Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WWP2700189(1)
S-189 SAN-1 KENNYDAEE - SEWER REPAIR CORRESPONDENCE TO SEWER REPAIR SPECIFICATIONS 3x KI N G Go NST Cb y�p - SCHEDULE OF PRICES KENNYDALE SANITARY SEWER REPAIR (Note: Unit prices for all items, all extensions and total amount of i bid must be shown. Show unit prices in b-th words and figures and where conflict occurs the written o.^ typed words shall prevail.] ! ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRIC: A.`"OUNT NO. QUANTITY ;(Unit Prices to be Written in Words): DOLLARS CTS. DJL:,ARS CTS. 1 . Lump Sum Mobilization / k ✓ 1 Per Eump um ors qures 2. 230 L.F. Trench Excavation and Backfill - - ✓ ± i Type I Per Lin. FT.. — I 3. 70 L.F. Trench Excavation and Backfill Type I /T ,�' ✓ J per Lln. Ft. i - 4. 100 Tons Ballast Rork - 1�/�22 Inch Minus ✓ ✓ i Per often t i i S. 150 Tons ICrush Pack 4 Inch Minus Per Troi / 6. 100 Tons Beddjng Gravel�rl r �' E I Per ion .. 7. 300 L.F. 8" Concrete $ Perin. Ft. S1, 8. 600 C.Y. Select)Trench Backfill Per Cu. Yd. 9. 1 EA ReShApnel Exist. San, Mphale / Per Each E . 1 . P x b 1. .. - '.e..Mebr'.�+.wfa^�wwwA+�+^9i�:NywsYiF WVYybl..u.yyb�yq'.7bb �1'.Iq 7{ . . ti SCHEDULE OF PRICES KENNYDALE SANITARY SEWER REPAIR (CONT.) ` (Note: Unit prices for all items, all extensicns 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 APPROX. ICEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in Words). DOLLARS CTS. DOLLARS CTS. 10. Lump Sum Television Inspe do i Per UIMP W N Sub-Total J`r:.i ;40 5.30 State Sales Tax i 77 TOTAL I _ a 3 ' I J� I THE"LINDERSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT. IF *ARDED HIM, WHEN DIR,:CTED AND TO COMPLETE WITHIN THIRTY (30) WORKING DAYS i AFM,STARTING CONSTRUCTION. DATED_AT l / !� THIS S DAY OF •./ , 1975. { SIGNED(/'. . TITLE: NAME OF COMPANY: ADDRESS: STATE CONTRACTOR'S LICENSE: :�:d_3 —r' 7- CITY'OF RENTON BUSINESS LICENSE A a _ a i C ccNSTRuc-rocS S. AEDULE OF PRICES -f='A M CO KENNYOALE SANITARY SEWER REPAIR (Note. unit prices for all hens, all extensions -ind 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 APPROX. ITE1 hll& UNIT PRICED BID UNIT PRICE AM10� NO. QUANTITY ,(unit prices to be Written in Words). DOLLARS CTS . DOLLA 1. Lump Sum Mobilization Per Lump m ors (Figures) r• M� 2. 230 L.F. Trench Excavation and Backfill - Type I v_ Per in. 3. 70 L.F. irench Excavation and Backfill - �.�. Type II w / tea v 7 ctrl s c Per .,nit {t �`Ij _ 4. 100 Tons Ballast Rock - 2-1/2 Inch Minus Per in 5. 15C Tors Crushed Rock - 1-1/4 Inch Minus $ Per on 6. 100. Tons Bedding Gravel ✓ e a �: $.�1.=il-ram Qo(larf Per Ton 7. 300 L.F. 8" Concrete Pipe Per Lin. Ft. S. 600 C.Y. Select Tr ich Backfill Per Cu. Y . + 9. 1 EA Rechannel Exist. San. Manhole ; Per Each a 1 � ' d F. Q.0 5- F "BS Ti JT SCHEDULE OF PRICES KENNYCALE SANITARY SEWER REPAIR (CENT.) (Mote: G'nit prices for all items, all extensions and total amount of bid cast be shown. show unit prices in both words and figures and where conflict occurs the written or typed words shall pit ITEM APPRO ITEM WI�TH�UNIT PRICED SID UNIT PRICE A%MNT NO. QUANTITY (Unit Prices to be written in words)..DOLLARS CTS. DOLLARS CTS. 10. Lump Sum Television Inspectl,n VJP a � k - — Per ump Sum L Sub-Total + 6.3% State Sales Tax r �'i TOTAL I I 6;L THE 0MRSIGNED BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT, °"- IF AWARDED HId. WHEN DIRECTED AND TO COMPLETE WITHIN THIRTY (30) WORKING DAYS AFTER STARTING %,ONSTRUCTIOA. DARTED AT _THIS S `—�- DAY OF r .., , 1975. " is SIGNED• TITLE: �. .r NAME OF ::. ADDRESS: 3: c FF 7 N thr 4J,� STATE CONTRACTOR'S LICENSE:�� CITY OF RENTON BUSINESS LICENSE N .. ENGINEER'S ESTIMATF 1-7-75 Mobilization Lump Sur $3,000.00 * Trench Ex. F B.F. - Type I $30/L. 130 L.F. 6,900.00 * Trench Ex. L B.F. - Type II $35 ,. 70 L.F. 2,450.UO Ballast Rock 2-1/2" Minus 100 T @ $.' ,n 300.00 Crushed Rock 1-1/4" Minus 150 T @ i/Ton 525.00 Bedding Gravel (Pea Gravel) 100 T C� .75/Ton 375.00 , 6" Concrete Pipe (As Req'd) 300 L.F. @ $7/L.F. 2,100.00 (total Replace.) Select Trench Backfill 600 C.Y. @ 14/C.Y. 2,400.00 (total Replace.) Rechannel Exist. San. Manhole 1 EA @ $250.00 250.00 Television Inspection Lump Sum 2,000 OC Sub-Total $20,300.00 10% Contingencies _ 2,030.00 TOTAL $22,330.00 ' Tr. Ex. 6 B.F. - Types I and II include: OAK I►IBµ`► 1. Excavation 2. Ballast Rock Placement 3. Crushed Rock Placement L D LtUA-rdZ M16) 4, Bedding Gravel Placement 5. Leveling of Pipe 6. Pipe Placement I. Dackfill (either native or S.T.B.) B. Restoration Ex. 30.00 Ft. " Rock 1 .00 Ft. BG 1 .25 Ft. (Type I) $58.77/L.F, or (Type II) S63.77/L.F. STB 8.00 Ft. Pipe 7.00 Ft: Mobil 10.00 Ft. wr _: r ,.�� �, �"'� � � ' �+�*" . ,, `.� +• I � �� , ; . ,' +"'i; � .;� . ... r' I N T E R O F F I C E C O R R E S P O N D E N C E Date August 31 , 1978 TO: Vince Lee FROM- Dave Tibbot r SUBJECT: Attached Specs 5-189, Ripley Lane Sewer Replacement Please review the attached specifications for content and form. DT:pmp AWARD-D Contract No. CAG TO FRANK COLUCCIO CONSTR. CO. A v y 9600 EMPIRE WAY SOUTH 1 O SEATTLE, WASHINGTON 98118 lA ENGINEERING DIVISION BID PROPOSAL AND SPECIFICATIONS 1 • KENNYDALE 1 1 SAi ITARY SEWER REPAIR s _ � $ q Joe ( RIPLEY LANE REPLACEMENT ) CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING, 200 MILL AVE S RENTON, WASH. 90055 • 12061235 2631 k CITY OF RENTON i WASHINGTON S-189 RIPLEY LANE SEWER REPLACEMENT INDEX Summary of Fair Practices/Affirmative Action Program City of Renton Scope of Work Instructions to Bidder Call for Bids • Certification by Proposed Contractor/Subcontractor/Supplier/ ref. EEO • Certification of EEO Report • Certification of Bidder's Affirmative Action Pl►n • Non-Collusion Affidavit • Certification re Assignment of Antitrust Claims to Purchaser • Minimum Wage Fonn • Bid Bond Form • Proposal • Schedule of Prices Bond to City of Renton Con-Tact Agreement EEO Compliance Report Sample Form and Instructions Environmental Regulation Listing General Provisions Standard Specifications Special Provisions Technical Provisions Detail Sheets/Standards Documents narked • above must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit . All pages must be signed. In the event another person 4 has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. City of Renton Public Works Department Renton, WA 9805S r CITY OF RENTON i. SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2017 FXHIAIT "A" :h# policy of tha City of Rentcn is to promote and afford equal treatnewrt and service to all citis*ne and assure equal employment opportunity to all parsons based on ability and 'ituse rspatdtsss of raps; oreed; Dolor; national origin; sox; physical, sensory or mental handicaps, ag#; or natrita4 statue. This poliop shall apply to every "peat of saploymwnt prratio.ws, omptoyes tr*atewns and publio oonaaot. In keeping with this prineipte the foll.oving guidelines are established and shall be the governing policy for all deparenents of she City of Rantun. 1 1. Recruiting, hiring and appointernt praotioes #halt be aonduotod w 4 I sole yT on�is aasim of ability and fitness vi"out regard to rase; color; ored; national origin; see; physical, asnsory or ".rnwl hadioap; ags; or marital statw. t A. ptsmorzom - Promotion, dosriq adi+ya t4off, disdharge and invrdepartnnentai t rare ar s 11 be d*pwdmnt an individrat p*rfomesae and work frrt needs without regard to ran; rotor; orsed; national origin; ees; physical. a#neory or swstat handiaaps; ags: or wu itsl status, and whenever applioabls, in agrd~t With h'aahirgton State Gowwit of tkwunty and Cite hhployses, and in casptiawe with gowning Civil $"Via* law anted Regulat, .s. I. r .- Alt on-the-joh training and oity-#upportd ma awbaoaticl opportunities 'hat 'nistered w.itho,,t dtsarimi,sation to enoourags the A17ese development of tndwiduat inbmvste and aptitudes. e. SKRVICF AND XWf4Y1'1r (TiRWCr - floe City N:II deal fairly ad squ. Sly with all aitiaene "ruse ma a.& persons it employs. (sty departerna .shalt maintain the policy that w city faaititg shall be wan in the fvArthomswa or VV disorismimtory prtotioe. &wh offioi.tl and oW?oya shall be reepovibls to carry out the intent and Provisions of this poiioy. A. COpPfAATION KITH Nl MN RICNTS MANIZATIONS - As City shall OOW@rete to the ,utlsit"tons poestp a Wtth 414 oty� ttsa4�ryan 'a.w od oawissians ocnoernd with fair practioes and equal opportunity emptoss t. NM or mmi*atime erolude, but are not Limited to the Haman Rur'n Rights and Affatre Ctia*ri*etass. the State Nunn Rights Cias#iesn:wn, the Scott(* Nuwsu Right* Coswi*Sion, SMttie UPRO*' ameridgiOR, and the Kip County Ana Agency on Aging. e. APF AIW1VN AC17CL AYjRgW - Tb fad.:toss dq wibabts repnsentatiat within the ,n ty uo'r�;'irnw` ai `aseww eptnl tnptoyment opportunity of winoritiso ad twesm in City w«,vermont, an Affitwttius Aotion Ptagrm shall be initiated and maintained by the City of Aunt m. It shall be the reapvwmoat Lity .od duty of aLl LY ty Offiaiat• and Doparesmo t Read# to carry out the potiaies, guidelines and rorrvotiw meaeurss as at forth by this progrrm. ?. £�tloT t PIPS_Ajjflff. - Omtracto euboontrwton and npptien du oorating t,,, we* with t My o tan shalt affirms and *ubsoribo to the Pair Pn*tioes and Non-Disori,ninatier potioied set forth thetvin. s. POMM OP F0 Chpi#s of this potioy *halt be distributed ta all aity .+playisa, shy:' in all operational dtkunnttatione of the City, inottding Did mine, and shalt be proRinantty displayed in appropriate ally faoititi#s. CCINCURRru IN by the city Count it of the City of Aenton, Naohtnaton this tiTY •,7 NFN'fnN. NiN7lN1 t'I"I'Y (11UNC'[Lw t� cbunell Pros nt w f:rh lBiT "B" AFiIWATIVE ACTION PMGN M CITY Or RHfl'011 Tho T, licy of the City of Penton is to promote And afford equal treatment .and serwict to all citllens aid •60"6 equal ampluyment opportunity to all persons based On ability And fitness regardless of race, creed, color; national origin, sex: physical, sensory or mental handicap, age, or mar metal status. In recognition of its obligation to provide community leadership to Overcooks pant circuits fences which hew either barred, not anwuraged or discouraged roprssentat,vs minority and false to employment, the City of Penton has initiated a program at &ffimoti" action designed to &&awe that the spirit and intent of thiP policy is realized. The tare minority &A herein used shall include, but not be limited to, those ldanti:ied as Placks, Span ish-Amar!cans, aelanm, and American Indiana. The spirit of the equal opportunity policy includes such parsons as the physically, sanitary, or mentally handtcapped, and those between the &gas of 40 and 65, soon though the Antithesis is upon minorities and females. The purposes of the Affirmative Action Program &ter to: 1) establish amplo,vwnt t practices that will lad to Arid maintain a minority cmjws itton of the city of Menton work force that mtlocto that of the Major iscrui talent areals), 1) achieve And Maintain aquitablt and full utilisation of minority And tole employees at all i position levels, 7) promote an staeephere of ion-discraminatim And fair treatment within city governments m) Provide compliance With State and Federal *"&1 opportunity requirements And rogulatlo a, f) encourage and monitor equal employment opportunity efforts on the part of can factors, subcontractors and suppliers doing business with the City of Renton- This policy shall be made known to all employees, contractors, subcontractors, and suppliers through dlsr.ributlon of handbooks, bulletins, letters, " personal contacts, cm forences and orientation sessl Ons. Signed acknowledgments pledoing cooperation shall be required of all department heads and supervisory por"anal in the City of maintain and, where appropriate, of all contractors, subcontractors, and suppliers to whom this policy shall apply which include those with an average Annual employment legal of eight or mars permanent ampluy*em or whoa contracts with the City of Renton attain a level exceeding S10,000. 1. PROGRAM ABSFtMtS tt ILITY To assum that the equal employment opportunity policy and tau ptovib:one of the Affltmative Action Program &re carried out, an Nqu&l Employment Oitpottunity, Cfflru. *hall be appointed or designated by the Mayor. The officer shell be the total point for the City's equal opport unit vffurts and will ad••ite and assist staff and management poraunnal in all "it, ra relat.ng to implwemntation of and compliance lb with the AUlfmative Action Plan, and be responsible for the succeastul execution of this program, uttliting the aleierante of appropriate state wW community agencies And Organizations and "intern closo liaison with the Mayor Bad City Council on the proyross of the program. The Equal timployaint Opportunity officer will have the respau ibility to: A. initiate, coordt"to, Arid evaluate davoloprent of the City's plans and programs whlrh art designed to shows that All current and p•ospectivo omploysas local" the bonotlto of *quill *wployment opportunities. U. Periodically audit the practices of the City and recommend Improvements in the Affirmative Action Policy to the Mayor's office and the City Council. C. Iesum that all members of management within the City or* fully aware of and their actions are in compliance with the intent of the Affirmative Action Policy pertainlmq to equal employm&nt Opportunity. D. Provide continuinq communication of the Affirmative Action Policy to managamart, employees, applicants for employment, caul to outside organisation* performinu services for tht City. 11 maPLMymrl r PRACTICES V The Owull saploYmeot prG,Llca provide the key to assuring equal employment opportunities and Achisvinq an oppropriate representation in the City's work force. To achieve Ines* objsctivea, the City of Renton ahall undertake the following Actions A. Conduct periodic rwviow of all job descriptions to &*sure that they accurately reflect job content and relnnd *kill and/or aducationol qualifications. "vision, will is made at necessary to dsloto requirements which are flat rasonably foisted to the taskr be perfumed. L I I t; r 6. Provide information and quidarcv to all vtaff and management personnel who make hIt ing decisions so that they are ware all applicants shall be considered as set forth in the Affirmetiw Action Policy. Primary consideration shall be given to minorities, women and other groups as defined herein at any time the City's work force does not reflect their participation in the work force of the City's normal recrult- sent at". ( C. Provide periodic training for managers and supervisors in equal opportunity objectives and the concept of affirmative action. Such training shall encompass equal opportunity legislation, employment practices, potential discriminatory acts, and cultural awareness. Additional specific training will be provided to any city employee charged with the responsibility of assuring compliance with the provisions of the City's Affitmatlw Action ➢rogram outlined herein that pertains to contractors, sub- contractors and suppliers. D. Provide very now employse with • general orientation to the City's enploy- mont operation, its personnel polici*s and practices, employment benefits, department locations and resources for intormation. each new employ** shall race Iva a copy of the Fait Practices Policy and an explanation of the grievance procedure relating thereto. In addition to the general orientation, each new amployse shall receive an orientation by his/her supervisor specific to the doper Mont by which he,+she is employed. C. Pay salarlos in accordance with lob responsibility, administer fringe benefits equally to all employees in accordance with labor contracts and ordinances, and asaiin overtime work on an equitable and non-discriminatory basis. F. Recruit in such a manner as to make employment opportunities known to the greatest number of women and minorities possible within the C1ty*s normal recruitment area. Such recruitment efforts will Include the distribution of non-promotional position openings to, 1. The Renton and Seattle offices of the Washingteu state loploymant Security Department; i. Organisations which assist in the asploymant of affected classes as is doomed ippropriate by the Personnel Director, based upon job requiremr;..s and the type and mcopa of placement services offered by such organizations. A listing of these organitAtiuns 1a available in the city'• Personnel Of Ho* for revive. 1. Current city staff. Such distribution shall be mad* by porting in the Par aonnnl office, the City Clark's Office, the Street Department Office, the Water shop Office, and the Park maintenance nffice. All city employees will be informed and periodically t*mleded of these loc. ions. Such additional iecroltment measures as may be deemed appropriate by the Personnel Director may be employmi in addition to those enumerated above. All employment notifications shall include the statement "The City of Renton is an equal opportunity employer, woman and minorities are encouraged to apply" and shall be distributed at least tan days prior to the application closing data. Supplementary hiring programs such as part-time trainee, intern. and public employment programs shall also be subject to the Equal Opportunity Program. III. EMPLOYMINT JAVELOPKFNT The hiring of Alnoritiea and woman on a fair and equitable basis is only the first step in affording equal employment opportunity. Skill development, promotions, and to equal non-discriminatory rn-the-lob treatment are of equal importance to both the individual and to the City. The City shall undertake the following to achieve employee lob satisfaction and fair treatment and to more successfully utilize women and minority person* in the work force. A. Alsurt that there will be no discrimination for reason of race, color, creed; soft; physical, mental, or sensory handicaps, age or maritAl status in regard to upgrading, i proration, demotion, transfer, layoff or termination. Wloyte grievances arising from any empl,yment action alleged to have a di*criminatoty effect shall receive immediate action under Section V herein. m. Mvelop a skill and interest Inventory of employees which an be used to ideotify Aulervisory and mAnagerial position potential. This potential shall ba Identified through 1. written statements from employs** Indicating their skills, •ducAtion `.. and interest. in advancement to positions of higher respoaaibllity. -2- 'F Y F. r 2. Amual review and analysis Cf each employee's lob performance, employment development and readiness to assume a higher position- C. Identify specific positions for which amyl-yees qualify and assure that (' within the constraints of Civil Sov'ice Rules and minion contract terms, transfers and proc.ations are made without discrimination and on the bests of qualifications. D. Provide skill* training, employment orientation, and guidance to employees hired under any public employment or tandem educational program to assist them In making the transition into permanent employment positions in either the public or private sector f, E. Conduct periodic training sessions designod to increase the skills and employment potential of egAoyess in all departments. Assist employees through counseling, as requested, in develop).ng individual programs for career development. IV. LIAISON AND COORDINATION A. There exist many organizations vitally concerned with equal opportunity and fair treatment of minorities, woman, and the physically, sensory and mentally 4, handicapped; and thou that Are over 40, whose resources can be of valuable assistance to achiwing the goals of this program. T 0 CSly O[ Mnton shall ma tits in constant contact and coordinate various aspects of the Affirmative Action Program with these organizations. In addition to those identified with respect to recruiting hiring, and employee develcpment, working relationships shall be maintained with the various civil, labor, and minority organizations in .h* greater Renton area. B. The City also recognizes its responsibilities to comply with and assure that equal opportunity and nondiscrimination policies of State or Federal agencies with which it conducts business are carried out. Sp*cifically, the City of Renton shall: 1. Be responsible for reporting to the appropriate agencies any complaints received from Any employee of, or an applicant for employment with any City of Renton contractor or subcontractor, subject to Zxecutiv* Order 11246. (, 2. Cooperate in special compliance reviews or in investigations as requested. 1. Carry out sanctions against contractor(@) and/or subcontractor(40 as required. A. Assure itself and the agency as part of the grant application prooeas, that the general or prime contractors will not have submitted pre- packages bids that deny open biddrny to minority or any o'hsr sub- contractors. 5. furnish information as required, maintalninq an affirmative action file detailing its efforts, with dates, to meet its commitments order Executive order 11246. All data and docwntatlon 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 PR CTEURES The success Of t..e Affirmative Action Program depends largely on the attitude of the community as we it as the employee. Opinion an to t constitutes fair and equal opportur ity and treatment may vary widely and grievances may result. The following steps shall be taken immediately for any grievance arislm.i from the implementation of this program so as to maintain the best possible employee-superviemr and City- community relationships. A. The employee shall bring any grievance to the attention of the immediate supervisor or department head, who will investigate as necessary to dotoa ins the cause of the complaint and work with the employee to effect an equltabl* solution. A rd"Mue, of five and a maximum of ten working days shall be allowed for conciliation. Every effort shall be made to resolve the difficulty mt this level. Any employee at this point has the option to pure" the grievance through methods outlined in bargoininv unit contraets or proceed with Step B. a. If the difficulty is not resolved at Step A, the services of the Equal Eaploymeht Opportunity officer msy be requested by either party. rho Equal Employment opportunity "(titer shall interview both portion, conduct additional investigation As necessary, and recommend in writing to both parties appropriate cor active action and settlement conditions within tan working days of the receipt of the grievance. Extensions for reasonable cause my be granted at request of both parties. 0_ m C. In the event that mutual agraarent cannot be achieved, Signed SCAtaINntS detailing the grievance &nd specific investigative action shall me obtained by the C Equal 9ployant Opportunity Officer from the employee and his supervisor. The Equal osployment Opportunity Officer shall draw upon all resources at his/her disposal, both internally and those external to the City, to arrive at recommended corrective action and settlement con'itions. The Equal Deployment Opportunity Officer shall forward these statements along with his/her own investigation report and recoSmend&- time to the Mayor's office for resolution within ton working days of the receipt of the signed grievance statement'. t D. If disposition Satisfactory to all parties is not reached within five working days of the Mayor's receipt of the grievance, the Mayor stall refer the grievence to the Renton Human Rights And Affair$ Commission for investigation and resolution. The procedure used by the Cosission shall be a, outlined in Ordirrncs 1775. proceedings of the Cosisslon shall be documented, and their decision shall be final and binding Sib'act only to roview by the State Human Rights Commission or through the judicial t system. All reports, decisions and other documentation q•rorated by the grievance pro- cedures shall he maintained by the Equal Employment Opportunity Officer as a utter of permanent record. VI. GUIDELINES MR IMORITY AND PEMAIS E"WYMENT The normal recrultmant &-e& for City employees to dateradned to be as follows: 1. For officlalw, administrator* and professionals - Ring, Pierce, Snohomish and Altap Counties. ➢. For technicians, protective service wcrksis, par&-professionals, office and clerical workers. Skilled craft workara, servico aaintenance workers - RAng County. To determine possible undorutilisation of women and miroritio, m the Clty'o work force, the following statistics will be used: A. An Analysis of the recruitment Area for each employment -lsssificatlon as doliniated above, Including: 1. Total work force: 1. Percentage of minority and femAle work force as compared to the total work forcsi 1. The extent of unemployan', among the minority and Tamale unemployed wofk force. :hose statistics will lie compiled from the annual Marggwr Information Data published by the Washington State Department of Employment Security. V. An Analysis of the City's labor force by employment clAsa.flcaeion to detormune the placosaut of minorities and woman at ell levels including: 1. The total number of employe** by employment cIaesiflcation In each depart- ment, and the percentage representation of ieales and ethnic minorities in each classification. .. The total number of employees by esgloytint classification for all depart- - msnts combined, and the percontaye representation of fameles and admit minorities it each classlflca'lon. 1. The availability of promocablo minority and famels erploy000 within each department. 4. The number and job classification of amployeos, Ly department, who will retire witl.il, the next five years including tentative ratirament dates. These statistics will be compiled from computoriaod date of pertinent o,ployeao, available from the City's Data Processing Department, and effective June each year. .y Based on the statistical analysis outlinod above, goals and timetables will '+ oatab- liahad And Ieplsaented. The statistical snaljrts and goals shall be evaluated end adjuatad &""IIY in July and the goals shall appear as attachments hereto. rho gesli shall be directed toward nveral: foals and minority employment and toward underutilization or c„mentratlon within the spot lfic employment classifications. The goal, shall be est&blisned by the City's Personnel Director and the Equal lmployaant Opportunity Officer, and shall be reasonably attainable. L -Q� i 1 ATTACHMENT 1 UNOEnOTI L IIAT I ON 4A�t,_Mxr.6 OML6 Or .IOR CLb9tTICATICH Att.H., 1. ftDac[e ctty lab c1.0.i"at... am praeant aa9lnyw ut' 14ttan am �TICIALJI AND •011 olwmTDe - In "Ads. for tat City of Mnton to cotlact .aWi ,aderutilteseion by Ass. AM up. Tht• I. 11 bs updat" J.ry 1 and July 1 of utalUatlar. In tht• cl4Sltlutlon, ties, . taim elmrifyl Am soma almraty oa:h year. TM Per sban.l Opertas.t Alan - .l.tIvItc. m umarut"'..tlw maw path We +ill Mea to M eployed at Primeval. with •n swreyes turnover tit tht" aaployi• c1t' ammrtaent it Im cl...Aftratim which are nsilahle 1. the Itereamal Mfeca for W ytlr to NIs cLulliuU w, uW-run114um sill ✓s, cartr:[tl by 11 VaceKrr Im. revsrr. W.11iitl ,ataea red simrattea +fit M rtlwly [aatuattl to fill vacanr tee tee they pear. GOALS rOR 1976 PAilll"IOMAIA - W ea.gma .1 toreewer 44 for progmaiomal wployee. 4 fwr. Into City of Wtan [tecoones.A 4a, :ou•ty as 14 major eplorea rarruitaent area. Sigh[ fam si 'ma ainarity) Sntl to ha placed to this rl.a.lflca[im. th.. goal .ill R1nor'i[y rproaentation in tat popular.on of King County is vTrettly 4.1%. Minority as atialtetl by l res..W,at 1WO, aacloysoa rpreeret 1.2% of this currant City of Nantm wort force by y0 Jwa 1976 Na City call Increase aamrlty aAmoyaant to r.flect s.l% of the total praemant city SRLID IY- - temeru[tllsatlaM In Nte .111uf'okti. all M .++u acted by vapl"'m wort tarty. Useed on an maticiyat" turnover of 10 aployew in 1916 a 9e.M faith effort "trt lea. Ita rag of twrnteeer 4 this ci44lticat/m is very la. am atteepts will be aa0e to ap1Vy four alaorltles Am redure all type of ubdsrutilaaatlun as still bA Soft as oorreet tam rvtlllaslloo of female taChalcls4 by 11 OscsLLw. lees. Th pnaltion waceKiw pilaw. .wrap mauai tanever rSta t. Sae. FIVE YEAR GOALS ltvtgb ttNlt2a - rite sim.Ity pal., three ainbrtt' lmaalaa, Am thirty ,en- Te railcar" table lmlcatao attaap4 the City M Mentoo will mate cc correct Airor lly ('ed to to aplaytl A. protrtlw serwi. wo[tar.. tarmwt voinge. rrarutalleaaton by lm clssaificAtion by 11 bet, 1g90. Wad on .`01 4nw1 ft w rat rear In this closet tic At tan am An At~ will h amp to . ,t.t uraM.- <urmws, prmna to m hi'" by 1 faraaher IWv utill..tlaa by 11 1-»S. INil pAIUPKXE6511H6^yU6 - This Nth claaSlflcalbn Is a:rul,ltl t by a greater naat Of A Mln. 04,31 n. rt Min. ren-1tln. .uan teen ma . Chase am m arlty .1. a thres mat-hm Y4 W W As, / rrty 1 nv to l loy to aurr.ct d.ticig 100 in this classification. Tel# 90.1 will has test by It Deaaabst of heLla r Ad•in lstrR+re 1 a 1 O 1Wt. Tor Weal twreowr rate as VISA eployw. rm1te41a.r1a 1 T C p �w_ �l(YIJLAlO - Thaw Inalttea. haw htatutically bs" ttllld by woman. under TacM icf.na 0 6 0 p ,tilltat Sap ideitifia. . ..so ter two sinority families, two Weary, malea, am e.I,- m mn-alnarlty Awl". Nrmear Seam . ftw aplVyea. 'er year. mtepts will be Preataetaw. lervlc. 1 6 1 0 mama to recruit almritlea Am malu N wrist ddtctanci.a In VILS 0,14eitiv6tt.m by 11 iter 199S. yuprolae.tomal 0 0 1 1 MfipKl.vie.l l 0 1 6 5[IIiLO_MyT - rise mam.it, :Amlo am nima mn-a.mrity tile. will ha weploytl to Co±ratt u, a lltaatim In Nu c14Aificataon by .1 Awrap emw: litilled Creft 1 1 0 0 turrowr is roc rFloyae. 5erv1ra7telntanalic'• I 6 0 0 VTWICR/INiHrOMMC[ - An awrA,r prowl turmwr. .t foul aplayea. 1. n..ttl 1a NIA LIlNG RANGE GOAItS clan itiaation. Teanty4egt female. (two samaityl ato nogdtl to mrract umerut lllmano• —"- mAmA All A .etI"ly recrvattl Ior thaw entry-level ,i.itko4 to aarr..a dalleteadea The City of Renton will aYs •wry lost effort to mtracl gilder atlll4tlma In by 11 paceYrr 1W0. .I1 departeemite exist 3m cl•eAlf lcet tong by 31 Doosabsr I"S. OreAall hlr7n9 9rla by lob c1.Ssifiretiet. ln,lme. f4• east. rprewat ""itamat ..ma ptrAntag4 far vain am aimrlt lea. yot officials am a,Ylolstrators mad pof4sloeal. th goal To, the eployvat of waxen is fOwY NAIA 19.Ia with A aamrlty repreeantation at lt, rgteenlsl" the four-county area of KIM. Ain. Han-111n. "a. ibn-tiln, purrs. Altsep, AM aresaleh .. the rev-raltmat AtN far these class,[irat lama. Rim County is the malo. recrultaart Arma for .11 ether Into <b41f1 rat tnM. Ties Officials 6 Aftlhi.tmmy. 1 a 1 0 ,Mel for festal. opreea•tauw In these cl4.ifac.tlma 1. 0.4%. Mimritte. .,It he Yr-fsealomaL I ) O 0 rploytl to raflert N 6.1% atiltratlon. All goals Arid trsatebl.. .111 h pdeted ....It, with pegeaea m goal At411amat tltaMic Wa n 11 0 0 mnitarad earn-em:elly• All recorm. aea 4sil"It for review In the r.rearstal offie protKtlea "It'. 1 W 1 a furl" 'e Iar worsi" hours. Pmaproh41.1 p 0 1 1 O(tare/Cbncal 1 0 1 1t Skill" Craft 1 9 a r $A[Vlas,"alnt.nanc. 72 a a r TVl'AL 10 65 S 24 Ia. ear W two tar L get. A two p Y t t ATY4:MKCIR t: cmrm.tar. 5 'miter art.. Supplier tr..u,,ve order an. 1124t .f SAlImMa, 24, 19.5 to. tumid, end by the rule.. r"ulat tote, atl orders of in. I....to" of UR.e aM She srcnt"I of Mousrnq am Urban DewlalesM WOuant insists, am rill forfeit at.. TM City'. Affirmative action pragrA", estmselt to 411 those der ing bu...... ..th the tt hue boots, me,vfis. Yid .'Comte by the Wml Public Amory. the F "OtAty tj :Sty rrq.rdlml of ... of [egos. Yach supplier .r tmtr..tot MviM might or Is of tenor, of the :Arrorary of 11tesiaq and Urban Qawla,mat fm onorm of Y7 NaMbnrt Apployesa or those Mar contract. With the City attain . I01.1 of II11.0m lnw.1vistion to .certain compliant. Nth much roan, r"ul.tron.. said ordeu. to [.Mired to :) be.:. fa.ilter With eha Clty's AftrrmAtlw Raton Pr","1 (6) In the event of the ..".:fora' no sompt unra rr Ln the nandit"Imin.fton ! 2Y ptoriM the City with a copy of ib roan Attltmatiw barite prprr, 1) provide • clauss. of this mtr.rt or With any of sock, rules. raqulatton., or ocdeit, rm' N of latent tc tvmply by ceplatrM rM "fl""t ibclWad is each bid pmchegr, this contract my M camelled. teoiNted, of uWW,mMd in Mole or in [Ara The atild�vlt and . copy of see fire's Attirmattse action prtgra. Mat he Prmidtl and the cortra.10 was ba .. .rtd IAm4'ral 1.b for fur[Or r vvrW1. 1set cosh Hcb firm Nth response Jm may ..rtre all • tPciflc tOntres< bid. A [sessedam is Aml. of e, !n mi.Y.1 24, rlth lto. tlurea 1, M .tl to Pwir live Ord. Most 112r6 of f trA'p reAiion+e sad Vres*nt atl Wet WrtorNeas. city torrids mn tier mevrosttl Vastly. rime 9ui1ty of son erpltama are rs.+vM fire the aligihilitY list. no"It" NI'tai" mro 1915 t.. uftal in an! rush other ..errtlonC .1 ai, ,me.tl . rs.eues ") car .. Provided In Imitator Ism, order he. 1Sovi is Of Lorimar Sa. 196•, Of t2LLs notion W caw/ng doticOffie etl t "fictad Men om satisfactorily morrY ts.aotnttl lea ot., at ma by gals, Urqubtian, o ordu i, U4 tefrtiagy of t. f eM i to fyNl bpleysont 4WraunitY Of[lr*r rhea M[iclrciea baw been rmr.cttl SKmetuT of MOW/M and urban r»wlolwns, w Lrx-ml Whl it aesncy. nr .. Co.pitac. se to det.r.lnW . clack at otherwise '"rided by lag. Y M pr a,tttp pat fornanu, ronpLNw recurbat and on-eMym rmpc4m doing the turrest .moot. It, TN maborac rill irtmea th* r brims cf tW by t. ennu9h IY) It, awry ax<i,trK[ m pmcNes mbar on1Na saepttl by guise. re9u brigs, am Wit at the repubweit :het federally fmdtl a.trut. ion some than lilt,,Wd are ar orders of Ito sotrsitsry of labor or the 6earraNY of most., W urban auhJWt to the Makastlw Order 11246 of Smptamsr ia, 1965. N mandM by 4.cuttw u..lopment mar.Nwt to SktiW IDA of preutles C14*1 he. 11246 of vptamamm Grilse 11315 of antis r Ii 1960, the City of Kenton shall teciudm. in its conti Kte .a, 1565 IN orhdtl), an toot serh pfmvnlms will be, biml" upan each vise ymmeral and aeteoaturt.... tna ab`aAt..ct.' m wirer. 1st.. io,it:otur rill late e1.r1, .tlon ilh I."., to any tit onvsce m "r'.ase of&i a. the laeal niblic hmency. or the Deyarr. 'DafiM the f tlti. at'.". the rontrrtat ."am .. fallow rat of trou*in9 some Urban M"Lopmsot soy direct A. a .rant of "fmrlM sw9, yc uv mom in;lad ing .NaUm. for rnncaopliNc. prw We•l, insevow, that to Ill The tWtra w, .all hot dirri.inata "minor may uq.loym or d Lorna the event the .Wtraetor betas.o thwlwd in, or l.-L ;mtmAd r— rot i�litiestlou for eployewt bwcat of tom, color. Mignon. am" or national or i9l n. with . auKan rr.So. m vmmm . . resell of ea:ri dlfmction by the b 'l ate tootrutoc will tab* ottlrrtlw ."lon ti, .[teas that a "cats are i•eb1.c ArntY. " the ba"orearl .•f Wesm9 AM urban rwlaternt, the ranttatog eplored, mad that "Violists ua t.Ntod Burt" mopioyment. Without r"erd my Ta vt the united Stat" re after into smh Itt lost ion to protest tl.s W .lair oven calm, religion, sec. or Mttorial a,t9in. Such action shall Interests of 'he United Stator. nodose, but no. be ltmltad to the follwl", mmployesot, unfailing• twmatim, or ur for; wmib t or tlwfa 01W tayaft m lamination, rates at ivy C[ nth.-r torts of ctmpneseiw, end mlectim fur vaiaiM. iarladtnq Wmatic"Mr. The cmtratm Awam to post in tveopiruous places, available .t r 10"46 M y}dtcAnta for e"loymwt ntatlr.. to b. ptovldmd by the VA ..tit" forth the pruvt+tong of this mmi.rbi Mtion clause. (2) The c4a0rotnr Will, b all eA icitatlona or mdvrrebameat. mom tap 4hsem pared by of an bmalf of the contractor. state that all qualified aMIjaMt. still r.cs iw wbid..,:'. for egloym.nt rebut ."wd to race, color. volfgton. w., . national orlgtn. Ill Tha mats". .111 send to *rh labato union of '.,mmmrselw of markets rich Mich be has a vollettiw Wr9.rMM agreement . other mittravt or adar- StAMaag A arbtiG , lr he provldtl by tM apbscY cr ntioeti" oftiamr. advbinq the I-- union m markets' rapc.aontstiw of the cwittsotor'o rew,t cents unbar Sriton 202 of raacutiw Orm, No ll2ag of baptisms[ 14. 19u5 iss smetdsd,, am shall Wmt coplr of the rtim in eonspirmum please ..lmhle to re'owat. am applteanta for epley.ant. (A The coot"t,tic sell Ctally With all prov,stma .1 lmmurtw Jrder M. 112A6 of Septemor 24, 1%5 (.a srmedl and tt she false, raq.I.tion.. maA re lmwnt ord"S of the "trolAry of tattt am the bsrrprary at mousiK am omen trrwlop- mant. (5+ The mat rmctor rtl: lurnuh .il Irit Ytmation am reWrt. tptued q a seat ` eat bat mn w w am i f CITY OF RENTON RIPLEY LANE SEWER REPLACEMENT S-189 SCOPE OF WORK , The work under this contract document shall be the full and complete removal and replacement of approximately 355 l.f. of 8" sewer The work shall include, but no: be limited to, sewer pipe, lampholes, service tees, sewer stubs, and complete restoration prior to accept- ance of the work by the City of all properties. Any Contractor connected with this project shall comply with all Federal, State, County and City codes applicable hereto and shall perform the work in accordance with the plans and specifications of this contract document . t 4 L INSTRUCTIONS TO BIDDERS , I . Sealed bids for this proposal will he received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clock P.M. , 4th Floor Conference Room, October 4, 1978. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. 'The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Director's Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. S. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities is it is deemed advantageous to the City to do so. 4 A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the Cit of Renton in an amount not less han 5% of the total amount bid shall accompany each M proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract . The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering 4w the full amount of the work within ten days after receipt of notice of intenticn to award contract. Should he fail , or refv .e to do so, the check shall be forfeited to the Ci•y of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall , upon request , furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. L r f ,'ITY Or RENTON ALL FOR BID RIPLEY I."' L.JLACEMENT :-189 Sealed bids will be received until 2:00 P.H. , October 4, 1978, at the office of the City ! Clerk and will be opened and publicly read aloud in the 4th Floor Conference Room, City of Renton Municipal Building, 200 Hill Ave. S. , Renton for the removal and replacement Of approximately 355 l.f, of 8" sewer along the, shore of Lake Washington. The work to be performed shall include furnishing all necessary labor, materials, and equipment , and performing all work required for installation of sanitary sewer pipe and 1 appurtenances as shown on plans and described in the specifications and such other work ai may be necessary to complete the project , all in accordance with the plans and spet..fications. The City reserves the right to reject any and/or all bids and to waive any an"/or all infer- r malities. Approved plans and form of contract documents may be obtained at the office of the Public t Works Department (Engineering Division) at the Municipal Building, 200 Mill Ave. S. , Renton, WA for a deposit of S10.00 per set, plus $2.50 to cover postage if mailed. The mailing charge will not be refunJed. Deposit of $10 per set of plans and specifications will be refunded upon return of specs in good condition within 30 days after bid opening. A :ertified check or bid bond is tht amount of five (S) percent of the total amount of each bid wit 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 the 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 Form hound in a complete set of Specifications and Contract Documents. The policy of the City of Renton is to promote and afford equal treatment and sere+ce to S all citizens and assure qual employment opportunity to *ill persons based nn ability and fitness regardless of race; creed; color; national origin; sex; physical, sensory, or i mental handicaps; age; or marital status. This policy shall apply to every aspect of employment practices, employee treatment and public contact. Delores ead, City Published: Record Chronicle Sept. 22 8 Sept. 29. 1978 Daily Journal Sep. 20, 1978 CERTIF1rATION BY PROPOSES CONTRACTOR, SUBCONTRACTOR AND SUPPLIER REGARDING EQUAL EMPLOYNEi1T OPPORTUNITY FRANK COLUCC10 CONSTUTION CODI?AgY. Mama oT r me ontra� Project o. INSTRUCTIONS This certification is required pursuant to Federal Executive Order 11266. The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors and suppliers, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to thw equal opportunity clause: and, if `� •o, whether it has filed all compliance reports due under applicable instructions. -'R line City has heretofore adopted Resolutica 2017 under dam of 2. -76 amendin6 a "Fair Practices policy", on implemented by an "Affirmative Action Program' herein amending the policy of the City of Renton to promote and afford equal treatment and service . 1 all -itizens and to amours equal employment opportunity based on ability and fitness to all persons regardless of race, creed, color, national origin, sax, physical, sensory or mental handicaps, age, Ot marital status. This policy shall 1 likewise apply to oil contractors, subcontractors and suppliers conducting business with the City of Renton who in turn shall affirm and subscribe to said practices and policies. The aforementioned provisions shall not apply to contract* or subcontracts for standard commercial suppliers or raw materials or firms or organisations with 1 on than eight employees or contracts of lees than $10,000 busir.ses par annum with the City. When the Contractor/Subcontractor/Supplier (hereinafter raft .d to as the Contractor) in required by the City of Renton to submit an Affirmative Action Plan, the minimum acceptable percentage of minrrity employment will be that percentage which is currently listed in "Attachment I' (City of Renton Coals and Timetables) in the published City of Renton Affirmative Action Program. tipulates and agrees that during the performance of The undersigned contractor therefore covenants, s t7.is contract he vi.i not discriminate against any person in ring, promoting, discharging, compensating f ) or any any other term or condition of employment, by reason , +uch person's race, creed, color, religion, ancestry, sex, physical, sensory or mental handical or marital status as implemented by the 'Affirmative Action Program" . Contractor further agrees that he will take affirmative and continuous action to insure toll compliance pi,aa with such policy and program in all respectam It being strictly understood and agreed that failure to comply with any of the terms of said provisions shall be and constitute ♦ material breach of this + contract. Contractor shall, upon request and/or as soon am possible «after, furnish unto the City any and all information and reports required by the City to determine wh, i.or full compliance has been made by the contractor with sa14 policy and program and contractor will pwrmit access to his books, reco"ds and accounts by the City for the purpose of investigation to ascertain such eampllanee. Contractor further acknowledges that :u has race ived a true and complete copy of the City's "FtAr " - Practiras Policy" and "Affirmative Action Program". ;r�,^ O b f�L L�ontra1ETt3S=Ert—M n�iom ar CENTIEICATION BY: fl+ Sj{w�F{p!i`N11�nmre_— BOPFLIER_ 111 NAM t Y. ADDRESSt_ MIAS111NfiTON19116TM LYPIRE YIAT REPRESENTATIVI/t SEATILF, ^ TITLIt �t4S1D ac7�Ft-RErArtn 1. Contractor/iureenersasaslsufV"w has participated in a previous contract or subcontract subject to the Equal Opportunity Clausal *-Yon —Ne M 2. Compliance reports were required to W filled in co::asotlon with such eontrwt or subcontract: Yes _No 't9 1, Contractor ! ppilee has filed all compliance reports due under application instruction, Yes , —No 1, If answer to item I is "No please explain in detail on revutsa side of this certification. CERTIFICATIONt The information288ov JistrueCOLUC and complete to the best of my knowledge and belief. ASSISTANY KOETA Vf "Ff meTndC'1'1tl o gner p ease yppe nature Dat✓f e Reviewed by C Autho Cy: O e CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder proposed subcontractor hereby certifies that he has y� , has not participated in a previous contract or subcontract subject to t e equal opportunity clause, as requir, d by Executive Orders 10925, 11114 or 1124b, and that he has , has not , filed with the Joint Reporting Committee the Director or the Office o—rTederal Contract Compliance, a Faderal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due tinder the applicable filing requirements. ;:. .,., � ��I��tr„ con�;.a,:�.uar cua►t.�.:1, (Company by: 4: ►N A cotucao AMSTANT UCAETAff _ d (Title Date: Z O d 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 connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR b0-1 .5. (Generally only contracts or subcontracts of $10.000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) preven•s the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. t CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN Bidder is to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: a) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements becausz: "Average annual employment level is less than eioht permanent employees, and the total contract amount with the City during the current year is less than $10,000." Company Date BY: Title OR b) It is ht. .uy certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar ,year. Company Date BY: Title OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package. Said Plan will be subject to review and approval by the City as a prerequisite to the contra-: awr.rd, and it includes: 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and -emale Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilizatic... Company — ate BY: TTt a —__ OR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (5) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it will include: 1) Present utilization of Minorities and Females by Job Classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action steps uirected at increasing Minority Ind Female Utilization. FRhNK COLUCCIO CONSTRUCTION COMPANY n Company _ Date JOSEPM J.MUCCIO BY: `-�.��� --Aysis;uu-ssCacrwRx--. Title Rev. 9/9/75 �/ C x. vigil NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF / ,L - Ic } SS Joaen" afeewecw AMPANf UCRUARY being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bi ', and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sjught by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: FRANK COLUCC10 tONSTRUCT10N_QQM2ANL--__ Subscribed and rrn before me this C.0 day ofl��y, obi Lary u c in an r t e ate of residing at Ctherein. a V. F CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER TO THE CITY OF RENTON RENTON, WASHINGTON: , Vendor and purchaser rF:cgnixe that in actual economic practice overcharges resulting from antitrust violations are in fac-. usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in :onnection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing the price uncer this order or contract. In addition, vendor warrants and represents that each of his suppliers ai,d subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. ,7 � Name of ProjeCt FRANK CULUCCIO CUNSiRUC11ON CONPANT. Name of�id eer s F-irm i soap" A *Mucci* ASSISTANT SAMETMry g to a o utiir ied epresenta--tive�0 Bid e3er l 'l t/ 1 7Da ,8 4 t 3 7 F t I I MINIMUM WAGE AFFIDAVIT FORM City of Renton �. Ss i COUNTY Of i 1 , the undersigned, ha� Ing .,een duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not les than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FRANK COLUCCIO CONSTRUCTION COMPANY, k JOSEPN L dQlUCC10 ASSISTANT 64CRFTAO Subscribed and sworn to before me on this day of %�- ,` 19?0 . Notary Public in an - or the ate of Washington Residing at w BID BOND FORM Herewith find deposit in the form of a certified check , cashier's check, cash, or bid bond in the amount of b __ _which amount is not less than five percent of the total bid. Sign Here BID BOND Know All Men By These Presents : That we, r',tANK COLuI'CIO CONSTRUCTION COMPANY, a W,.shington Corporation as Principal , and AF'1'('O 1Nti111!ANl'1' (�1)MI•ANV f I' AA'I 61( A --�_ as Surety, are held and firmly bound unto the City of Renton, as Obligee , in the penal sum of ***FIVE: FLH CENT t58) O!' TOTAL AMuUN'P HIU*** -- --- - Dollars , for the payment of which the Principal and the Surety bind themselves , their heirs , executors , administrators , successors and assigns , jointly arA stveraily, by these presents. `e condition of this obligation is such that if the Obligee shall make a-ly award to the Principal for RIP IVY Lau(' N.L•' SeWer kCpla., ,,•ut, S-1811 according to the terns 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 dnount of the deposit specified in the call for bids , then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obliyee, as penalty and liquidated damages , the amount of this bond. SIGNED, SEALED AND DATED THIS 4th _DAY OF G .k)vr !' NK COL y( Ip C(�NrSTRl1CT10N COMPANYa C rim ioa �osene N::II}CANCE C 'ANY..p Wtuccmo By1'SfM/IT "CRETARY ., rety n W. I:eypol ATTORNEY-IN-FACT Received return of deposit in the sow of g x, r v POWER OF ATTORNEY SAFECO HOME OFFICE: OF AMERICA CE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 1 9 r KNOW ALL MEN BY THESE PRESENTS: Thal Safeco insurance Company of America,i Washington corporation,does hereby appoint ------------E. W. SCOTT; R. E. FORTFNBACHER; R. W. SMITH; JOHN W. REYNOLDS; HAROLD C' E. COOK; R. A. MOORE; GARY R. STONE, Seattle, Washington-------------------------- e its true and lawful attornay(s)-m•fact, with full authority to execute on behalf of tie company fidelity and surety bonds or o undertakings and other documents of a similar character issued by the company in the course of its business,and to bind Sataeo Insuranea Consia y of Ameria thereby as fully as if such instruments had been duly executed by its regularly elected u(fivers at its hone of i.:v. IN WITNESS WHEREOF. Sa/aCD Insuram is Comiximy Of Arnsirics has executed and attested these presemlts 21st February 78 tills__ _.. ._�._ day of_ �.. it) CERTIFICATE Extract Gum the By-Laws of Safeco Insurance Company of America: "Article VI, Section Q.-FIDELITY AND SURETY HONDS . . , tire Pnc,hdent, any Vice President,and to Secretary shall each have authority to appoint individuals as attorney,-inn.,. or under other appropriate titles with authority to execute on behalf of the company fidelity and surely bonds and other documents o1 simdat character isuued by the comfvny ❑t the course of its business . . . . Oil any instrument making or evidencing such appointment, the sigoalures may be affixed by facsimile. On any instrument conferring such authority or oil any bond or undertaking of live company, tire seal, or a facsimile thereof, may be impressed or affixed or to a any other martinet reproduced;provided,however,that the scat Strait not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of Safeco Insurance Company of America adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secrecay of the Company setting out, fil The provisions of Article VI,Section 12 of the Bylaws,and (it)A copy of the powerrif-af lonley appointment,executed pursuant thereto,and (tit)Certifying that said power-of-attorney appointment is in full force and effect, the sigiatule set the certifying officer may be by f`csuiulc,and the seal set the Company may he a facsimile therco; I,W, D. Ilamnersla,Secretary of Safeco Insurance Company of America, do hereby cvrtfy that the foregoing extracts of the By-Laws and of a Rosolutilm of Itic Board of Directors of this cotta*ration,omd of a Power of Attorney issued pursuant thereto, are true and cunect, and that both the Hy-Laws,lice Resolution and [pie Power of Attorney are still tit full torte and effect. IN WITNESS WHEREOF,I have hereunto set n•y hand aml afTxed the facsimile sal of said curporation this._----4th--._.----._- dap'of`--•P=t-9—be 5.1300 R1 7/71 PRINT t 0 IN U.S.A. r PROPOSAL TO THE CITY OF RENTON RENTON , WASHINGTON Gentlemen: The undersigned hereby certif L�that �N _._ has"examined the site of the proposed work and ha d(_mad and thoroughly un ,irstand-_ the plans , specifications and contract governing the work emb, aced 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 sch^.dule 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. ) FRANK COLUCCIO CONSTRUCTION CONPANYASEPH & COLUCCIO ASSISTANT SECRETARY Si gnaturei /`.,!�s`r� __ _ 9640 EMPIRE WAY SOUTH Address SEAITLE, WASMINGtON V811@ OL Names of Members of Partnership: OR Name of President of Corporation tMNN COLUCC10, PNE, VINCFNT MINICE JO:EPH J. eOWe010 Name of Secretary of Corpn rati an _yre- ASSISTANT SECRITARY Corooration Organized under the laws of 4 /' Witn Main office in State of Washington at ;:e I. v ell SCHEDULE OF PRICES S-189: Ripley Lane Sewer Replacement (.',Oct unit Yricws for as items, all extension; and total amount of aid most La sr,own. r,ar .snit prates in r„ct-`, words and figures and where oonrli%;t occur., cne written cr typed words shall prevail.) ( ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY l,nit Prrcvs to be written in wuras DOLLARS CTS, DOLLARS CTS. 1. L.S. Mob izat 3 s/,.M �/•.• �.1 v1-rtl,(R P1C�1.l.dry d -o"- 'iF a-z* ' Dump um (Words) (Fig res, 2. 1 Connecti09 to Exist1 no Manhole Per Each, in place I 3. 3 Si�oSewer C nection L. Per each. in place 4. 2 Lamp.Hole ' Per each, in place e— S. I 10 Fou ation Material Per Ton, in place 6. I 12 Bedd'nQ Material er ton, In place I 7. i 200 Sele t Baclfill e"') IGL.e to od x ✓r•, IPer ton in place 6. 355 P.V,t elerr I.f. ein place g, 4 PVC T*05. 8" x 4" Per cat u� lace I I I 1, 1 I V i I i Bidder agrees to perform all the Wui : de"ribed in thr CONTkAiCT GUCGNENTS for the following unit prices or luu.v sum: SCHEDULE (N PRICES NOTE: Bids shall include s its tax and all other oppilcable taAe: and fees. (Not*: Un1t pra.c:. for ,11 .C.as, 4:1 41xLvi4SAC4. and cutsf aWDunt of Lid moat Au shovf.. -7;b utl.t prAcvJi in L"h votuo anJ rlguraa .and W"ry wnfI4cC oc: . A thv vrittrn or ty}ad ✓ord, sh41I prey+il.) ITEM APPROX. ITEM WITH UN'A I•RICED BID UNIT PRICE A24OUNT NO. QUANTITY runAt micas to Dv mrnttun an Muza DOLLARS CTS. DOLLARS C"TS. TOTAL DID Sales Tax 5.44 _� - _I [' i 2-y 3G2 K/ GRAND T(.'fAL e TILE UNDERSIGNED BIDDER HEREBY .kGREES TO START CUNSTRUC'TION WORK ON THIS PROJECT, IF AWARDED HIM, NO LATIR THAN TEN (10) DAYS AFTER F1NA`L LXECUTION AND TO COMPLETE WITHIV4 << d< capORILING DAYS AFTER STARTING CONSTRUCTION. DATED AT .r THIS / '^ DAY OF C y��d r't , 14-z--? ACXNOWLEDGLMENT OF RECEIPT OF ADULNDA: No. --- DATE No. DATE DATE No. DATE 7 i SIGNCD 1 SEPW A OOWCCIO TITLE Ssl't i ,n;4K Ci;IUCC 0 CONSMETI NAME Ul COMPANY ALURESS Pti00 IMH,%v WA' SOUTH S,irT'�iA$HffTCTON PB110 TELEPHONE '2�• CITY OF RLNTON STATE CONTRACIORS' IWSINESS LICENSE • G f d' LICENSE t el- LI,) - 4 COX0 NAM! AND AWNI$5 01 At CN., STANa.c;,Y T. SCOTT & Cu. , INC. COMPANIES AFFORDING COVERAGES 312 Eastlake AV,-. Ea. 1;0IIYANY Seattle, WA 98102 It"[P A Roma Indemnity Company COMPAN. ___—__A_____. umN Holland America Insurance Company NA MI ANu nlien,( S$ R IiN.uM(n __ _.� if1MF`AN, ■ - FRANK .COL000IO CONSTRUCTION COMPANY InitN V 9600 Empire Way South r~ANY D Seattle, WA 98118 Ittlrq (AIRAMANY C - CET/Eq i, IY Is to certify that policies of tnsurarwe listed below have been Issued to The Insured named above dnd are in lot ce at this torte. ^1 cvlw.Y rio7i�TiblA 1nTAuutM�ds� I YIH W IN:UOYMICI U,tK'.Y NUMgt« IAw«AIION UAYt •M AY4NFc,11 UINN NLt , "I'di Al UAAIIITY N,'7 001KI INIUNI A WCUfM'«1«cNNrvt rules, ;A9 39 40 04 4/l/79 tA) t 500 s S00 jL]„w Mists-OK W K,N I NAIy(«11 IIAMAy f t B ki IAMUNN,h A"Cot I 1 1184205 79 1 4 "AND / / �8) Soo5GG FKI UNoCKOWUM NAIANp — _ - ... _. 1j)wA-09 I"0101KIAIM . [� OWPAtpN6 NAlANU UNxii,Y lhau«Y AND IIIa,�,I ll1NINAC II,N IgfU«AMIII rMN`t NrYUAM+GI t 7 eu1„1"^UINAOw W40*0IY 1'tIMtlW;u la1 H«SU«AC MK1NA w«st«,a. Ml11NWl C ,s00 AUTDM091tE 41A9111TY IgtwrNA,MNY r If.N:N rF«Ad11! A bGd ruMlw„1N,Ivt Ilu«A GA9 39 40 04 4J1/79 Nt«N,r IhgNR t yiE�uva.l, It,u•N larWw[Nctl _y,-..._._..-- IO��y[�J'.rolNn wNm«IroNMu:I f . NUN aWNIU eWNt N IbMMN AW I'N(11Y«ir aAMAUt t i>tcitifilAautrr" � 1 _ - „�,�at__. 4k C �J UNbglllA frNM °I�IYCUU«YAW © wNwlglreAw t 10000 E 11000 UINt N u.+M1 IIMNM u n IINtM 40MINMe ;.I AiII I.N1Y And EMIIOYt'AS'C IABIC IT Y OTHER et NI Ntel101C W {W,NAI A«.br1 IA A111,41 vI NA'I I`. AS R11*WT6 RIPLEY LANE N.E. SEWER REPLACEMENT, PROJECT N:). S-189, Renton, WA 'SEE OVERLEAF) C meuUaOua. . .discs hu tancA I,u bdruly the eKpuaticgt dote thetecf. d1e Issuing 10 ,I,Y... wniten nubty to the below n.nneo certificate bolder, but ta8ure I, _��� - �. � ,.� . , �.,n unp.,nl-�w all llgall.w cr Ilandtly of uny Mend upon the company N�CITY OFRENTON W ASHINGTON uuI ixfuw _. October 23, 1978 MUNICIPAL BUILDING, 200 MILL AVE. SO. STANLEY T. SCOTT F INC. RENTON, WA 98055 BY / Aur NCWIML i+IwIIYINbf rv[ E. W . Scott 1 4, IT IS HEREBY AGREED THAT THE CITY OF RENTON, WASHINGTON IS ADDED AS ADDITIONAL ASSURED BUT ONLY AS RESPECTS TO LIABILITY ARISING OUT OF THE OPERATIONS OF FRANK COLUCCIO CONSTRUCTION COMPANY ONLY AS RESPECTS THE JOB DESCRIBED ABOVE. IT IS SPECIFICALLY AGREED THAT NEITHER THE INCLUSION OF MOW THAN ONE ENTITY IN THE NAME OF THE ASSURED, NOR THE INCLUSION OF ANY ADDITIONAL ASSUREDS SHALL IN ANY WAY OERATE TO INCREASE THE COMPANIES' AGGREGATE LIMIT OF LIABILITY IN RESPECT OF ANY ONE OCCURRENCE BBYOND THE AMOUNT STATED IN THE FORM. t t f POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA HOME OFFICE'. SAFECO PLAZA ���aa�� a� SEATTLF,WASHINGTON 98185 SAFI= t KNOW ALL MEN BY THESE PRESENTS: No— If i that Safari Insurance Company of America, I Washini;i nr rOlpoianou,does hereby appoint i e, ------------F.. W. SCO'f'I'; R. E. FORTENBACHER; R. W. SMITH; JOHN W. REYNOLDS; HAROLD P. COOK; R. A. MOORE; CARY R. STONE, Seattle, Washington-------------------------- izs true and lawful atrunicyls)-iml'acl,with full authority to execute on behalf of the company fidelity and:,urely bonds or undertakings and other documents of a similar character issued by live crtmpany in the course of its business,and to bind Sefeeo Imsurmca Company of America thereby as fully as if such instruments had been duly executed by its regularly elected offices,at its home office. IN WITNESS WHI_REOF, Safeco Insurance Company of America has executed and attested these presents IL this _. _24t_... ._...._ __. day of Fahn..r)L___ .. 19 C[RTIFICAT[ Extract from the By-Laws of Safeco Insurance Company of Arnett": "Article VI,Section 12. FIDELITY AND SURETY BONDS . . . the President, any Vice President,and the Secretary shall each have authority to appou.t individuals as attorneys-in-fact or under other appropriate titles with authority to execute can behalf of the company fidelity and surety bonds and other documents of similar character issued by Cite company in the Course of its business . . . . On any instrument making or evidencing such appointment. the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal or a facsimile thereof, may be impressed or affixed or or any other ounmer repmduuxd:provided,however,that the seal shall not be flecessary to the validity of any such instrument or undertaking." Extract fror a Resohnion of the Board of Directors of Safeco Insurance Company of America adopted July 28, 1970 "On any cartificalc executed by list Secretary or an assistant secretary of the Company setting out, (i)The provisnm4 of Article VI,Section 12 of the Bylaws,and (it)A copy of the puwerisf�uttomey appointment,executed pursuant thereto,and (III)Certifying that said puwi rof-attorney appointment is in full force and effect, lite signature of the certifying officer may be by fucsnule,and the seal of the Company may he a facsimile thereof." 1, W. D. thnmersia,Secretary of Safeco Insurance Company of America,do hereby tantify that lire foregoing exUactsof the By-Laws and of a Resolution of the Board of Directorx of this corporation,and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,list Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this _day of_.. -. , 19— r t 5-1100 RI 1/77 PRINTED IN U.S.A. c~ on" me low" � BOND TO THE CITY Of RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigne47AM COMM 011 a1 01MON. t "MU196M 04wvewwkim _ as princi pal,-a SWM/q corpora o-�T n organized and existing wider E� aws of the State o�liiih��Nr as a surety corporation, and qualified under the laws of the State of aW skiing one�o�ecome suret"uM bonds of contractors with municipal corporations , as surety firmly bound to the City of Rentun in the penal sum i for the payment. of which sum on demand we bind ourselves"anour successors , a . ! F administrators or personal representatives , as the case may be. i {tThis obligation is entered into in pursuance of th, statutes of the State of Washington, the Ordinance of the City of Renton . Dated4Nf&w Washington, this f. a �t,h day of No✓�ALket I7?. Nevertheless , the conditions of the above obligation are such tha*:: WHEREAS, under and pursuant to Ordinance (ar Resolution) No. 2295 pruviding for i MS*UW IaM /Hawn R40146eM/at,-pp$*" so. 10-1M _— (whi ch contrart i s re ferre o ere n an ss —i pa`r ie`reofi as" tFou-91FT a-ched— hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the sates MOM Q0W1MKX= COMM shall faithfully perform all of _ e prov stuns oT-•cai contract n the manner and w in the time therein set forth , or within such extensiins of time as may be granted under said contract, and shall pay all laborers , mechani s , subcontractors and material , men, and all persons who shall supply said principal or subcontractors with provisions and i supplies for the carrying on of said W IK, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any careless- ness or negligence on the part of sail principal , or any subcontractor in the perfor- mance of said work , and shall indemnify and hold tie City of Renton harmless from any damage or expense by reason of failurr of performaice as specified in said contract or from defects appearing or developing in the material or workmanship provided or per- formed under said contract within a period of one year after its acceptance thereof by k•. the City of Renton, then and in that event this obligation shall be void; but other- wise it shall be and remain in full force and effe:t. lz APPROVED as to legality: —.--- ------- 4., _ + FRANK COtt1CCi0, M& Approved: SUM tla/OAMM OoY"T or AMUM /. M. 3-MM, �M R. N it. M/1�Mt A�elt, /MILL. UK k t I of CONTRACTS OTHER TPM FEDERAL-AID FHWA t THIS AGREEMENT, made and entered Into this 3" day of &W.1LJ E► , 19 9t, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Wasnington, hereinafter referred to as "CITY" and FRANK COLUCCIO CONSTRUCTION CO. hereinafter referred to as "CONTRACTOR." W I T N E S S E T H: 1 ) The Contractor shall within the time stipulated, (to-wit: within 30 working days from date of commencement hereof as req, r.•d by the Contract, c of which this agreement i . a component part) perfore: all the work nd services required to be performed, and provide and furnish all of the labor, materials, appliances , machines, tools, equipment, utility and a. transportation services necessary to perform the Contract, and shall complete the cons.ru�tion and installation work in a workmanlike manner, in connection witn the City's Project (iuentif ,ed as No. S- l" aM for improvement by con .truction and installation of: Riniev Lane Sv%vi, Replarrment `r All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by t+ie City and all other documents hereinafter enumerated, and in full Compliance with all applicable codes, ordinances and regulations of the City of Renton and any other 9 ernmental authority having jurisdiction thereover. it 1s 4 further agreed and stipulated that all of said labor, materials, appliances , machines , tools, equipment nd services shall be furnished 4 i Contracts Other Than Federal-Aid FHWA 2 of 1 and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications end all require- i ments of or arising under the Contract. 9 2) The aforesaid Contract, entered into by the arceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) General Conditions e) Specifications f) Maps and Plans t- g) Bid h) Advertisement for Bids i ) Special Contract Provisions, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Contracts Other Than Federal-Aid FHWA 3 of 7 'i 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 viL Lion or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall , upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately 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 ..uret) within fifteen (15) days after the serving upon it of such notice of �-rmination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such nutice, the City itself may take over the work under the Contract and prosecute the same to completion i 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 he liable to the City for any excess cost or other damages occasioned the W City thereby. In such event„ the City, if it sn a'r^ts, may, without liability for so doing, take possession of anu ut.lize 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 4) The Foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. { a d t I , . i Contracts Other Than Federal-Aid FHWA 4 of 7 5) Contractor agrees and covelants to hold and save the City, its officers, agents, representatives ani employees harmless and to Promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses inwrred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal 1jury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or un- patented invention, process, article or appliance manufactured for use in the performance of the Contrac+ , includinq its use �y the City, unless otherwise specifically provided f in this Contract. '•n the event the City snall , without fault on its part, be made a party to any litigation cony enced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees 'hat may be incurred or paid by City in the enforcement of any of the covenant. , L provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract hall be in writing and shall be dated and signed by the party giving such notice or by its duly authorised representative of such party. Any such t r 5 of 7 Contracts Other Thar Federal-Aid FNWA notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United Stites mail , postage prepaid. certified or registered ma) l . 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the , full performance of the Contract not later than 50 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay wi* l be the sum of (SEE SPECIAL PROVISIONS "LIQUIDATED DAMAGES") _ . as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. B) Neither the final certificate of payment nor any provision in th! Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials nr workmanship. The Contractor shall he under the duty to reme,ly any defects in the work and pay for any damage to other work resulting therefrom which shall appeor within the period of one (1 ) year f-om the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be F � , P 6 of 7 Contracts Other Than Federal-Aid FHWA obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the r City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. , 10) The Contractor shall furnish a surf ', bond or bonds as security for the faithful performance of the Contract, including the payment of all per .ons and firms performing labor on the construction project under this Contract or, furnishing materials in connection with - is Contract; said bond to be in the full amount of the .ontract price as specified in Paragraph 11 . The surety or sureties on such bond or bonds must ue duly licensed as a surety in the State of Wash,ngton. 1 1 11 ) The total amount of this Contract is the sum of $24,862.81 _ which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the r "general cunditions" of this Contract. w F 1' d Contracts Other Than Federal-Aid FHWA 7 of 7 IN WITNESS WHEREOF, the City nas caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. , CONTRACTOR CITY OF RENTON 1 res t -ts+'- UCCNk Pft 1a ynJ > ATTEST:7 n' 11 Secretary $9CRETART • TREASURER y er K COLUCCiO CONSTRUCTION COMPANY a ------- -- l-rm Name-- Individual_ Partnership , Corporation `�_ A ?qa. Corporation Mate o rorporation Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must ! igr. the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the city and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing bu=iness as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. a t CITY OF RENTON t INSTRUCTIONS FOR E.E.O. CONTRACT COMPLIANCE REPORTING (REF: Title VI Civil Rights Act ; Executive Order 11246, and City Resolution 1805) , 1. This City of Renton Equal Employment Opportunity Reporting System will apply to all contracts in excesf of $10,000 awarded by the City, except for those contracts which involve separate Sta, e Highway Department or Federal E.E.O. Report requirements. (See attached Sample Report Form - City of Renton) 2. EEO Reports are to be submitted at the end of each month during whicn a contract is in progress. Separate Report Forms will be used by the Prime Contractor and by each Subcontractor. The Prise Contractor is responsible for obtaining, verifying and submitting the reports relating to Subcontractor EEO performance. All reports are to be delivered to the appropriate City Project Engineer, and will be considered a prerequisite to the processing of Monthly Progress Payments. 3. In the event that a contractor is involved with more than une City Contract at a given time, each contract is to be reported separately. Under no circumstances will EEO statistics for multiple prf,jects be combined. 4. Monitoring of EEO Compliance will be related to the Goals and Timetables contained in the Affirmative Action Plan as provided by the Prime Contractor in connection with the bidding process. 4 (The Prime Contractor should obtain an Affirmative Action Program from each of the Subcontractors.) When the City's Project Engineer is not satisfied with the EEO performance on a specific project, an attempt will first be made to resulre the problem by direct liaison with the Prime Contractor. If a satisfactory conclusion L is not negotiated, the matter will then be referred to the City's EEO Officer for further evaluation. A ten-day "show cause" will be sent to the Contractor before any further referral of a problem to the City Affirmative Action Steering Committee, and possible subsequent action the City Attorney. I i Revised 1/8/75 1 i i i r `CY �j� REPORTING PERIOD $U CON ! Year: CONTRACTOR Month: POWEp UTILIZATION REPORT ♦�� MOyTNIY MAM � � Goals and Timetables as cooritted surnitteu to the city's Project in Contractor's Affirmative % To b0 the fourth Week of each �(`"t� Action Plan . . . . . . Engineer during r teas. prime month While contrsanablenforoobtaininq arI t contzaccor is resPo ru. subm"ttin all subcontractor Kepo To: (Name aad location or Compliance Ass n From: INam° and loaation of contra ctor) r.� Section 20T. Failure to rep Ott can Executive Order 11246, cancellations or debanaant This report is required by termination, result In sanctions Which include suspension, 4. 4 Total oral p act • 3, aino- number umber 1 . to wmt (gee footnote) ritY of or Work mourm of Eep Y v/h or whorl Employ ® a °. • er, Asian/ atal Cott] Ewp10Y" eta cis eai Rta- peeirte Pe- W� ees fie!- panto ndlan conpwv a Name Trade done Tots BUek Ia ynd .ale C Tr r T ( C. 1 l T: T r e Phone Number M1 na ure an Tr k e 04 stand (Inolude Area Code) T. CccpanY Cfftolal'a . ta Page ��. of _ REV . 11/77 CxMALES 6 FEMALES %It'tMINORITIES 6 NON-MINORITIES) i INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (SF-257) 1 The Employment Utilization Report is to be completed by each subject contractor 'both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the ;erm of the contract, and they shall include the total work-hours worked for each employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its aggregate work force and shall. '•;� � collect and submit reports for each subcontractor's aggregate work force to the Federal Compliance Agency that is funding their construction project. 1 r:. y' Reporting Period . . . . . . . . . . Self-explanatory. I Compliance Agency . . . . . . . . . U. S. Government contracting or adminis- tering agency responsible for equal employ- ment opportunity on the project. Contractor . . . . . . . . . . Any contractor who has a construction con- tract with the U. S. Government or applicant (See OFCCP Regs. 60-1.3) . 1. Company's Name . . . . . . . . . . Any contractor or subcontractor who has a federally involved contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable Federal EEO bid conditions. 3. Work-hours of Employment The total number of hours worked by all employees in each classification; the total number of hours worked by each *minority group in each classification and the total work-hours for all women. Classification . . . . . . . . . The level of accomplishment or status of the worker in the trade. (C a Craftworker - Qualified, Ap . Apprentice, Tr - Trainee) 4. Percent of minority work- hours of total work-hours The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c, d and a divided by column a.) 5. Total Number of minority employees . . . . . . . . . . . . Number of minority employees working in w, contractor's aggregate work force during reporting period. 6. Total Number of Employees . . . . Number of all employees working in con- tractor's aggregate work force during reporting period. 1, Minority is defined as including blacks, Hispanics. American Indians and Asian and Pacific Islanders - both men and women. Goo .eaaa W r RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POL CES In accordance with the provisions of Chapter tit , Laws of 1973, H. B. 621 , the Contractor shall secure any permits or licenses required by , and comply fully with all provisions of the follow- ing laws , ordinances , and resolutions : Kin�Co�unt� Ordinance No. 1527 requires Building and Land eve op— me 7 ent Ig ision and HydF;ulics Division review of grading and filling permits and unclassified use permits in flood hazard areas . Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to he incorporated into project design by Engineering Services . Reivew by Hydraulics Division. KinCo�unt�Or_din_a_nce No. 800 No. 900 No. 1006 and Resolution No-87T� , o�fd3S3 0. o. 894 and o . c odd in King County Lode Titles 9 and 10 are provisions or disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply . Review by Division of Solid Waste. Pu et Sound Air Polluxion Control A enc Re It ion I : A regu- a n on to con the emission o air contaminants trom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King , Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70. 94 . WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18- OZ : Requires operators of stationary sources of air a contaminants to maintain records of emissions , periodically re- port to the State information concerning these emissions from his operations , and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I . R.C. N. 90 . 48 : Enacted to maintain the highest possible standards k to ensure t e purity of all water of the State consistent with Public health and public enjoyment thereof , t'— oropagation and protecting of wildlife , birds . game , fish, a her aquatic life , and the industrial development of the , r and to that end require th use of all known available an(. onable methods by industries and others to prevent and contrul one pollution of the waters of the State of Washington . It is unlawful to throw , drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters . The law also provides for civil penalties of $5 , 000/day for each violation. R.C.11. 70. 95 : Establishes uniform statewide program for handling io-M3 wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the , round or into the waters of this State except at a solid waste disposal site for which there is a valid permit. 4 1 R WASUINGTON STATE DEPARTMEN'L OF NATURAL RESOURCES R.C.W. 76. 04 . 370: Provides for abatement of additional fire haz- ard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near building , roads , campgrounds , and school grounds) . The owner and/or person respons- ible is fully liable in the event fire starts or spreads on property on which an extreme fire izard exists . R. C.W. 76. 04. 010 : Defines terms relating to the suppression or abatement of orest fires or forest fire conditions . R. C ,W . 70. 94 . 660 : Provides for issuance of burning permits for a attm ng or prevention of forest fire hazards , instruction or silvicultural operations . R.C.W. 76. 04 . 310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means , all forest debris cut thereon, as rapidly as the clearing or cutting progresses , or at such other times as the department may specify , and in compliance with the law requiring burning permits . R.C.W. 78 . 44 : Laws governing surface mining (including sand, gravel,stone , and earth from borrow pits) which provide for fees and permits , plan or operation , reclamation plan , bonding , and inspection of operations . W .A.C. 332-18 : Delineates all requirements for surface mined land reclamation. W.A. C. 332- 24 : Codifies requirements or R.C.W. 76. 04 pertaining to land clearing and burning . U. S. ARMY CORPS OF ENGINEERS 6 Section 1 of the River and Harbor Act of June 13 , 1902 : Author- izes Secretary of Army and Corps of Engineers to o—issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications . Section 404 of the Federal Water Pollution Control Act PL92 500 86 Stat: Authorizes the Secretary o t the Army,acting through wig L� of Engineers , to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites . Permits may be denied if it i! determined that such discharge will have adverse effects on municipal water supplies , shell fish beds and fishery areas and wildlife or recreational areas MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899 : roviT—TTe—s _t at isc arge of refuse w t out a permit into navigable waters is prohibited . Violation is punishable by fine . Any citi- zen may file a ccmplaint with the U. S . Attorney and share a por- tion of the fine . - 2- r 4 ii PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAwD DEVELOPMENT DIVISION - Kin County Resolution No . 25769 requires an unclassified use permit for filling, quarrying ncluding borrow pits and associ- ated activities such as asphalt plants , rock crushers) and refuse disposal sites and provides for land reclamation suhse- � . quent to these activities . A copy is available at the Department of Public Works or Builcing and Land Development Division, Shoreline Mana ement Act 1971 requires a permit for construction on state s ore nes. erm t acquired by Public Works and reviewed ( by Building and Land Development Division. K�i�n��Count Ordinance No. 1488 requires permit for grading, laud { fiIls ,grave pits , dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Cha ter 112 Laws of 1949 • Requires hydraulics permit on certain pro3ects . tying LOunty Department of Public Works will obtain. ) WASHINGTON STATE 'DEPARTMENT OF ECOLOGY W.A.C . 173- 2-'0: Requires a National Pollutant Discharge Elimination System (NPDEST permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24 : Permit to discharge commercial or industrial waste waters into state surface or ground water (such as gravel washing , pit operations , or any operation which results in a discharge which contains turbidity . ) W.A.C. 508-12- 100: Requires permit to u- surface water . W.A.C. 508- 12- 190 : Requires that changes to hermits for water use e reviewed y tTie Department of Ecology whenever it is desired to change the purpose of use , the place of use , the point of withdrawal and/or the diversion of water. W.A.C. 506- 12-2ZO: Requires permit to use ground water. W.A.C. 508- 12- 260: Requires permit to construct reservoir for 4 water storage . W.A.C. 508- 12- 280 : Requires permit to construct storage dam. W.A.C. SOS-60: Requires permit to construct in State flood contrro-I zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc . ) . - 3- PERMITS ^.SQUIRED FOR THE PROJECT Continued WASHINGTON STATE DEPART.IMENT OF NATURAL RESOURCES R.C.W. 76 . 04 . 150 : Requires burning permit for all fires except or small outdoor fires for recreational purposes or yard debris disposal . Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76. 04. 150, 76. 04 . 170 , 76. G4 . 180, and 70.94 due to exteme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.h'. 76. 08. 030: Cutting permit required before cutting merchant- able timber . R.C.W. 76 . 08 . 275 : Operating permit required before operating power equipment in dead or down timber. R.C.W. 78. 44 . 080 : Requires permit for any surface mining opera- tion inc u ing sand, gravel , stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of Harch 3 1899 : Requires permit or construction (other than rages—, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public works will obtain) . FIRE PROTECTION DISTRICT R.C.W. 5 2 . 28 . 01 3 52 . 28. 050: rov esaut orityor8requirmnt0 n8Pn 0 ties or a ilure to secure a fire permit for building an open fire within a fire protection district . UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General e Brid ee ct o tart an enera ri e a Act of 1446 s amndd Au usL equires a permit or construction o�ri� 6ii navigable waters (King County Department of Public Works will obtain) . King County Department of Public Works will comely with pertinent sections of the following laws while securing the afore- mentioned permit : Section 4(f) of Department of Iranspo, tation Act , National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9�02 ,d� _2, iii_ii�) of Regulati, i_ I : Request for veri£ica- t ono populitio�I density .�ontractor should be sure his opera - tions are in compliance with Regulation I , particularly Section 9. 02 (outdoor fires) , Section 9 . 04 (particulate matter- -dust) , and Section 9 . 15 (preventing particulate matter f_om becoming airborne) . -4- Y ' PEMITS REQUIRED FOR THE PROJECT Continued ENVIRONMENTAL PROTECH ON AGENC" Titic 40, 'hapter Ic , Part 61 : Requires that the Ltivirc.wtntal rhotec:'ioi, ,gency e� node,? 5 days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than 5 dwelling units) . The above requirements will be applicable only where called for on the various road projects . Copies of these permits , ordinances , laws , and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, Washington, 98104 . It stall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be wade. All permits will be available at construction site . i s 4. i 1 i L -5- s ".Sire ;� ,• � �.� _, x Gk y:, �+ . ;� , r IJ "� * ,: �� ni � •R y { C M � Y. •11 1: 'a1 . . � �' 5i 'Y `, � • M 4 ii • CITY OF Rz NTON GENERAL PROVISION!. d STANDARD SPECIFICATION The Standard Specifications for huniti"I Public Yorks Construction prepared by the Washington State Chapter of the Aar rican Public Yorks Association, 1977 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the rrdiMnces and Charter of the City of r Renton, so far rs applicable, are hereby included in these specifications as though Quoted In their entirety and shall apply except as demanded or superseded by the Special Provisions. A copy of these Standard Specifications is or file in the office of the Public Yorks Uirector, Municipal Building, Rento•, Washington, 98055. where they may be e..amined and consulted by any Interested party. r Wherever reference is made in the Standard Specifications to the Cwner, such reference r shall be construe. to mean the City of Renton, and where reference is mile to the Engl near such reference shall be construed to mean the Director of Public Works, City or Renton, his duly autbori7ed representative. NOTE: The "neral Provisions hereinafter contained shall be in addition or shall supersede provisions of the Standard Specifications in conflict therewith. r HEADINGS Headings to parts, sections, forms, articles and subart{cies are inserted for convenience of reference only and shall not affect thr Interpretation Of the contract documents. ORDER Of PRECEDENCE Where conflicting information as tc, specifications is Found i the "Standard Specifications" ' Plans and Provisions, the plans sh. I hold over the "Standard apecifications" and the Provisions shall hold over both the Plans and "Standard Specifications". FAILURE TO MEET SPECIFICATIONS 4 _ F? In the event that any material or workmanship does not meet the requirements or spacifica- tlons the City may have the option to accept such material or workmanship If the Director h. of Publi_ Works deems such acceptance to be in the best interest of the City, provided. ti- the City may neS•otlate payment of a lower unit price for said material or workmanship. FIELD CHANGES Any alteratiops or 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 Works Director or his representatives acting specifically upon his instruc- tions. In the event of disagrtement of the necessity of such changes, the Engineer's decision shall be final. PROTFCTION OF PUBLIC AND PRIVATE U. ILITICS AND FACILITIES The Contractor shall conform to Section 5-1.09 of Standard Specifications in regard to protection �J public and private utilities. • Location and dimensions shown on the plans Ter existing underS,ound facilities are in accordance with the best available Information without uncovering and measuring. The Owner does not guarantee the size and locat',n of existing facilities. It shall be the Contractor's responsibility to contact all public and private companies having utilities and/or facilities in the vicinity of the construction area. PUBLIC CONVENIENCE AND SAFETY 4 The Contra for shall, at his own expense, provide all %inns, barricades, guards L 4F� ...ar I t t GENERAL PROVISIONS (con t.) PUBLIC CONVENIENCE AND SAFETY Cont. cocstruction warnings, and night lights In order to protect the public at all times from injury as a result of his operations. !f th. Contractor should fail to maintain sufficient lights and barricades in the opinion of th. Engineer , the City shall have the right to Provide these lights and barricades and deduct such costs from payments du he Contractor. Work shall be restricted, the orde if work modified, the hours of work r led or the work halted altogether at the engineer's discretion when the engineer fi... such a course or courses of action necessary to protect the public or the contractor's safety, health or welfare. PAYMENT TO THE CONTRACTOR Payments to be made to the Contractor will be made In the manner outlined In S;�tion I of the Standard Specifications. Payments shall be made In Cash Warrants. Partial payments t on asti mates may be withheld until a work progress schedule as described in these LIU General Provisions has been received and approved. SCHEMING OF WORK Section B-Lill of the Standard Specifications shall be deleted and the following Inserted: t immediately after execution and delivery of the contract and before the first partial G" payment is made, the Contractor shall ieliver to the Engineer, an esti"led construction progress schedule In form satisfactory to the Engineer, showing the proposed dates of commencemert and completion of each of the various pay items of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due to the Contractor In accordance with the progress schedule. The Contractor shall also furnish periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will ta, used l only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from -he contract. Should it become evident at any time during constructio', that nperations will or may fall behind the schedule of this ';rst program, the Contract Hall, upon request, promptly submit revised schedules in the same form as specif reir. setting out operations, methods, and equipment, added labor forces or working shifts, right work, eta by which time lost will be made up, and confer vith the Engineer until an approved modifi- t .ration of the original shcedule has been secured. Further, If at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, dPon request, be revised by the Contractor and the work shall be performed in compliance 4 th the contrac . ovisions. Payments of y further estimates to the Cm tractor after such request is made and until an approved modified schedule has been provided by the Contractor my be withheld. E-ecut;on of ;he work according to the accepted schedule of construction, or apprnved modifications thereof, Is hereby made an obligation of the contract. WAGE SIHEDULE 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 provi- sions of Chapter 39. 12 RCW as amended. The rules and regulations of the Department Or Labor and 'ndustrles and the schedule of prevailing wage rates for the locality or L localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, It is imperative that all Contractors fami':arize themselves with the currant wage rates be- fore submitting bids based on these so fications. W In case any dispute arises as to what are the prevailing rates of wages f, work of a similar nature and such dispute cannot be adjusted by the parties In interest, 'nclud'.g labor and management representatives, the matter shall be referred for arbitration to t- E: 3 L' GENEPAL PROVISIONS (Cont.) WAGE SLnEOULE (tort.) 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 part its involved in the dispute a-. provided fur by RCW }9.12.060, as amended. The Contractor, on or before the da Le „t 1-rCemsnt of wm,rk, shall file a statement under oath with the Owner and with the U „for of Lahur and Inde.str;ts certifying the rate of hourly wage paid and to be paid each classification of lotnrers, workmen, or f 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 suPplems^tal statements y which may be necessary shall be filed in accordance sloth the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor *,id each and every subcontractor shall fl It a sworn State of Intent (SF 9882) with the Owner and with the Department of Labor ar' Industries as to the preva;ling wage rate, Including fringe benefits, for each job 1. classification to be utilized. The wage rates thus filed will be 0cCked against the prevailing wage rates as determined by the ndustrial Statistician of the Department of Labor and Industries. If the wage rater are current, the Industrial Statistician will issue an ackrow!edgment of approval to the Contractor ar.d/or 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 rates by the Industrial Statistician and approval will be withheld until d correct statement Is received. 4 Copies of wage rate approvals will be furnished the awarding agency, and the Contractor (and the prime Contractor in th; ,.ase of a subcontractor) by the Industrial Statistician. Each ,outer claim submitted by a Contractor for payment on a project estivate shall state that prevailing wages have been paid in acLordance with the prefiled Statement or State- ments of Intent en file with the Department of La Wr and Industries as approved by the Industrial Statistician. 4 Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the county or municipal Corp, rafun or other officer or person charged with the custody and disbursement of the stale or corporate funds as the case may be and two (2) copies of each Affidavit are to be tiles it,, ;he Director of the Department of Labor and Industries, Attention. Industrial Relations D;,;siun, 1601 Second Avenue, Seattle. Whenever Practicable, affidavits p,,t,inin, to .r particular contract should be submitted as a package. 1. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep ill force during the term of the contract, public liability and property damage insurance in tayanies and in form ;o be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing wdrk provided by this contract, and the City. The City shall be named as an additional insured on said polio/ insofar as the work and obligations performed under the contract are concelned. 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 uvission of the Contraclur, or the subcontractor, or by anyone dirertly or indirectly employed by either of them. Tne minimum Policy IimitS or su Ch insurance shall be as follows' Bodily Injury liability coverage with limits of not ss then 5100,000 for bodily injury, including accidental death, to any one person, and r It to that limit for each person, in an amount not less than 5300,00n for each Lident; and property damage coverage in an amount pf not less than $50.000 for wach accident. A dopy of the insurance policy, together with a Copy of the endorsement naming the City ds an additional insure 1, shall be provided to the City within a reasonable tins after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the C;ty with satisfactory proof of carriage of the 'ssurdnce required. s_ n k scut PAL PROVISIONS iCont.) ACT OF GOD "Act of God" cleans an earthqua.•, flood, Cyclone or ether cataclysmic pnenomenon of nature. A rain, windstorm, high water or other natural pnenoernon of unusual Intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall net be construed as an act of God. SNOV DRAWINGS The term "Slop Drawlnys" shall refer to the pictorial description of the details of pro- posed materials, equipment, methods of installation, or othe- construc'lon prepared by the Cont,., a subco.,tractor or a manufacturer and I bmitted for the approval of the Owner, 0A EQUAL Where the term "Or Equal" is used herein, the uwner, or the Owner on recommendation of the Engineer, shall oe the sole judge of the quality and suitability of the proposed substitution. APPROVAL F The term "App,oval" shall mean approval given b, 0, given properly on the behalf of the Owner. WRITTEN NOTICE Witten notice shall be deemed to have been duly served If delivered in person to tre individual, or to a partner of the firm, or to an officer of the corporation or Owner, or to an executive official if the Owner is a governmental body, or if sent by Regist.red 4 United States Nail to the business address shown in the Contract Documents. CONIRACTOR'S PLANT AND EUUIPNENT The Contractor alone Shall at all times be responsible for the adequacy, efficiency and su fflciency of his and his subcontractor's plant and equipment, the Owner shell 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 cons,dered as extra work and Palo for accordingly. ATTENTION TO WORK fhe 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 represented by a competent superintendent who shall receive end obey all Instructions or orders given under the contract, and who shall to 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 o,' to his authorized representative. DEVIATION FROM CONTRACT The Contractor shall not risks any alteratior. or variation in or addition to or deviation s 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 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 therefu,e. F a4. GENEAAL PROW ISIONS (Con l_.I • ERROR: AND OMISSIONS If the Contractor, In the course of the work, becomes ware c any errors or ,rosslons in the contract documents or in the layour as given by ^urvey points ano instructions, or if he becomes aware of any discrepancy between the contract duewments and the physical conditions of the locality, he shall rmnediately inform the Engineer and the Eng;netr, it ne 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 10 BE FURNISHED By t.ONTRACTOR The Contractor shall furnish all drawings, specifications, descriptive data, certificates, t samples, tests, methods, schedules, and manufacturer's Instructions as specifically required in the contract documents, and all other information as may reasonably be requi- red 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 •v irfurmelion shows any deviation from the contract requirements, the Contractor shall, by s statement in writing accompanying the infortratlon, advise the Engineer of the dr nation and slay the lesson therefore. DANAGE TO WORK TM worm shall be under the Contractor's responsible care and charge. The Contractor shall bear al, loss and damage whatsoever and from whatsoever cause, except that caused solely by tye act of the Owner which may OL. Ur on or to the work during the fulfillment of the contract. If any such loss or damage occurs, the Contractor shall itmediately make hood 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 eoploynwnt of scale other person make good any such loss or damage, and the cost and expense of so doing shall he charged to the Contractor. PROTECTION OF CONTRACTOR'S WORN AND PROPFRTY C The Contractor alone shall at all times be responsible for the safety of his and his subcon- tractor's employees, and for his and his subcontractor's plant and equipment and the method of prosecuting the work. UNFAVORABLE WEATHER AND OTHER CONDITIONS During unfavorable weather and other conditions, the Contractor shall pursue only such c portions of the work as shall not be damaged thereby. No porti., . of the work whose satisfactory qua), 'y or efficiency will be affected by unfavorable conditions shall be constructed wf' ie these conditions exist, unless by special means or tcautions acceptable to the Engine , the Contractor shall be able to overcome them. CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS The Contractof will be supplied by the Owner with 5 sets and specifications. At least one complete set of contract documents including one full site set of drawings shall be kept at the site of construction In good condition and at all times available to the Owner and the Engineer. 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 a:rd the Contractor or his superintendent or Foreman as to the meaning and Into, of any part of the Plans and Specifications or any contract document, shall be Immediately brought to the attention of the Public Works Director or his representatives for Interpretation and adjustment, if warranted. Failure on the part of the Public Works Director or his representative to discover and condemn or rej ct improper , defective or Inferior work r materials. shall not be construed 4 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 t..at the L f: r .LNEPAL PROVIS NS (Coot.) DISPUTES AND LITIGATION (cons.) Publ'.c Works Director or his representative shall determine the quantity and quality of the several kids of work embraced in these improvements. He shall decide all q'festinns relative to the execution of the work and the interpretation of the Plans and Specifica- tions. In the event the Contractor is of the opinion he will L. .mmaged 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. Time is of the essence in the g'ving of such notice. In the event an agreement cannot then be -eachad within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third, within 30 days thereafter The findings and decision of the 8oa,I of Arbitrator% shall be final and binding on the parties, unless the aggrieved party, within ten (IC) days, challenges the findings and ' decision by serving and filing a petition for revi aw by the Superior Court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: I. Are r,ot responsive to the que,tions submitted; 2. Is contrary to the terms of the contract or any component thereof; ). Is arbitrary and/or is not based upon the applicable facts anti the law controlling the is%uns submitted to arbitration, t. The Board of Arbitrators shall support its decision by setting forth In writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted In accordance with the statut ues of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless f It is the board's Majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor is a non- resident of the State of Washington, he shall designate al agent, upon whom process may be served, before commencing work under this contract. ACCEPTANCE Of WORK The Cont.actor shall notify the Engineer in writing of the completion of the wo rK whereupon the Engineer will promptly, by personal inspection, satisfy himself as to the actual com- pletion of the work in accordance with the terms of the contract. and shall thereupon recommend to the Owner that the work iS acceptable. final determination of the acceptability of the work shall be made by the owner. CONTRACT COMPLIANCE REPORTS - EEO The Contractor will be required to complete and submit the following document before Progress and/or final payments to the Contractor will be approved by the Public Works Director: City of Renton Affirmative Action Report for Contractor/Subwntractor ` (Monthly Manpower Utilization Report) The owner will furnish these form, to the Prlex. Contractor during preconstruction meetirg, An Equal Empioyme nt opportunity Report Certificate shall be executed by the bidder with his bid proposal no this project and which comes within the provisions of the equal employment opportunity regulations of the Secretary of Labor as revised May 21, 1968. The foam of certificate will be furnished to the Contractor with the proposal, stating as to whether he, his firm, association, co-partnership or corporation has participated in any previous contracts or subconl-actors subject to the equal opportunity clause and if so, whether or not he has submitted all reports due under applicable filing requirements. >r f { i C GENERAL PROVISIONS (Cont., CONTRACT COMPLIANCE REPORTS - EEO (cons.) Failure on the part of the bidder to furnish the required certificate will he due cause for rejection of the bid. i If a contractor to whom An award is about to be made, except for lack of an Equal Employment Opportunity Report [ertiricate, refuses or fails to promptly execute and furnish the required certificate within 10 drys after notice by the Olrector of Public Works that same is lacking from his proposal, the sropusal guarantee, in form of bond, check, or cash which accom- panied the bid, will be forfeited to the City. M Whenever a contractor requests permission to sublet a part of any contract and such contract canes within the provisions of the equal employment opportunity regulations of the Secretary of Labor, revised May 21. 1968, he shall obtain this certification from his proposed sub- contractor and forward It together with such request. No subcontract will be approved before receipt of such certification from the subcontractor. For this purpose, certification firms ma, be obtained from the Project Engineer assigned to this project. WORKING DAYS AND CONTRACT COMPLETION 1. 1 The special provisions and contract agreement shall state the contract time in working days. A working day Is any day not othan.ise defined herein as a non-working day. A non-working day is defined as a Saturday, Sunday, a recognized holiday. of a day on which the Contractor is specifically required by the contract or the City to suspend constructl on. Recop mired holidays shall be as follows: New Year's Day, Lincoln's Birthday, Washington's eirtnday, Moved lot Day, July 4, Labor Day, Veterans' Day, Thanksgiving and the day following, and Christmas Day. When any of the above recognized holidays fall on Saturday, the proceeding Friday shall be counted as a holiday and when uny of the above recognized holidays fall on Sunday, the following Monday shall be counted as a holiday. At the beginning of any contract, a tentative date for completion of contract wo:k will be established, based on the date of award of the contract and the number of working days 1 specified. Such de II be adjusted as required from time to time for non-working days and extensirms of , lowed under the contract and is recognized as cot being a forecast i of actual anticipate. completion date. A i Y 3 a i 5 r STANDARD SPECIFICATIONS The Standard Specifications for Municipal Public Works Construction prepared by the Washington State Chapter of the American Public Works Association, 197"' Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shali apply except as amended or superseded by the $ Special Provisions. 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 Engineer, such reference shall be construed to mean the Public Works Director, City of Renton, or his duly authorized representative(s) . w-. � +r S 4F 4 r.0 k+s { Ia r A 1 ♦ ! k ffi fe U* 1• � 4 4j� 8 SPt 'CIAL PROVISIONS ' y � I i 4 1 i 1 % SPECIAL PROVISIONS � 1 Special Provisions Description of Work f Elate of Bid Opening # Time of Completion Nondiscrimination in Employment Notification of Construction Hours of Work t s Excavated Material Spoil Area/Waste Site Dust and Nod Control 1 State Sales Tax Surveys i Overtime Field Enn ineeri ne f C, De'lvery of Tickets Size, Weight and Load Restrictions Subcontractors and Suppliers Change Orders Preconstruction Conference Field Office k Sanitation Facilities Project Construction and Identification Signs (Roadway Projects Only) e Line and Gradu Easement azx. Right-of-May Lane Provided L. Owner Lend Provided M or Restoration of A S,-faces Side Sewer Pol ; Traffic Conti. Removinn Sraffic .r.eat Signs Soil In—matinn Salvage Awarding of Contract Liquidated Damages Authority of the Engineer 4 tr S-189 S N-1 KE N L - SEWER REPAIR CORRESPONDENCE TO SEWER REPAIR SPECIFICATIONS 4 Iof 6 CITY OF RENT(N SPECIAL PRf)VISIOWS C Special provisions hereinafter contained superseie any conflicting previsions of the standard specifications, and the foregoing amendments tc the standard specifications are hereby made a part of this contract. Mherlver refrrance is made to the Engineer, such reference shall be construed to mean the Public works Director, City of Renton or his duly ■uthoriaed representa•ive. _:ESCRI FTI ON OF WOA! The work t0 be erfo:, ed under this contract consists of furnishing materials, equipment, 1 p g laent, tool. labor and other work or items incidental thereto (excepting any materials, equipment, utilities or sarvice. if any, specified herein to he furnished by the City or Others$, and performing all work as required by the Contract in accordance with plans and specifications and Standard Spec- ificcations, all of which are made a part hereof. DATE OF BID CPENINC Sealed bids will be received by the City of Renton, Washington, by filing with the City clerk, Municipal eutlding, Renton, Washington, until 2:00 o'clock P.M., October 4 , 1971. and will be opened and publicly read aloud. TIME OF COMr1ETIOV The Contractor is excepted ,:o diligently prosecute the work to completion in all parts and re- quiramenb. The project shall be completed within THIRTY (30) working days. Provided, howevem that the City Council shall have the right upon request of the Public Works Department, City of Renton. Washington, to extend the time of completion of said work. No extension shall be valid unleas the same be in writing and accompanied by the written consent to such extension by the surety on the bond of the Contra^tor. Time lost in replacing improper work or material Mall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or lia- bilities fox failure to complete the work within the time required. NONDISCRIMINATION IN EMPIG-YMENT Contracts for work under this proposal will obligate the Contractors and subcontractors not to di scriminrte in employment practices. AMFICATION OF CONSTIa.'_'TSON The Contractor shall notify all property owners along the construction area, by mail, prior to C.,nstruction. Names and addresses will be furnished by the Owner. The Contractor shall furth,r notify earl. occupancy in person a minimum of three days prior to construction in front of each property. tKV)S OF WO WC The working hours for this prejecl. will be limited to week days during the period from S:OO a.m. to 4:30 p.m.. The hours of work may be changed at the discretion of the engineer when it is in the interest of the public or the contractor due to reasons of safety, health or welfare. t. EXCAVATED MATERIAL 51'OiL AREAIVA$TE SITE The Contractor shall conf.nm to Section 4-1.06 of Standard Specifications in regard to waste site$. Al; material designated by the Engineer to be wasted shall be hauled, dumped, and spread at the l ocatione selected b- the Contractor. The Contractor anal] have r.M responsibility of obtaining his wen waste sits. 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 ware site Mall be maintained solely by the Contractor in a manner 1 as described below. 1 L I 'y. t SPECIAL PROVISIONS (Cont.) ] Of E } EALAVATED MATERIAL SIKIIL MA.,'WASTE SITE (Coot.) 1 . The Contractor shall be prepared to use water trunks, peer sweepers, and related equipment an dosed necessary by the City Public Works Director to alleviate the problem of lost spoils .1 along the route. Prnopt restoration of the route in mandatory. DUST AWD ?fJV C%ITROL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street Which is utilaed 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 as deemed necessary by the Engineer. to avoid creating a nuisance. Put and mud control shall be considered as incidental to the project, and no conpensation 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 .n correcting will be required. written notice of correction of complaint items will be called for should repetitive cemplalnta be received by the City. STATE SAI& TAX If all items in this contract are a port of the construction of a public road improvement as defined in Rule 171, issued by the Excise Tex Divisim of the State of Washington, the Owner is exempt from the payment of sales tax on all items. The Contractor shall include in his unit bid prices any compensating tax that must be paid. Sae Section 7 -1.09 of the Standard Specification*. 4.. if this project is other than a public road construction, the Washington State Sales Tax shall apply id be a Macerate bid item. SURVEYS Section S-1.06 of the Standard Specifications shall be emended by the addition of the following sentence: "The Contractor shall notify the Engineer a minimum of 46 hours in advance of the need for surveys." A., 4'OSIITIME FIFU ENOINURINO when the Contractor performs construction work over the accepted eight (9) hours per day or forty (40) hours per week, or on any City holiday, and the work requires inspection, then the Contractor shall reimburse the City at the rate of $25.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, i and shall notify the Contractor of intent and said costs will be deducted from mmiso due the Contractor on mach monthly estimate. gRLIVLRY OF_TL�M_fJ All delivery trucks that are required for the pure oe of calculating quantities for payment most be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of delivery of material. 1,. a• by Tnx k Payment will not be "do for delivery tickets which do not show type of material, gross wsigrt, 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 saimolnod in duplicate With one signed copy transmitted daily to the City by the awls attendmat. In isolated r4oss where scale weight is not available, the inspector shall measure the truck volume and certify ae to its full load delivery. L- , _4Y °a,,,1 .,�i'r I''4 h ' ti._kyw T 7�'s'W e ,rt-+e !as Afkt . T �1 ion y t SPECIAL PPOVISICNS (Coot,) 7 of 6 t DELIVERY OF TICKETS ICont. o. ey gther means Method for measurement and cayment for Material brought to the site by any other weans will be determined by Contractor - Owner agreement before award of contract. t SIZE, WEIGHT AND LOAD RE5TRIe:IyNS All motor vehicles of the Contractor, Subcontractors, and suppliers shell strictly adhere to Ch. 46.44 of the Motor Vehicle Lars of the State of Washington (1967 Edition and amendments thereof) in regard to sire, Wight, and loads of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal Wight for which the vehicle is licensed. i Any gross violation of these regulations shall be reported to the affected law enforcement anent. The Contractor is to furnish to the Public Works Director a listing of all haul vehicles used an this project, listing the vehicle number, license number, tare weight and licensed load limits, i. SUBCONTRACTORS AND SUPPLIERS A list of subcantiaCtorw and suppliers that will be involve` ,tith this project shall be given to the Engineer for his review and approval immediately aft c the contract has been awarded. This list must be received by the Engineer before the contrac may be signed. ,RANGE Ok m All additional work that requires compensation to the Contractor for Stoma Na' ,vices are not included in the contract shell require a written change order before work way +e done. The Contractor shall he responsible for acquiring the necessary change orders that are required by any of his subcontractors. PRE-CCNSTRUCTIC: CCNPERENCE Prior to the start of construct% it, the Contractor, Engineer, all subcontractors, Utility Departmt^t, Telephone Company and other interested departments shall attend A preconstructim conference. with time, place and date to be determined aster award of the contsect. Subsequently a rsepresentative of the Contractor will attend a weekly contetents to ret:rn progress and discuss any problers that may be incurred. The time, place and date to be established at the preconstruction conference. �V FIELD OFFICE The Contractor shall provide a field office with heat, lights, telephone sod all weather automobile access and parking in a central location on the job site for the use of the Engineer. The field office shoul9 be of sufficient sire to accommodate the inspector and allow adequate additional roan for meetings of up to three (3) people. All expsnses incurted in Aupplying the field office shall be considered incidental to the M proje-t. SANITATIQ4 FAC11.1TIE5 Sanitation facilities should be provided in the area of the field office to can fcr, •ith Section 7-1.22 of the Standard Specifications. All expenses incurred in supplying access, parkinq and sanitation facilities shall be considered incidental to the project and no empensatton shall be made. 16 PROJECT C(NSTIs1CTION AND IUENTIFICATI GH SIUN5 IkOADWAY t'ROJECTS ONLY) The Contractor shall furnish and install project indentification signs on each end of the project one (1) week in advance of construction. The signs shall conform to the alocifications as )er attached sheets. One sign Of each type shall bra installed at each end of the project. V � r SPEr'IAI PROVISIONS (font.) a of 6 t._ kPA1F(T CONSTRUCTI Q+ AND IIENTI FIC'ATiOt. SIGNc 'RMfa]Ay F CT ONLY) (Cglrt� .Onatructlen signs The Contractor shall tarnish and install construction signs which conform to Part 6 of the 1971 Fdition of manual of Uniform, Traffic Control Devices for Streets and Highways, United States Ueisrtment of Transportation - Federal. Highway Admrnistcation. The Coat of furnishing and placing all construction and identification signs shall be incidental to the project and no compensation will be made. LINES AND GRADES The Engineer shall have the right to make reasonable changes in the grades as they are Shown e on the drawings. Grades will be established in the fore Of offset stakes at distances not yr ester than Sn feet, set in advance of the work. Whenever work is in progress, the Contractor i" shall have in his employment p ymeni a worker : .retni set • batter board or other cony tructlon guide frgr the line and grade st akor gluon b- the E e Engineer. er. Fisch .mFloyees shall have the duty and responsibility of placing and maintaining such construction uoi!ea. A Mt.ter txari set with an engineer's level shall be used far all lines set on a grade .•f n.50i or leas, at least three batter boards shall remain in place during pipe laying oper. Lions. If, thraugh the O,ntraCtor'S negligence, Any stakes shall be destroyed and require resetting. a Sum shall be deducted fore the contractor's final Payment equivalent to the extra chat in engineering eequired for such replacement. The least methoat of establishinn grade may be used p- viding: I. Request for use, equipment and method of operation are submitted for City review and approval at least 5 days prior to use. d. ;;rands are checked at least once every 50 feet and at least 1 times daily by conventional methods. ]'raper anchoring of pipe is performed in locations where a box is being used for excavation. the ('onteactur shall arrange his work to Silas A reasonable time for the setting of Stakes for ti.c next phase of his operation to prevent work delays while waiting for construction guides. ASEMN1_AND RIGHTS-OF-MAI, The owner will Obtain all easements and franchises required for the pmlact. The Contractor shell limit his operation to the areas Obtained and shall not trespass on private property. 1AND PROVIDED BY OWNER The ownet may provide certain lands, As indicated in connection with the work under the contract tutiether with the right of access to such lands. The Contractor shall not unreasonably encumber the promisee with his equipment or materials. LAND PRfM DEU BY CONTRACTOR The Contractor ?hall provide with no liability to the uwner any additional land and access there G, not shown or described that may be required for temporary construction facilities or sturage of materials. He shall construct ell access roads, detour roads, or other temporary work as tequired by his operations. The Contractor shell confine his equipment, storage of material and Operation of his wIlko,e to those areas shotrn and described and such additional moos an, he may provide. RESTORATION OF STRUCTURES AND SURFACES a. Qener4l. All construction work under this Contract on ,asaments, right-of-way, over private property or franchise, shall be confined to the limits of such eas ementa, light-of-wsy or franchise. All wort shall be accomplished -o as to cause the least amount of disturbance and a minimum amount of damage. The contractor shall ached:le his work so that trenches Scross casements shall not be left open during weekends Or holidays and trenches shall not be left open for more than AA hours. b. Structural. The Contractor shall remove Such existing structures as easy he necessary for the perforeance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found with minions. req�irm,ents as herein Specified. He Shall also repair all exist- in, structures which may be damaged as a result of the work under this contract. air r iECIAL PROVISIONS (Cunt.) 5 of 6 RESTORATION OF STIa1CTU R:S ANL SIAI'ES ICont.] f c. Easements - Cultivated Areas and other Sutfoce Lmprovement,. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by action, of the con- tractor sball be restored as nearly as possible to their original coalition. Prior to excavation on an element or private right-of-way, the Contractor shall strip top soil from the trench or construction at" and stockpile it in such a manner that it may be replaced by him, upon completion of c nstruction. Jrnseental trees and shrubbery shall be carefully re- �� moved,with the earth surrounding their roots wrapped in burlap and replanted in their original Wartime with in es hours. All shrubbery or trees destroyed, or damaged, shall be replaced by th Contractor with material of equal quality at no additional coat to the Owner. In the event that it is necessary to trench through any lawns areas, the sod shall us carefully cue end rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned, oy sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor type backhoe, used r by side sewer Contracture for all work, including excavation end backfill, on easements or rights-of-way which have lawn areas. All fences, markers, mail boxes, or other temporary ob- stacles shall be removed by the Contractor and immediately replaced after trench is backfilled in their original position. The Contractor shall notify the Owne[ and property owner at least 24 hours in advance of Any work done on easemen is Or rights-of-ray. All construction work under the Contract ,a: 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 ae to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his work so that trenches ,cross easements shall not Le left open during weekends )r holidays, and trenches shali not he left open for sore that. ae hours. hamage to existing structu-es outride of easement areas ..hat may result from dewatering and/or other construction activity '.nder this contract shall be restored to its original condition or better. The orig3na. coedit••_oe shall he establish xi by photographs taken and/or insoaetion made prior to construction. All such work shall be done to the satisfaction of the property owners and the corn^r at the expense of the Contractor. d. Street,. The Contractor will assume all responsibility of restoration of the surface of all streets Itravelled royal used by him if damaged. In the event the Contractor does not have laLor or material immediately available to wake 4 necessary repairs, the Contractor shall so inform the Owner. The Owner will make the necessar7 repairs and the cost of such repairs shall be paid by the Contractor. SIOP. SERER POLICY No aide sewers will be installed until such time as that section of the main 8+war pipe line to which the siC.e sewers are to he connected has been tested by the Contractor and a memorandue of approval for such section has been issued by the owner. L The contractor and the G+her understand and agree that following the iou[ance by the owner of a memorandum, which memorandum approves a specified section of the win pipe line, the Owner may authorize any side sever contractor, duly licensed by the r rier, to install and connect and test one or more side sewers to any such approved main pipe line. After the first rise sewer is actually connected to the win pipe line, the Contractor shs'l not be held responsible for any foreign matter, debris, mud, and aewage which reaches the main pipe line within a previously approved section. However, the Contractor is in on way relieved from the responsibilty and guarantee hereinbefore and hereinafter set forth for wterisla, workmanship and repair to con- tractor-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 win pipe line or one or more side sowers, the burden ..f proof as to whether the failure is within the win line or the side sewer or sewers, shall rest with the Owner, however, if investigation of such failure conducted by the Owner discloses that such failure is on the win pip, line, the Contractor shall make repairs and promptly reimburse the Owner for actual cost of such Investigation. TRAFFIC CONTROL Section �,-1.16 of the Standard 51,mificacions is supplemented by the following: V ..:.r.,..r......e.-.:......-.,. .., ..:..r�i......... ..m +..wi.rc..�.rwm.,-.iw,rw..:.a..x..,vM�w.uaaaMvc�nw+na•w1uW�l,eiwbwr,wow.vrse,.<a.x*ebicmmMWYrw,�'Yan�re w.xx v^now+Wi 1 SPECIAL PROVISIONS (Cont.) 6 of 6 TRAFFIC CONTROL :Cont.l The contractor shall maintain detour routes and other routes used by him equipment hauling materials to and from the area. In addition, the following shall apply: a. Tw,-ray traffic and pedestrian access will be malntaiued as directed by the engineer. h. Local police and fire departments shall be notified, in writing, prior to construction. lnuresm and ogress for local residents shall be maintained at all times. REMOVING TRAFFIC AND STREET SIGNS 'rho (bntractor shall be responsible for maintaining and preserving all traffic and street slung. In. the event it shall be necessary to remove or relocate a traffic or street sign. the Contractor shall notify the Engineer of all the changes made. All signs removed shall be collected by the o-�ntractor, who shall then notify the Ergi^eer to have the Traffic Division remove these signm ^1 trar the project site to the City yard. m when work has '.wan completed and prior to said area being opened to traffic, tpe contractor shall notiry the Engineer who shall have the Traffic Division replace all signs necessary. The Contractor shall be responsible for the replacement of all .:igna lost or damaged due to his neglect. SOIL INFORMATION The bidder shall hake his own deductions and conclusions as tc the nature of the materials to � be excavated, the difficulties of making and maintaining r,4,aired excavations, the difficulties which may arise from subsurface conditions, and of doing any other work affected by the subsurface �m conditions and shall arcept f.LL1 responsibility. t ( SALVAGE All aalvaye material aA noted on the plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City Yard. Any cost incurred in salvaging and delivering such items shall be considered incidental to the a o)ect and no compensation will be made. Smpm RpINO OF CCNTMC7 1 m Awarding of contract will he bms-d on total sun of all schedule of prices. No partial bids Will he accepted. .LIQUIDATED DAW.CS section R-]."r is amended as follows: L1,1uidated damages for failure to complete time contract within the specified time will result in de:+age being assessed as per zhe following table: Contract Prig Liquidated Damages 0 - $ 50,000 $ 50.00/workin9 day $ 50,000 - $150,000 S100.00/workinq day $1501000 - $2501000 $200.00/working day $250,00n and over $I00.00/working day The above figures do not include costs for inspection, supervisior„ legal expense and court coats incurred beyond contract completion date. The cost of Additional inspection and super- vision shall be an amount equal to actual salary cost plus one hundred percent (Lfjoi) for `. overhead. AUT00PITY Ot THE ENGINEEP The Fngineet shall lave sole authority to change and/or regulate work hours, method, or location of work tc acc,me,date actual field conditions. V 1 Y y ' I^ i. »p r, i t k TECHNICAL PROVISIONS 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 sanitary facilities for the workmen, rotating equipment during the project and removing all equipment and facilities from the project area upon completion, including final cleanup of the construction area. The lump sum price for mobilization shall be full compensation for all labor and equipment, and all other costs necessary for the contractor to perform mobilization and final cleanup as specified. Partial payment for this item will be paid only when the Owner determines that sufficient progress of the project warrants such payment. 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 plans. 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 rock limits shown may be employed which, in the opinion of the Contractor, is considered best. Where, in the opinion of the Engineer, the undisturbed condition of the natural soils below the excavation grades indicated or specified as inadequate for the support of the planned structure and/or serer 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 f1 required. 'A Should the excavation be carried below the lines and grades indicated on the drawings because of a the Contractor's operations, the Contractor shall refill such excavated space to the proper elevation with acceptable material at the Contractor's expense. Should the natural foundation soils be disturbed or loosened because of the Contractor's operations, they shall be recampacted or removed and -he space refilled as directed at the Contractor's expense. 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, not left unbackfilled to the top 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. --- The trench shall be covered and barricaded at the end of each day's work. v_ Banks of the trench more than four feet deep shall be shored or sloped to the angle of repose t. 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 c 1 be considered as part of the trench excavation and will be included in the unit price for thr applicable type of trench. 'french excavation and backfill shall consist of excavation within the specified limits; Class �,. "B" bedding and hackfill with native material unless select backfill material is ordered by the Engineer. 'Ile unit price for pipe, in place, per linear foot shall be full compensation for excavating, leading, placing, tamping, hauling or otherwise disposing of material as directed by the Engineer ant) all other incidental costs necessary to accomplish the work as specified. %011. AND/OR SUBSURFACE CONDITIONS l The bidder shall eke his own decisions and conclusions as to the nature of the materials to be excavated, the Jttfiealties of waking and maintaining required excavations, the difficulties w-ich way arise from subsurface conditions, and of doing any other work affected by the sub- su•face conditions :md shall nceept full responsibility. Extra compensation will not be made for the adverse conditions that may be encountered. L. v.. f a 3 TECHNICAI. PROVISIONS ((ANT.) REMOVAL OF PRIVATE PROPERTIES Removal and replacement of private properties shall be assigned as the Contractor's responsibility to restore private properties to property owner's satisfaction. This is not to be considered " new replace. nt, but only restoration of existing facilities, in case of damage by contractor or restoration caused by necessity of removal. Such removal and replacemont shall be considered incidental to the project and no compensation will �e made. 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 pas% the U.S. No. 200 (wet sieve), 0-8t will pass the U.S No. 6 sieve and 95-100% will pass the U.S. Standard 3/8 inch opening with a minimum send equivalent of SO. 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. y Class "B" bedding shall corfirm to Sectio-. 51-303.82 of the Standard Specifications. Pipe bedding material shall be placed to a uepth of 6" below bottom of pipe and extending to spring line of pipe. The bid price for bedding gravel per ton in place shall be full compensation for selecting, trans- porting, ieplacement, and compacting the bedding gravel. No further compensation will be ,de. SELECT TRENCH BACKFILL Select trench backfill for the pipe shall consist of cru:hsd or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be !object to approval of the Engineer. Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifications. The horitontal limas for measuring select trench backfill in place shall be the side of the excavation except no payment will be made for material replaced outsid of vertical planes, 2.5 feet outside of and parallel to the barrel of the pipe and not the bell or collar. No work shall he 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 possible. 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 compectar. 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 select trench backfill as directed by the Engineer and at .he Contractor's expense. 4 Select trench backfill shall be paid for by the cubic yard in place. REMOVAL OF EXISTING UTILITIES N Where indicated on the plans the Contractor shall remove and dispose -,f such existing utilities as directed by the Engineer. 'The hid price for "Pipe in Place per Linear Foot" shall be full compensation for removing and disposing of the existing utilities. No further compensation shall he made. MANIOLE - 48" STANDARD SANITARY Manh. les shall conform to Section 63 of the Standard Specifications and Standard Drawings as per these Specifications except as modified herein. Location of manholes shall be staked in the field by the Engineer. -1 TECHNICAL PROVISIONS (CONT.) A i MANHOLE - 46" STANDARD SANITARY (Cont.) , l Y ([ { Rubber joint manholes shall be used for proper moisture tightness. A minimum of one (11 course of 8" wide brick shall be placed under frame for adjustxnt. - i The -)rry lrted manholes shall be rigid, true to dimension and rater tight. After the barrel has been constructed, the channels shal) be completed. Shaping shall be such that channels conform to slope and grade and join together with well rounded junctions. Channel sides shall he brought up vertically to the crown elevation of the pipes. The sholf shall be smoothly finished and evenly warped, sloping to drain to the channel. Concrete for shaping the bottom of the manholes shall be 3/0 inch maximum aggregate size. 9? The bid price for Sanitary Man.".oles shall be full compensation for all labor, equipment, a. r- { ials, including adjusting frame to final grade and all incidental costs necessary for furni ing and placing manholes. CONNECT TO EXISTING MANHOLE 1 � Where shown on the plans, new sewer pipes shall be connected to an existing manhole. The Con- tractor shall be required to break into the structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where di acted by the Engineer additional channelization will + he required. The unit price bid for each pipe connection to an existing manhole shall be full compensation for all labor, equipment, materials, excavatio" and all incidental coats necessary to c,.mect now sewer pipes to ex/sting manhole. of RECONSTRUCT EXISTING MANHOLE Where indicated on the plans the Contractor shall remove the open stror•u-e of existing manholes as directed, vchannel the base, reconnect all pipes as shown and rebu the manhole as a new 48" "Standard Sanitary Manhole" and install a new casting. The bid price for reconst tutting existing manhole, each, shall be full compensation for all labor, equipment, materials, including adjusting frame to final grade and all incidental cuss necessary for removing and replacing manholes. CONNECTION TO METRO MANHOLE Connection to Metro manholes shall be made with an outside ductile iron drop as per the detail provided. The Contractor shall be responsible for securing tnspection frost Not= ma they might require. The bid price connectio:, to Metro manhole, each, shell be full compensatio„ for the entire ductile iron drop from the new manhole to the Metro manhole, including all labor, materials, excavation, dewatering, and all incidental costs necessary to connect the new manhole to Metro. SANITARY SEWER PIPE - GENERAL Fittings shall be of the same material and class as the pipe. Six (6) 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 sha:l be foot-tamped until It is unyielding. 'ITe 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 ba,kfilling shall be done :n accordance with State of Washington Safety Standards for Construction Work, Part C, of the latest edition. ' A 'rho unit price per linear foot shall consti•.ute complete compensation for all labor, material, fittings, tools, and equipment necessary for its installation; including excavation, placing b 8 F w TECHNICAL PROVISIONS (CONI.) SANITARY SEWER PIPE - GENERAL (Cont� of pipe, and mechanically tamping the backfill aatrrial. No further compensation will be aim". ! A. 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. Nor,-reinforced concrete pipe shall conform to A.S.T.M. designation C-1411, Table li (extra strength) except as otherwise provided. Joints shall be manufactured for use of Brant rubber gaskets or equal. B. Plastic Pipe General requirements for unplasticited polyvinyl chloride (PVC) Plastic Gravity Sewer Pipe j with integral wall bell and spigot joints for the conveyance of domestic swaje. #� Materials Pipe and fittings shall meet and/or exceed all of the requirements of ASIM Specification D3034-72. Pipe All pipe shall be suitable for use as a gravity sewer conduit. Provisions must be made for if contraction end expansion at each joint with a rubber ring. The bell shall consist of an integral wall section stiffened with two PVC retainer rings which securely lock the solid cross section rubber ring into position. Sites and dimensions shall be as shown in this specification. Standard lengths shall be 20 feet and 12.5 feet • I inch. Fittings All fittings and accessories shall be as manufactured and furnished by the pipe supplier or approved equal and have bell and/or spigot configurations identical to that of the pipe. .' Physical and Chemical Requi roments S. Pipe shall be designed to pass -Ill tests at 73°F (.30F). Pipe Stiffness s= Minimum "pipe stiffness" (F/A y) at S% deflection shall be 46 for all sires when tested in accordance with ASTM Designation 02412, External Loading Properties of Plastic Pipe by Parallel-Plate Loading. Joint Tightness Assemble two sections of pipe in accordance with the manufacturers recommendation. Subject the joint to an internal hydrostatic pressure of 2S psi for one hour. Consider any leakage a failure of the test requirements. Flattening Then shall be no evidence of splittinp, cracking, or breaking when the pipe is tested as follows; Flatten specimen of pipe, six inches long between parallel plates in a suitable press until the distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is completed within two to five minutes. Drop Impact Test Pipe (6" long section) shall be subjected to impsct from a free falling top (20 lb. Tup A.) s in accordance with ASTR method U 2444. No shattering or splitting (denting is not a failure) shall be evident when the following energy is impacted: - t r TECNSICAL PR0VISIONS (CUNT.) SANITARY SERER PIPE - GENERAL (Cont.) Drop Impact Test(cont.) Nominal size 4" 6" 8" 10" 12" Ft. - Lbs. 140 210 210 220 220 Acetone Immersion Test After two hours ir, a sealed container of anhydrous (99.5%) acetone a 1" long sample ring shall show no visible spelling or cracking (swelling or softening) is not a failure) when tested in accordance with ASIM 2152. Sizes, Dimensions and Tolerances Nor Outside Diameter win Mall Wgt.iibs Size .Average Tolerance Thickness 20' Length , 4 4.215 .0.009 0.125 20.3 6 6.275 :0.011 0.I80 43.6 8 9.400 +0.018 .240 82.5 10 10.500 ;0.o2o .100 123.4 12 12.500 .0.024 .360 176.4 TEES/STUBS Tees shall be installed where shown on the plans or as directed by the Engineer. Tees shall be of :he same material, class and use as the sewer line. Whenever possible the contractor shall make all efforts to contact property owner regarding proper location of each serer stub. s1 The unit price per t^e shall be full compensation for all labor, materials. tools, and equipment necessary for complete installation. It shall he the contractor's responsibility to verify with the property owner the location of all teas and/or stubs, prior to installation. CONNFrTION OF SIDE SEWERS The Contractor shall determine the location of all existing side sewers, and connect them to the new "in. The first joint froa the main shall be a test "Tee" and the side sewer shall be plugged at the time of air testing the m=in line. Side sewers shall be 6" to property or easement line. Sewer service shall not oe interrupted without prior approval of the Engineer, and prior ratification of affected proper'les. Interruptions shal. be heal to an absolute minimum and in no care shall they exceed two hours. The bid price connect existing sanitary sewer shall be full compensation for all materials, labor and incidentals required to connect existing side sewers. rESTINC FOR ACCEPTANCE. tv The method used for testing the suer pipe for acceptance shall be Low Pressure Air Test. Refer to table in this document. If additional information is required, see Section 62-3 of the Stan- dard Specification. CRU%tED SURFACING COURSE (1-1/4" MINUS) Crushed surfacing course, (1-1i4" 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" ammo required the Engineer may require S/8" minus crushed rock, meeting specifications, in lieu of 1-114" at no change in price. ,:xisting shoulders, and existing gravel surfaces shall he resurfaced as required by the Engineer with crushed rock so that a minimum finished thickness of 4 incites is obtained. The finished surface shall match the slope, crown and grr.de of the existing surface. i 1 i a TECIDIICAL PROVISIONS (CONT.) CRUSHED SURFACING COURSE (1-1/4" Minus) (Cont.) Materials and placing shall be in accordance with the applicable provisions of Section 23, A.P.W.A. Standard Specifications except as modified herein. Ballast and maintenance rock will not be required. Crushed rock surfacing shall �e in all respects meet the requirements set forth in Section 23-2.01, A.P.W.A. Standard Specifications. Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock may be spread in one lays+ and shall be adequately bladed and mixed to obtain even distribution of the rock. The crushed rock shall be compacted to at least 100 percent maximum dry density at optimum soisture content. Water shall be added as necessary to obtain the reiui red compaction. The unit price per ton for crushed surfacing course (1-I/4" minus) shall be full compensation � . for all labor, material, equipment, and all inc±dental costs necessary to complete the work as I specified. u RESTORATION OF IMPROVED SURFACES i a. General Roads, streets, driveways, shoulders and all other surfaced areas, removed, broken, caved, settled or otherwise damaged due to installation of the improvements covered by this contract shall be repaired and resurfaced to match the existing pavement or landscaped areas as set forth In these specifications. u The aids and edges of the pat them and resurfaced areas shall meet and match the existing surface N and l,rade, and shall terminate in rent, even lines parallel to, and at right angles to the road- way. No piecemeal patcling or repair will be allowed. Damaged disturbed or otherw'�e _ffected areas as defined shall have edges of exlstinf pavement trimmed back to provide cl solid, vertical faces, fret from loose material. b. Areas to be Resurfaced (1) Existing asphaltic concrete surfaces shall be patched with asphaltic concrete over a crushed rock base course. (2) Existing shoulders and existing gravel surfaces shall be repaired with crushed rock surfacing. (3) Existing Portland cement concrete sut aces shall he repaired with Pu:tland Cement Concrete to Watch the existing. c. Maximum Patching Width The maximum patching width in trenrh area will be 5 feet. Any patching done beyond this limit will be done at the Contractor's expense. d. Asphaltic Concrete Surfacing L' Tie finished patch or new road section shall provide a -+nimum thickness of 1 inches of asphaltic concrete over 4 inches of crushed rock base w_.rse. B+fore placement of the asphaltic concrete patch, the base course material shall be shaped to the saes section and slope as to the finished grade and compacted to 100 per cent maximum dry density at optimum moisture content as determined by Standard Procter compaction test, ASTF Designation D698, Method D. the asphaltic concrete patch shall be placed over• the base course so as to obtain a minimum thicknes; after compaction of 2 inches, 4nd shall match existing surfacing. The asphaltic concrete shall be rolled and crossrolled to obtain thorough compaction. Base course material shall meet the requirements set forth herein for crashed rock surfacing. Asphaltic concrete shall be hot plant-mix, contutming to Section 34, A.P.W.A. Standard Specifl- !. ` cations, Class 8. Paving asphalt shall be Grade AR 4000 or Section 27. 1 L i I I r a TECHNICAL PRZVISIONS (CONT.) ASPHALT CONCRETE CLASS "B." Asphalt concrete Class "g" (AR-4000) shall be in accordance with Section 34 of the Standard 5pecificatzons except as herein modified. SPECIFICATION DESIGNATION AR-4000 Absolute Viscosity s 140' F. poise SO(. - S000 Kinematic Viscosity a 275' F. CS, Min. 27S Penetration at 77' F.. 1DO g,'5 sec., Min. 25 Percent tf original penetration at 77' F.. alt. 45 Ductility at 77' F. . Cm, Min. 75 Test on Original Asphalt Flss:;mint, Pensky-martens, deg. F. , min. 440 Solubility in Trichlorethylene i min. 99 Installation shall be any method determined by contractor as adequate to place asphalt concrete and compacted to withstan loads imposed by vehicular traffic present on existing roadway. Care shall be taken ti 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. Additions. asphalt placner.r or roadway work m required by the Engineer shall be paid at the unit price. The unit price shall be fr:7 -ompensation for labor, equipment and Materials required for complete installation incluoing compaction and no further compensation will be made. SAMCUTTING Sawcutting, if required, shall be considered as incidental to the project and no compensatim. will be made. TELEVISION INSPECTION After completion of construction, but prior to acceptance by the City, the Contractor shall flush the mainline and utilizing television facilities, inspect and video tape record for the �- Engineer's approval all Mainline sewer pipe. This item shall be lamp sum price and include all equipment, facilities, manpower and all other appurtenances necessary for complete and permanent record of Television Inspection. No further compensation will be Made. A 1 i y. e `(9 STANDARD DRAWINGS w w r; p' c d' ' 1 4 r t I .i r LENGTH OF 6" PIPE (FT.) 0 50 100 60 200 250 300 350 400 0 0 20 40 1 59 79 99 119 139 158 U. 50 W W 75 95 114 134 154 174 176 100 70 90 110 130 150 169 67 IN 164 Fl 150 106 125 10 165 185 196 193 0 1" 200 141 161 1 190 200 2W 89 197 195 193 250 176 196 214 209 205 202 200 198 196 U. O 300 211 220 215 211 20A W5 202 200 196 = 350 227 221 21T 213 210 207 205 202 201 400 227 222 216 12141 211 2091 206 2^.4 202 W J 1 LENGTH OF 6" PIPE (FT) � e 0 50 100 150 200 i:50 300 350 400 t 0 0 20 40 59 1 T9 199 1 119 1391 158 U. 50 55 75 95 114 1 134 1 154 174 192 190 W 100 110 -30 IW 169 189 1 209 210 207 203 1 150 165 .a5 205. 224 233 227 222 217 ' 214 6 sO 200 220 240 257 248 241 235 230 225 222 '— 250 275 2T1 261 253 247 241 236 232 228 300 283 273 264 257 251 246 241 237 233 3: 350 283 274 26T 260 254 249 245 241 237 400 283 2T5 269 263 257 252 248 244 241 PROCEDURE: A Pressure Of 3.6 PS.I. s. Attained And CITY OF RENTON Lett For The Required Seconds From The Proper Table. The Maximum Drop In Pressure Is I PS.I. For The Requrea Time. AIR TEST TABLE ENGINEERING DEPARTMENT r 'I TYPICAL SEWER LAMPHOLE LUOS Too 2"■ /a'so a lk� lip ' Nal►M' 1/► I I/Y IY► « a'�'..► Ill old, leinr 1 � ►et Min► k '-J ! CLASS 0(1�) is, FF CONCRETE 10" / r Olt CAST IRON !IMO 0 COVER e " nc. of this pint n .a%• ;' e e i . Piny to er IeeIN esomen\eMe, 01 ee.e1 JN./e l � 1 I e I l� I � I 3r RENTON ETY I I I D PARTM NT NOTE Ir 8—SEWER LAMPMOLE J Sever lomfooie e111 cohfo, h to Semen 70 of standard Spec,?-cobeel Design.. APWA'' Da. r04 No �= ' 0 O ,U.l. NOME_ STANDARD i I