HomeMy WebLinkAboutWTR2700380(1) ■
- BOND TO CITY OF RENTON
F" ALL MEN BY THESE PRESENTS:
That we, the undersigned
as principa , an
and existing under t e lays of t e State o corporation organize
ation, and qualified under the laws of the State sh o Waington to ecome surety uponrbonds
of contractors with municipal corporations, as surety are jointly and severally held and
firmly bound to the City of Renton in the penal sum of S the _
Ment of which sum on demana we bind ourselves and our successors, eirs, a min ist rat orspay or
personal representatives, as the c.se may be.
i
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at Washington, this j
day of Ig
Nevertheless, the conditions of the above obligation are :uch that:
WHExEAS, under end pursuant to Ordinance (or Resolution) No.
ouncil action of the City of Renton, passed 19or by
f said City of Renton have let or are about to let to t e a"= t�—Mayo r and City Clerk
ounden Principal, a certain contract, the said contract being nun the above
ere a—
d providing for
w is contract is re erred to l.erein an is made'apart hereof -s t ,.ig attac a ereto ,
d
WTIEREAS, the said principal has accepted, or is about to accept, the said contract, and
dertake to perform the work therein provided for in the manner and within the time set
orth;
NOW, THEREFORE, if the said shall faithfully perform all
u f the provisions of said contract in the manner and within the time therein set forth, or
thin such extensions of time as may be granted under said contract, and shall pay all
orers, mcha^ics, sub-contractors and material, men, and all persons who shall supply
id principal or sub-contractors with ,provisions and supplies for the carrying on of said
k, and shall hold said City of Renton harmless from any loss or damage occasioned to any
non or property by reason of any carelessness or negligence on the nart of said principal,
any sub-contractor in the performance of said work, and shall idemnify and hold the City
Renton harmless from any damage or expense by reason of failure of performance as speci-
ad in said contract or from defects appearing or developing in the material or workmanship
vided or performed under said contract within a period of one year after its acceptance
ereof by the City of Renton, then and in that e,!nt this obligation shall be void; but
rwise it shall be and remain in full force and effect.
PROVED as to legality:
roved:
7
I
as BID BMD FORA
Herewith find deposit in the for+ of a certified check, cashiers check, cash, or
d bond in the amount of fwhich amount is not lees than five percent
the total bid.
Sign Here
BID BOND
Ow Al'. Hen By These Presents:
t wa,
as Principal,
as Surety, are
ld and finely bound unto the City of Heaton, as Obli
ges, in the penal sum of
Dollarts, for the
nt of which the Principal and the Surety bind themselves, their heirs, executors,
iniatrators, successors and assigns, Jointl
y and severally, by these presents.
The condition of this obligation is such that if the Obligee shall tusks ar.y award
!HF the Principal for
Wording to the terms of the proposal or bid wade by the Pr•rn:'ioal therefor, and the
?Kncipal shall duly make and enter into a contr.ct with the Obligee in acccrdare» with
SUM terns of said proposal or bid and award and . All give bond for th9 fait, . per_
nce thereof, with Surety or Sureties approved by Lis Obligee; or if the Pri.-cipal
a*ll, in csse of failure so to do, pay and forfeit to the Obligee the penal amount cf
�:mcified in the call for bids, then thir obligation shall be null and
ad; otherwise it shall be and remain in full force and effect and the Surety shall
1hrith pay and forfeit to the Obligee, as penalty and liquidated damages the
aljuit of this bond
SIGN®, SEALED AND DATED THIS DAY OF
19
Princ pal
urety
_ 19,
iwd return of deposit Sa the am of =
+ � i
I
TAKE OF CONTENTS
SCHEDULE B
SPECIAL TECHNICAL PROYISIONS
SECTION DESCRIPTION PAGE
;
BTS-01 General Statement BTS-1
BTS-02 Standard Specifications BTS-1
BTS-0; Existing Utilities BTS-1
BTS-04 Clearing BTS-2
BTS-05 Pavement Removal, Trench Excavation,
Bedding and Backfill BTS-2
BTS-06 Sar. tary Sewer Pipe BTS-4
BT:-07 Manholes BTS-5
BTS-W Drop Connection to Existing Manhole BTS-5
BTS-09 Crushed Surfacing Course BTS-6
BTS-10 Aspahlt Concrete Pavement Pa .ch BTS-6
I
BTS-11 Measurement and Payment BTS-6
i
f
...... ... a �.`• '�y '�1 if�.yr'.
F
TABLE OF CONTENTS
SCHERILE A
SPECIAL TECHNICAL PROVISIONS
Section Desc-iotion pi9e
ATS-01 General Statement ATS-1
ATS-02 Standard Specifications ATS-1
ATS-03 Existing Utilities ATS-1
ATS-04 Clearing & Grubu;ng ATS-2
ATS-05 Pavement Removal, Trench Excavation AT3-2
Bedding and Backfill
ATS-06 Piping Materials, Valves, and ATS-4
Fittings
ATS-07 Pipe Installation 5
ATS-OB Water Services
ATS-09 Restoratinn of Surfaces
ATS-10 Testing ATS-9
ATS-11 Disinfection ATS-9
ATS-12 Cleanup ATS-9
ATS-13 Measurement and Payment ATS-10
WATER MAIN ADJ. AND RELOCATION IN SR 515
BENSON HWY W- 3 8 0
� 'iV�'.•9 1 1
� •f%W'�s/ 1 � �.
CAI
,# 1 :L. r '
A
v Ly,�Z� Vos m
;.,
yy ,r to
I e'
Oz
.O
;. f
Yti!q.
�f
3"
l
V ,
l
nF r�
CALL FOR BIDS
Sealed bids will be received until 2:00 o'clock P.M., Wednesday
November 1, 1972, at the office of the City Clerk and publicly
read aloud at 2:00 o'clock P.M., same day, in the fourth floor
re�
conference room located at the Renton Municipal Building, 200
Mill Avenue South for the installation of a 24" D.I. WATERMAIN
and SHORT SANITARY SEWER SEWER EXTENSION in Talbot Road South
from South Grady Way to Puget Drive. ay .
Plans and specifications may be obtained from the office of
the City Engineer upon receipt of a deposit of $10.00 for each
set. The deposit will be forfeited, unless Plans and Specifi-
cations are returned in good condition thirty (30) days after
date of bid opening.
A certified check or bid bond in the amount of five (5) percent
of the total amount of the bid must accompany each bid. �•'
, �.
There will be Washington state Sales Tax on this project as applicable. "
The City rec,erves the right to reject any and/or all bids and rs,+
to waive any and/or all informalities in bidding.
All duct-iron pipe, cast iron pipe, fire hydrants, gate valves
and fittings will be furnished by the City.
The policy of the City of Renton is to promote and afford equal. treatment
and service to all citizens and assure equal employment opportunity F '
based on ability and fitness to all persons regardless of race, creed,
color, national origin, sex, physical handicaps or age. This policy
shall apply to every aspect of employment practices, employee treatment
and mblic contact.
Del Mead, ty tale c
Date of 1st Publication: Wednesday, Octoter 18, 1972
Date of 2nd Publication: Wednesday, October 25, 1072
Published in the Daily Journal of Commerce: Friday, October 20, 1972
Friday, October 27, 1972
J:
`, i
CITY OF RENTON
BID PROPOSAL AND SPECIFICATIONS "
M
WATER PROJECT 380
WATER MAIN ADJUSTMENT b RELOCATIONS
FOR TAL60T ROAD SOUTH, UAB PROJECT 5-1-102—(21) r ilr` 1
AND
A SfiORT SANITARY SEWER EXTENSION
The installing of 24" fast Iron Water Main in
Talbot Road South from South Grady Way to Puget
Drive
Bert McHenry, P.E.
Acting Director of Engineering
j
'u
�Y
ENGINEERING DEPARTMENT
WATERMAIN ADJUSTMENT a RELOCATION
and
APPROX. 15OLF of SANITARY SEWER EXTENSION
FOR
TALBOT ROAD S .
U.A.B. PROJECT 8-1-102 ( 21 )
FROM
S. GRADY WAY to PUGET DRIVE
W-380
CITY ENGINEER'S OFFICE . RENTON. WAS14INGTON
MUNICIPAL BUILDING 200 MILL AVE. SO. RENTON.WASH.99055 233-2631
1
1
BEGINNING
OF FILE
FILE TITLE (A g 4 o Y n;a i t
t �
i
Sc/}
a'p1
�!'I-_7:11. I'KG` 1drYti� 'r•tv'I .
-1-29 -I%I . lil.11' 'I IiI -II;T( I filA< 1-nR '.ii)lnR 1cl.l ! irr' .
w•hielcs used on thlF project. Iisting the •, :,ic],• i - vl- l 'It, n nws-
1.,r, a.arer a.4:ight and licensed load limits.
q1-30 DrUVCRY TTCKT:TS
all dl.i.... rr that are required for the put of calculatin;:
Q:
quantitic, for payment must be received by the 1.4 -r at the time of
delivery. \o paymn:nt will be made on ticl.ets turna,i in after date of
delivery of material.
Paysrnt will not he made for delivery tickets which do not show type
of material., gross weight, tare weight, truck number, date, and
innpectorts initials.
<o;llc certification shall he sutWnitted as earl., in the project as p `
lwssiblc. rash wci,.zhin„ tiitiou stall ntaint tin o record or the irueka
.oighed, date and tilm, tars and •„rosy weight and type of material.
it: isnlated rat,, - where ;cale weight is not available, the inspector
shall measure ti;r truck volume and certify as to its full load dell, ry.
-1'_31 k:a:]•I.. cT.l'r
Ih,, r'ontractoe . !,all conform to section I.0t, of +undard rpeelf feat rIons �
d
in regard tt, wa:ao .;ite;.
1'1e contractor ;hall havv the responsibility of obtaining his uwn waste
site All work included in _his section shall be coneidcred to be
i.nci.lontal to other items of work and no further compensation will he
wade.
The route taken to the wa>te site shall be mainaalnvd solely by to,
r ontractor in a manner as describlild Iwrlow:
rh,• 1'ontractor .,frill be prel,ared to dsc water trucks, pnwc,r s.ocpe.rs,
rind r, letarl ,•quirwKmt as deema.d neccssan by the city rngineer is
;if I,-, fill,, t l:,. I,ruba,rs of lost Spoils along the rout(-. rrnr.:pt ro.;tnr;i-
iion of tho roi,iio t,, mandatory.
1 ')NTRtll•
Ih, 1 ,ntr:.ict lr -n„11 be r„ ;ponsible for controlling duet wid mild t✓.thin
th, prro,jevt limits and on any street which fs utilized by V mlp"Will
G,r tho duration of the project. The contractar shall be p d to
u..,r waterinv. trucker; power sweeper;` and other .fevcii of eyl t as
,io„nwrd necessary by the i:pglneer, t., avoid erealing it nuir
:!_page 10
t 1
1 IMR
3
i
5;�6<
i
SPECIAL FROvISI0N5 (CONY.)
SP--2: PUBLIC CONVENIENCE AND SAFETY (Cont.)
C. Access and egress to local resi^.gin _ be maintained at �
all timeN, with special attention given to business properties. ° ' 1 ,
All costs involved in the above shall be considered incidental to other t `= 4"3'' '
costs of work involved and no further compensation will be made.
r ate!
SP-26 CONSTRUCTION SIGNS
y 4
r
kK s
The Contractor shall furnish and install construction signs which con-
form to current City of Renton Sign No. T-38 "CAUTION, CONSTRUCTION AHEAD,"
241lx24" diamond, black lettering on orange background. one (1) sign of
the type mentioned above will be posted at each strc3t ent,2ring onto
the project site. "
All construction and detour signing ehall conform to Part VI "Traffic x d
Controls for Nighwey Construction and !;aintenance Operations" of the
Manual of Uniform Iraffic Control Devices.
> l 1
SP-27 REMOVING TRAFFIC AN' STREET SIGNS
r�
The Contractor shall be responsible for maintaining all traffic and
street signs. In the event it shall be necessary to remove a traffic
or street sign, the Contractor shall notify the City Engineer, City Hall,
-�- City of 1. _'•ton, Washington, for all changes made. When the -vfk has
been completed, and prior to said area being open to traffic, the Con-
tractor shall notify the City Engineer, City Hall, City of Renton,
Washington, and obtain his approval of signing. <`t
SP-28 CONSTRUCTION EQUIPMENT
Drivers of motor vehicles used in connection with the construction or ';y
repair work shall obey traffic rulee posted for such location in the
same manner and under the same restrictions as provided for the drivers . +r
of private vehicles.
SP-29 SIZE. WEIGHT, LOAD RESTR-CTIONS FOR MOTOR VEHICLESAll motor motor vehicles of the Contractor, Subcontractors, and sappli^.rs
shall .strictly adhere to ^h, 46.44 of the Motor Vehicle laws of the
State of Washington (1967 Edition and amendments thereof) in regard
to size, weight, and loads of motor vehicles.
payiaent will not be made For any material that is delivered in excess
of the legal weight for which the vehicle is licensed.
Any groan violation of these reF:ul.ations shall be reported to the
affected law enforcement agent.
The con'ractor is to furnish to the City Engineer a listing of ..11 tai.l
SP-Page 9
owl
- INEERLNC
When the Contractor performs construction work over the accapted el hours
per day or 40 hours per week, or on any ,sty holiday, and the work
requires inspection, then the Contractor shall reimburse the City at
the rate of $12.00 per hour. The City shall have the sole authority in
determining the necessity oe having the overtime inspection, and shall µ .
notify the Contractor of intent and said costs will bp deducted from
monies due the Contractor on each monthly estimate.
as cl' 14 IIInR ' Of I ORK
The working hours for this project will be limited to week days during h.r ,
th.• period from 8:00 A.M. to 4,:00 P.M.,. unless otherwise approved by the. .„-.
fitY• ����,
E } .
5r-25 PrrsLIc r�mt-Ex E&r,E. .ANn s>aeETv
TUO Contractor shall, at his own expense, provide flagmen, shall furnish
all signs, barricades, guards, construction warnirn,!,, and night lights
in order to protect the public qt all times from injmry as a result of
Ills olle'r -ions. If the Contractor should foil. to maintain sufficient
lights and barricades in the opinion of the En_ineer, the City shall
hove the rill:'- to provide these lights and barricades and deduct such
costs from pay:ynts due the Contractor. ul+i ,h N
A plan for traffic control must be submitted for the '.ngineer's :,pproval
before the beginning of construction. The Contractor shall maintain
detour routes and other routes used by his equipment hauling materials
to and from the area.
Attention is directed to -mpplicable. portions of section 7.1.5 of the
standard Specifications. In addition the following spr _ial provisions
shall apply:
A. Traffic and pedestrian access will be maintained as directed
by the Engineer
1. No lanes to be available 7 days a week b�•tx.ren
the hours o" 4:00 F.N, and 8:00 A.M.
2. One lane may be permitted between the hours of
8000 A.M. to 4:00 h.4. Mondav through !'ridgy,
with the use of flagmen tc control traffic.
",, ender no cire,mistancos may the �d be closed for
any extended period.
r,. Local police and fire departments shall he notified, in i.riting,
prior to construction, and as well as by phone prior to any
closures of a street during construction.
ST'-Page A �;
yy
i'
�rI
.-.i 4s'LAL 19;li'.7 SIfY iCONI.i
IN'IE (font.)
inrludlrc fringe benefits, for each ,job classification tot be
ut it I/, d. the wage rates thus filed will be checked against the pre-
vailNu waste rates as detenr.4ned by the Industrial Statistician of the
Ikpartnient of labor and Industries. If the wage rates are correct, the
Industrial Statistician will issue an acknowledgement of approval to
the Contractor and/or Subcontractor with a copy to the awarding agency
, lhrner). If any Incorrect wage rates are included, the Contractor and/or
n wbcontractor will be notified of the correct rates b; the Industrial u
statistician and ^proval will be witVield until a correct statement is
received.
Fach voucher claim submitted ky a Contractor for payment on a project
estimate shall state that prevailing wages have been paid in accord.tace
with the prefiled Statement or Statements of Intent on file i4th the
h,partment of labor and Industries as approved by the Industrial
t atisticiart.
Affidavits of Wages raid `SF 9843) are to be filed with the ;tote
Treasurer, or the Treasuurer of the county or municipal corporation or
other officer or person charged with the custody and disbursement of
the state or corporate funds as the case may be and two (2) copies of
each affidavit are to be filed with the Director of the Department of
Labor and industries, Attention: Industrial Relations Division, 1601
Second Avenue, Scattle. Whenever practicable, aft":davits per`aining -
to a particular contract should be submitted as a package. a= ,
1 SUBCONTRACTORS Y
,1 list of subcontractors and suppliers that will be involved with this
project shall be given to the Engineer f,r his review and approval
immediately after the. contract has been awarded.
This list must be received by the Engineer before the contracts may
be signed. tt♦
SP-21 CIIANCL ORDERS
r fb.'a
All additional work that requires compensation to the Contractor for
items for which prices are net included in the contract shall require S
a written change order before work may ba done.
I'hc Contractor shall be responsible for acquiring the necessary change
orders that are required by any of his subcontractors. .,,,,'
SP-22 SURVEtC
ccctlon 1.;.0o of the Standard Specifications shall be amended by the
addition of the following sentence: "The Contractor shall notify the
rngineer a minimum of 48 hours in advance of the need of surveys."
SP-Page 7 - !M
•k
BOND TO CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
—ram ___
as principal, an ,, coi7�oration organize
and existing under the laws of the State of as a surety corpor-
ation, and qualified under the laws of the State o was �ington to ecome surety upon bonds
of contractors with municipal corporations, as surety are joirtl.y and severally held and s
is firmly bound to the City of Renton in the penal sum of $ for the pay-
nent of which sum on demand we bind ourselves and our successors, heirs, a ministrators or
personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washing-
ton, the Ordinance of the City of Renton.
Dated at , Washington, this day of 19
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No. or by
Council action of the City of Renton, passed 19 the Mayor and City Clerk
of said City of Renton have let or are about to let to the sail the above
bounden Principal, a certain contract, the said contract being numberedand providing for --"--"""--`
(which contract is referred to herein and is made a part hereof as though attached hereto),
and
WHEREAS, the said principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time set
forth:
NOW, THEREFORE, if the said shall faithfully perform all
of the provisions of said contract in the manner and within the time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all
laborers, mechanics, sub-contractors and material, men, and all persons who shall supply
said principal or sub-contractors with provisions and supplies for the carrying on of said
work, and shall hold said City of Renton harmless from any loss or damage occasioned to any
person or property by reason of any carelessness or negligence on the part of said principal,
or any sub-contractor in the performance of said work, and shall idemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as speci-
fied in said contract or from defects appearing or developing in the material or workmanship
provided or performed under said contract within a period of one year after its acceptance
thereof by the City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in full. force and effect.
APPROVED as to legality:
Approved:
1 '
46
A ,
s. ,
BID BOND FOAM
Herewith find deposit in the fora of a certified check, casniers check, cash, or
bid bond in the amount of which amount is not lean than five percent
of the total bid.
Sign Here
BID BOND
na Know All Ken By These Present- ns
That we, .ae Principal,
and .as Surety, are
hold and f=naly bound unto the Oity of Renton, ae Obligee, in the penal sum of
Dollars, for the
peyment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this ob--,, pion is such that if the Obligee shall make any award
tc the Principal for
according to 'Ae terms of the proposal or bid made `/ the Principal therefor, and the 4
Principal shall duly sake and enter into a contract with the Obligee in accordance with
the te-mr of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with Surety or Sureties approved by the Obliges; or if .he Principal
shall, in case o' allure so to do, pay and forfeit to the Obligee the per al amount of
the a-posh rf And in the call for bids, then this obligation shall be null and
void; otha m it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obliges, as penalty and liquidated damages, the
amount of thin bond.
SIGNED, SEATED AND DATED THIS DAi OF 19
Principal
Surety
—19,
Received return of deposit in the sum of
1
S
TABLE OF CONTENTS
SCHEDULE 9
SPECIAL TECHNICAL PROVISIONS
If SECTION DESCRIPTION PAGE
BTS-01 General Statement BTS-1
BTS-02 Standard Specifications BTS-1
BTS-03 Existing Utilities BTS-1
BTS-04 Clearing BTS-2
BTS-05 Pavement Removal , Trench Excavation,
Bedding and Backfill BTS-2
BTS-06 Sanitary Sewer Pipe BTS-4
BTS-07 Manholes BTS-5
BTS-08 Drop Connection to Existing Manhole BTS-5
BTS-09 Crushed Surfacing Course BTS-6
BTS-10 .4spahlt Concrete Pavement Patch BTS-6
BTS-11 Measurement and Payment BTS-6
f
TABLE OF CONTENTS
SCHEDULE A
SPECIAL TECHNICAL PROVISIO';S
Section Description Page
ATS-nl General Statement ATS-1
ATS-02 Standard Specifications ATS-1
ATS-03 Existing Utilities ATS-1
ATS-04 Clearing & Grubbing ATS-2
ATS-05 Pavement Removal , Trench Excavation ATS-2
Bedding and Backfill
ATS-06 Piping Flaterials, Valves, an, ATS-4
Fittings
ATS-07 Pipe Installation ATS-5
ATS-08 Water Services ATS-8
ATS-09 Res .,ration of Surfaces ATS-8
ATS-10 Testing ATS-9
ATS-11 Disinfection ATS-9
ATS-12 earup ATS-9
ATS-13 Measurement and Payment ATS-10
s
-� �PFCIAL PROVISIONS
-=I(TT )". DESCRIPTION
Construction ?igns qp_�
S1-27 Removing 1'raffio and Street signs -P-9
41,
�P-2R Construction Equipment ep-9
SP-29 gize, Weight, Load Restrictions for Motor cp-9
Vehicles
izr-:3n Delivery Tickets P-10
�V-31 Waste Site. �P-10
4
cP-32 Dust and Mud Control cp-10 r `
SP-33 Payment to the Contractors cF-11
sp-34 Liquidated Damages >p-11
SP-39 Awarding of Contract 5F-11
.,4,
TABU.' Of CONTENTS
SPECIAL PROVTSIOVS
4CT IOA DF.Sf:R I FT1Ol' R.",
sl-Ol Description of Work
FP-02 Date of nid Opening •P-1 '".
�P-03 Materials Supplied zP-1r . .
e
;.I'-04 Construction Direction
cP-05 Tim- of rnmplet.tnn -P-1
SP-06 Public Liability and Property ;jamage Insurance
r
:4i'-07 Equal Employment .affidavit cP-2
I
SP-08 Fair Practices Policy
�V VI
CT-09 Affirmative Action Program
1
SP-10 Von-Collusion Affidavit
SP-ll Nondiscrimination in Employment cP-3 ''�
9P-12 Standard Specifications SP-3
�7
SP-13 Field changes SP 3
SP-14 Failure to Meet Specifications cP-4
i ,
SP-15 Protection of Public and Private Utilities SP
SP-lb scheduling of Work FP-4
-17 construction conference ?P-5
- I+ Dispute, and Litigation sP-5 f`
=P-1" Wage Feli,dule cP-6
wbeontractors �P-7
:1-21 Obange Orders cP-7 ;.
>urveys `P-7
=P-Ys nvertiwa field Eiw1nrerin,, SP-8
=J 1 !lours of Work 5P—S
Pul-lic convvniernce and ifrt SP-a !
1
I
�_ -- _ . .
GENERAL BID & SPECIFICATION
TABLE OF CONTENTS
Scope
Call for Bids "
6 t���F{ft3..,
Vicinity Map �;�� 41
Instructions to Bidders
General Table of Contents
Special Provisions,Table of Contents
Technical Provisions, Schedule "A", Table of Contents
Technical Provisions, Schedule "B", Table of Contents
Bid Bond Form
Bond to City of Renton Form �`� •
Special Provisions s.
Equal Employment Opportunity form •, ; ' '',.
City of Renton Fair Practices Policy
City of Renton Affirmative Action Program
Non-Collusion Affidavit Form
Certification of Nondiscrimination in Employruent Form
Minimum Wage Affidavit Form
Technical Provisions, Schedule "A"
Technical Provisions, Schedule 'B" ,y
Standard Detail for General Blocking
Standard Detail for Hydrant Assembly & Hydrant Guard Posts _-
Standard Detail for 12" Gate Valve Concrete Vault
Standard Detail for 2" By-Pass Valve Assembly
Standard Detail for 24" Butterfly Valve Pre Cast Concrete Vault
Standard Detail for 3/4" and 1" Meters
Proposal Form
Schedule of Prices
Agreemnt "
Construction Plans
INSTRUCTIONS TO BTD_, rm#J
9. The�
bidder shall, _ request, erniae_ to the City as
to his financial and practical ability w satisfactorily perform
the _k - \
o. Payment this work will & made e cash warrants. '2
—
�
va
� OA-I . ���_ :il
INSTRUCTIONS TO BIDDERS
1. Sealed bids for proposal will be received by the City of Renton
at the office of the Renton City Clerk, Renton City Hall, until
2:00 o'clock P.M., Wednesday, November 1, 1972.
At this time the bids will be publicly opened and read, after
1 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 at-
tached hereto.
2. The work to be done is shown on the plans. Quantities are under-
stood to he 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 City Engineer's
Office. Bidders shall satisfy themselves as to the local conditions
by inspection of the site,
4. The "d price for any item must include the performance of all work
necessary for completion of that item as described in the specifi-
cations.
5. The bid price shall be stated in terms of the units indicated and
as to a total amount. In the event of errors, the unit price bid
will govern. Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive
informalities if it is deemed advantageous to the City to do so.
7. A certified check or „atisfactory bid bond made payable without res-
ervation to the FINANCE DIRECTOR OF CITY OF RENTON in an amount not
less than K,, of the total smoutit bid shall accompany each bid
proposal. Checks will be returned to unsuccessful bidders imm:di-tely
following decision as to award of contract. The check of the suc-
cessful bidder will he returned provided he enters into a contract
and furnishes a satisfactory performance bond covering the full
amount of the work within ten days after receipt of notice of in-
tention to award contract. Should he fail, or rc do so,
the check shall be forfeited to the City of Re, :LJdated
damage for such failure.
S. All bids must be self-explanatory. No opportur.i a offered
for oral, explanation except as the City may rego, l'er in:orms- - E
tion on particular points. a,
f;f
w'
A
WATER MAIN ADJ. AND RELOCATION IN SR 515
BENSON HWy
ECIAL 'i'ECWMI- PROYISiONS
ATS-01 l'EMEKi
This section, Special Technical Provisions, is devoted to features of
on-the-site conditions which are peculiar to the water faN1 1t1as to be
Constructed for W-380, Talbot Road S., U.A,B, Project 18-i-102(21),
Articles, and scare materials, operations, or methods aentioned herein or
indicated on the drawings as being required for the preJect shall be
Provided b the contractor, (except material which is to he supplied by
the City of Renton - see Special Provision SP-03) and he shall provide each item mentioned or indicated and perform according to the conditions
stated in each operation prescribed, and provide therefore all nec-.sary
labor, equipment and incidentals necessary to made a complete and operable
installation.
No attempt has been made in these specifications or flans to segregate
work covered by any trade or subcontract under one specification. Such
segregation and establishment of subcontract limits will be solely a
matter of specific agreement between each contractor and his subcon-
tractors, and shall not be based upon any inclusion, segregation or
arrangement in, or of, these specifications. The Contractor and subcon-
tractor in each case 1s warned that work included in any subcontract may
he divided between several general specifications, and that each general
specification or sub-head of the technical specifications may include '
work covered by two or more subcontracts or work in excess of any one
subcontract.
ATS-02 STANOM SPECIFICATIONS
All work under this contract shall in general be performed in accordance
with the applicable provisions of "Standard Specifications for Municipal
Public Works Construction" prepared by the Washington State Chapter,
American Public Works Assocation, and in accordance with the require-
ments of the City of Renton, except as otherwise amended, modified, or
specified in these Special Technical Provisions. ItNss of work not
specifically covered in these Special Technical Provisions shall be
oarformed in accordance with the requirements specified in the A,P,W.A.
Standard Specifications, and in accordance with the City of Renton
requirements.
ATS-03 EXISTING UTILITIES
If. in the prosecution of the work it becomes necessary to interrupt
existing surface drainane, sewers, underdrains, conduit, utilitia,, or
similar undergrouni structures, or parts thereof, the contractor shall
be responsible for* and shall take all necessary precautions, to pro-
tect and provide temporary services for same. The contractor shalt at
his own expense repair al; da:.ays to such facilities or structures due
to his construction operations, to the satisfaction of the engineer,
A TS-Page 1 k
•
f
OWN
� E
MIMIMSRI WAGE AFFIDAVIT FORM
City of Renton
ss
COLN" OF
1, the undersigned, having been duly sworn, depose, say and certify that
in connection with the performance of the work, payment for which this voucher
is submitted, 1 have paid the following rate Per hour for each classification
of laborers, workmen, or mechanics, as indicated upon the attached list, now
referred to and by such reference incorporated in and ea±e an integral part
hereof, for all such employed in the performance of such work; and no laborer,
workman or mechanic so employed upon such work has been paie less than the
prevailing rate of wage or less than the minimum rate of wages as specified
in the principal eemtraet/ 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.
fOhTRACTiM
e.
Subscribed and sworn to before me on tris da
19
" r Votary Public in an or the State o
Washington
Residing at
s
B
' A#
I `
I
CERTIFICAT:Oi OF NONDISCRIMINATION IN EMPLOYMENT
The bidder represents that he 0 has. Q has not. Participated
in a previous contract or subcontract subject to either the equal
opPortunity clause herein or the clause contained in Section 1
of Emecu 1 30
t ve Order 1 1 246; that he 0 has, O has not, fated all
required compliance reports; and that representations indicating
subarission of required compliance reports, signed by proposed sub-
contractors, will be obtained prior to subcontract awards.
DY
r
f m4 ony
i
I
t e
I
I
ate
i
4
(The above representation need not be submitted in connection with
contracts or subcontracts which are exempt from the clause.)
O. I .F. 14.43
i
I
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
COUNTY OF ) SS
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or or. be-
half of any person not therein named, and further, that the deponent
has not directly induced or solicited any other Bidder on the fore-
going work or equipment to put in a ham bid, or any other person e,
s
corporation to refrain from bidding, and that deponent has not in
+ any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
SIGN HERE:
.y
y. Subscribed and sworn before me this day of
19
g{� Notary Public in and for t tate o
residing at
- "�- therein.
t
i
f
i
a. Availability of minorities and femalse having requisite
skills and experience in the labor area.
5. The extent Of unemployment among the minority and
female unemployed work force within the area.
S. Perform an analysis Of the City's labor force by job
category to dote retina the placement of minorities and females at
all levels of responsibi2lty.
q eachldepartmennt in the city. by lob classification for
2. The availability of promotable minority and female
employees within the City's offices and divisions.
1- The number and lob classification of employees, by
department, who will be retiring within the next five years.
This list is to include the tentative date of retirement for
each employee.
a. The anticipated turnover of employees due to their
inability to perform adequately, by job classification per
department, and possible date for action.
C. Establish goals and a timetable for the correction of
deficiencies identified. These goals and timetables are an
essential part of the City's Affirmative Action Program and will
be maintained and updated on at least an annual basis. Although
the primary concern of these goals is overall minority and female
emOloyment, they shall also include minority and female under-
Otilization within specific lob levels: management, professional,
technical, office and clerical, and skilled pcsitioos.
Tne goals and timetables established as a result of the above
analysis shall be reasonably attainable and shall appear as
Attachment 1 within 60 days after finalizatton of this document.
The Equal Opportunity Officer shall be responsible for establish-
ing these goals.
Specific programs which the City of Renton proposes to undertake
to facilitate the achievement of the set goals shall appear as
Attachment 2 also within 60 days after approval hereof. These
Programs shall a1SO be established by the Equal Opportunity
Officer.
Alum
rs Furnish intorrtion as squired, maintaining an
y aftlrmativa action file detailing- to rat its cowaitwents under ssecutivetOrder• with 11246.dates,
All dale and documentation
Affirmativ generated as a result of this
? �r e Action Program shall be made available to any
Federal or 54L agency for their review upon request.
v. GRIEVANCE PROCEDURES
The success of the Affirmative Action Program depends largely
nsas the attitude of the community as well as the employee. Opinion
say vary to whet Constitutes fair and equal opportunity and treatment
'hall taken widely and grievances may result. The following steps
be immediately foi any grievance arising from the
implementation of this Drooram so as to maintain the bes
employee-sunervisor and city-community relationships: t possible
i
A. The emplovee shall bring her his ;t ion of ner/his immediate supervisor or denartmenteheadthwho will
investigate as necessa ry to determine the cause of the complaint
and work with the employee to effect an equitable solution. Every
effort shall be made tc resolve the difficulty at this level. -
R. At the option Of either party, the services of the Equal
O�uortunit- Officer may be requested. The Equal Opportunity Offi r
shall inter le" both parties, conduct additional investigation as
necessary, and recommend appropriate corrective action and settle-
ment conditions.
C. In the event that mutual agreement cannot be achieveA
and binding resolution is required by the city administration,
signed statements detailing the grievarce and specific investiga-
tive action she'I be obtained 1�y the Equal Opportunity Officer
from the enployee and his suDvrvysor. The Equal Opportunity
Officer may draw upon all resources at his disposal both internally
and those external to the City to arrive at. recommended corrective
action and settlement conditions. The Equal Opportunity Officer
shall forward these statements along with his own investigation
report and recommendations to the Mayor's office for resolution.
L. The Mayor may elect as deemed necessary and as circum-
vinces so dictate to refer the grievance to a special arbitration
committee. (This committee shall be selected from amonq City
oersonnel.;yeee and consist of an equal number of management and staff
perso The Equal O000rtunit.. Officer and those Airectly
involved ir the grievance shall not be voting members of this
committee. Proceedings of the committee shall be documented and i
their decision shall be final and binding subject to review only
by the State Human Rights Commission or through. the judicial
system. All reports, decisions, and other documentation generated
by the grievance procedure shall be maintained by the Equal
Opportunity Officer as a matter of permanent record.
71- GUIDELINES FOR MI AORITY AND FEMALE EMPLOYMENT
Fair Practices and equal opportunity within City government cannot
be fully realized until an equitable representation of worn and
ethnic minorities currently in the Renton area work force are
reflected in the City's emplo,
To dete-m�ine the area and City work force profile, the City Of
Renton shall urdertaM the action outlined in Section A and a #
below. As inequities are identified, corrective measures will be
initiated as established in Section C.
A. Determine the minority and female profile within the
Renton emvlcvment area in which the majority of current employees
reside.
I. Number of minorities per ethnic group in this area.
2. Generalized location of each minority group ti.e.
any significant concentration within the area) .
j. Percentage of minority and female wOik force as
compared to total work force for the entire area.
e.
i r
Ill. EMPLOYEE DEVELOPMENT
The Airing of ■ingrities and women on a fair and equitable basis
is only the first step in affording equal employment opporlunl q•.
Job t eatment are promotions, and equal nondiscriminatory on-tha-
job treatment are of equal importance to both the individual and
employ
the City. The foilowing action shall be undertaken to achieve
emploYas job satisfaction and fair treatment and to more success-
fully utilize women and minority Persons in our work force.
A. Assure that there shall be no discrimination
Of race, color, creed, sex, age for reason
, or physical handicaos with regard
to upgrading. Promotions, transfer and demotion, la} off and
termination of emOlOVees. Any action which might adversely
affect minorities or women wi21
the be brought to the attention of
Equal Opportunity officer. EaMlovee grievance% arising from
such action shall receive immediate attention in accordance with
Section VI.
B. Develop a skill inventor; for emoloyees which can be
uswd to rdentif" aunervisory and managetial level position
potential. This shall he accomnliahed L,:
i. Obtaining from the "'" love" a written statement
As to their desires, skill a, and interest in higher paid
Lpositrons.
` 2. Periodic review and "all sis of employee development
Progress and readiness to aSsgme higher positions.
(. 3. ldentif,, specific positions for which employee
qualifies, and assure that requests for interdepartmental
transfers and promotions are considered without discrimination.
C. Activeiv encourage employees to increase their skills
and job potential through trainine and educational opportunities.
Ofter guidance and counseling in developing programs tailored to
individual icude and desires, taking full advantge of programs
` DevelopmeOfferen the t Programs Department of Employment Security and Manpower
IV, LIAISON AND COORDINATION
A. There exist many organizations vitallv concerned with
4 equal opoortunity and fair treatment of mi-Orities, women, and
the Physically har.dicaor.d, a:d those that are over 65, whose
resources can be of •-aluable assistance -0 achieving the goals
of this progra^... The City of Renton through its Equal Opportunity
Officer shall- maintain constant contact and coordinate various
asnects of the Affirmative Action Proqram with these organizations. -_
In addition to those alread% identified with respect to recruiting,
hiring, and employee development, working relationships shall be
maintained with the verioua ciyfc. laher, and minority organizations
in the 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. Specificallv, the City of Renton shall: 3
i 1. Be responsible for reporting to the appropriate
agencies anv complaints received from any employee cf. or an I
applicant for employment with env City of Renton contractor or
�ubcontrac'nr, suble-t to Executive Order 11246.
2. Coop-rate in aracial Co Dlisnce reviews or in investi-
gations as requested.
3. Carry out sanctions against a contractors) and/or
subcontractor(s) as required.
i. Assure itself and the agency as part of the grant
application process, that the genera: or prime contractor- will
not have submitted ore-packaged bids that deny open bidding to
minority or %ny other subcontractors.
Insure [Act •11
fully aw In of AM 1., c members of M"�s9meeat within the City are
Action Policy Pertaining I'ingtoiaace With the intent of the Affirmative
equal emloyment opportunity.
F• Provide continuing communication of the Affirestive Action
Poliry to management Zoployaes, &Pplic&nts for employment, •nd to
outside orgaii rations performing servieee far she City.
II. 'PLOYPMNT PRACTICES
The oyment pppo[Cp�ties r�ndi achieving
provide the key to &,,,ring equal
ttiionoln�the c. achieving an appropriate
the following 1ty•• work force. The City ofReonshallpundertake
q actions to achieve these objectives:
A• Review all Position qualifications and job description.
to insure requirements are relevant to the task, to be performed.
Revise as necessary by deleting requirements not reasonably related
to the tasks to be performed in order to facilitate hiring of
minorities and Women Who Otherwise might not be considered.
1 Ind
bility and•along Withgovertimetrork be• administered on •ponai-
nondiacriminatory basis.
C• Inform and provide guidance to those staff and management
emrsonnel Who make hiring decisions that applications for all
Positrons, including those of minorities and woman, sae to be
considered without discrimination. And that all applicants ,hall
be given equal opportunity regardless of race, creed, color, national
be qln, sex, physical handicaps, or age. Primary consideration shall
be given work
force s, Women, and other definable groups at any ties the
City'& Work force does not and
reflect the membership of these
gzcups resili rg within the Renton employment area.
in equal D• Provide Periodic training for m&nag•rs and supervisors
Do
currently offe�ed bty y the i lntergovarnmental PersonnelgpzOgram
Division Of the U. S. Civil Service Camniaaion and other agencies.
s E- provide orientation for all new employees specifically
sign
ifiring how the City
s specifically.. salting
of Renton assures equal onoortity and the
icanca of the Aff un
irmative Action Program. Lncourege all
employees and specifically services rendered. minorit'" to avail themselves of
F. Recruiting shall be Acromplished In such a manner as
inform the greatest numb&- of nincritlas and Women to
possible s
the Renton area of employment opportunities and toe known
mak
that such applicants are so•_gFt. Aa regards min cription of each Position shall be: ori e a des-
Mak
1. Advertised in the various Renton area ethnic news
media.
2. Circulated to current staff and encourage present
employees to refer minority so.
licanta.
1. Forwarded to schools in minority students. the Renton area with
a. Distributed to minority and human relations organize-
. [ions in the Renton area requesting referral of qu.lifisd
minority applicants. An up-do-date listing of these organiaa-
tions &nd their ■pokesmen shall be maintained by the EEO
Officer and the Cit" personnel Director. These organisations
would be identified as: but not be limited to, the urban
League, Equal Opportunity Center, Nezda, Rinetachopi, Etc.
All employment notification shall include the *Equal
Opportunity Employer- statement and data of publication
shall be at least five days prior to tvt-off data for
receiving applications.
O• Programs such as apprentice, summer and pare-time trainees
intern, and other supplementary hiring program.
,
.hall be considered
s"yq in the same manner as full-time City Positione and be subject to the
Provisions Of the Equal Opportunityand Affirmative Action Programs
aq raise.
f
AFFIRMATIVE AC?I0M PRDGRµ
City of Renton S
The Polley of the City equal treatment and service of Renton Sa to pro
mote and afford }'
to all citizens and assure equal
employment ere regardless based or, ability and fitness, to all
person• regatdleaa of race, creed, Color, nationsl origin, a",
physical handicapa, or age. In recognition of iPs obligation to
Provide heuaity leadership to overcome past circumstances which
have etcher barred, not enrouzaged, or discoureged representative
minority and female employment, the City of Renton Ma initiated
• program of afti rmative action designed to assure that the spirit
and intent of this policy is realized
The term minority a■ used herein shall include, but not W
limited to, those identified s as Alacks, Spanish-American,, Asians,
and American Indians. The spirit of the equal oppor,ulty policy
includes such persons as the physically handicapped, and those
over the age of 45, even though the emphasis is upon minorities
and .sales.
The Purposes of the Affirmative Action Program are to:
1! establish employment practices that will lead to and maintain
A
minority composition of the City of Renton work force that
reflects that of the Greater Renton caamunity: 2) achieves and
maintain equitable and full utilization of minority and tamale
employees at all position levels; 31 Promote an atmosphere of
non-dlscri.minati.on and fair treatment within city government;
s) Provide compliance with State and Federal equal requirements and regulations. opportunity
This policy shall be made known to all employees, contractors,
subcontractors, and suppliers through distribution of handbooks,
bulletins, letters, and personal contacts, conferences and Orien-
tation sessions. Signed ackn.wledoments pledging cooperation shall
be required of ail department heads and supervisory personnel in
the City of Renton and, where appropriate, of all contractors,
subcontractors, and supplier, engaged in City-administered projects.
Such contractors, subcontractors, and suppliers to whom this Policy
shall apply to shall include those with ar. average annual employment
level of 25 and/or those who annually do business with the City of
Renton in an amount exceeding $10,000.
I. PROGRAM RESPONSIBILITY
S. To assure that the equal eonortunity policy and the provisions of
the Affirmative Action Program are carried out, an Equal Opporturity
officer shall be appointed or designated by the Mayor. The Officer
shall be the focal Point for the Citv's equal opportunity efforts
and will advise ind assist staff and nanaaement cersonnel in all
matters relating to inolenentation of and compliance with the
Affirmative Action Plan, and be responsible for the successful
execution of this orogram, utilizing the assistance of appropriate
State and community agencies and organizations and maintain close
liaison with the Mayor and City Council on the progress of the
program. The Equal Opportunity Officer will have the responsibility
to:
A. Initiate, coordinate, and evaluate the City'* plans and
Proqrams which are ,-exigned to ensure that all current and p•os-
PertlVe employees receive the benefits of equal emplo ,nt
Opportunities,
S. Evsluate the Equal Employment opportunity Plans and
Programs of the City to ensure comoliance with the Affirmative
Action Policy.
C. Coordinate the attention qiven to Equal Employment
Opportunity throughout the City,
D. Periodically audit the practices of the City and recosnend
improvements in the Affirmative Action Policy to the Mayor's office, i
of Rai
OERmuv or
x■■ FAIR PRACTICES POLlrr
d or Err errr or Rrarur
ADOPTED •T RiSOGU-tON NO. ]ROS
■DR
The policy of the City of Renton " to prONot• and Afford equal treatment
and servability
to all fftiaena and •ssu rs equal employment opportunity based
on aDtlify and fatnone to All De rsons regardless of race, crepe, color,
national Origin, sea, Physical A so.s
4ndicaps or
o, This Polil
'ntract.es N c: of er cloy cent practices, o'P;Oyee treatments andAal publicplY
In keeping with this principle the follOwrng guidelines are eot,bl,,hed and shall be the governing policy Renton. for 417 departmwnt• of the City of
1. EMPLOYMENT - Recruiting, hiring and appointment practices shall be
conducted solely on the basis of •bil3ty and fitness without regard to
race, color, creed, national origin, sea, physical handicap or age.
2. PROMOr1ON - Promotion, downgredinq, lAyOft, discharge and inter-
d.pArteental transfer shall be dependent on individual performance and
wOrA force needs ri thou[ regard to race, cotor, crowd, national origin.
Sex, physical handicap or age, and, whenever applicable, in agreement
with Washington state Council of County and City Employees, and in Can-
plfance with governing Civil Service LAws and Requlatinhs.
1. TRAIXXM,; - All on-the-fob cr mining and city-supported educational
0PPortun4t1es shall be administered without discrimination to encourage
the fin est development of individual interests And aptitudes.
•. ER%ICr AND EMPLOYE£ CONW CT - The City shall deal fairly and *quit-
•biyS wt t.� all ci.amens it serves and all persons it employs. City depart-
wents sha11 maintain the Policy that no City facility shall be used an the
futtM ranee Of any discriminatory practice. Each official and employee
shall be responsible to carry out the intent and Lrovision• of this policy.
5. COOPERATION WZTN HUMAN PfGRTs ORGANfrATI0M5 - The City shall Cooper-
Ate to the ful Zest ea.ent Pos;ibie with all organizations and commissions
concerned with fair Practices and equal Opportunity employment. Such
organisations include, but are not limited to, the State Nyman Rights Com-
mission, the Seattle Suwon Rights Commission, Seattle women$' Commiesiow
and the wattle Technical Advisory £nANlttee on Aging.
b. AFFZRNATry£ ACTION PROGRAM - To f0c'!ItAte equitable reptesentaticn
within the city work force and Assure equal employment opportunity of
minorities and women in City Govera"tit, an Affirmative Action Program
shall be initiate) and maintained by the City of Renton. It shall be the
responsibility and duty of all City Officials and Depar[mert Reads to
Carry out the policies, guidelines and corrective $..sure* as set forth
by this prueram.
7. CONTRACTSRS- ORLIGArrrM - Contractors, subcontractors and suppl:ors
conducting busaness with the City of Renton shall affirm and subscribe to
the Fair Practices and Mon-Di;eriminetaon poi caes set forth therein.
9. POSTING OF POLICY - Copies of this Policy shall be distributed to
all city employee;, shall appear in all operational documentation• of the
City, including bid calls, and shall be prominently displayed in all city
facilities.
CORCURPED IN by the City Council Of the City Of RaAton, Washington this
loth day of July 1471.
CITY OF PSRTON RrRTOS Cltr COUNCIL
ry Garrett U Yeer ncil Pros.
ATTEsr: Pro Tom
re ate Ralson, City C. rk
r
t � t
CtTRQ')�� OY p er, 5
1lhc[OIfeA m AND 51tT1M WM M LQ'AL UVT01MR JllOfAlft a R,Y tree
Artrv.t mi _
u ttR aftntim im teM.(tN p.ra..aet to
tdoor w prooPortlow eitew•tor, r R•doir [Yntlw 2k ulM. Ife fol._e.lty rule d
uratytloi of th. emtrrt Mretl r ,efM~Ir Orolea" .✓ecmenet000 iad r.lp LLaro, aasotl .. sI ry+iet�promf�Het Yy
tty <lauae, aed, If Yo olaHor it Ass, fu" oglRtclitN to «.. er.Nw. ...etrp-t as, NAcaatr.rt iA,pR to He .VoOL oporteU-,yilroee npor•• doe :esor applJcehy 1YtK[ioi.
city Ayr fatst.fot. adopt" fbooy.tim. b. lost uodR Yn of Jaly lo. Im epabuYy a 'rot, M t. f41yy'. Y
ffaNtN by so "Affit�t low Art ti rvoeri^ Ibsswly ratosltabs w W frrriaatI" Ha Polley of [Ao Clty of Ystm.s psYai ay -
eyuil trN ~ oY prwicv to LLI .Motto a" to oaou[a --
pea reprdlosV f toro, eraod, avlor. sattonol orlxia. seo. N ,Yr r,l AWfr m_uy Y~m.blla, aM flteoss ro all
iowrootroeten, o+hnOtraRen oW supylota rmly-ty bwafyy rtth ale CetY Yiw it i tale ayll*hall ItIo Yy Worr/4
ad prie�itto e1M poitcfow. 7Aa ifw.erstlmN iil .ypiten or row Y1 erlala a flreo w iv IV
pr.yi.to.a Moll tat apply n rmtroRo Y rlrmtrpto for
rtoo4H cvirr-
.a per folly with He tits, uriilowttoi .tab 11M th. t5 soployooa Yd,br roetror[a at yY thi 31c,Ya boot-
- vmdrrat�id cvoltraRu tlanfore LT+Yati, .,e ano t :: raeWte alli/met any p.rVm y Alry, prut dsoba ApVbA H.[ Jury the pis Oty of able .w4oct Hot is,willt• i.
�.L-.of au,-A prrem'a uo, cro". . lay. 1roR�ialm.~�yit�ooYloy oa�l ry ooeaoceJ by the ntreot�ar
n
c.rther aytV.a th.t Ae .111 tole ifftrsat,.so, old emtlrw «[tm to iniun fall aoyliaNv Nti wi lolicy amd
11 4 aN "estttYts r "s—i" brow of bVIO, strictlyr%ft- ,ottrr. tasit failure y roaply Nab oey of [M t.Ya of Yid pnvfolai
atrutu Vassal, upm r +.m arldror a. rsm VV N.M. tbrreaftw, forei.A .,A tAo City ay old oll
yui.ed by the clu to detorHas Mother full raapliic* Abs b.se Yd. by IM tVettmrtw NH ow1d Pool ty amw pr"W oops,to
e.for .ill p.nit se Yao to his eaolo, reeo"o a" utnwta by thr elt f)r omal s�rom-
Ite,ee. S lase i.arp.i of yviatilNttm to sVI«eRoy l
radar EortAer uWar:edp t5at now Wa rsralved r trvr a" rupl.te W) of He airy'. ^pair h+rtitto Ibiict' OW "AffirY-
.t i-t1m RosraV',
4ClfIM4 IxwlrlfATI01 p.
r XFZCATLJN By iiWR CR
deer'. 16r:
teseot.t lvea:
t.
flrx..:
�l'MYM[OAi'T.le"s ti"WICATIM
em ra:.or'a NYr,
wnt.t i..a
le
SMPL lt'b C TWICtTVV
11..'a Name:
:eorntotlwea; --
u
Pros,:
fmtrutor,'SubcomtraRor/cuppliw AaV partloiWT" to a pr.vioo_ cn..trut or O,bc mrort tw jJ i to Ito [soot Oryottue:,.
Cu..
too
iulplimmatYe eor...n rlq. d to k filyi to mt 'Itwb.itb \v.b cmtrx.. as, Nbnmtrart.
CmtnrtorYgu rtor/� rllor M mod Vllsuralyli,V w -r- to dve d1d.S V"litotbn taatnttie. -
ttwe
If orar to item J 1. "No". plows, ..ploy "dot.11 wo Marp aide of this tort if\mtim.
ift"Tim - TAo lefmrest fm Vbova ti !rue .ad roopyia to tAo bast of W tfootedw sod bollof.
.mV t o lap
Sissm
TYrr
by city Aathat,ty
V
SPECIAL PR04'ISIONs ICONT ) ` •�_
;9a
SP-32 DUST AND W00 CONTROL CoZ�
Dust and mud control shall
be considered as incidental to the
no be will be made for this section. Protect, - -
ConPlaints on dust, mud, or unsafe practices and/or property damage to
pri•. -:e ownership wil_ be tracuimitted to the Contractor and prompt
action in correcting will be required. Written notice of correction
of complaint items will be called for should repetitive complaints be
received by the City,
gP-33 PAYWNT TO THE CONFRACTOR
Payments to be Lode to the Contractor will be made in the manner
outline in Section 9 of the Standard Specifications. Payments shall
be iwde in Cash Warrants. Partial payments on estimates may be with-
helTumiT wor progress schedules as describco in
Section SP-11 of t!u
special provisions has been received and approved, s,
SP-34 LIQUIOATFD DAWACI•S
Liquidated damages for failure to execute the contract as specifi..d
and in accordance with Section 8.08 of the Standard Specifications
will be assessed as follows: One Hundred Dollars i• ot100,00) per calendar
day plus cost of inspection, supervision, legal expense and cot
costs incurred beyond said date. The cost of additional inspection
and supervision shall be an amount equal to actual salary cost, plus
one hundred percent (100,�) for overhead and other indirect expensee.
SP-3S AWARDINC of CONTRACT
Awarding of contract will be based on total Sum of all .schedules of
prices. No partial bids will be accepted.
sP-pate 21
SPECIAL PROVISroNS (C.)NT.)
SP-29 SIZE WEIGHT LLAD RESTRICTIONS FOR TOP.-VEHICLES (Cost.2 _
vehicles used on this project, listing the vehicle number license nuar,
ber, tare :refight and licensed load limits.
SP-30 DELIVERY TICKETS
All . ivery tickets that are required for the purpose of calculating
quantities for payment must be received by the Engineer at the time of
delivery. No payment will be made on tickets turned in after date of
delivery of material.
P:•nent will not be made for delivery tickets which do not show type
of material, gross weight, tare weight, truck number, date, and
inspector's initials.
Scale certifica.ion shall be submitted as early in the i.roject as
possible. Each weighing station shall maintain a record of the trucks
weighed, date and time, tare and gross weight and type of material.
In isolated cases where scale weight is not available, the inspector
shall measure the truck volume and certify as to its full load celivery.
SP-31SP-31 WASTE SITE
The Contractor shall conform to Section 4.uo of Standard Specifications
in regard to waste sites.
The Contractor shall have the responsibility of obtaining his own waste
site. All work included in this section shall be co:sidered to be
incidental to other items of work and no further compensation will be
made.
The route taken to the waste site shall he maintained solely by the
Contractor in a manner as described below;
The Contractor shall be prepared to use water trucks, power sweepers,
and related equipment as deemed necessary by tLe City Engineer to
alleviate the problem of lost spoils along the route. Prompt restora-
tion of the route is mandatory.
SP-32 DUST AND MUD CONTROL
The Contractor shall be responsible for controlling dust and mud within
the project limits and or any street which is utilizfd by his equipment
for the duration of the project. The Contractor shall be prepa-ed to
use watering trucks, power sweepers and other pieces of equipment as
deemed necessary by the Engineer, to avoid creating a nuisance.
SP-Page 13
w
af::
a
LE E8
SPECIAL TECHNICAL PROVIS 1
BTS-04 CLEARING
Pavewt, or other street and road surfaces shall be cut only to the
minimama width which will permit the proper excavation and bracing of the
trench, and which will allow passage of All pa"ent cuts shall be made smooth. and Pedestrial traffic,
struciin joint, and zhail , straight tines or to nearest con-
be made with clean vertical faces.
RenOval of bituminous and concrete pavements and utilities shall be con-
ducted in accordance with Section 52, A.P.w,A. Standard Specifications,
except as otherwise provided herein.
t BTS_05 °AVEMEhT REMOVAL TRENCH EXCAVATION BEDDING AND BACKFILL
sAt .
;. a. General
Pavement removal, trench excavation, backfiil, foundation preparation end
bedding for waterline and appurtenances shall be in accordance with tce
applicable provisions of the Standard Specifications, except a; modified
herein.
�Ra
' b. Pavement Removal
The contractor shall inform and satisfy himself as t^ the character, i
quantity and distribution of all pavement removal . Removal of existing
pavement shall cover all types and thicknesses of pavement. The can-
tract price shall include full compensation for cutting or line drilling,
.�" breaking and removing all types and thickness of pavement encountered in '
this project. 1
Neither separate nor extra payment of any kind will be mede for storing,
f
handling, hauling or manipulation of removed pavement.
c. Excavation
i
.0 The contractor shall in arm and satisfy himself as to the charac sr,
Quantity ;nd distribi;M n of all material to be excavated. No payment
shall be made for any excavated material which is used for purposes
other than thosa designated. Should the contractor excavate below the
designated lines and grades without prior approval , he shall repiace
such excavation with approved materials, in an approved manner and ckn-
dition, at his own expense.
The engineer shall have compl!,t: control over the excavating, moving,
Placing, and disposition of all material, and shall determine the suite-
x bility of material to be used as backfill. All unsuitable material
shall Je wasted as specified.
Excavation of every description, classification and of whatever substances
encountered within the limits of the project shall be performed tc
STS-Page 2
s,1EanE e
77 ,
SPEC,ALNNIC. PROVISIONS
ITS-01 GENERAL STAM)ENT
This section, special Technical Provisions, is devoted to features of
on-the-site conditions which ere peculiar to the 3c1lit1es to be con_
structed for a sewer main extension, in p it Drip,..
Articles, on t Ormaingsals. Operations, orfinet,.ods mentioned herein or
provided by the contractor, being revuired ,or the project shall be
the City of Renton - sea Special, (except material which is to be supplied by
each item mentioned or indiited and Provperform ision paccording htos the lco conditions
stated in each operation prescrihed, and provide therefore all necessary
labor, equipment and incidentals necessary to make i complete and opera-
ble installation.
No attempt has been made in these specifications or Mans to segregate
worn covered by any trade or subcontract under one specification. Such
segregation and establishment of subcontract limits will be solely a
matter of specific agreement between each contractor and his subccn-
tractors, and shall not be based upon any inclusion, segregation or
arrangement in, or of, these specifications. The contractor and subcon-
tractor in each case is warned that work included in any subcontract may
be divided between several general specifications, and that each general
specification or sub-head of the technical specifications may include
work covered by two or more subcontracts or work in excess of any one
subcont-act.
ITS_02 STANDARD SPECIFICATIONS
All work under this contract shall in general be performed in accordance
-4t� the applicable provisions of "Standard Specifications for Municipal
- blic Works Construction" prepared by the Washington State Chapter,
Arerican Public Works Assocaition, and in accordance with the require-
ments of the City of Renton, except as otherwise amended, modified, or
specified in these Special Technical Provisions. Items of work not
specifically covered in these Special Technical Provisions shall be
Performed in accordance with the requirements specified in the A.P.W.A.
Standard Specifications. and in accordance with the City of Renton
requirements.
ITS-03 EXISTING UTILITIES
If, in the prosecution of the work it becomes necessary to interrupt
existing surface drainage, sewers, underdrains, conduit, utilities, or
similar udergrcund structures, or parts thereof, the contractor shall
be responsible for, and shall take all necessary precautions, to pro-
tact and provide temporary services for same. The contractor shall at
nis own expense repair ail damage to such facilities or structures due
tb his Construction operations, to the satisfaction of the engineer.
BTS-Page 1
Y —ECESCl
I _ PROYISIONS (COAT )
ATS-13 WASUREMEHT AMA PAYMENT
Cont.
t. Patchinv of As atticCrete
Asphaltic concrete patching shall be
contract price, per ton, es ptr Sectiona�� and paid for at the applicable
payment of which shall constitute ctil c the 'Undard Specifications,
complete, including subconst constitute for the resurfacing
exisiirg pavements, base course, tack coatPrepa Preparation Of and correction to
incidental work, finishing, and all necessary
k. Partial Furnishing end Reinstallation of E
XIItinq Maier Services
The furnishirg of the fittings and i
tion of the existing Pipe necessary, and the replicas-
unit price for each. {�tajaCerv�ces shall be paid for at the applicable
conmensation for the individual w ertsernc�ehash411c constied on tute
full
improvement Plans and in conformance with ail s1anufacturers insUlla-
tions. The Contractor shall supply all mate.+ats `ac the water services.
The unit price bid shall include all costs to make the connection !o the
w water wain, furnish and install the water service, and connect to the
existing water meter. The unit price bid also includes all costs to
ad,ust the Gx!sting water meter, as required.
rk
♦v Z^
p
;i
2,
y
ATS-Page 12
■
SPECiAI TEtlgiICAL PRDYISIDNS (r,�.)
y'.
' t
ATS-13 MEASUREMENT AND PAYMENT
c. Partial Furnishing and Installation of Gate Valve Assemblies Cont.
(4) 24" Butterfly Valve Assemblies shall
applicable unit price measured and pafd for at the
` full c Per each, in place camolete, which shall co-nscitW.e
compensation for the concrete vault. concrete valve markcn, and all
x" other necessaryaccessories for a t
comp ate installation.
No City to supply only the 24" Butterfly valve.
d. Installation of Fire Hydrant
Fire hydrants assemblies shall be -measured and paid for o e appli-
cable unit price per each, in place, complete, which shal .O"Stitute
full compensation for tee, valve, 'aloe box, spool, fire hydrant,
shackling, installation of blocking, bracing drains, fittings, painting
shackling and hydrant, guard posts, and all other 'necessary accessories
for a complete installation.
Note: City to supply only the tee, valve, valve box, spool and fire
hydrant.
e. Installation of Fittings
Fitting installations shall be incidental to the contract.
f. Furnishing and Insta lation of Concrete Blocking
Concrete blocking shall be measured and paid for at the applicable con-
tract price, per cubic yard, payment of which shall constitute full
compensation for furnishing the material in place, complete.
g. Furnishing and Installation of Select Trench Backfill
Select backfilI shalt be measured ano paid for at the applicable contract
price per ton payment of which shall constitute full compensation for
furnishing and installing the material, in place, complete.
h. Furnishing and Installation of Crushed Rock Surfacing
The furnishing and installing of all crushed rock surfacing material
required in the street restoration shall be incidental to the contract.
i• Furnishing and Installation of MC Cold Mu Asphalt
MC Cold Mix Asphalt shall be measured and paid for at the applicable
-' contract price, per ton, payment of which shall constitute full compen-
sation for furnishing and installing thi material in place complete.
i
ATS-Page 11
i
1
SPECIAL TfCHN r PR0VTS1
COlti.
ATS-13 MlEASUREWE AND PAYM01`
a. General
Unit Or lump sum bid prices for all items shall include all costs for
Stab Sales Tax as applicable on tM project, labortions, equipment, mrteriai
and
included), testing, relocation and mgJect' labor to existing utilities,
and all incident is necessary to make the installation complete and operable.
b. Installation Water Pine
The price per lineal foot for installing of the water pipe, size and
quantity listed in the bid schedule, shall constitute full compensation
or ,he water line in place; complete, including: clearing, gyrubbing,
stripping, all Pavement removal , excavation, trenching, backfiliing,
foundation preparation, compaction, pipe laying, jointing, fitting
installations, sheeting, shoring, de Pipe and excluding temporary
restoration, cement concrete and asphaltic concrete resurfacing or
patching.
Partial Furnishing and Installation of Gate Valve Assemblies
il) The 8" and smaller gate valve assemblies shall be measured and paid
for at the applicable unit price per each, in place, complete, which shall
constitute full compensation for the installation of valve, valve box with
extensions, if necessary, concrete valve marker, and for all other
necessary accessories for a complete Installation,
Note: City to supply only the valve and valvs box.
(2) 12" gate valve assemblies shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall con-
stitute full compensation for the concrete vault; and all other necessary
accessories for complete installation, includinq concrete valve marker
if required.
Note: City to supply only the 12" gate valve and material for the 2"
bypass valve assembly.
(3) 16" Butterfly Valve Assembly shall be measured and paid for at the
applicable unit price per each, in place, complete, which shall consti-
tute full compensation for the installation of the valve and valve boxes, i
as well as the furnishing and installation of concrete valve markers, if
required, and for all other necessary accessories for a complete installa-
tion,
Note: City to supply only i6" Butterfly Valve and two cast iron valve
boxes.
T-
ATS-Page 10
v., SKCIAI TEOWICAI
e,�zn
$ ° ATS-10 TESTIMG
{" a. General
s
rydrostatic pressure and leakage tests on the new pipe
made in accordance with applicable provi shall be
sions of AWWA Pipeline sha she or
C603-64T and Section 74 of the A.P,W,A. Stang,rd Specifications, except
*' as modified herein.
A!I equipment necessary to make the test; shall be furnished by the
r contractor and the contractor shall conduct all
the engineer, tests under the super-
b. PressurTest
Prior to acceptance of the system, the installation shall be subjected
to a hydrostatic pressure test of 250 psi, and any leaks or imperfec-
pting under said pressure shall be remedied by the contractor !before final acceptance of the system, The contractor shall provide all
necessary equipment and shall perform all work connected with the tests
and conduct said tests in the presence of a Utilities Department
Inspector, Insofar as practical , tests shall be made with pipe Joints,
fittings and valves exposed for inspection.
c. Leakage Tests
Leakage tests my be required after the pressure test has been satisfac-
torily completed on the new pipeline or concurrently with the pressure
test. The hydrostatic pressure for the leakage test shall be equal to
100 psi ,
ATS-11 DISINFECTION
Disinfection of the new water system shall be required prior to comp le-
Lion of the project and shall be in accordance with AWWA Specification as
C601-54 and Section 74 of the A.P.W.A. Standard Specifications and
shall meet the acceptance of the State of Washington Department of
Health. The initial concentration of chlorine in the line shall be 50
part per million and this solution shalt be held for a period of 24
hours. Disinfection of the entire waters stem installed cr disturbed
A% + under this contract, including pipe, pipe fittings, valves and
appur-tenances, is required to conform with the specifications stated herein.
ATS-12 CLEANUP
p ' . During the time that the work is in progress, the contractor shall sake
* . every effort to maintain the si.te in a neat and orderly condition. All
refuse, broken pipe, excess excavated material, broken pavement, etc.,
shall be removed as soon as practicable. Snouli the work not be main-
tained in a satisfactory condition, the engineer may cause the work to
stop until the ,clean-up" portion of the work has Dean done to the
satisfaction of the owner and/or engineer.
ATS-Page 9
{f
sPEc�TEc�iICA� a�vlsloNs c�ilr
ATS-07 PIPE__ L8STAL
9. fi►e Nydrant Assemblies
All "Shackling", steel tie rods end
of bituminous Paint. Also bolts Should be given a liberal coating
hydrant shall be painted witha hi h vetIon if the hydrant installation, the r paint shall be approved b g t, Yellow PC Y the Engineer prior to ita application.
TAe type of
r; Note: Only the Tee, Gate Valve, Pipe. Fire Hydrant. Gate Valve Box,
and Hydrant axtansion will be supplied by the City,
h. Concrat_� guns
#2.14General concrete thrust blocking shall be in accordance with Provision
Renton
of Section a A,D,W.A, Standard Specifications, The City of
cations. for Detail for general blocking is bound in these specifi-
ATS-08 WATER SERVICES
The existing water services shall remain in service during construction
of the new water main and until final acceptance of the required tests
on the new main. Upon final acceptance of the new main, the existing
services will be reinstalled or tapped into the new main and the meter
boxes relocated where necessary, or as directed by the Engineer, They
shall be installed as per the City of Renton water service specif4ca=
Lions as bound in this document.
ATS-09 RESTORATION OF SURFACES
a, General
Due to the fact this work is being performed in conjunction with the
street widening project, the extent and type of restoration will be
i decided by the Engineer or his delegated representative.
Basic requirements for surface restoration are as follows:
Roads, streets, driveways, shoulders and all other surfaced areas,
reneved, broken, caved, settled or otherwise da-aged due to installa-
tion of the improvements covered by th+s contact shall be repaired
and resurfaced to match the existing pavement or landscaped area as
Set forth in Section 54. of the A.P.W.A. Specifications.
b. Temporary MC Cold Mix Asphalt
4C Cold premixed asphaltic concrete shall be required in some areas for
temporary patching on this project, where deemed necessary by the Engineer.
ATS-Page 8
SPECIAL TECHNIC& PROVISIONS (Cif)
TS-O? PIPE INSTALLATION ant
f. Valves and valve C!tia?,Zars (cent )
and a 2" Bypass Valve Assembi
valve marker. The CityY
of r a precast concrete vault, and x concrete
`>^ Valve Chamber" and 2" Renton Standard Detail for "Precast 12" Gate
ay bypass assefioly are bound in these specifications.
speValve chambers shall be in accordance with Section 76 of the A.P,Y,A.
cifi"ccati nsfications except as modified by details bound in these
No": Only Gate Valve and 2" Bypass Assembly materials to be supplied
by the City. Contractor to supply all other necessary materials.
(3) The 16" Gate Valve Assembly shall include a 16" butterfly valve
XxV. two 8" x 24" cast iron gate valve boxes with extensions if
necessary, and a concrete valve marker.
hate: Only butterfly valve and 8"x24- gate valve boxes are to be
su{i'y".1d by City.
(4) The 24" Butterfly Valve .Assembly shall include- 24" Butterfly
Valve (MdxV), a precast concrete vault and a concrete valve marker.
The City of Renton Standard Details for a precast concrete Butterfly
Valve Chamber are bound in these specifications.
Valve chambers shall be in accordance with section 76 of the A.P.W.A.
Standard Specifications except as modified by details bound in these
specifications.
Note: Only Butterfly Valve to be supplied by the City. Contractor to
supply all other necessary materials.
9• Fire hydrant Assemblies
Fire hydrant assemblies installation shall be in accordance with Section
77 of the A.P.W.A. Standard Specifications.
The Fire Hydrant Assembly shall include: 12" x 6" C.I. Tee (MJ x FL).
MJ
6" Gate Valve (FL x , 6" C.I. Pipe Spool (PE a PE), 5" MVO Fare
Hydrant (MJ Connection). 8" x 24" C.I. Gate Valve Box, and 3/4" Shackle
Rod with ac. :ssories, and hydrant extension. where called for by Engineer.
Fire Hydrant guard post shall be installed where deemed necessary by
the City Engineer and/or shown on the construction plans. The City of
Penton Standard Detail for hydrant assembly and hydrant guard posts is
bound in these specifications.
ATS-Page 7
Q
ATS-DT PIPE MIST f`
ALLATIO Coot.
N ' lF
f
d. Spacial An,-_ c►b��y
All free ends, bends, tNs. laterals and any change 9n direction of #
Piping shall be adequttely braced and blocked to Prevent movement from
thrust by use of concrete thrust blocks, tie rods and Joint harnesses.
Concrete thrust Dierks mast be poured against undisturbed ground.
In Thrust block alls shall be Provided at all changes rn direction of piping.
leastdthree�Jointsoieyonts at bands or changed in direction, to a point at
shall be provided with the tangent point on either side of the bend,
of the ,point under full positive locking device to prevent separation
by use of tit rods and jotint harnessre, subheclocking may be accomplished
the engineer. After the pipe has been oined alt to ign prior approval of
bedded. the ,joints shall be drawn a fired t w permanently
but not so tight as to D to assure pennancnt ester-tightness
caused by vibrations, ezpansian and flexibilitycto all All (shackling)saw movement
tie rods and bolts should be given a liberal coating of bitueinousspain
paint.
e. Connections to Existi�pe and Structures
ups
Connections to existing pipin, are indicated on the drawings. The con-
tractor must verify all existing piping, dimensions and elevations to
assure proper fit.
The contractor must also provide any specials required to make a satis-
factory connection. The City of Renton Utilities Department shall make
connection to existing mains at the Contractor's expense. The Contrac-
tor shall also be required to help the City forces with the connection
at the discretion of the engineer.
The contractor shall be responsible for the protection of all existing
piping and appurtenances during crnstruction, and shall take care not
to damage them or their protective coatings or impair the operation of
the existing system in any way.
f. Valves and Valve Chambers
Valve installation shall be in accordance with Section 75 of the A.P.M.A.
Standard Specifications except as modified herein.
(i) 8" and smaller gate valve :.ssemblies shall include a valve, an 8" x 24"
cast iron gate valve box and ixtensions, and a ccncrete valve marker if
required by the City Engineer.
Hote: Gate valve and 8" x 24" cast iron valve box to be supplied by the
city.
(2; The 12" gate valve assembly shall include: 12" gate valve (N)xlq)
. ::` ATS-Page 6
lot
S!•EGIAI T�i YISI9NS {MIT )
AT -06 PIP NG iMTERi YAtYES AND FITTINGS Ont.
materials, valves, and fitttnga shall conform to A.P.N.A. Standard Speci-
"cations and shall be in accordance with the City of Renton All papa, valves, fittings requirements.
workin , and specials shall be for a miniaaaa water
andg pressure of S50 psi or as revised by City of Banton standards.
W.A. conform to the requirements of the applicable sections of the
k.P,shall Standard Specifications.
ATS-07 PIPE INSTALLATION
a. General
Pipe installation shall be in accordance with Section 74 of the A.P.W.A.
Standard Speciflcatior except AS Modified herein.
Ail buried pipe shall be laid upon prepared f0Jn4ation or bedding
material so that the bottom quadrant is uniformly supported throughout
its entire length, as specified in Section TRENCH EXCAVATION. BEDDING y
AND SACKFILL .
The average depth of cover for the 24" and 16" watersnain shall be 4'0" c
4". and the trend: width shall be no greater than 42". The average depth of cover for the 12" watermain shall be 4'0" and the trench width shall be
}z no greater than 304. The average depth of cover for the 8" and smaller a
watermain shall be 3'0" and the trench width shall be no greater than 30".
` b. Laying and Jointing
Cast iron pipe and accessories shall be handled in such a manner as to
assure delivery to the trench in sound undamaged condition. Particular
care shall be tsken not to in3ure the pipe lining and coating. ;
= Cutting of pipe shall be done in a neat, workmanlike Manner with an :
approved type mechanical cutter without damage tg the pipe.
*1 Jointing shall be accomplished in accordance with manufacturer's recom-
mendations. y
c. Bends and Curves
t�
Deflection from straight line and grade, as required by vertical curves,
horizontal curves and offsets shall not exceed the maximum deflection per
Jnint as recommended by the pipe manufacturer. If the alignment requires
deflection in excess of the maximum recoaMMended, special bends or a
sufficient number of shorter lengths of pipe shall be used to provide
angular deflections within the limits set forth.
ATS-Page 5
■
sP£--cI'�TIC. paortslaws t
ATS-D5 PAVEMENT REN6 EyCAYATION
e. Trench BackfIII pptNG kip &.rrr��t=,R�
Mid ctlon cont. �
tests shall be selected by the Engineer. if one or more tests do not
Beet the SW'ficstions as stated above, additi
AS requested by the Engineer at onal tests will be taken
the Contractor's expense
i.,
(de Su
bse Sent BackfI fill subsequent backfili under street and
shoulder areas s a p aced in lifts not exceeds
depth, and Nth tif; compacted to at least 95 percent Ofi*Axxiiasaeiandryoose
density at optimum moisture contact as determined b
0698-58T, Method D. In-place density determinatioe sh�1N made inaccordance with ASTM Designation D1556-58T, except as otherwise approved
by the en sneer, for in Accordance wtihT the itestingcIssssctaatedsinnthe thesect oved Areltial shall
backefill."..:.
aY (4) P nt: No separate or extra payment of any kind will De Wade
for compaction, wetting, drying, water, or processing of materials, but
shall be included in the applicable unit Price paid for the waterline In place, complete.
f. Select Trench_ _h Ba_�kfill
Select trench backfiil for the pipe shall consist of crushed or naturally
occurring granular arterial from sources selected by the Contractor. The
C�rcp and Quality of the material shall be subject to approval by the
Engineer. Select trench backfiil shall meet requirements for bank run
gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifi-
cations.
The horizontal limits for measuring select trench backfiil in place shall
be the side of the excavation except no payment will be made for material
replaced outside of vertical planes, 1 .0 feet outside of and parallel to
the barrel of the pipe and not the bell or collar.
Any excavation in excess of the above requirements shall be replaced with
the native material or select trench backfiil , as directed by the Engineer
and at the Cortractor's expense.
The price per ton shall be full compensation of selecting the source,
furnishing and placing the material as outlined in Section 26-2.01 of the •s�.
Standard Specifications.
ATS-06 PIPING MATERIALS. VALVES ANC FITTINGS
All Pipe sizes as shown on the drawings, and as specified herein, are in
reference to "nominal" diameter, unless otherwise indicated. All piping
4
ATS-;age 4
r
S 1 �CIIIICAI, p11�tSI0M5 ,
ATS-06 PAVEMENT MIEMIf & TRENCMi a XCAVATZON am: i
OD_M6 AN0 BACKFiII {CIYIf.)
c. Excavation {Coot )
Excavation Of every descripption, classification and of whatever substan-
tees MCWntered within the limns of the
the liras and grades necessary, for pipe. wing and istructl be tuurea and as
rforwed to
indicated on the drawings. Temporary drains and drainage ditches shall
be installed to intercept or direct surface water which maw affect the
promotion or condition of the work. Ali excavated materials not meeting
the requirrmerts for backfili and all excess materials shall be wasted
as specified.
No separate nor extra payment of any kind will be made for storing,
hartoling, tauiing or manipulation of excavat-d materials.
d. Foundation Preoaretion a>a ?eddii�
Foundation PieMr"ion shal ' be iz accordance with the applicable provi-
sions of Section 73, A.P.Y.A. Stardar? 6pecifiCatii.,is, except that the
bottom of the trench RLst be shaped to uniformlySupport
quadrant of the pipe throughout the bottom
it; entire length.
h.
In case unstable or unsuitable existing material is encountered at the
trench bottom, the engineer mad direct the use of borrow bedding material
in accordance with Section 73-2.05 of the A.P.w.A. Standard Specifica-
tions. Net trench conditions will not necessarily be considered as an
indication of unstable conditions. The trench shall be de-watered and an
inspection made by the Engineer to determine the suitability of the
trench material. All costs for de-watering shall be the responsibility
of th< contractor. Bedding material shall be as required for Bank Ran
Grave; Borrow.
e. Trench BAckfill and Compaction
(1) General; Excavated materials that are free from mud, muck,
organic mat er, waken bituminous surfacing, stones larger than 8 inches
in dimension. and other debris, shall be useo `or backfill except where
otherwise required.
(2) Initial Backfiil extending to a plane at least 12 inches along
the crown o t�ne�p-e--sF&ll be hand-paced, selected excavated material
free from stones, hard lumps or other material hamtmful to the pipe.
Initial backfill shall be placed around the pipe in layers rot exceeding
eight inches in depth, and each layer shall be thoroughly compacted by
mechanical tampers to at least 95% pp"ont of maximum dry density at
optimmxn moisture contmint as determined ny Sttndard Proctor Compaction
Test. ASTM Designation D698-58T. Method J. Ail works related to the
testing of the _Gmrsction, including i-.ct_^r tests and compaction den-
sity tests shall be by the Con.ractr is expense. Three compaction
tests shall. be taken on the water t. vas. The locations of the
ATS-Page 3
m
m r
@
MON
�F
_ {IAL TECq@I _PROiti$I
ATS-04 CLEARI AND AMAltt
Clearing andgrubbing shall
cable provisvis De accomplished in accordance with the appli-
ions of Section 12 of the A.p.Y.A. Standard Specifications
except as otherwise provided herein. No separate nor extra payment of
inythenappiicabtemunitrprice bidn
nfor the waterline inor clearig and rubbi , but place, included
p complete.
ATS-05 PAVEMENT RENDVAE, THE n EX{AVAT10q, 6EpplXG AN!� 8ACKFILL
a. General
Pavement removal, trench excavation, backfill. frundation preparation and
bedding for waterline and appurtenances shall b: ir. accordance with the
applicable provisions of Section 73, A.P.M.A. standard Specifications,
except as modified herein.
b. Pavement Removal
Pavement, or Oyer street and ra, I sWaces shall be cut only to the j
minimum width which will permit the ,roper excavation and bracing of Ot
trench, and which will a"ow Passage of vehicular and pedestrian traffic. j
All pavemenc cuts shall be made wroth, atraight lines or to nearest con-
struction Joint, and shall be made with clean vertical faces.
Removal of bituminous and concrete pavements and utilities shall be con-
ducted in accordance with Sactior. 52, A.P.W.A. Standard Specifications.
except as otherwise provided herein.
The contractor shall inform and satisfy himself as to tM character.
quantity and distribution of a`l pavement removal. Removal of e.<isting tit
Pavement shall cover all types and thicknesses of pavement. The
tract price per lineal foot for "installation of water main" shall
include full compensation for cutting or line drilling, breaking and
removing all types and thickness of pavement encountered in this project. ((i
Neither separate nor extra payment of any kind will be made for storing. {
handling, hauling or manipulation of removed pavement. }
r
c. Excavation
The contractor shall inform and satisfy himself as to the character, if
quantify and eistribution of all material to be excavated. No payment
shall be made for any excavated material which is used for purposes
other than those designated. Should the contractor excavate below the
designated lines and grades without prior approval , he shall replace
such excavation with approved materials, in an approved manner and con-
dition, at his own expense.
The engineer snail have complete control over the excavating, moving.
Placing, and disposition of all material , and shall determine the suita-
bility of materilki to be used as backfill . Al � unsuitable xAterial
shall he wasted as specified.
ATS-Page 2
(
f -
PROPGSAL
m l.4E CITY DP RENT(Ni
gEgTON, 'li1NGTON
(nilemenc '
fie undersigned hereby certif that
_fthe proposed work and ha rem an has examined the site
d—t�oroug-T unae"rsianJ the plans,
sMcifitat:ons and contract governing tise work embraced in thishad ble[e which
thepwork embraced in this
yment
� for
said work mi provement; and the
, ano hereby propose to undertake
4
°R improvement, or as much thereof as can be
;yipleted with the money available, in accordccordance with the said plat,;, specifications
mdcontract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,
- ann total amount of bid should be shown. Show unit
prices both in writing and in figures.)
Signature
Address
'Des of Members of Partnership:
OR
* of President of Corporation
* If Seritary of Corporation
s,,oration Organized under the laws of
t"i4"n Office in State of Washington at
I�
f
e
• S`4.t SSp{E yh• E
Rr AMOaI "RAP
G. CU..ER OH[ TrI ♦ .--_1�—
_ .R..,.E t
No Beals
J, a,w
n I¢ !eu
F C� z Tit operatin
t in ^rnsde 9 Pressure
Maxiv[a height of thrustSafc Bearing 1�ni ( -�-- ' T-
block it(i) = peoth "Oubda/sq• ft.) SBL
f trench in feet A
`
Depth of concrete
thrust block a
(Width of french in f eet)(outside diameter
-o-f-P�pe in foot•
i
rd
2
Maximum length of thrust block (1%) A
Required amount of concrete Maxi•u► BeigAt
Weight x depth x le (Co. yd') _nyth)x0,03704=(Hn"'%xoc)x0.037D4
F'. F.xAMPlE
1. Problem: Calculation of the v�£`1•.
900 bend in an 8' �'['['^t of c. +crete required to block a
C.I. ratermain; the normal operating pressure in
the pipe Will be 65 Psi and the soil Condition in the area indicates
sand and gravel. _
2. Solution: - ' '•
Maximum operating Pressure
- Outside di - 1.5 x 65 99.0 Psi
diameter of ca pipe = 9.05 in. 9.05/12 ft. -
-figure
to Table I: The calculated maxima operating pressure is
97.5 psi, the table does not list this figure so we take the first
figure In sequence being 100 psi t•'
For an 8' waterpipe, havinq a wkrmun
operating pressure of 100 psi, / . '..
we eee that the thrust on a goobend is 5,420 +.:.
-Co to Table II: Table II Pounds.
gives the safe bearing load for sand and
gravel: 3,000 1tx;/sq.ft.
-Cc to Figure I: Figure I indicates the '
for blocking the 90o bend Position of the concrete
-co to the specifications of the project and find depth of trench h
3 feet , ) ? . -
t
Width of trench (W) = 3 feet -.
With the above assemhled information re proceed to the final
calculations: na _F
-Area of concrete (A) = Throat
5420 = 1.80 sq. ft. :a
' Safe Bearing road 3000000
-Maximum height of thrust block PeMV of trench = h -= 3 1.5 ft.
-Dept F. :w: oaneretr thrust boc lk 2 2 2
Width of trench in feet (W) - outside n'emetez of Pine Id) '
2
3 - 9.05/12 = 1.12 it
'i
2
""MAN length of thrust block (lye) = Area of Concrete = A = 1_8Cr-1.2 ft. }
[ Height of Cone. 16 1.50
'Required amount of concrete = (Heightx0epthxlo"th) x o,03704 = "
1� x 1. x Dc) x 0.03704 - (1.5 x 1.2 s 1.12) x 0.03704 0.074 ".yd. t
Blocking Page 2
t
■
R
STANDARD DETAIL FOR GENERAL BLOCKING
COW.LRK'T" "WCKING .SIZING PRDCEpD
A. GENERAL
The dead rt of concrete required to anchnr horizontal bends.
Pad dead Cncrlls depends on the strength of the soil. The m
Placing concrete to kee tees,
The Area in F the joint accessible ethods of
square feet of concrete which blemus isear� in Figure I.
side of the trench is found by dividing the throat i�alnst the
in Table I by the safe bearing load of the soil sa in Pounds shown
in Table II.
CRITERIA
- The sizing procedure is for horizontal Neight or downward thrust only,
depth trl be equal to or less than 1/2 the
y the group surfaoe the thrust block lust to the block base.
- The thrust block bearing phase is approximately rectanqular.
- The concrete blocking shall be As per APWA specification 74-2.14.
C. SYMWLS
d= Outside Diameter of pipe in Feet
T - Thrust it, pounds at the fitting (Table 11
SRI - Safe Bearing I~ in pounds/sq. ft. fTable II)
h = Depth of trench in feet
w Width of trench in feet
A Area of concrete which must bear against the side of the trench
in sq. ft.
fin= Maximon height of the thrust block in feet
Cc= nepth of the concrete thrust block to bearing surface 1, feet
T< Maximum length of the thrust block in feet
s�e..wa Arw .<r
h
L d
I
♦j S
slackim Page 1
SCHE E B
SPECIAL TECHNICAL PROVISIONS CANT.
BTS-09 CRUSHED SURFACIkG COURSE�1 1/4"!
Cri+shed surfacing Course, (1-1/4"), shall meet the requirewnts 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.
The price per truck cubic yard of crushed surfacing shall be full compensation
for furnishing and placing crushed surfacing, (1-1/4")
@TS-lo ASPHALT CONCRETE PAVE` ►EN_ T PATCH
Asphalt concrete pavement patch shall be of Class "B" asphalt concrete
conforming to Section 34 of the Standard Specifications and shall be 2 inches
in compacted thickness.
Measurement and payment for asphalt concrete pavement patch shall be at the
unit price bid per ton of asphalt concrete pavement patch compacted in place.
BTS•11 MEASUREMENT AND PAYMENT
Unit or lump sum bid prices fcr all items shall include all costs for
State Sales Tax as applicable on this project, labor, equipment, material,
testing, relocation and modifications to existing utilities, and all
incidentals necessary to make the installation complete and operable.
r-
BTS-Page 6
a_
SPECIA}�_TEGHNtCAI is offs (a
BTS-06 SANITARY SEWER PIPE r ont 1
Joints for concrete pipe shall be rolling "0" ring rubbe- gasket type
with concrete bell and spigot cast integrally with the pipe.
Sanitary sewer pipe will be measured and paid for by the lineal foot of
pipe, 1n place, including all cleartn9, pavement and removal, trenching,
pipe laying and jointing, class "B" bedding and backfilling with excavated
trench material. When tailed for by the engineer, k illind select trench
backfill will be measured and paid for under the bid item for s
backfill . Where crushed surfacing aid asphaltic elect trend
pavement parch le specified
in Pavement areas, the crushed surfacing and asphaltic pavement will be
measured and paid for under the bid item for crushed surfacing and asphaltic
pavement patch.
ETS-07 MANHOLES
Manholes shall be constructed in conformance with the plan details, Section
63 of the Standard SDeCification5 and Standard Plan 37 except as modified
herein. Manhole covers shall be Oly.tic Founcry No. 5920, 7" depth, Style C
or approved equal .
a:inimum one course of 8" wide brick shall be placed under the frame for
adjusting.
Final adjustrxnt of new manhcle framers and covers to match finish pavement
surface will be included as part of the bid item for the respective man-
holes and no separate payment will ue :—de therefore.
'•ype iA5 or I65 manhole will be constructed in its entirety and part of
the Manhole, bid items.
Manhole will be paid for at the unit price bid for the manhole complete in
Place, which payment shall be full compensation for all labor, equipmen�,
materials, including pipe connections, adjusting frame to final grade, and
all incidental costs necessary for furnishing and placing manhole as specified.
BTS-08 DROP CONNECTION TO EXISTING MANHOLE
Drop connection to the existing manhole shall be installed with 8" Cast
Iron pipe in conformance with Standard Plan No. 43 in the Standard Specifi-
cations.
payment for the drop connection t0 existing manhole will be at the lump sum
Price bid for the connection in place including all labor, equipment, materials,
transportation and all incidental costs necessary to complete the work as
sPecifie ,
BTS-Page 5 ,
r
SPECIAL T� I DVI- SIO _LCO—"T-�
BTS-05 PAVEMENT REMDVAI TREiICN EXCAVATION BEDDING AND BACK tCartt�
e. Trench Backfil_1 and CAmoaction (cont.)
shall be selected by the �nyinear. If one or more tests do not meet the
by specifications as s+Ated above, additional the Engineer at the contractor's expense tests w111 be token as requested.
(3) Subs uent Backfili: All subsequent backfill under street and
shouidor areas s p aced in lifts not exceeding 8 inches in loose
depth, and each lift compacted to at least 95 percent of maximum dry
density at optim m moisture content as determined by ASTM Designation
D698-58T, Met'%od D. In-place density determination shall be made in
accordance with ASTM Designation D1556-58T, except as o0erwise approved
by the engineer. Testi^q for compactions in the improved areas shall be
in accordance with the .esting as stated in the section on initial back-
fill .
(4) P ment: No separate )r extra payment of any kind will be made
for compaction, wetting, drying, Hater, or processing of materials, but
smoe shall be included in f 'ipplicabie unit price paid for the seweriine
to place, complete.
f. Select Trench Backfill
Select trench backfili for the pipe shall consist of crushed or naturally
occurring granular material from sources selected by the Contractor. The
source and quality of the material snall be subject to approval by the
Engineer. Select trench backfili shad meet requirements for bank run,
gravel Class "B" as outlineo in Section 26-2.01 of the Stallard Specifi-
cations.
The horizontal limits for mess❑ring select trench backfili in place shall
be the side of the excavation except no payment will be mede for material
replaced outside of vertical planes, 1.5 feet outside of and parallel to
,., the barrel of the pipe and not the ball or collar.
Any excavation in excess of Oe above requirements shall be replaced with
the native material or select trench backfili , as directed by the Engineer
and at the Contractor's expense.
The prise per cu. yd. shall 5e full coinensa!inn of selecting the source,
furnishing and placing the material as outlined in Section 26-2.N of the
Stendare. Specifications.
BTS-06 SANITARY SEWER P'PE
Sanitary sewer pipe shall be non-reinforced concrete pipe conforming to
ASTM Designation C14 Table II (Extra Strength) and Section 60-3.01A of
the Standard Specifications.
,- BTS-page 4
9 _
"r SC�REDULE, 6
SPECIAL TECHNICAL PROVI5I0MS CONT.
},
BTS-05 PkVElENT REMOVAL, TRENCH EXCAVATION. BEDDI�_BACKFI_ LL(C�nt )
c. Excavation (cont.)
the lines and grades necessary for pipe, bedding and structures, and as
indicated on the drawings. Te"orary drains and drainage ditches shall
be iistal'ed to intercept or direct surface water which may a�fect the
promotion or condition of the work. All excavated materiA s not meeting
the requirements for backfill and all excess materials shall be wasted
as specified.
No separate nor extra payment of an,' kind »ill be made for storing,
handling, hauling or manipulation of excavated materials.
d. Foundation Preparation and Bedding
Foundation preparation shall be in accordance wtih the applicable Provi-
sions of the Standard Specifications, except that for the class "B" bedding.
In case irstable or unsuitaoie existing material is encountered at the
trench bottom, the engineer may direct the use of foundation material
in accordance with Section 61-3.03D of the A.P.W.A. Standard Specifica-
tions. Wet trench conditions will not necessarily be considered as an
indication of unstable conditions. The trench shall be de-watered and an
inspection made by the Engineer to determine the suitability of the trench
material. All costs for de-watering shall be the responsibility of th►
contractor.
e. Trench Backfill and Compaction
(1) General : Excavated materials that are free from mud, muck.
:rgenic matter, broken bituminous surfacing, ' )nes larger than 8 inches
in dimension, and other debris, shall be used ,r backfill except where
otherw4se required.
(2) Initial Backfill extending to a plane at least 12 inches above
the crown oT_tFe p pe 56all be nand-placed, selected excavated material
free from stones, hard lumps or other material harmfui tc the pipe.
Initial backfill shall be placed around the pipe in layers not exceeding
eight inches in depth, and each layer shall be thoroughly compacted by
mechanical tempers to at least 95% percent of maximum dry density at
r` optimum moisture content as determined by Standard Proctor Compaction
Tact, ASTM Designation D698-587, Method D. All works related to the
testing of the compaction, including proctor tests and compaction den-
sity tests shall be by the contractor at his expense. One compaction
te,t shall be taken on the trench area. The locations of the tests
BTS-Page 3
� n 7
r
A�*
3
n
ztN * :
omc
1.01
01
ys •
I
it � �.� I i•
�� �• / ( I
14
ir
•
IYt '
�Ik!A 1
} r fhhhhhhiiiiiit �g� E• i
i
I
I
'ra
X1
. I
n
f
T 23 Pd. R 5 E W M.
i �� -'w, ■�-- E;�D�, OF PROJEg P T TS A 47-S!, 4.
_ • \\\ ; RD.4. STA. ;$ r 2'T. 3S—GRADY wAY
)
t at
- , DORA ST. tvacated►J\
/ram/
515
�- 7=
BURNETT ST. ( not open )
f t �
N1O v
i
1
I
J
1
LEGEND U.A.B. PROJECT a-i-io2-tn)
t•,•••w• V.•proaea Dwwe.c...• o» in.: wo Sro e. T Y O t...R E N• a
O 8 t11i�:O1y w -.;1.n � P.a• •»at»u»�.a of•n w.»e a. i
d.-_.r
TAL80T ROM
T • . a• - - PUGET DRIVE 1e MADY MAY SOU7n
sSNOW dam�
•. oTT •.t.ai � -F
■ I
ri r
11 *to >r ry• � oo
� i 5 'P � 3;� r jYr'Sy T v Yi it �p r t ji 1 "n �I g4� it�•r � •••
Svc
�Nt3
90- E 7 1! �' �.1\iwT•- 5 I ' / � - t i I r 'ii' r w ••. o..., A...,} arr:^
�_ _ ,•+���4 Seri S' �
77
- \�haQr�._ s s--Derr+' e_Tt�+�a `� � 1� �. v t i • s .'_'•`—_______,_ 420•- _ • - - --
S.R. 515
AV 4
Wco al•tdr .rq
rc. Q rw.A ia•W t .. ,
lO0th: Ave. S. (not open )i _— ---
- I
I
r
I
I
L!'OENb .
"+ 0 imps pe. : -��-.r �•, —� U A.E. PROJECT E'1-102-(Yq
380
p., _..'c ... �3_' 1 •M•�.M[l Y•�l�la lw rr�trT _ _
a
M
- • •••- _ [VGEf DRIVE be6 AOV WAY SOUTH
- •..ter.. _.
I T Z3 N. Q. 5
E.WUri
.M.
I
^ I T4Q3
N 1 QO..� i .�\� Kc7^ �'• ! ,sG
16
I o
/ DITCH N\•5 � � i 1 p1T:N NG ,�
is
a
}) QITCH NQ,Nj - y Y • �«�•- +..•y`_�� )����._ f lf. ?�
lZ
....-- Mn - y I
p-
T �d k•
NOTE: DO NOT SCALE DRAWINGS
lnpwR LEGEND E s, 1 REDUCED SI' PRI
• aasoaen OR a.a.o••c. �;' .�„3.�' � .� NT
•`'ai... ti+ tiv— s.� U_A.s. PROJECT
'� s �a•�+ TRENCA DETAIL -" • faar ( CITY OF RENT
all
..,,.•«_.. FROM APPROXIMATE STA. 407+20 M'JA[i TAlBOT ROAD
TRRU S fA. ♦10• DO PUCET DRIVE RD GRAOY WAY
m
� I
■ r
} w_
fo
DITCH NO 'S - __ •--_��' �_
LD
3
I �
I
LEGEND
IagT.6 0.� M1_ ! u2.e. PROJECT ■-rrort20
f fN Ot
_ I CITY Oi RFNTON
r•uyie
0. �_ C.t<M MM I __f MO1N[..14• C[...TY[N♦
w ♦- ro..Y ww I
• -w •.•• i a••, W-390 TAIDOT ROAD
PVGET DRIVE b GRADY WAY]OuTN
a+.
LAI
i
00) Continued
and fires Performing labor an
the construction Project under this contract
or furnishing materials in connection with this' in the full amount of the
Contract Pri Contract; said bond to be
rice as specified in Paragraph 11 . The
surety or sureties on such bon or bonds must be duly licensed as a surety
in the State of Washington
(11) The total amount of this ccntract is the simr, of
t which includes Washington State Sales Tax.
P4yments will be made to Contractor as specified in the "general conditions"
of this contract,
IN WITNESS WHEREOF, the City has caused the
se presents to be signed by i
Mayor and attested by its
ts
City Clerk and the
Contractor has hereunto set his
hand and seal the day and year first above written.
CONTP4CTOR
CITY OF RENTON
------------
May-
- --
or
,t ATTEST:
ttY er
4
ifrr1i111�,, •�
--- - ..........
7) The Ccmtra_c'
� cor shall commence performance of the contract on the
day of
19_1 and shall complete the full
performance of the contract not later th,n 30 calendar days from said
date of commencement. for each and every day of delay after the day of
completion, it is hereby stipulated an,f agreed that the damages to the
City occasioned by said delay will be the sum of One Hundred C($100.00) _ (, 'a��
---_ as liquidated damage; for each such d shall be paid by he Contractor to the City. ay. which
(8) Neither the final certificate of paymart nor ary provision in the
this contract shall
contract nor partial or c.itire s /1
use of any installation orovided for by
relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty tv eredy any defects in the work
' and pay for any dame t ge to ether work resulting therefrom which shall a
within the Period of one 1 PDear
( ) year from the date of final acceptance of the
work, unless a longer 9e period is specified. The City will give notice of
observeu defects as heretofore specified with reasonable promptness after
discovery thereof.
�I
i (9) The Contractor and each subcontractor, if any, shall submit to the City
such schedules of quantities and costs, progress schedules, payrolls,
`I
reports, estimates, records and misellaneous data pertaining to the contract
( as "lay be reruested by the City from time to time.
(10) The Contractor shall furnish a surety bond or bonds as security for the
faithful performance of the contract, including the payment of all persons
) ,I
,
I
I
i
t `
� i
CON"ce perfonaaance ther
eof within thirty (30) days °rom the date of
serving such notice
the City itself mats take over the wn* under the
contract and prosecute the same to completion by contract or by any other
method it may deem advisable,
for the account and it the expense of the
Contractor, and his surety shall be liable to the City for any excess
cost or other damages occasioned the City thereby. Is such event the
and utilize
City 1f it so elects may, without liability for so doing, take possession
ap in completing said contract such mate ials, machinery,
appliances, equipment, plants and other properties belonging to the
Contractor as v i
be on site Of the 1
Project and useful therein.
(4) The foregoing provisions are in addition to and not in limitation of
any other rights or remedies available to the City.
(5) The Contractor shall hold and save the City and its officers, agents,servants, and e 1 nployees harmless from any and all liability of any nature
or kind, including all costs and legal expense incurred by reason of any
work on the contract to be performed hereunder. and for, or on account of '
any patented or uapatented invention,
Process , article or appliance manu-
factured for use in the performance of the contract, including its use by
the City, unless otherwise specifically stipulated in this Contract.
(6) Any notice from one party to the other ; 1. :n oLr the Contract shall
be in writing and shall be dated and signed by the party giving such notice
or by its duly authorized representative of such party. Any such notice as
heretofore specified shall be given by personal delivery thereof or by de-
positing same in the United States mail , postage prepaid and registered.
i
(2) The aforesaid Contract, entered into by the acceptance of the Contractor's
bid and signing of !nis 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
ySb)) Instruction to bidders
osal
General Bid p conditions
((e Specifications
(f; Maps and plans
(9) Bid
(h) Advertisement for bids
(i) Speci:.l contract provisions, if any
(3) If the Contractor refuses or fails to prosecute the work or any part there-
of, with such diligence as will insure its completion within the time speci-
fied in this contract, or any extension in writing thereof, or fails to com-
plete said work within such 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 ac:ount of the Contractor's
insolvency, or if he or any of his subcontractors should violate any of the
provisions of this contract, the City may then serve written notice upon him
and his surety of its intention to terminate the contract, and unless within
ten (10) days after the serving of such notice, such violation or non-
compliance of any provision of the contract shall cease and satisfactory
arrangement for the correction thereof be made, this contract, shall, upon
the expiration of said ten (10) day pariod, cease and determine in every
respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the contract, provided
how-ver, that if the surety within fifteen (15) days after the serving upon
it of such notice of terminatiun does not pe: form the contract or does not
At
THIS AGREEMENT, made and entered into this i
—�day of _
by and between THE CITY OF RENTON. Washington, a municipal lion of
the State of Wishin ton, hereinafter referred to as "CITY" and _
Y i T M E S S E T H: --' hereinafter referred to as ONTO RAC',
(lJThe Contractor shall within the tim
e stipulated, !to-wit: within
ontract , of—calwhich this aar days greement
date of execution hereof as required by the
greement i�. a component part) perform all the work
andservict: required to be performed, and Provide and furnish all of the
'abor, materials , appliances, machines , tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete
Te const uction and installation work in a workmanlike manner, in connection
with the City's Project ;identified asUA8 8-1-102(2w
o. W-380 for improve-
lent by construction and installation of: 24 Wa�in anA Sanitary ewer
Extension in Talbot Road S. from S. Grady Way to Puget Drive
.'ithe foregoing shall be performed, furnished, constructed. installed, and
,xoleted in strict conformity with the plans and specifications, including i
I
+'land all addenda issued by the City and the other documents hereinafter
''*rated. It is agreed and stipulated that said labor, materials, rppliances ,
41"nes, tools, equipment and services shall be furnished and the construction
ndinstallation be performed and completed to the satisfaction and approval
'!the City's Engineer as being in such conformity with the plans, specifications
n'all requirements of the Contract.
r
SCHEDULE Of PRICES
SCHEDULE B_
i
I APPROXIMATE
iTEN QWNTITY OEYCRIPTION
UNIT ?OTAL
g.l 150 LF Furnish and Install g PYCE nRICE
Sanitary Sewer Pik Concrata
S
l EA Furnish and Install Sanitary Bores
f
Der ac -----_---_
I LS Furnish and Install Drop Connection
" to Existing Manhole
Lump um --------_
3-; 75 CY Furnish and Install Select Back-
fill Material
Per u.
E CY Furnish and Install Crushed
{' Surfacing Course
Der u.
3 TONS Furnish and Install Asphalt
'j Cuncrete Pavement Patch
S
Per own
j Total Schedule "B"
Total Schedule "A"
TOTAL SCHEDULES A AND B
T4 'J71DERSIGNCD BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF
Q0DED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE THE WORK WITHIN THIRTY (30) CON-
SECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION,
LATE:
THI`_ DAY OF 1972.
i SIGNED:_
h
TITLE: _
ADDRESS:
i
r.:
r
f
I
SCHEDULE OF PRICES
SCHEDULE A ICont.
(W-380)
APPROX1MATr
QUANTITY DESCRIPTION UNIT TOTAL
4 EA Install " ?RICE PRICE
Ass&*,y8 and Smatter Gate Valve
S
EA Instal) Fire Hydrant Assembly 9ures — —
ti
Per --
5: TONS Furnish and Install Temporary NC
Cold Nix Asphalt Restoration
Per on 16 --
Furnish and Instal'. Concrete
Blocking
$
j Per u.
` 500 TON Furnish and Install Select Back-
fill Material
s 70 TOW Furnish and Install Asphaltic Conc.
Surface Restoration
�1 S
Pe, or
l F.A Reinstallation of 3/4" Water Svc.
j $
Per ac _ --' — --
i
S
1 Total Schedule "A"
T -
SCHEDULE OF PRICES
SCHEDULE A
(W-380)
.APPROXIMATE
QUAKTITY DESCRIPTION UNIT TOTAL
A-1 1512 Le Install 24" Ductile iron, Class I ►RICE PRICE
ST•�.) Water Pipe
Per ,wor s
i at i r q_U ret
A-P Install 16" Ductile Iron, Class 2
Water Pipe
# Per ,7
A-3 54 LF Install 12" Ductile Iron, Class 2
ST.J.) Water Pipe
Per _
Ad 108 LF Install 8" Ductile Iron, Class 3
(T.J,) Water Pipe
Per • •
A-5 450 LF Install 6" Ductile Iron, Class 2
Water Pipe
-
p ` 18 LF iistall 4" Cast Iron (T.J.) Water
Pipe
S
Per
A., 2 EA Furnish to Dart and Install 24"
Butterfly Valve Assembly in Cont.
Vault
1t1 Per Each
A'E 2 EA Install 16" Butterfly Valve
' Assembly
$
Per ac
-y 1 EA Furnish in Part and Install 12"
Gate Valve Assembly with by-pass
valve in Conc. Vault
Per E&cF---- --
i
d