provisions.
Wr
GLNI NAL Pkl1Y i',I UN% (U mt . )
SCHEDULINC OF WORK Cant.
Payments of any furtler estimates to the Contractor after such request is made
and until an approve( modified schedule has been provided by the Contractor mwy
be withheld. Execut on of '.he work according to the accepted schedule of
construction, or app -uved mcdificationS thereof, is hereby made an obligation
of the contract.
WAGE SCHEDULE
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 in accordance
with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations
of the Department of 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.
Inasmucn as the Contractor will be held responsible for paying the prevailing
wages, it is imperative that all Contractors familiarize themselves with the
currtnt wage rates before submitting bids based on these specifications.
In case any dispute arises as tc what are the prevailing rates of wages for
work of a similar nature and such dispute cannot be adjust d by the parties
in interest, including labor and management representatives, the matter shall
be referred for arbitration to the Director of the Department of Labor and
Industries of the state, and his decisions therein shall be final and conclusive
and binding or. all parties involved in the dispute as provided for by RCW
39.12.060, as amended.
The Contractor, on or before the date of commencement of work, shall file a
statement under oath with the Owner and with the Director of Labor and
Industries certifying the rate of hourly wage paid and to be paid each
classification of laborers, workmen, or mechanics employed upon the work
by the Contractor or subcontractor which shall be not less than the prevailing
rate of wage. Such statement and any supplemental statements which may be
necessary shall be filed to accordance with the practices and procedures by
the Department of Labor and Industries.
Prior to commencing w^_rk, each Contractor and each ano e,.ary ,ub.ahtractor
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 rate,
including fringe benefits, for each job classification to be utilized.
The wage rates thus filed will be checked against the prevailing wage
• rates as determined by the industrial Statistician of the Department of
Labor and Industries. If the wage rotes are correct, the Industrial
Statistician will issue an acknowledgment of approval to the Contractor
and/or subcontractor with a copy to the awardinu agency (Owner) . If
any incorrect wage rates are included, the Contractor and/or subcontractor
• will be notified of the correct rates by the Industrial Statistician and
approval will be withheld until a correct statement is received.
i
M
I
r
GCNLRAL PROVISIONS (Cunt. )
J WAGE SCHEDULE (Cont. )
Copies of wage rate approvals will be furnished the awarding agency, and
the Contractor (and the prime Contractor in the case of a subcontractor)
by the Industrial Statistician.
Each voucher claim submitted by a Contractor for payment on a project estimate
shall state that prevailing wages nave been paid in accordance with the pre-
filed Statement or Jtatements of Intent on file with the Department of Labor
and Industries as approved by the Industrial Statistician.
Affidavits of 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 two (2) copies of each affidavit are to be filed with the
Director of the Deaprtment of Labor and industries , Attention: Industrial
Relations Division, 1601 Second Avenue, Seattle. Whenever practicable, affidavits
pertaining to o particular contract should be submitted as a package.
PJBLIC LIABILITY AND PROPERTY DAMA E INSULONCC
The Contractor shall obtain and keep in force during the teen of the contract,
public liability and property damage insurance in companies and in form to be
approved by the City. Said insurance Shall provide coverage to the Contractor,
any subcontractor performing work provided by this contract, and the City.
The City shall be named as an additional insured on said policy insofar as the
work and obligations performed under the contract are concerned. The coverage
so provided shall protect against claims for personal injuries, including
accidental death, as wall as claims for property damages which may arise from
any act or omission of the Contractor, or the subcontractor, or by anyone
directly or indirectly employed by either of them.
The minimum policy limits of such insurance shall be as follows:
Bodily injury •.iability coverage with limits of not less than $100,000 for
bodily injury, including accidental death, to any one person, and sub.'ect
to that limit for each person, in an amount not less than $300.000 for each
accident; and property damage coverage in an amount of not less than $50.000
for each accident.
A copy of the insurance policy, together with a copy of the endorsement naming
the City as an additional insured, shall be provided to the City within a
reasonable time after receiving notice of award of contract.
PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with satisfactory proof of carriaS: of
the insurance required.
ACT OF GOD
"Act of God" means an earthquake, flood, cyclone or other cataclysmic
phenomenon of nature. A rain, windstorm, hign water or other natural
pnenomenon of unusual intensity for the specific locality of the work,
GENEKAL ekOV1SIM, (Cent.)
ACT OF GOO Conti
J which alight reasonably have been ant,c'.pated from historical records of the
genera.', locality of the work, shall not be construed as an act of God.
SiiOP DRA'.IINGS
Th. term "Shop Drawings" shall refer to the pictorial description of the
de, ils of proposeG materials, equipment, methods of installtion, or other
curl. %ruction prepared by the Contractor, a subcontractor or a manufacturer
end ,ubmitted for the approval of ttice Owner.
OP E UAL
Where the term "Or Equal" is used herein, the Owner, or the Owner on
recorlmurdation of the Engineer, -hall be the sole judge of the ,uality
and suitability of the proposed substitution.
APPROVAL
The term "Approval ' shall mean approval given by or given properly on the
behalf Of the Owner.
,lR1TTEN NOTICE
Written notice shall be deemod to have been duly served if delivered in
person to the individual , Or to a partner cf the firm, or to an officer of
the corporation of the Contractor 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.
CONTRnCTOIt'S PLANT AND E UIPMENT
The Contractor alone shall at all times be responsible for the adequacy,
efficiency and sufficiency of his and his SubcJntrIctOr's plant and equip-
ment. The Owner shall have the rignt to make use of the Contractor's plant
and equipment in the performance of uny work on the site of the work. The
use of such plant and equipment shall be considered as extra work and paid
tur accordingly.
ATTENTION TO WORK
The Contractor shall give his personal attentinn to and shall supervise the
y work to the end that it shall be prosecuted faithfully, and when he is not
personally present on the work, he shall at all reasonable times be repre-
senteo by a competent superintendent who shall receive and obey All instruc-
tions or orders given under the contract, i, tools who hall have and labortull withouthdelay,
to exe;ute the same, and to supply aterials
and who shall be the legal representctivc of t^a Contractor. The Contractor
N snall be liable for the faithful otservance of any instructions delivered to
him or to his authorl--ed representotive.
M
i
V -
GLNLItAL PRUVISIONS (Guilt. )
DEVIATION FROM CONTRACT
The Contractor shall not make any alteration or variation in or addition to
or deviation or emission from the terms of this contract without the written
consent of the Owner.
SUGGESTIONS TO CONTRACTOR
Any plan or method of work suggested by the Owner or the Engineer to the
Contractor but not specified or required, if adopted or followed by the
Contractor In whole or in part, shall be used at the risk and responsibility
of the Contractor; and the Owner and the Engineer shall assume no responsibility
therefore.
ERRORS AND OMISSICNS
If the Contractor, in the course of the work, becomes aware of any errors or
omissions in the contract coa-ments or in the la out as given ',y su 'vey points ;
and instructions, or if he becomes aware of any discrepa^tj betwec the contract
documents and the physical conditions of the locality, he shall in ^diately
inform the Engineer and the Engineer, if he deems it necessary, shall re=tify
the matter and advise the Contractor Accordingly. Any work done after such
discovery, until authorized, will be done at the Contractor's risk.
INFORMATION TO BE FURNISHED BY CONTRACTOR
The Contractor shall furnish all drawings, specifications, descriptive data,
cerr-. ficates, samples, tests, nkthods, schedules, and ,a3nufacturer's instruc-
tions as specifically Required in the contract documents, and all other
information as may reasonably be required to demonstrate fully that the
materials and equipment to be furnished and the methods of work comply with
the provisions and intent of the specifications and drawings. if the infor-
nation shows any deviation from the contract requirements, the Contractor
shall , by a statement in writing accompanying the information , advise the
Lngineer of the deviation and state the reason therefore.
DAMAGE TO WORK
The work shall be under the Contractor's responsible case and charge. The
Contractor shall bear all loss and damage whatsoever and from whatsoever cause,
except that caused solely by the act of the Owner which may occur on or to the
work during the fulfillment of the contract. If any such loss or damage occurs,
the Contractor shall immediately make good any such loss or damage, and in the
event of the Contractor refusing or neglecting to do so, the Owner may itself
or by the employment of so,•ne other person ,nake good any such loss or damage,
and the cost and expense of so doing shall be charged to the Contractor.
PROTECTION OF CONTRACTOR'S WOkK AND PROPFRTv_
The Contractor alone shall at all tiiaes 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.
J
GENLR't_ PROVISIONS (Cont.)
JNFAVORABLE WEATHER AND OTHER CONDITIONS
During unfavorable weather and other conditions, the Contractor shall pursue
only such portions of the work as shall not be damaged thereby.
No portions of the work whose satisfactory quality or efficiency will be
affected by unfavorable conditio-s shall be constructed while these conditions
obtain, unless by special means or precautions acceptable to the Engineer, the
Contractor shall be able to overcome them.
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS
The Contractor will be supplied by the Owner with 5 sets of plans and specifi-
cations. At least one complete set of contract documents including one full
size set of drawings shall be kept at the site of construction in good
conditon and at all times available to the Owner and the Engineer. Additional
copies of the contract documents, if required, will be furnished by the Owner
at net cost of reproduction.
DISPUTES AND LITIGATION
Any questions arising 'between the Inspector and the Contractor or his
Superintendent or Foreman as to the meaning and intent of any part of the
plans and specifications shall be immediately brought to the attention of
the Engineer and will be adjusted by him.
Failure on the part of the City Engineer or his representative to discover
and condemn or reject bad or infers . work or materials shall not be construed
as an acceptance of any such work or materials , or the part of the improvement
in which the same may have been used.
To prevent disputes and litigation, it is further agreed by the parties hereto
that the Director of Engineering shall determine the quantity and quality of
the several kinds of work embraced in these improvements. He shall decide all
questions relative to the execution of the work and the interpretation of the
Plans and Specifications.
In the event the Contractor is of the opinion he will be damaged by such
interpretation, he shall , within three (3) days, notify the Engineer and
the City Clerk in writing of the anticipated nature and anwunt of the damage
or damages. In the event an agreement cannot ' en be reached within three (3)
days the City and the Contractor will each appoint an arbitrator and the two
shall select a third.
The decision of the majority of the arbitration board shall be binding upon
both parties and shall ie delivered before any work is performed upon the
feature in question.
The arbitration shall be conducted in dCCOrden" with the statutes of the
State of Washington and court decisi5rs governing such procedu*e.
J
I
GENERAL PROVISIONS (Cunt.)
DISPUTES AND LITISATION (Cont.)
The costs of such arbitration shall be borne equally by the City and the
Contractor unless it is the majority opinion that the Contractor's filing
of the protest is capricious and without reasonable foundation. In the
latter case, all tests shall be borne by the Contractor.
The venue of any suit shall be in King County, Wasington, and if the Contractor
is a non-resident of the State of Washington, he shall designate an agent, upon
whom process may be served, before commencing work under this contract.
ACCEPTANCE OF ENE WORK
T!e Cc, 4ra I ( • .�'' t', ", ,inee • in. jr� ing .if the completion of
the WtJrk w: _ ', pa. t`e na' " . will promptly. o; Ptrsona' inspection,
sacisty him;eli a$ to t.ie actual completion of t'c vo�k +r, accorwr.ce with
the terms of the contract, and shall thereupon recommend to the Cwner that
the work is acceptable, Final ae;.ermination of the acceptability of the work
shall be made by the Owner.
CONTRACT_COMPLIANCE REPORTS - EEO
The Contractor will be required to conplete and submit the following documents
before pronress j d/or final Payment, to the Contractor will be approved by
the Public Works Director:
1 . Contractor Equal Employment Opportunity Report.
2, Subcontract Comoliance Report/Projected Employee Totals.
3, Local Manpower Report.
The owner will furnish these forms to the Prime Contractor during pre-
construction meeting.
.t
I
A
GENERAL PROVISIONS (Continued)
WORKING DAYS AND CONTRACT COMPLETION
The special provisons and contract agreement shall state the contract time
in working days. A working day is any day not otherwise defined herein as
a non-working day. A non-working day is defined as a Saturday, Sunday, a
recognized holiday, or a day on which the Contractor is specifically required
by the contract or the City to suspend construction. Recognized holidays shall
be as follows: New Year's Day, George Washington's birthday, memorial Day,
n. July 4, Labor Day, Presidential Election Day, Vuteran's Day, Thanksgiving Day,
and Christmas. when any of the above recognized holidays fall on a Sunday,
the following Monday shall be counted as a holiday.
At the beginning of any contract, a tentative date for completion of contract
work will be established, based on the date of award of the contract and the
nw,ber of working days specified. Such date will lx adjusted as ruquirud from
time to time for :-,on-works ny days and urtunsi( : of timu alluwed under thu
contract and is recognized as not being a fora ast of actual anticipated
completion date.
I
14
Pni;c 208 Srnndm-ri Drawings
ASPHALT COUCREIE OR SITUMIOU} CUT (HALL DI Vl kflr Fro
PLANT MIX RLPLA HEIII PATCH (/ IHAIGUT LII.L
REMPVE LOOSENED AS PX ALT .TRIM VERTICALLY _CO NAPE Tr 5
L%I .IIHG ;!LL At PAVEMI141
EXISTING ASPHALT PAVEMENT
CK,%NED ROCK
TYPt No, i. WlTt li DxOE RED
—.�I— BY 114L LNGnLLIR
EXISTING kIG10 BASE--
A"
C1,MPACTEO TRENCH BACKFILL '— ^
A L T E R N A T E A '
+—PHALT CONCRETE OR BITUMINOUS CUT SMALL BE VERTICAL
PLANT MIR PAVEMENT REPLACEMENT ..'.0 In SIRAJ,N1 LINES
P rT[N z THICKNESS Or EXISTING/ .,; DI'ICICU
c rPAVEMENT PLUS S"
CUT WITH PNEUMATIC PAVEMENT CUTTER I _EIIS'IN4 CONCRF TE
j' P..V.MENT
EXISTING ASPKALT--`
PAVEMENT `—�,.,.. •�
EXISTING RIGID BASF • �' _ ` �I_ VMERE WIDTH OF PATCH IS
Lt SS THAN %
u/
COHPACIID SELECT MATERIALS
k HERT PSTCN Ii A' DR J r I I`
MORE IN WIDTH
COMPACTED TRENCH Bn[xrILL�
I e 6^ It' vaa LAILr 3 Syr"
_RICII PAVEMENT WITH ASPHALT —CEMl N1 CONLRt IE PAVEMENT—
CON.REIr SURFACE• A L T E R N F T ( B '
T Y P I C A L P A T C H F O R R I C I D P A V E M E N
[XISTrLL ASP PA Li CONCRETE
ASPHALT CIMCRETE OR BITUMINOUS }uM l•ACt
PLANT MIX ACPLAC CMI NT PATCH � ." MIME 1
•A, -TT-- ��
6" KIN I EXISTING BASE
EXISTING OIL MAA 1_,__
CDHPACTEO SELECT MATERIAL ' _��LONPAC Yin TRENCH BACKFILL
T Y P I C A L P A T C N F 0 A F L E X I B L E P A V E M L N I
GENERAL NOTE: BD r.OT SC AIE
ORHCLA?S BE CLASS
S1 /7)L WHICHEVER IS5 SPECIFIED,!.S_
PAYMENT
--CEM(NT CONCRETE CLASS ( ) FOR PAVEMENT PRICK". F
Pot,hlnG
PER CUBIC YAAO.
`ASPHALT CONCRETE CLASS 'S' FOR PAVEMENT FAIL""-
PER TUN
"BITUMINOUS PLAIT MIX FOR PAVEMENT PATCH".
PER TON
Siondord Plan No. 18
LENGTH OF 6" PIPE (FT.)
0 50 100 150 200 250 300 350 400
0 0 1 20 1 40 1 59 79 99 119 139 158
� 50 35 55 75 95 114 134 154 '4 178
100 70 90 110 1 130 150 *9 187 1d6 184
d 150 106 125 1 145 1 1651 185 195 193 191 189
OD 200 141 161 1 180 200 222 199 11 197 195 193
1L 250 176 196 1 214 1 209 20d 1 202 1 200 198 196
01 300 211 220 215 211 1 206 205 202 200 196
350 227 j 421 217 213 210 207 205 202 201
400 227 222 216 214 211 209 206 ?OAJ 202
W
J
LENGTH OF 6" PIPE ( FT.)
0 50 100 150 200 250 300 350 400
.� 0 0 1 20 40 59 1 79 1 99 1 119 139 158
~ 50 55 75 95 114T 134 1 154 174 192 190
1 100 I10 I30 150 169 189 209 210 007 203
150 165 185 205 224 233 227 2£2 217 214
200 220 240 257 248 241 235 230 225 222
250 2751271 261 253 247 241 236 232 228
300 283 273 264 257 251 246 241 237 233
350 283 274 267 260 254 249 245 241 237
400 283 275 269 263 257 252 248 244 241
I
PROCEDURE:
A ?ressure Of 3.5 PS I. Is Attained And CITY OF RENTON
Left For The Required Seconds From The
Proper Table. The Maximum Drop In
Pressure Is I PS.1. For The Required Time. AIR TEST TABLE
ENGINEERING DEPARTMENT
s
M
F'1