Loading...
HomeMy WebLinkAboutWTR2700382 DIARY - S 2ND r1T- 3 82 INFORMATION F.A.No. _. Contract No. .C^46 1997-7Z Jun1E 19 " I lt7 Z +0__ JyIV tj,_1'l7? date of contract CVPN4"g days .-alculaled comy;ruon date _ Station. . __<0.-57 to Station a - Began principal classes of work: ,r. CLASS OF WORK r•TK BOOK PAGE ' I yh-4er g _ WATVL. V4A.N INS4at PATiON .J4LY C? a14172- 1 ... af Y. llti in prrtitiltnt Vta Reght. eat:-a now tieetr is aMit9ty on thar, 8 pages ,f n _ Stick to FACTS. If cn so 8. During excavation sail types and water clxtditimm. Suter full explanation of *Ir.,auon charrtes, length d piling. : and who was censutied. List below prime contractor, subs, material suppliers, bonding company, adjoining or overlapping On back of page enter tquiprneut arriving, departing or contractors, federal, state, county or city personnel or utility, railway. board or cotrmisnon broken down, vnth Size, captivity and p uVose, representatives through which liaison has been made: ;E. Lug activities of other agencies, utilities, ratlt'oad, cl;ntraetom NAME AGENCY ADDRESS PHONE NO. etc. Y2ANK COL4Ctt0 CONiT CO . Lint acres.= cattdttsorut to and from iob site, materials catsutned, _ progress, deviations f•mi aLhedule, all , '177V SCwAap r7Aa4_ Alt- . S . pAotos, alleged clatens , ,ld cOmpiaints, statue and Conditions of corastr action skps. SGAT 7 a f wAS N . g g t t p the scent this book 1 K AGENT /trH CD.•tIOAMY U1NCCNT e0LCc,o found, rrhwn to to addrrss. NO rG Ok GAC'e OF SkC@r CATrK./uO, CQAIP Celr AKO PEQ.CONNfC. �C.'"O p,- 3" ;ne No CITY INCPGLT02L G11,00 06w, Nc - (ZOry C�LYn. w., BEGINNING OF FILE FILE TITLE S 2 ^d 5t Y l �7 • ENDING TAM ' • . ' q.; or r, I 0 b i `itr�1a s Out" a r• tS 7L � _' ae -- f —day date fv of Tt C- VS --1— Y W6/JG wt,en4 _ AT -_--- �ri� ...:Y�T.Ju4Tf. LI lGY SCHOOL � wtiA ------ — .—� s S —— — ------- i -- — ��— SIGN: } All c tries made hrrxn sitlned above unless 1 otherwise in dicatetl Sr other s4nalure adj2tt t `.x..b..ra". lE to entr ! gather, Ceu yo•v [orx wAc--, w>an�y da> I date INSU«avJ WAr(.Q SCRJ.CCS -'-------- -_ �4 WATC/L- SCPJICES Vi "ecS CE-i✓.C� PT �� _ SIGN: All ent es made b7 Person signed ,bore ..N _ — _ nth," se indicated by other ture adjar t -- --`�. 1..iE�6SOgY ther- --- �_ _OW _ �----- _------------�_ _ 1 IN STCLLFij ____ 3 _ wA T6.Z SGQ.J1c-Fc w 5.4rT r.c "" t 1 s� � 1 _ -- -_- SIGN: �.� All entries made by person signed aboye unleya erww indicated by other to signature adjattni 10 to entry. - then. 2vr AsFF,ey J•.[.v a7 Tc,> ON .+•II"N• .. ___ e{>] A r�M SrNA..r RW.rYrerr Irr 9nrW OnYa }LM -�-��� Wa•rnvir N Eee.al.y r1a�M hs N"M ENR. N W Ta.e � IWATER 5wnT—t~wl AeAA. �•`O1a WWrrRaMn M1W WIl[R EAETERIOLOGMA( N ARAvtps • .u.rLFi r Mr rN N�M„-n��� N I s.yaW rMlwn ra l.rrrr�rmrv[wrn. RO WM +anx rl O } N.nr n,aMMOfUIrF N ;,.e✓+".r:r�w'w.►Pr O ..r.ew.Al+Yr�.' .`Nr'W.�n,E�.. M - Sww.•uL�Rrr.Wr.'"Aw.t" i 3.wr.,,.nu MwMen rwn.r rr.r.rrr O O .e+p..y..rYW...,, E T • Artr..ir.r�"rI +rlr�..A�s , -ere. .....� tr.rrr.W.a. T r ., L LO.{rtY. -- - ICII W t1M OkIY FDA- .IAW ha (mot 1 4Y.FIl> n , .- Fes'! ••-.w '• _.-__ ,un 6NAlY-3ED .n.wr ' DATE colt EcrFO LlA*E:+a'.-t. ro ��� MSnn 1 Lar r e•. •� \•o I CQIMTV RAMC irNE.�s/ M: p•Y II O.NIIMEER OWxBynrrr., I fNiI Y.Wf _ D.� 1. -r u�EtTFO rr I r. ,M' TEM V IMrw SrrMrrN r. I v 1 . -_. LE �ntl.P.._4. L. M ' RAPE OF ij'ATE�CBTEM I - .. j I a6 NIiR fv5 _ BYST[M AppRE58 yK1AppRESS acMrW.SNrX MF` _ ' ELECTED rr•n Ml•m. LOCATION ryNERF bJwYLa W4S[OLlfr'TFO ITn an,w WXFRISMLF.FWU Cp nn .. coutc7vOEv ---- ��—�- ,oLL11TFOir :Nrm•• - FIYPp 1nEYLtrlel W TYPE OF RFun¢IPN IrquLlnW . 0.1reb _ --- TYPEOF +' a o,AAhvM r 1vppRRYrtrM 1 SYSTEM CommumlY or 7'....'Cemmre•Y Irr ]'.- RwX1YWR F O Colnlmlr~ SENO REPORT TG IPI.m Furl Name.Atilre.E And Z. SYSTEM - AMLeu,rXI DD Cod" SEND REPURT TO !P'•nt full Name. D CObI -- WASNtNGTON - WASHINGTON - -- - ,Q,hroi-1roR SOURCE TYPE 50Cq„E ivPE 1 P"t" ;9l a Other 1 Sur1Ac ' „1Ye1 J. Combinitron _� W I 7lJ Swmg- `J - R6W 11gRr ]Purth6Y�;9- . Tvi€€-SF E7LiF{iC•s' -- - ___o- Other e 15WN+vnn0 ___ TYPED SAMPLE r ](`F'y"MAI" 4'-'Pod ;OnPktr,y L"R w -_:RAW WNer i _ -k•16w MFIn 41'"i5wnmm�g _ — r, OFRw S�SYnlnrmrlp R S6nitary Other S',rIrTr.I+yb $An.13rV T.�)S6AwMY 9l- g4vl ___. Bwch t-�SurWv Tl_)&>tMA•eF 4l L S 'Se:ch S.,YeY _ r3 H! AMPL POLL W T A AP J YPEVIOl14'MCN CONFORMING TOLE? 5'�IY6F Ol'� PRE VIOUS,NON CONFORMING SAMPLE) I _jYet OI NO iF YES GIVE PREVIOUS LAB NO. IF YES.GI'rE PREVIOUS- SLAB YFor mkrnp Awr�S!�Pbll v�'�MT A,M f7�nW:t pllyb hung Wen.yr.aPrT"- - )FI.Swla6npn 'ND•w, I 1CTInnn6tru^ Flw•n•bnon Other JS,,c,JVj sY5 1FdhM1M: �_ _ F trnor.,- -- LAEDRATOF.Y RESULTS - LABORATORY RESULTS -- — SEE REVERSE SIDE FOR INTERPRET.I % 5 ;SEE REVERSE SLOE FOR INT EWwn" SAN10N1*1 V. ssassaLLLL1IAAAAAAvvvYYY SY MMING W A IC P Sn.NMrNC WAiF4 URiM1AIryG WI1il N,NFW MAINS OPIMrN4 WtlFR,kEW MAtkS IMeN MF — NMNIWI NWN E — .------- e05 POR!IONS,TOTAL hNTION5 . . - t E PD5 Fp1TfONS,TGT<L FOR11pN5 - n —x- ,vj - 110!R P rt COUN('--Jn" —� 0,55NT18E4CFORVOII� prt p58ATISEACTORr())'X v5 UNL R Trti ACTOv 1:5 U:YSAt:9 ACTOPv ]) t' ___ ___ y 1'[{/RBAiIEPNI.'TOXT 6. ° Fk A CJ. \ fEUltOL60NM ~, _ i5 UNSA 1'Sf AtTONv 51' 3.5 UNSA FgF ACTURr 97 YP� � i WN ' Mf YF UNSAIMENCiORr' 9l MPN - - � (SUNSITISF/ICTORv 160, -.— 65 UTdrTWACTWv 160-f. • '_ar.: E .. n.N_�_-E_ Fh UN$AiISf ACTORY SSW T:VACTDRY )KD'J PETMh PiEEI(Id ]FMt'! jaceri3 i WTMTEB we alto ____ Wll ttECE1VED o [TED by 011ie[ SIRD>Ilue Mtj>[anl EFED MF cOtoMEs.10[m 1. DATE RE4IYED .1 S - MWRIOr !, ME-GLORIES IpDn. _ P __E-� M1tYWt.oy I 1 EMMIMRMY li _. . ._i_ 41aW WAt4Y ❑ /�� y; 11FA 11E11I-T11 � - :�� �. rrEA r!(ITTHI II i I I I I 1 I � I I I I I � I z I• City of Renton, Utility Dept. '' o t PRESSURE TEST FORM J , � G Z '.later Project 3 Z ry G ' Name of Project ._( i-✓¢'��+�' �ii� �s 1'�� zor' *'Cv/lj T J)y;1 ,ck t Th i s test was taken by ,, _ on u�� (y (- N � t- At a pressure of PS1 , for it minutes. S° G) z I The tsst "Fai ied" on F a "Passed"_ on }- h Z Comments' _' r Sr L I I --_— �eather: Cw..�-. — .,.��,... -rt.� •�.v J•.cY 2S'^ - .4Scc--t5�. ES �.t,E IwSrst[En ANb —i— SIGN: All mtrim made by Pe signed above unieaa ottAtr indicated cise by other sionture adlacant tv > _, l` {�Vegthey: elotioY _ wAR.ti _ d+r � ___ 'NSTn' LE) 1 . tiA�f2 PIPE Sl �-.'a-tc A_C S Tv --------- ....J.7i✓O+i— NJE S. N S7AtCEO-- SIGN: bK .w entriade by person signed above es m _� !------_. other indicated by MAcs agnaUue �� Weather: rAwa - wAreri RQ,4sSY J.,v 211 KTZ -- dRy -- 4iE�w 2crSr2..rr��n, •n T CT,pK ---- — Ayh S. two 5T OF �A�G A✓6. $. �- ` Arv,� ialE N PR CfE Jt� 6:1%r T SiA 14 -z1 Awn SrA 13*-)8 Tu EY :n�cwnrtr 2a"o T.✓..J wit�.� COS :.T,Jh -- T4w�c5 T4C f6u rzK + �'�+_ 'gyp rwE SE '7-nr�1Ll a CuAnGC L — n 2CEMCN r AMn.Ox S 23 l-r d 1 C.l PrPE Wy5 iNSiN uQ./� X� - — rzc 12a,acn �+b-- SIGN: __./ en lodicfbd b1 utbw tlfo�tlre� we�w ��� Weather: 4or SNe.«y day date 067 S" Z"� Sr •ni_ WKTwJ7 TH q„(� S l �+ SIGN: All en "ea made by Pt..son signed above unless ----------- 4 otherx iae indicated by other aigna4ee adjacent to entry. .. Weather: CLC-Aet SvIes — wa2n rs yoT µ tlnwy ----- dad d.t. _. i h I l — i — SIGN: All entr es made by person ZWed above unless _�� of errw indicated by other signature ad}acant —�-- PAO-TlY CWAOY — WAl2✓'L _— — r%ACSOA dam' dale r — Y _ __ ,r_ �AN I.JAtf2wIAwJ IHLs�i.:w TrJi+ ON 5;4�succ IIIS 7KLE r ..coo L-F .k B C I ""A. E 2 a N IT WA} L')E•,Ocu To INSTP4 Tvp C, TH t. - G WATErl µ,Prµ QrCTrCE ,2p,/ 'EZ TwE Sc me a CA.c7WEEN TH' t�iE NOS SE'«7 rr_ ! l S — I SIGN: AL rntriea maae b7 pen wff—d abm-e wdm to GIA{ae 1ad/ca0ed b. 0aw wsnatu adia t 40T MpwoAY JwLV 17 11►L dais Hen - SlAareo p2twei4 ASWyLT OM G44Tr4CIC A✓E. _ Paul Ursino- Superintendent �No wNtr.ycdSY ♦JS S — Curtis Link- Operator — `-'- IRric Allen- FlMber --- Steve Fuhi,�h- Lab. - - nruie Crutches-- Truck Driv- Fronk Ursino- Operator _ Co,,- 'rerfcct- Plumber Pill King- Operator —_ Bob D-rting- laborer F,'er 'Iell-Ile- Truck Driver - - -- -- _ Bob Yodowell-- Tru--k Driver - Egviptnent 1-580 t;sse - I-I/2 Yrrd D;,n Foe - I- Amp Truck — - - — --- - 2- I Ton :let Beds -- I'deter Truck I- For,- Pevessttt Breeker �— - — I- n66 Looder — — I- POO Air ;o ressor -- SIGN: ---mom All )sa made by person signed above tmleaa - othMbe mdieatsd by uttw signature adjwasd DIARY - S 2ND - W-3 82 J� . J r Y "INNING FILE FILE TrrLE • . I n vA LSJUSTMENT RELOCA FOR w S. 2 nd STREET U.A.B. PROJECT 8-1-102 (17) FROM WHITWORTH AVE. S. to LAKE AVE. S W-382 G' r MAIIVfd MV OrrZC g • Pxr4 )!V.Wi1NRlINMON M MCWAL KN MA4 3W MLL AV4,!O. PUY010 WA{K M" 4I!- ti ♦ ti CITY or REHTQI EID PROPOSAL AND SPECIFICATIONS HATER PiMJECT 381 WATER MAIN ADJUSTMENT � REMCATIONS FOR SOUTH 2ND STREET, UAb PROJECT 8-1-102-(17) The installinq of 8" Cast Iron Water Main :n S<nith 2nd Street lrcm Whitwvrth Avenue South to Lake Avenue South .Jack E. Nilson, P.E. Director of Engineering 1 CALL. f9l4 a1D6 b ds Will be rectivad Until 200 o`cieok P.K., N+dsesdlry 0 1f72# at the office of the Clcy Clerk MA lahltoly reed 44 2400 o`ols+Che P.N., eaNe dej, in the fourta fLxw ~ laoatad at the eaeten Mxtlat1.41 SeLldteg, #Ca ftUj for the •.netallat.ire or a 6• C.Z. ffNfb'""m in bMrth AVeiot ftutA to 1 k4 Mon, wy be abW%*d L,aw the mdfigo of the npaa receipt of a depeait of $10.00 tees "A Met. td11 be forreitad, 4wlees Pleee ted epbL.liohUAMS in 900d conditim thirty (10) dtyn after date rf ebaPk or bid b od in the rotmt or five (d) Descant amWM1t of the bid rust accompany sech bid. r ilt+ete "log Tax shell be a separate bid item. sgservee the right to rriect and anQ'or ell bins end . pay am/or all thformalitiet in bidding. iron Pipe, fire hydreetm, yate velvet a.%d fltrinye { be furnishn,i by the rtty. N.e]mie Mahon, :dty�lerk Llaio 01 let 11d11.1netLor./ Nadneedey, May 17, 1972 "Ote of 2nA Publloatien, Wednuday, May 24, 1972 ished In the 0at1y Journal of "Msesxce, Friday, May 19, 1972 Friday, May 26, 1971 �+ 6 i � w t!M y ` f T �8 fi !�•u «`+ n '''tn ♦ £ ;ID 1. t I` Oi _ rn wvt '. • �.:. ...� t' low Iw'.I�^I►w i • 11\ {. �r ♦J..a 7r . S�}Y r•I.r1� .1.l�i FM i NW .r,ito r.h 4 q. rSt..w wtr.to .. E y..r�.-d r w.•ry IfY•,r IYOlr4 Y 1 W-10, r r •rb. Y.r_/ .i�• / •YV Yt•0.¢ ' +'a lY1Y/Iq'.. t tl In r I/7i`� / ,J r.. 1gn�tX1-Y.. 11lMl+ r.' oq TO W4 to 2 n .,,, IY, .•w r i °A I Ar 40 61 i N ' �d JI• 7 xT SPECIAL PROVISIONS (CONT_I 1 SP-O S.TINE OF COMPLETION (Cant.) extend th, time of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the written con- sent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work shall not furnish any grounds to the Contractor for clsimi„g an extension of time for the completion of the work, and shall not release the Contractor from damages or liabili- ties for failure to complete Uic work within the time required. f SP-06 FURLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in companies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall be named as an adritional insured on said policy insofar as the work and obligations performed un- der the contract are concer ed. The coverage as provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damage■ which may arise from eny act or omission of the Contractor, or the xubcontractor, or by anyone directly or in- direcily employed by ether of them. The minimum policy limits of each insurance shall he as follows: Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including a^ciden-al death, to any one person, and subject to that limit for each persor, in an amount not less than $300,000 for each accident; and property damage coverage in an amount of not less than $50,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reasonable, time after receiving notice of award of contract. ZEQf�y O, ,CARRIK;E OF ZN£JRANC£ The Contractor shall furnish the Ci'y w_Lh satisfactory proof of carriage of the insurance required. SP-07 NON-CO LLJL(M AFFIDAV�� The Contractor shall be required to execute a Non-Collusion Affidavi to satisfy the City that the bid offered is genuine, is not sham or collu- sive, and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named in the proposal containing such a bid. SF-Page 2 SPECIAL PROVISIONS GENERAL PBOVISIONS p P-01 DESCRIPTION OF WORK The work to be performed under this contract consists of furnishing certain materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment. utilities or service, if any, specified herein to be furnished by the Cit, or Others), and performing all work as required by the contract in accor- dance with plans and specifications and Standard Specifications, all of which are made a part hereof. This improvement is subject to th^ installation of a 8" cast iron water main and related lacilitier in S. 2nd Street frm Whitworth Avenue South to Lake Avenue South. _P-Q2 DATE OF BID OPENING Seated bids will. be received by the City ,f Renton, Wasl­nyton, by filing with the City Clerk, City Hall, Renton, Washinqton, until 2:00 o'clock P.M. Pacific Daylight Time, May 31, 1972, and will be opened and publicly read aloud in the fourth floor conference room. SP-Q3 AIBRIAL. SUPPLIEL The City of Renton shall supply all water pipe, fittings, fire hydrants, gate vallres, and cast iron valve boxes with their required accessories. The contractor shall supply all other material such as concrete blocking, shackle rods, fire hydrant guard posts, valve markers, and all other materials necessary to make a complete installation. The wate- pipe and all other material will be stockpiled At the City of Renton, Water Shop, located at 1st Avenue North and Burnet Street. SP-04 CONSTRUCTION DIRECTION The starting location for this proje,`. will be at the intersection of S. 2nd Street and Whitworth Avenue South And then crogressing to the West. SP-05 TIME OF COMPLETI�N The Contractor is expected to diligently prosecute tl,e wor4 to comple- tion in all parts and requirements. The project shall be , ampleted within thirty (30) calendar days excluding day of starting. Provided, however, that rile city Council shall have the right upon ' request of the Engineering Department, City of Renton, Washington, to SP-Pose 1 , ^ER.Z'ZVIC LTM OF INSURANCE in effect an date of this cMificate, arranged by STA.rTLMY T. SCO'I'rI' & CO., INC. Palo )OMt7dLter Ave, M. 99100 This is to eerlify the the insurance described below has been arranged for the Insured desisryted in this Certificate. Any requirements or provisions in any contract or agreement be,ween the Insured and any other pow. firm or corporation will rat be construed as enlarging, altering or amending the definition of Insured or me any other terms or conditions of this cM41cafa or the insurance designated. Such insurance, subject to the limits of liability, coverages, hazards, exclusions, provisiom, conditions and other terms thereof. is in ' force and affect as of the date this certificate was issued. ,y Planes of insured FRANK COLUCCIO CONSTRUCTION COMPANY Address of insured MIS Seward Park Ave. So., Seattle, Washington ceder Weir WIFel tn,weeu—omwter anleYlb Pa r..men b.weraQ_>�CIPIC INSORANCR COMPANY �;,w APR. 1 1973 Pd. No L7.P 7243507 b , reran S. 3QQ 000-00 _loch Oecemnu {300.000.00 MO erl 6wr Ire.n•_ _ 6a�r.s _rol. Now____ 1. Lim:n L_ bolt linen j Eech Oswrmny {__ eMreNle Tesel a,Afa6asppN,wy._bcF Peron j 300.000.00 E.ch Occwnnce t 300s000.OQ_,__Aggngo% ftdY ben uses"fiesiresse— . d, P.�mery lour«raR'r'an PS^'.II..IL 1N$Iatl Nry rlflPew �Pi�..AMw�.�7 9)'1_del. No M P 2744507 L.elb f..I00v000..OD _loch pence 1, IOQ.MQQ.(N1_bch Occwr.nce Wiese. Inwm____ E.plr" _.__._.Po;. e:o until. t 6ch perw• {___ loth Oceun.res re less' { 1M rwgl M Eeeh pen n j iM f1f1f1_M loch Occu n+ce ' 1 re nx eaeea WaNr ruwee..—Oe•r Thee - /rinu, Inwn. [+p Ate_ is tali Pol, No it Liu;b a %n.001. M s-ch Ocrunence if SnsfYYl-M —lgpreeefs h 6uee. In — (ypir _rd. No uedfi { c-ch ocwnnc. f—.-___ Testy _bch Occurn.rce t Sn Efnn �.._ a-^.eoesa ie tree.rel Mena Wallis,er..nee.—AskseM ►,4..ry 1. ❑11Trn PACIFIC INR1RAWM ODY.PANY jxai .APN. 1. 1g73 Pd. No C4 24 07 unne ll SO-OM-00 fed o«wwm. rt Greer lower _—E.prn�_ Po: No._ uwift 6--loch Occunenr. Turk a c�ro.OQ_,�Each Ocewreer. In accordance with the above. the insurance covers the operations and locations described n follows inciud-nq "a contractual liability cove,,," with respect to any contract or agreement wholly in writing, wbject to all the e.- clusions. conditions and other provisions of the insurat ca. As respects Water Main Ad Jastment 6 Rel0eations for South 2nd Street, UAB Project 8-1-202-(17). .• At least ten (13) days prior written notice of cancelLation or reduction of this Insurance shall bs given to the below named holder of this Certificate. It is agreed that this City of Renton, Renton, Washington, is named as an addi- tional Insured only as -aspects the above described operations. This certificates is not a policy and does not of'ord any insurance coverage. This certificets of insurancejdoo"snorm any way amend,extend,alter err vo,y the coverage afforded by the policy or policies retained to hfxrept as specifically provided for in this certificate, the insurers shall have no duty to ratify the pawhom this c)ertificate ishrosddd�rpessed as to any change ern, or cancellation of the insurances and shall nresponsible 7oor 15ai17/Zc.; soDate City of Renton rrjLwxa w T. �oo'r'r r oo., is To 200 Mill Ave. So. (j Renton, Washington 980'5 Addnu ry fYCts-(J „l a. W. Scott r ♦ 4 h BOND TO CITY OF RENTON DIOW ALL MBN BY THESE ^RESPhTS: That we, the undersigned FRANK COLUCCIO CONSTRUCTTON COMPANY, a WashingtonAS , ration, 7778 Seward Park Avenue South Seattle Washington 98118 '^ .. Principal, and C N URANCE COMPANY OP AMERICA corporation nrganz to and existing order Cne ears o the State Of Washin ton as a surety eorpor- ^' mtien, and quai"ied under the laws of the State o Was ington to scone surety upon bonds Of Contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of f 15.949.50 for the , pay- meet of which spa on demama we bind ourselves and our successors,—heei'rs;adu'nia[rators or poreonat representatives, as the case any be. nru8 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 1p 7�._«. . Nevertheless. the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. y1s� or by un Cocil action of the City of Renton, passed 19 eCNff86I&nd City Clerk 1# of said City of Renton have let or :.re about to let to t e sat lit}bove bounden Principal, a certain contract, the said contract being numbered- and Warer pr���.t providing fo klatar Na]a Adivate t and R to at'ons for South 2nd Stragt. A R contract s q-ferrad to herein and is made a part hereof as though attar hod hereto , atW 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 teeth; NOW, rIEREPORE, if the said FRANK COLT?CCIO CONSTRUCTION Aft faithfully perform all of the provisions of said contract in this manner and within t10.r E therein set forth, or within suck extensions of time as may be granted under said contract, acd shall pay all laborers, mechanics, sub-contractors and material, men, and all persons who shall supply Said prinei;ral or sub-contractors with provisions and supplies for the carrying on of said work, and slall hold said City of Renton harmless from any loss or damage occasioned to any rersen or property by Mason of any carelessness or negiugence on the part of said principal, or any sub-contractor in the performance of said work, and shall idemnify and hold the City tll of Ran:ton harmless from any damage or expense by reason of failure of performance as speei- fiod it 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 :he 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. FRANK COLUCCIO CONSTROCLION O0WAWT GMPBAr. TNQrZf/R�o^.�r'rr.��.p-a,�'aein noV ANw&G _ E. W. Scott, Attorney-in-Tact r f � w .r ti RID eam Pont herewith find deposit to the fort, of a certified check, cashiers check, cash, or bid bond in the amount of S which amount is not less tl m five percent of the total bid. iigp No a1D ;BOND Know All Men By These Presents* ae That w, !RANK COLUCCIO CONSTRUCT[,Qi1 C�riPA.ncv • Ws<hir,_ton Carpnra �n as ^rincipsl, sn and GENERAL N_3 SI7BAN{;E..,G�PL�nv armai� _ as Surety, are held an.' firmly bound unto the City of Renton, as Obligee, in the penal sum of sW ***FIVE PKR_LEhT rU OP.TOTAT AMOUNT ATna** Dollars, for th, payment of which the 'rincipal and the Surety bind themselves, their heirs, executors, ea n admiotstrators, successors,and assigns, jointly and severally, by these presents. sa The condition of this obligation is such that if the Obligee shall mmke any award rt to the Principal for g" C.I. WATERNAIN in South 2nd Street from Whitworth Avenue South to Lake Avenue South according to the terms of the proposal or bid made by the erincipal therefor, and the 'rincipal shall duly rasite and entea into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful per• formsnce thereof, with Surety or Sureties approved by the Obligee; or if the Principal 'i shall, in case of failure so to do, may and forfeit to the Obligee the penal amount of the deposit specified in the cell for bids, then this obligation shall be null and x void; pine rvUe it shell be and remain In full farce and effect and the Surety shall forthwith pay and forfeit to the Ot.igee, a: per ty and liquidated damages, the rt amount of this bond. w SIGNED, IMALED AND OATEU TNIS ll DAY OIL_ _�• 19-12 FRANK COLUCCIO CON Wr ON COWANT _ asPr irn[teal GENERAL INS 4CE COfRANg OP AItltICA Sure tML E. W. Scott , Attorrerr-ton-Tact -• 19 Received return of deposit in the sum of 11 p x . y f TABLE OF -cMJ:NTS SPECIAL TECHNICAL PRMSIOAS i Set fir' Description Pane TS-01 General Stateaent T5•1 TS-OJ Standard Specifications TS-1 f TS-03 Existing Utilities TS-1 TS-OA Clearing TS-2 TS-05 Pavement Rmoval, Trench Excavation Bedd.ny .,nd Backfill TS-2 TS-06 Piping Mater.als, Valves, and Fittings -y TS-07 Pipe lnstallati.,' TS-S TS-08 water Servi.es TS-7 TS-09 keatOratiOn of Surfaces TS-8 TS-10 Testing TS-8 TS-11 Disinfection TS-y TS-12 Cleanup IS-9 TS-13 Measurement and PA;ment T,Sy i Y TABLE OF CONTENTS SPECIAL ; '.)VISIONS SECTION DESCRIPTION PACE SP-23 Construction Signs 9 v � SF-24 Removing Traffic and Street E2yna 9 SP-25 Construction Equipirent 9 SP-26 Size, Weight, Load Restrictions for Motor 9 Vehicles SP-27 .. __.very Tickets 9 SF-28 Waste Site 10 SP-29 Dust and Mud Control 10 6P-30 Payment to the Contractors 10 P-31 Liquidated Damages 11 SP-32 Awarding of Contract 11 TABLE OF CONTENTS SPECIAL FROVISIONS SECTION 2r5-(Dti PTT Oq PAr E SP-01 Description of Work I SP-02 Date of Bid Opening 1 SP-03 Material■ Supplied 1 SF-04 Construction Direction 1 SP-05 Time of Completion I SP-06 Fublic Liability and Property Damage Insurance 2 SF-G7 Non-Colluaior, Affidavit 2 SP-06 Nondiscrimination in Employment SP-09 Standard Specifications i SP-10 Field Changes 3 SP-11 Fai)nre to Meet Specifications 3 SP-12 Protection of Public and Private Utilities 4 SF-13 Scheduling of Work 4 SP-14 Construction Conference 4 SP-15 Deputes and Litigation 5 SP-16 Wage Scheoule p, SP-17 Subcontractors 7 SP-18 Change Orders I SF-13 5;+r vr/s 7 SP-20 Overtime Field enyineerinq 7 ._ SP-21 Hours of Work 9 SP-22 Public Convenience and Safety f— GENERAL BID 6 SPECIFICATION TABLE OF CONTENTS f^ Scope Call for Bids Vicinity Map Instructions to Bidders C^ General Table of Contents Special Provisions Table of Contents Technical Provisions Table of Contents Bid Bond Form Bond to City of Renton Form Special Provisions r Non-Collusion Affidavit Form Certification of Nondiscrimination in Employment Form Minimum Wage Affidavit Form Technical Provisions Standard Detail for General Blocking Standard Detail for Hydrant Assembly s Hydrant Guard Posts �. Standard Detail for 2" Blow Off Assembly Standard Detail for 3/4" and 1" Meters Standard Detail for 1 1/2" and 2" Meters Proposal !' m Schedule of Pri Ces Agreement Construction Plans 4: i 1� 1 MTIFIED COPY OF CORPORATE RESOLUTION OF FRANK ;OLUCCIO CONSTRUCTION COMPANY I, J. H. COLUCCIO, do hereby certify that I am the Secretary of Prank Coluccio Construction Company, a Washington corporation, and that at a meeting of the Board of Directors , duly held in accordance with the Articles of Incorporation and Bylaws of said corporation and at which meeting a quorum was present and acting throughout, the following resolution was unanimously adopted by the corporation, to-wit : "RESOLVED: That Frank ColucaoI the President; Vincent Coluccio, Vice President; J. N. Coluccio, the Secretary; and Vincent Minice , Assistant Secretary, or any of them, be and they are each hereby authorized to make, execute and deliver on behalf of this corporation any and all documents , papers, contracts and instru- ments of every nature whatsoever that they, or any of them, may consider necessary or appropriate in connection with the affairs of this corporation, including, but without li,ni- tation by reason of specification, the signing of contracts , bonds , and other assurances." I further certify that said resolution has not in any way been amended or revoked. Iev DATED at Seattle, Washington , this Z�, day of J � d r r fi t FIR 5 .00 f cIT7 or R:" 7 l• 2 1972 sus/wsc m:CD PRAM( 0DI 10Cit; OUCTICMC. 7176 Sewrd ParkSnutA F r Seattle, we. 481 3 Under/round utilities trr W Wr aµ.sr.• a. . arr r a..... u.r� ar r.rLZ Ai� b n Z -r ••�P„ OW.H Mrrw W . � +rY A p r.nrr. Mr.�/ Ay a4aa fMf M k STATE F WASHINGTON ' / ; t /WIN/SS AND RR0//SSIONS ADMINISTRATION, IROPSIJIONAL DIVISION w CONTRACTORSGSNINAI COlUtC10aVRANtt CONST CO 777/ S/MAND PARtC A AO AA06 as: To S/ATTI/ MA •/13A , t f Al , , '► S INSTRUCTIONS TO BIDDERS (CONT.) r 9. The bidder shall, on reqjest, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 30. Payment for this work will be made in cash warrants. .w w. fir ,a a der f V} iNSTRUCPIONS TO BIDDERS r" ^` 1. Sealed bids for proposal will be received by the City of Renton at the cftice of the Renton City Clerk, Renton City Mall, until 2r00 o'clock P.M., Wednesday, Kay 31, 1972. r _ At this tins the bids will be publicly opened and redo, after which the bids will be considered and the award made as early as practic- able. No proposal may be chamred or withdrawn after the time se, for r.. receiving bids. Proposals shall be submitted on the forme attached hereto. 2. The work %:o be done is sham on the plans. Quantities are understood to be only approximate. Final payment will be based on field r,aasure- ment of actual quenitities ani at the unit price bid. The City reserves the right to add or to eliminate pertiions of that work as domed necessary. 3. Flans may be examined and copies obtained at the City Engineer's ;fflas. Bidders shall satisfy themselves as to the local conditions by inspection of the site. a. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifica- time. 5. The bid price shall be stated in tame of the units indicated and ad 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 satisfactory bid bond rule payable without res- ervation to the TREASURER OF CITY OF RENTON in an amount not less than 5% of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of, the successful bidder will be returned provided he enters into a contract sad furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeitmd to the City of Renton as liquidated damage for such failure. S. All bids must be self-explanatory. No opportunity will be offered �- for oral explanatim except as the city may request further informa- tion on particular points. 1 SPECIAL Tl,�PHR S ONS �i G1 o;ENEML 5T TA_FJ4�7'[ This section, Special Technical Provisions, in devoted to fsatures of on-the-s_te conditions which are peculiar to the facilities to be con- structed for W-382 S. 2nd Street, U.A.B. Project 08-1-102(17). Articles, and some materials, operations, or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the contractor, (except material which is to be 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 renditions stated in each operation prescribed, and provide therefore ell necessary labor, equipment .nd incidentals necessary to make a complete and opera- ble installation. � attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract unde, one specif;cation. Such segregation anh establishment of subcontract limits will be solely a matter of specific agreement between each c^.ntractor and his subcon- tractors, and shall not be :used upon any inclusion, segregation or arrangement in, or of, these specificatics. 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 subhead of the technical specificati.or.a may include work covered by two or more subcontracts or work in excess of any =a subcontract. TS-02 STANGAM) SEAg rICATIONS All work under this contract shall in general be performed in accordance with toe applicable provisions of "Standard Specifications for Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Association, arx+ in accordance with the require- ments of the City of Renton, except as r�herwise amende,i, modified, or specified in these Special Technical Prmisi.cns. Items of work not specifically covered in these Special Technical Provisions shall b.. performed it. Lccoidance with the requirements specified in the A.P.W.l . Sta.uiard Specifications, and in accordarc, with the City of Renton requirements. TS-O.l EXISTING UT1LiTIFa If, in the prosecution of the work it becomes necessary to interrupt existing surface drainage, sewers, underdrains, conduit, utilities, or similar underground structures, or parts thereof, the contractor shall be responsible for, and stall take all necessary precautions, to pro- tect and provide temporary services for same. The contractor shall at -- his own expense repair atl damage to such facilities or structures sue to his construction operations, to the satisfaction of the engineer. TS-Page I f MINIMUM WAGE AFFIDAVIT FORM i� City of Renton r � ss COUNTY OF I, the undersigned, having been duly sworn, depose, say and certify that In connection with the performance of the worx, payment for which this voucher is submitted, I heave paid the following rate per hour for each clrssification of laborers, workman, or mechanics, as indicated upon the attached list, now i referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, ' s workman or mechanic so employed upon such work has been paid less than the .s prdvailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement is t# and cartifU.ete, know the contents thereof and the substance as set form therein is true to my knowledge and belief. T1 COMP CT R - _ i! Subscribed and sworn to before me on this Jrla day of _ f� 1[4.41 19 '7� _ I- Notary Public in and for the State of �# Washington r Residing a__.C��G`�"""" i i! r r 1 � CEATIPICASION OF NONDISCRIMINATION IN ElffLOY?IEIiT "'L The bidder represents that he �haa. Z:: has not, participated in a previous contract or subcontract subject to either the equal opportunity clause herein or the clause contained in Section 301 of Executive Order 10925; that he ZRr has, / / has not, filed all `r required compliance reports; and that representation& indicating f : submission of required compliance reports, signed by proposed sub- contractors, will be obtained prior to subcontract awards. w FRANK COLUCCIO CONSTRUCTION COWAW, Companl .. ki by Title ) y7 � (he above representation need not be submitted in connection with f contracts or subcontracts which are exee„t from the clause.) Pik D.I.P. 14.43 ar 4 6 N014-COLLUSION AFFIDAVIT STATE OF MASHiNGTON ) SS CCJN-TY OF/tL-7 ) being duly sworn, deposes and says, that he is the identical person 13 who submitted the foregoing proposal or bid, and that such bid is s genLine and not sham or collusive or made in the interest or on be- half 'f any person not therein named, and further, that the deponent has not 41rectly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in 1 personnner any advantaght e overusion othertBidderrortBiddersif or to any other of SIGN HERE: FNA„K GOlUGG10 4ONAUGTION COMPOYY. ►il Subscribed and sworn before me this c.4/.o4 day of ki n 19 W n tary u c and TOF the ate o�— /�, residing at therein. n r a . SPECIAL PROVISIONS (CONT.) SP-30 PAYMENT TO THE CONTWK;TOR (Cont.) r outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. Partial payments on estimates may be withheld -- until work progress schedules as described in section of these special provisions has been received and appxoved. SP-31 LIC,UIDATED DAMAGES Liquidated damages for failure to execute the contract as rpscified and in accordance with Section 8.08 of the Standard specifications will be assessed as follows: One hundred Dollars ($100.00) per calendar day plus cost of irspection, supervision, legal expense and court costs in- curred beyond said date. The cost of additional inspection and supervi- sion shall be an amount equal to actual salary cost, plus one hundred percent (100%) for overhead and other indirect expenses. SF-�2 AWARDING OF C014TRACT Awarding of contract will be eased on total sum of all schedules of prices. No Partial bi.ls will be a-ccpted. �-Pare 11 * 4 SPECIAL pRW ic;1LV (CONT.,� SP-27 DELIVERY TICKETS (Cont.) Payment will not be made for delivery tickets which do not show tylxf of material, gross weight, tare weight, truck number, date, and in.,pector'm initials. Scale certification shall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gr,es weight and type of material. In isolated came$ where scale wei;nt is aot available, the inspector shall measure the truck volume and certify as to its full load delivery. SS,P-28 WASTE SIM The Contractor shall conform to Section 4.1i6 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 b, •onsidered to be incidental to other items of work and no further r,,,mpensation will be mads. The route taken to the waste site shall he maintained ,lely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the ity Engineer to Alleviate the problem of lost mpoils along the route. Prompt restora- tion of the route is mandatory. SP-29 DUST AND MUD COKR(i, The Contractor shall be responsible for controlling -just and mud within the project limits and r;, any street which is utilized by his equipment for the do Ition of the project. The Contractor shall be prepared to use watering trucks, parer sweepers and other pieces of equipment as dammed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be consldere,t as incidental to the pro)ect, and no compenaation will be made for this sertoon. Complaints on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the r_cmtra-tor and prompt action in correcting will be required. written notice of correction of complaint items wall be called for should repetitive complaints be received by V., City. SP-30 PAYMENT TO IM CONTNIMM Payments to he made to the Contractor will be made in the manner SP-Page lc 's 1 SPEC1A1. PROVISZ DNS (CONT.) VP-27 CONSTRUCTION SIGNS (Cont.) 24"x24" diamond, black lettering on yellow background. One (1) sign of the type ■enti,,nad above will be posted at each street entering onto the -- project site. All construction and detour signing shall conform to Part VI "Traffic Controls for Highway Constriction and Ma-ntenance Operations" of the Manual of Uniform Lr_&±fLc Control DPvices. SP-24 RF.MOVItNiTRNMIC AID STREET SIGNS 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 Renton, Washington, fo. •11 changes made. When the work has been completed, and prior to sa area being open to traffic, the Con- tractor shall notify the City Engineer, City Hall, City cf Renton, Washington, and obtain his approval of signing. SP-25 CONSTRUCTION _P.QUIPMENT Drivers of motor vehicles "sed in connection with the construction or repair work shall obey traffic rules posted for such location in the saw manner and under the same restrictions as provided for the drivers of private vehicles. 9P-26 SIZE, WEIGHT, LOAD RESTRICTIONS FOR M(2n& VEh1CIES All motor vehicles of the Contractor, subcontractors, and suppliers shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of Washington (1967 Edition and arentments thereof) in regard to size, weight, and load& of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal weight for which the vehicle is licensed. Any gross violation of there regulation! shall be reported to the affected law enforcement agent. The contractor is to furnish to the City Engineer a listing of all haul vehicles used on this project, listing the vehicle number, license num- bar, tare weight and licensed load limits. SP-27 DSI=VERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Engineer At the time of delivery. No payment will be made on tickets turned in after date of delivery of material. SP-page 9 + 1 : SPECIAL PROVISIONS (CQNTo) SP-21 HOURS OF WORK The working hours for this project will be limited to week day* during '* the period from 8:00 A.H. to 4:00 F.M., unless otherwise approved by the City. r SP-22 PUBLIC C WMIENCF. AND SAFETY The Contractor shall, at his own expense, provide flagmen, shall furr,ish all signs, barricades, guards, construction warnings, and night lights in order to protect the public at all times from injury as a result of his operations. If the Contractor should fail to maintain sufficient lights and barricades in the opinion of the Engineer, the City shall have the right to provide these lights and harri.cadcs a.m' i-duct s.ch costs free payments due the Contractor. A plan for traffic control must be submittea for the Lngineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hailing materials to and from the area. Attention is directed to applicable portions of Section 7.15 of the Standard Specifications. In addition the following special previsions shall apply: A. Traffic arid pedestrian acc,+ss will r,e maintain,,: asi n•c to-i by the Engineer. I• Three lanes to be available 7 days a week between the hours of 4:00 F.M. and 8:00 A.M. 2. Two lane may be permitted bet-Veen the hours of 8:00 A.M. to 4:00 F.M. Monday through Friday. 3. Under no circumstances may the road be closed for any extended period. A. 1,ocal police and fire departments shall bo notified, in writing, prior to construction. C. Access and agrees to local residents shall be maintained at all times, with special attention given to ln:siness properties. All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will he made. 5P-23 CONSTRUCTION SIGNS The Contractor shall furnish and install construction signs which con- form to current City of Renton Sigr. No... T-38 "CAUTION, CONSTRUCTION AHEAD," sP-Page M SPECIAL PROVISIONS (CONT.) ( SP-36 WAGE SCHEDULE (Cont.) estimate shall state that prevailing wages have been paid in accordance with the profiled Statement or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. Afficavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other officer or person charged with the custody and disbursement of the state or corporate funds as the case may be and two (2) copies of each 1 affidavit are to be filed with t:)e Director of the Department of Labor and Industries, Attention: Industrial Relations Division, 1601 second -' Avenue, Seattle. Whenever practicable, affidavits Pertaining to a par- ticular contract should he submitted as a package. SP-17 SUBCONTRACTORS A list of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for his review and approval immediately after the contract has been awarded. This list must be received by the Engineer before the contracts may be signed. SP-19 C4ANGL OPLERS All additional work that requires compensation to the Contractor for items that prices are not included in the contract shall require a written change order before work may be done. The Contractor shall be zesponsibHe for acquiring the necessary change orders that are required by any of his subcontractors. 5P-.19 SURVEYS Section 5.06 of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the engineer a minimum of 49 hours in advance of the need of surveys." SP-20 !OVERTIME FI£ID ENGINEERING When the Contractor perfoasa construction work over the accep`ed R hours per day or 4n hours per week? or on any City hnliday, and the ♦nrk re- quires 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 %ecessity of. having the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted frrm monies due the Contractor on each monthly estimate. SP-Page 7 a SPECIAI, PROVISIONS (CONT.) t _. SP-16 MACE SCREPUL8 ., The prevailing rate of wines to be paid to all workmen, laborers or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCM, as amended. r- The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will he performed as determined by the Industrial Statistician of the Department of Labor and Industries are by reference made a part of this contract as though fully sot forth herein. C Inasmuch as the Contractor will be held reslx nsible for paying the pre- vailing wages, it is imperative that all Contractors familiarize them- selves with the current waqe rates before suhmitt..inq bids based on these specifications. In case any dispute arises as to what are -he prevail ,g rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall he referred for arbitration to the Director of the Depart- ment of 1:bor slid Industries of the State, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by R.C.M. 39.12.060 as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the.Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall he not less than the prevailing rate of wage. such statement and any supple- mental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcontrac- tor shall file a sworn Statement of Intent (SF 9882) with the Owner and wi`h the Department of Labor and Industries as to the prevailing wage rate, including fringe benefits, for each job classification to be utilized. The wage rates thux filed will be checked against the prevail- ing wage rates as determined by the Industrial Statistician of the De- partment 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 awardj.ng agency (Amer). If any incorrect wage races are included, the Contractor and/or ,,. Subcontractor will be notified of the correct rates by the Industrial Statistician and approval will be withheld until a correct statement is received. -- Each voucher claim submitted by a Contractor for payment a. a pro,jact Sig-Page 6 M SPECIAL PROVfS ONS (CONT.) 5P- q CONSTRUCTION CCfiFE:PENCE ;Con_t1 ' of the Contractor will attend a weekly conference wit❑ the Owner's, representative to review progress and discuss any problere that may be incurred. S?=15 DISPVPES AND LITIGATION Any questions arising between the Inspector and the Contractor or his Superintenient or Foreman as to the meaning and inter:_ of any part of the ;lnns and specifications shall be immediately brought to the atten- ( tior. f '_ic Lngineer and will be adjusted by him. Failure on the part of the City Engineer or his representatives to dis- cover and condemn or reject bad or inferior work shall not be construed v an acceptance of any such work or the part of the improvement in which the same may have occurred. ' To prevent disputes and litigation, it is further agreed by the parties hereto that the City Engineer shall determine the quantity and quality of thi several kinds of work embraced in these Mprove,.cnta. He shall decide all questions relative to the execution of the work a„d the interpretation of the Plans and Specifications. t In the event the Contractor is of the opinion ),e will be damaged ),y such interpretation, he shall, within three (3) days, notify the City Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days the City and t',e Contractor will l each appoint an arbitrator and the two shall selfet � third. The decision of the majority of the arbitration award shall be binding upon both"rties and shall be delivered before any work is performed upon the feature in question. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of much arbitration shall be borne eq.ially by the City and the Contractor unless it is the ms,ority opinion that the Contractor's filing of the protest is capricious and without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contractor is a non-remident of the State of Washington, he shall designate an agent, upon whom process may be served, before commencing work under this contract. sp-rage 5 1 SPECIAL PPOVISIONS (CONY•) SE-12 PRCTECTIJ!( OF PUBLIC AND P VA':E UTILITIE:: Cont. The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protectiot of public and p,ivate utilities. Location and dimensions shown or, the pla s for existing underground facilities are in accordance with the best available information with- out uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall be the Contractor's responsibility to contact the A4 CCMPANy, l TEIEPHONE COMPANY, POWElf COMPANY, and the RENTOtj_W TER DEPARTPQ�NT, and ftP.NTON ENGINEERING DFPARTMEYI', for exact locations of their respective utilities. Also, contact the CABLE TV COMPANY if necessary. SP-13 SCHEpVIJNG OF WORK Section 8,01 of the Standard f(pecificatir�ais Snail lrte dell eted and t.h.- following inserted: Promptly after the award r,i the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this intorma- tion a proq.ess schedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate ' may be withheld until such a schedule has been submitted and approved. Should it become evident at any time durinq construction that opera- tions will or may fall behind the schedule of this first program, the Contractor shall, upon request, promptly submit revised schedules in the same form as specified hereinn setting out operations, methods, and equipment added labor forces or working shifts, right work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Fur- ther, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be reviswl uy the Contractor and the work shell b-, performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by tte Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved m,:,difications thereof, is hereby made an obligation of the con- tract. SP-14 CONSTRUCTION CON1'EWgE Pr.or to the start of construction the Engineer will call for a pre- �natruction conference. The Contractor and his subcontractors shall attend the pre-construction conference, the time, place and date to be determined after awardance of the contract. Subsequently a representative SP-Page 4 t (q `.. "1 _SPECIAL PROVISIONS (CONT.) 1 SP-bd NONDISCRIMINATION IN E'1PLOYMENT Contracts for work ,under this proposal will obligate the Contractors and subcontractors not to discriminate in employment practices. r SP-09 STANDARD SPECIFICATIONS The Spe•:ial Provisions hereinafter contained shall supersede any Pro- visions of the Standard Specifications in conflict therewith. The Standard Specifications for Municipal Public Works Construction prepared by the Washington State Chapter of the American Public works Asexiati.on, 1969 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and th- ordinances and Charter of the City of Renton, so far as applicable, .-a hereby- included in these specifications as though quited in their entirety and shall apply except as amended or e-iperseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the City Eru,'.neer, City Nall, Renton, Washington, where they may be examined and consulted by any interested party. Wherever reference is made in the Standard Specifications to the owner, such reference shall he construed to mean the City of Renton, and where reference is made toithe Engineer, such reference Ghall be construed to mean the City Engineer, City of Renton, or his duly authorized assis- tent or assistants. Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shall be requested in writing and Say not be instituted until approved by the City Engineer or his representatives acting specitically upon his instructions. In the event of disagreement of the necessitj of such changes, the Emlineer's deci- -. Sion anall be final SF-1: FAILURE TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirements or specifications, the f'i.ty may have the option to accept such workmanship If the City Engineer deems such acceptance to be in the best interest of the City, providod, the City may negotiate payment of a l,awgr unit prise for Said workmanship. SP-Paris 'S 1 i 3 I TABLL I FIGURE 1 771ruilt at _ ittinge_in to. nds Typical Thrust Block Locations 1 r—lee 1230 1720 ml 17/ � ISO 1331 INC lm Ills •- 100 m i s 3f90 I 120 >v `\`\ CT. i 1"-130 s"le 0910--- 141L -- 79 V6R�t I ISOom s "SO Ism 91e s00 f]W am Ism Its ,.. r-100 311130 6610 2m two ; Ise 4100 Ism, 21#0 Imo _ __s00 /190 TIO_ %30 _ 1130 r—lee eem s010 m10 2310 1 ISO ow o110 $340 2720 fW W20 112W 1050 3010 Ir— m o= 1"00 --1510 2020 ISO Io300 ism 91s0 1020 � -Y lm i2m ISs00 9e50 IIW too I2100 I11W 11so 20600 N10 103 INN - _ 14 0600 1200 210 4 { ISO 1SON 12500 I2200 $310 300 :1900 31100 AIN e920 11-- W !se0p — 26300 163M 1170 IN Ism 11000 1$200 9710 ISO slow WIN Iowa N60 300 3330 32100 73 I10W_ mm Is OW s0 UM U6W�- ---s3/6 100 25790 362W I9100 1" — Im Palo 31400 21300 109010 -- T 1 7W m]00 41800 23200 111M �,� 1/'— m 300W II500 29600- 11100 Im 313W $4100 211W 13W6 ISO) 3$0W NSW 2wIW 12100 1 3so U700383M SIIW 3sJW 11900 Y M"— m 2o1W 11900 21100 141N 1110 N100 WOO 310300 JIM I50 0000 100W 32900168011 sW 204M — 1 _ fi1W_ O'200036300 WOO N"-�� x M300 t1000 10000 —WOO IW Ism W300 135W 222DO ISO611W V300 17200 26100 300 _ 1142W 16✓J0 __$2200 266W 3J' so124W IIIOW o31W — 321W IW 442W 125000 /!SW e1100 T. Ise Wait 137000 11000 11100 no 106W0 Is00W 11lW_6f IW 7I•--- m 1110W 167000 -_— 9 4W 40100 IW Ii10W 19 W 1000 f60 NI00 IW IIsm 1/3000 I01000 $1300 1100 1520W tism 116000 5NW TABL% 1I ' Safe Ariny�Lnade in Lb/SrS Ft_ The safe beating loud* given in the following table are for horizontal thrusts when the depth of cover over the pipe exceeds 2 feet. SAFE BEAMING LOAD SOIL _-_1h. per S�Ft. *Muck, peat etc. 0 — Soft Clay 11000 Sand 2,000 Sand and aravel 3,000 Sand and gravel cemented with :lay Q,000 Hard shale 30,000 •In muck or peat all thrusts are restricted by piles or tie rods to solid foundations or by removal of muck or peat and replacement with ballast of sufficient staLrlity to ri-eist glrusts. Blockin., i'aye ' ♦ 1 I I i } D. CALCULATION GOUI.T_IONS - Maximal operating pressure = 1.5 x normal operating pressure 'Area of concrete (A) - Thrust in pounds T Safe Bearing Load in (Pounds/sq. ft.) SBL Maximum heiqht of thrust block (Hun) = Depth of trench in feet - h 2 2 Depth of concrete thrust block = (width of trench in feet) (outside diameter of„pi >1 a in feet) 2 w -d 2 Maximus length of thrust block (L,) = Area of Concrete = A Maximum Height He Required amount of roncrete (cu. yd.) (Height x depth x length)xO.03704-(H XL XDc)xO.01704 1. Pro Calculation of the amount of concrete required to block a 900 bend in an 8" C.I. watermain; the normal operating pressurt in the pipe will be 65 psi and the soil condition in the area indicates sand and gravel. 2. Solution: Maximum operating pressure - 1.5 x 65 - 97.5 psi Outside diameter of 8" pipe = 9.05 in. = 4.05/12 ft. Go to Table I: The calculated maximum operating pressure is 97.5 psi, the table does not list this fiqur•_ so we take the first figure in sequence being l0(, psi For an 8" waterpipe, having a maximum operating pressure of 100 psi, we see that the thrust on A 90' bend is 5,420 pounds. -Go to Table II: Table II gives the safe bearing load for $and and gravel: 3,000 lba/sq.£t. -Go to Fiqure 1: Figure I indicates the position of he concrete for blocking the 90- bend -Go to the specifications of the project and find depth of trench (h) 3 feet Width of trench (W) - 3 feet With the above assembled information we proceed to the final calculations: -Area of concrete (A) - Thrust r $420 - 1.80 sq. ft. Safe Bearing Load 3000 -Maximum height of thrust block (Hun) = Ueoth ol tr&nch = h = 3 1.5 ft. -Depth of concrete thrust block (Uc) 2 2 2 1±idth of trench in feet tw) - Njtside Diameter of Pipe (d) 2 s - 9,05/12 1.12 ft 2 -- -Maximum length of thrust block (Lml = Area of Concrete r - 1.ea1.2 ft. Height of Conc. Hm 1.50 -Required amount of concrete = (Hei9htxDepthxLength) x 0.03704 (14, x is x Dc) x 0.0.3704 - (1.5 x 1.2 x I—) x 0.03704 - 0.074 cu.yd. Blocking Page 2 STANDARD DETAIL FOR GENERAL BLOCKING COW RETF_ LOCKING SIZING YROCr.DURE A• GMERAL The amount of concrete required to anchor horizontal bonds, tees, aid dead ends depends on the strength of the soil. The methods of Placing concrete to keep the joint accessible is shown in Figure I. The area in square fast of concrete which must bear against the aide of the trench is found by dividing the thrust in pounds shown in Table I by the safe bearing load of the soil as shown in Table II. � s• S.EiTt,$jZ - The sizing procedure is for horizontal or downward thrust only. - "eight of the thrust block must be equal to or less than 1/2 the depth from the ground surface to the block base. - The thrust block bearing pl•ase is zpproximately rectangular, The concrete blocking shall be As per AWA specification 74-2.14. C. INga S d= Outside Diameter of Pipe ir. Feet T . Tnrust in pounds at the fatting (Table I) SEL- Zafe Hearin toad in pounds/sq. ft. (Table II) h . Depth of trench in feet M . Width of trench in feet A . Area of concrete which must bear against the side of the trend. in sq. ft. No: Maximum height of the thrust block in feet DC- Depth of the concrete thrust block to bearing surface in feet Is- Maximum length of the thrust block in feet h, a p -t- J Do ! ' ; _. Alock"inq Page 1 EM SPECIAL TECHNICAL PROVISI375 (CCM1T•l TS '13 MEASUREMENT AND PAYMENT_(Cont.j j. F1Lrniehing and Installation of Crushed R^k Surfa.:ing The furnishing and tallinq of all crushed rock surfacing material required in the street restoration shall be incidental to the contract. k. Furnishing and Installation of MC Cold Mix Asghalt " MC Cold Mix Asphalt shall be measured and paid for at the appli.cahl• contract price, per ton, payment of which shall constitute full ,.amyen- sation for furnishing and installing the material in place complete. 1. Patchlng of Cement Concrete Cement concrete resurfacing or patching shall Ix measured and paid for at the applicable contract price, per cubic yard, as per f.eetion Y 54 of the APMA Standard Specifications, payme;.t of which shall consti- tute full compensation for the resurfacing, complete, including sub- grade preparation, and all necessary incidental work. M. Patching o- A40altic concrete Asphaltic concrete patching shall be measured and paid for at the applicable contact price, per ton, as per Section 54 of the Standard Specifications, payment of which shall constir,;te full compensation for the resurfacinq caeplete, including subgrade prepara- tion, preparation of and connectic.& to existing pavements, t,ase course, tack coat; finishing, and all necessary incidental work. n. Partial Furni ' inn and Reinstallat_Lop of existing Water Services The furnishing of the fittings and Dips necessary, and the reinstalla- tion of the existing water services shall be paid for at the applicable unit price for each, in place, complete, which shall constitute full compensation for the individual water service as detailed on the improvement plans and in conforiaance with all manufacturers installa- tions. The Contractor shall supply all materials for the water services. The unit price bid shall include all costs t„ :make the connection to the water main, furnish and install the water service, and connect to the existing water meter. -he unit price bid als., iruludes all costs to Adjust the exiatinq wa•. ,r meter, as required. TS-Page 11 4 ti � SPFL'Ut, '!L"CHIiICAI. PROYZSIONS ��N_r,l ,i TS-113 !ff.ASrIREWNT AND PAYXENT (Cont,) c, Partial Furnishing and Ijbtall&tior bete Valve AsesnGliea (1) The 8" and smaller g;.te valve assemblies shall be Miss ured and paid for at the applicable unit price per each, in place, complete, which dull constitute full compensation for the valve. val je box with extensions, if necessary, concrete valve marker, and for all other necessary acccssories for a camplen: installation. Note: City to Aupply only the valve and valve box, d. installation of Fire Hydrant Fire hy.'rants assemblies shall be measured and paid for at the appli- cable snit price per each, in place, complete, which shall constitute full c0Wpenaatiwi for tee, valve, valve bo:t, e• �I, fire hydrant, shackling, installation of blockiaq, braci,,- .s, fittings, and all i other necessary acceasm ies for a complete i� - 411ation. Note: City to supply only the tee, valve, valve box, spool and fire hydrant. s. Pltrn i!)rl and Installation of Fire Hydrant _0_ Post,$ Fire hydrant guard pr:els shall be measured and paid for at the appli- cable unit price per each, in place complete, which shall constitute full compensation for a complete installation. f. =nrtallation of F,itti nue Pitting installations shall be incidental to the �o:tract. g• ;Lrnilfh�rx�and Snstal la for of Pbknnv t;I Asaambly The furnishing and installation of blow-,,ff assemblies shall ea paid for at the applicable unit price per each, in place comple•e, which shall constitute full r,ompeo7ation for of sq, or caF Upped 1"r p" galy. iron pipe, d" gage valve, valve box, 2" "A:v. y0o b nd with 1," drain hole, 2" x24" adapter (IPTX Hose) with, cap and .+A!n, and meter box, and all other .accessary accessories f„t a clw plere installatinr h. Frr ianine and Inata13ati o Concruce Esl„r_kirg Concrete blocking shall be measured and pai.d for at the a;,,plicable con- tract price, per cubic yard, pa;meent of which shall -o:stitute full e®pensatlon for furnishing the material in place, coy late. i• furnishing and,_,Jr,stallation of select 7•rench h}ck Cill Select backfill shall be measured and paid for at the applicable con- tract price,per cu.yd•plyment of which shall constitute full compensa- tion fo- furniahinq and tnstalling the material, in place, complete. TS-Page 10 S PF.CIAL TECHNICAL PR ws Ict+:, ICUNT� !�i-11 DISINFECTION Disinfection of the new water system shall be required prior to comple- tion of the project and shall be in accordance with AMWA Specification 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 parts per million and thir. solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including pipe, pipe fittings, valves and appur- tenanees, is required to conform with the specifications stated herein. TS-12 CIUMP During the time that :he work is in progress, the contractor shall make every effort to maintain the site in a neat and orderly condition. All refuse, broken pipe, excess excavated material, brG%en pavement, etc., shall be removed as soon as practicable. Should the work not be main- tained in s satisfactory condition, tl,e engineer may cause the work to stop until the "clean-up" portion of the work has been done to the satisfaction of the owner and/or engineer. TS-13 MFlSURFM,NT AND PAYMENT a. General Unit or imp am bid prices for all items shall include all costs for labor, equipment, material (if included), testing, relocation and modifications to existing utilities, art all incidentals necessary to sake the installaLion complete and operable. b. Installation of Water Pine The price per lineal foot for insta�iinq of the water pipe, size and quantity listed in the bid acher+„ie, shall co.stitute full compensation for the water line in place, complete, including: clearing, grubbing. stripping, all pavement removal, excavation, trenching, backfilling, foundation preparation, compaction, pipe laying, jointing, fitting installations, sheeting, shoring, dewatering and excluding temporary restoration, cement concrete and asphaltic concrete resurfacing or j patching. TS-Pag, • I t r ¢►Ec�AL._TECFcrxcu, paovlsxaNs_{,�cmr�, 1 TO-0- RSSTOAATION OF SURfACES a• 2reral Due to the fact this work is being performed in conjunction with the street widening project, the extent and type of restoration will be decided by the Engineer or his delegated representative. Basic Requirements for surface restoration are as follows: Roads, etreets, driveways, shoulders and all other surfaced areas, ( removed, broken, caved, settled or otherwise damaged due to installa- ton of the improvements covered by this contract shall be repaired and resurfaced to match the existing pavement or landscaped area as set forth 1n Section 54, of'tbe'A.l.W.A. Specificationw.. b. TM.P2rary MC Cold fiix Asphalt MC Cold premixed asphaltic concrete shall be required +n SOMe areas for temporary patching on this project, where deemed necessary by the Engi- neer. TS-10 TESTING a. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AMA C600-54T or C603-64T and Section 74 of the A.P.M.A. Standard Specifications, except As modified herein. All equipment necessary to make the tests shall be furnished by the contractor and the contractor shall conduct all testa under the super- vision of the engineer. b. 7ressure Test Prior to acceptance of the system, the installation shall be subjected to a hydrostatic pressure teat of 250 psi, and any leaks or imperfec- tions developing under said pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall provide all necessary sqtsipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Dspartoont Inspector. Insofar as practical, tests shall be made with pipe joints, fittings and valves exposed for inspection. c. I.eakaae Tests Iwkags tests may be required after the pressure test hcs been satisfac- torily coipleted on the csw plp,.line or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 TS-Page D 4 6PE(IAL TECHNICAL PROVISIONS (CGtrr.) TS-07 PIPE INSTALLATION (Copt.) g. Fire Hydrant Assemblies J 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), 6' Gate Valve (FL x M.7), 6- C.I. pipe5 4 pool (PE x PE), 5" MVO Plte Hydrant (MJ Connection), B' x 24" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and hydrant extension where called for by Engi- neer. Fire Hydrant guard post shall be installed where deemed necessary by the City Engineer and/or shown on the construction plans. The City of Renton Standard Detail for hydrant assembly and i:ydrant guard pouts is bound in these specifications. Note: Only the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box, and Hydrant extension will be wapplied by the City. h. 2" Blw-off Assemblies Water main blow off assemblies mall be constructed as shown on City of Banton 'Standar4 Detail for 2" Blow off Assembly" as bound in these Specifications. Galvanised steel Pipe or. sittings shall conform to the requirements in Section 72 of the A.WA Specifications. Note: Contractor shall supply all u:aterial for the Blow off Assemblies. i. Concrete Blocking General concrete thrust blocking shall be in accordance with Provision 42.14 of Section 74, A.P.W.A. Standard Specifrcations. The City of Renton Standard Detail for general blocking is bound in these specifi- cations. MS-CS WA"�ER SERVICES The existing water services shall ramean in service during construction Of the now water main and until final acceptance of the required tests on tte now main. Upon final u;reptance of the r-w main, the existinq services will be reinstalled or tapped into the new main and the eater boxes relocated where necessary, or as directed by the Engineer. They shall be installed as per the City of Renton water service specifica- tioc:s as bound in this document. 'PS-Page 7 t �► 1 SPECIAL TECHNI!AL PkOVISIQ (CCNT'.l -07 PIPE 1•YSTALLAMN. (Con _J d. Se»cial_Anchor age All free ends, bends, tees, laterals and any change in direction of m piping shall be adequately braced and blocked to prevent movement from thrust by use of concrete thrust blocks, tie rods and joint harnesses. Concrete thrust block& must be poured against undisturbed ground. Thrust blocks shall be provided at all Changes in direction of piping. In addition. all joints at bends or changed in direction, to a point au least three joints beyond the tangent: point on either side of the bend, shall be provided with a positive locking device to prevent separation of the joint under full test pressure. The locking may be accomplished by use: of tie rods and joint harness, subject to the prior approval of the engineer. After the pipe has been joined, aligned and permanently bedded, the joints shall be drawn up to assure permanent water-tightness but not so tight as to prevent flexibility to allow for same movement caused by vibrations, expansion and contraction. e. Connections to Existing Pipe and Structures Connections to existing piping 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 Pentor, Utilities Department shall make connection to existing mains at the Contractor's expense. The Contrac- tor shall also be required to help the :'ity 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 construction, and shall take care not to duaage them or their protective coatings or impair the operation of the existing syitem in any way. f. va v s and Valve Chambers Valve installati shall be in accordance with Section 75 of the A.F.W.A. Standard Specifications except as modified herein. (1) 8• and smaller gate valves snall include an 8" x 24" cast iron gate valve boar and ext-nsions if required by the City Engineer. Gate valve and H" x 24" cast iron valve txex to be supplied by the City. TS-Page b a► i SPECIAL TECHNICAL PROVi SIGNS �CONT.) TS-06 PIPING MATERf Alb• VALVES, AND PITTZLK:S (font.) materials, valves, and fittings shall conform to A.P.W.A. Standard Speci- fications and shall be in accordance with the city of Renton Requirements. All pipe, valves, fittings, and specials shall be for a minimum water working pressure of 150 psi or as revised by City of Renton standards, and shall conform to the require ents of the applicable sections of the A.P.W.A. Standard Specifications. TS-07 PIPE INSTAMAXIOH a. 2VAr4l Pipe installation shall be in accordance with Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. All buried pipe shall be laid upon prepared foundation or beddinq material so that the bottom quadrant is unit,:,rmly supported throughout its entire length, as specified in Section TRENCM EXCAVATION, BEDDING AND BACKPILL. The average depth of cover for the water main shall be 3'0", and the trench width shall be no greater than 30". b. !#x4 g and Jointing Cast iron pipe and accessories shall be handle,f in such a manner as to assure delivery to the trench in sound uniasaeed condition. Partic,:lar care shall be taken not to injure the pilr� lining and coating. Cutting of pipe shall bt, done in a neat, workmanlik- manner with an approved type mechanical cutter without damage to the pipe. Jointing shall be accomplished in accordance with manufacturer's recom- mendations. c. Bends and Curves Deflection from straight line and grade, as required by vertical curves, horizontal curves and offsets shall not exceed the maximum deflection per joint as recess ended by the pipe manufacturer. if the alignment requires deflection in excess of the maximum recommended, s):ecial bends or a sufficient number of shorter lengths of ripe shall be used to provide angular deflections within the limits set. forth. TS-Page 5 t SPECIAL TECHNICAL PROVISIONS (CONT.1 R9L OS FAVEM':NT P.EMOVAL, MR_E C,H EXCAVATri 7N, REDDTNC AND WKFILL (font.) e. Trench back ill and Compaction (cons.]_ c tests shall he selected by the Engineer. if one or more tests do not meet the specifications as stated above, additicna) tests will be ta%zn as requested by the Engineer at the Contractor's expense. (3) ubAMqent-sack fill: All subsequent backfill under street and shoulder areas shall be placed in lifts not exceeding 8 inches in loose depth, and each lilt campac*.cd to at least g5 percent of maximum dry density at optimum moisture conten-. as determined by ASTM Designation D698-58T, Method n. In-place density determination shall be made in accordance with ASTM Designation D1556-58T, except as otherwise approved by the engineer. Testing for ompactions in the improved areas shall be - in accordance with the testing as stated in t n section on initial back- fill. (4) Payment: No separate or extra payment o' any kind will be made 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 8ackf.ill Select trench backfill for the ldpe shall consist of crushed or naturally occurring granular material fran sources selected by the Contractor. The source and quality of the msterial shall bo mibject to approval by the Engineer. Select trench backfill shall mf,,t r-ecp:irewenta for bank run gravel ^_lass "E" as outlined in Seeti.on 26-2.01 of the Standard Specifi- cations. The horizontal limits for measuring select trench backfill in place shall be the side of the excavation except no payment will be made for material replace:' 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 hackfill, as directed by the Engineer and at the Contractor's expense. The price per cued shall ',e full compensation of selecting the source, furnishing and pL,-ing the material as outlined in Section 26-2.01 of the + Standard Specit, time, TS-06 PIPIN.^_M SAND _JnJ All pipe si .a as shown on the drawings, ar,u as specified k:erein, are in reference to "nominal' diameter, unless otherwise indicated. All piping TS-page 4 SPECIAL. TECHNICAL PROVISIONS (CONY.) TS-05 PAVEMENT REMOVAL, TREN:N EXCA'JATION. BEDDING ANn RACKFILL (Cont.) c. Excavation (cont.) the lines and grades necessary for pipe, bedding and structures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavates) materials not meeting the requirements for backfill and all excess materials shall be wasted as specified. No separate nor extra payment of any kind will he made for storing, handling, hauling or manipulation of excavated materials. d. Foundation Preparation and eedsi+lq Foundation preparation shall be in accordance with the applicable provi- aims of Section 73, A.P.W.A. Standar9 Specifications, except that tine bottom of the trench must be shaped o uniformly support the bottom quadrant of the pipe throughout its entire length. In ease unstable cr unsuitable existing material is encountered at the trench bottom, the engineer may direct the use of borrow bedding material in accordance with Section 73-2.05 of the A.P.W.A. Standare Specifica- tions. Wet trench conditions will not necessarily be considered as an indication of unstable conditions. The trench shall Le de� atered 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 the Contractor. Bedding material shall be as required for Bank Run Gravel borrow. e. Trenc Beckfill, an Canpacti (1) General; Excavated natel.als that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 inches in dimension, and other debris, r,hall be used fur backfill except where otherwise required. (2) Initial Backfill extending to a plane at. least 12 inches along the crown of the pipe stall be hand-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. Initial backfill shall be placed around the pipe in layers not exceeding eight Inches in de, th, and .ach layer shall be thoroughly compacted by mechanical tampers to at east 951 percent of maximum dry density at optiluw moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-SBT, Method D. All works related to the testinxf of the compaction, including proctor tests and compaction den- sity tests shall be by the Contractor at his expense. Three ^_cmmpa,.tien tests shall hA taker. on the water trench areas. The locations of the TS-Page 3 SPECIAL TECFQJ ICAL PhOVISIONS (CONY 1 TS-04 CIZAnNG Pavement, or other street and road surfaces shall be cut only to the winiwum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular aid pedestrial traffic. All pavement cuts shall be made smooth, straight lines or to nearest con- struction joint, and shall be made with clean vertical faces. Removal of bituwinous and concrete pavcsnents and ut.lities shall be con- ducted in accordance with Section 52, A.P.W.A. Standard Specifications, except as otherwise provided herein. TS-05 PAVEMF'.NT REMOVAL, TRENCH EXCAVAf10N, BEDDING AND F! CKF'ILL a. General Pavement removal, trench excavation, backfill, foundation preparation and bedding for waterline and appurtenances shall he in accordance with the applicable provisions of Section 73, A.P.W.A. Standard Specifications, except as modified herein. It. Pavement Removal The contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement removal. Removal of existing gav,ment shall cover all types and thicknesses of pavement. The Con- tract price per lineal foot for 'installatiun 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. Neither separate nor extra payment of any kird will be made for storing, handling, haul'nq or manipulation of removed pa•e,smtnt. C. txcavation The contractor shall inform and satisfy hir,self as to the character, quantity a-d distribution of all material to In excavated. No payment shall be male for any excavated material which is usedfor purporss other than those designated. Should the ::ontractor excavate below the designated lines ann grades sithout prior approval, he shall replace such excavation with approves materials, in an approved manner and con- dition., at his own expense. " The engineer shall have complete control over the excavating, moving, placing, and disposition of all material, and shall ^letermine the suita- bility of material to be used as hackfill. All unsuitable material shall be wasted as specified. Excavation of every description, clash fication arvi of whatever substan- ces encountered within rl:e limits of �,Ie project s.,all be pe.rf,-zoned to TS-Page 2 =0­ - .-+. .r..t• .Si. S N o OF FILE FILE TnU �. s �. . •� BEGINNING r �� 1 ,� h � � �... � _ � .4 ,,- r.p'a i;i.,. � � i L. i i � 4 • '�� ,y ',� ,r. �. 1 p '.f�. N OF FILE FILE TITLE ENDING +� y ;f 4 a '4 f; x f page 4 responsibility for faulty materials or workmanship. The Contractor shall be F under the duty to remedy any defects in the worn and pay for any damage to other work resulting therefrot rhich shall appear within the period of one (1) year Iris the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after aiscovery thereof. (9) The Contractor and each rub-contractor, if any, shall submit to the -r: Yfi� l 11( gg City such schedules of quantities and costs, progress schedules, payrolls, reports, 1 estimates, records and miscellaneous data pertaluing to the contract as may be re- - 'I quested by the City from time to time. (10) The Contractor shall furnish s surety bond or bonds as security for the faithful perfetmnce of the contract, including the payment of ell persona and firm performing labor on the construction project under this contract or furnishi a materials in connection with this contract; said bond to be in the fu,l amount of the Contract Price as specified to Paragraph 11. The surety or suraties on much • bond or bonds must be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of Fifteen Thousand, Nine W 5,949.50) Hundred Forty Nine Dollars A 5C 10, whic'.. includes Washington State Sala Tam. ` payments will be made to Contractor set specified in the "general conditions" of this contract. .q IN WITNESS WHEREOF, the City has caused these presents to be signed by its �} Mayor and attests . ,y its City Clerk and the Contractor has hereunto set his hand and a-tal the dhy and year first above written. a CrNTRACTOR CITY Op R01TOM • Frank Coluccio Constriction Co. . Inc. ' a Washington Cc .oration v ,,t Pffis ATTEST; �. o7�as��ngton License' T-4E60 City C City of Renton License: 345-72 'ti � r Page 3 said contract such ma'eriale, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may, be on site of the project and useful therein. N (4) The foregoing provisions are In addition to and not in limitation of ry any other rights or ramedies available to the City. (5) The Contractor shall hold and save the City and its officers, agents, tM servants, and employees 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 M il to be porformad hereunder, and for, or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance _t of the contract, if luding its use by the Citv, unless otherwise specifically M stipulated in this Contract. tt (5) Any notate from one party to the other party under the contract shall be in writing and shall be dated and signed by the party giving such notic- or by its duly authorised repr. stive of such party. Any such notice as heretofore 1 specified shall be given by personal delivery thereof or by depositing same in the united State: Nail, postage prepaid and registered. (7) The Contractor shall commence performance of the contract on the � r and shall complete the full performance of day of 1 19 the contract not later than 30 calendar days from said dace of commencement. For each and every day of delay after the day of cosryletien, it to hereby stipulated and agreed that tht damages to the City occasioned by said delay will be the sum of e as liquidated damages for each such day, which one Hurdred Dcllars_ (5100.00_1__._! shall be paid by the Contractor to the City. M (g) Neither the final certificate of payment nor any provision in the car ss tract nor partial or entire use of env installation provided foi by this contract shall relieve the Contractor of liability in respect to any e.:p - �ss warranties or figy w 7 rmp 1 (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) Cenral conditions (a) Specifications (f) Maps and plans (g) Bid (h) Advertisement for bids (1) Special contract provisions, if any (3) if the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified In this ". contract, or any axtensloa in writing thereof, or fail• to cosrpiete said work within such t1ss, or if the Contractor shall be adjudged a bankrupt, or it he should make a { general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his sub-contractors should violate any of the provisions of this contract, the City may then serve written notiaa unon his and his surety of its intention to terminate the contract, and unless within an (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 tan (10) 1i dap period, cease and determine 1n every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contras•- ror and the surety shall have the right to take over and perform the contract, provided however, thnt if the surety within fifteen (15) days after the serving upon it of such uotice of termination does not perform the contract or does not coseoco performanea M. - ttereof within thirty (30) dsys from the date of serving such notice, the City itself ruy t- over the work under the contract and prosecute the same to completion by contract or by any other method it may does advisable, for the account and at the axpenas of the Contractor, And his surety shall be liable to the City for any exc so Ym cos[ or other damages occasioned the City thereby. In such event the City if it so elects may, without liability for so doing, take possession of acd utilist in completing ee 1 4 1 '1 l ~ 1 TE lO IS AGSILf[, nsda and ester•d Into this . day of s.,,,,,,.�,e , 19 by and between TII CITY Of IIN'IJN, Washington, a munlcipal corporation of the State of Washington, hereinafter referred to a„ "CITY" aid Frank Colucci: Construction Co. ,Inc. , a Washington Cir ration i 9 Po hereinafter referred to as "CONTAA(TOI". WITNIS SETS: (1) The Contractor shall within the time stipulated, (to-wit: within40 x, w _ calendar days from data of execution hereof ee required by the Czmtract, of which this agreement to a component part) perform all the work and servicesAs requited to be performed, end provide and furnish all of the labor, materials, ' '"' appliances, machines, tool$, equipment, utility and transportation services F" necmesa-y to perform the Contract, and shall complete the construction and ta- rt";',•�+N 1 :a stol'stfon work is a workmanlike manner, In connection vlth the City's Project (identified as UAm 9-1-102(17)No. W-382) for 1. . vement by construction and Installation of: S. 2nd Street from Whit-orth Avenue South to Lake Avenue South. All the foregoing shall be performed, furnished, conatrucced, installed, and completed in strict conformity with the plane and specification*, including any sat all addenda issued by the Citv and the other documents hereinafter enumerated. It to agreed and stipulated th said labor, materials, appliances, machines, tools, ,., equipment and services shall be furnished and the construction and installation ow performed end completed to the satisfaction and approval of the City's Engineer as s being in such conformity with the plena, specifications and all requirements of the Contract. M (2) The aforesaid Contract, entered into by the acceptance of the Contractor's ,y ►_a and signing of this agreement, consists of the following documents all of wbf^J are component parts of sold Contract and as fully a part taersof as if ♦Swain set out is full, and if not attached, as if hereto attached: �a 1 ( s ( ; scxanuu OF PRICES (N-182) APPROKIMATB UNIT dia1RZTY DB6CAIPTIdi PRIG PBicE -� 10 DO CY Furnish and Install Cent Concrete Surf %ee Restoration l / S ?' 'r Per Cubbg Yard 11 42 Tons Furnish and Install Asphaltic Cow9��preb Bur#ace Restoration Per Ton 12 6 ti Reinstallation of 3/4' Water Servic e �7..�.� 7 a/tw.t.y S/c'o—� S �.✓n�Y Per Ba..& 13 2 BA Winrtalp1ation of 1" Water Service- � � - Per Bach 14 1 RA RSeiinstallation of IS-' water Ser- Ver Each 1S 1 O Rinalat �of �tfr SFrts �13y� LZSo— ..> tCe llsz Far Each ,r Subtotal /S ��-- J"r 5% Salo Tax i TOTAL 1 'F1S tlICiMIOMBD 6IODBR FdRF.DY AGREES TO START CONSTAIXTION NO/l1C 00 T712 FROM? IF AVAMM VaM, MT.TMaN TEN(10) DAYS AND TO COMPUM Ti NOR!( NIMM TWC" (301 COM WMIV6 CALENDAR DAYS AFTER STARTING COM TKXy12CN. pR�, TN7 S_ DA: or_ ., 1973 TITU_ .:- .tip. t--f ADDRESS 7/7U `J:WARO PARR AVE. 50. SI.ATTLE. WASH. 98118 aY y SCHEDULE OF PPrCES (N-382) • 7 APPROXIMATE UNIT TOTAL ITEM CUAKITY DESCRIPTION PRICE PRICE (., 1 '400 LF Install 8" Cast Iron (T.J.) Water P1 e JJ L Y LAG +tL � S74J .n Per L.P. (Words) (Pigururea) 2 100 IR Install 6" Cast Iron (T.J.) Water Pipe �� •' Per L.P. OR 3 18 LP Install 4" Cast Iron (T.J.) Water Pipe •_° oP For L.F. 4 6 EA Install 8" and Smaller Gate Valve As emblies t� Per Eac `/'T R 5 4 BA Install ire Fydrant�Aeembliea •, ei ,/ hl �J_, ._�,! ct_-✓Cn . v $ %oL - S •rao Per Each 6 4 EA Fun Loh and Install Fire Hydrant Gu d Posts •"•n _1�lf � s.z " _ Me Per E&CIf 1 EA Furnish and Install 2" Blow-off Ass w mbli/It •. Per Each )I M 8 6 CY Punish and Install. Concrete BlockingIt ,J_ �e •. 9 �T. w Par Cw,i Yards 9 260 Cy Furnish and Install Selent back- fill MiGrial •• t Per Cubic Yards 1� ft to d.► VROPOCAL TO Tl1E CITY OF RENTON 4F.N'rON, WASHINGTON Gentlemen• i examined the site hw The undersigned hereby certif that .. of the proposed work and ha v r, rea and thoroug y un erstanl the plans, specifications and contract governing the work embraced in this—improvement, and the method by which payment will be wade for said work, and hereby propose to undertake end complete the work embraced in this improvement, or as Much thereof as can be completed with the money available, in accordance with the said plans, specificstiona and contract and the tollowing schedule of rates and prices: (Note: Unit prices for all items, all extensiems, .r ana total amount of bid should be shown. Show unit - prices both in writing and in figures.) FRAM, COLUCCIO C/ONSTRUCTION COMPANY, slgnature24-- t--':z Address FRANK COLUCCIO G^NCTRI'CTInW m 777e, -,F*AkU •'..',K AVL 50. SEATTLE• WASH. 98118 News of Members of Partnership: /l Nam of President of Corporation � Name of Secretary of Corporation yr Corporation Organized under the laws of J a �.. EMT With Main Office in State of Washington at M se i l � ti i i i 1 'A .. I I I !� � --- •, owu xwstlY(e carve rW.'a _� X)PO Mot SCale 0• Cwtc�+TwN SiW WOO J WI �• ll, lLL l \t 1N �O Mnr) C• Wr t10r Y1IIOCA f � �C '� i F• ACMMiSt M!N MRU a p •MJD!`t! i -------IIII � ♦ Or A:y•r00 C4 /M dv/C 0 !n SAN'D'•'D1O w )N say •�N+Ya(.awa n-,.,) -eyes ,�r� s t i i V.2 WATER 5ERVICE5 i N, Wr id IN�d CYIIL+K 1 --1 _ . ..'.^.ww!u�a•+s.rrvn.:m aavaaw»w.r�w+.� l t n r i I i EI crl am .'/, it f f I C.t IM1., Ma.0 P—tT p.ac.y�e.pn �1 1 (•, SiG:. `p xftCf CL~ MYE"LA (Op ST(!C FMIN A; ,�dylt 5i4y xRElct C 11 pEMIfE (Da AJGtslo0 WIN Reduced Priest � MUtLL(11 n'I�pj3 1 --�tpl[(/y�qpy MPIF C. �o.<iR vl(t 1 -.p�.-_. ..A� — --_-1 Do Not Scale t+�W�C METER STpP I MV4�(p w'MIEO—t CQD piT[A MCTFR U 0[R RID ----• .'i:•o ........ o w:N* w C.h11pOF M(TCR ODR RTAMw( pIIII 1 fpF wMul[D stR[(•s �f II. ••• c:x..p(it MEitp ODE i-yAr ,• -yiK(� 5TANDARD«IFICA1iM WATER SERYf E5 a E . * 1 s .•pg._ j \\ CURB OR SIDEWALK WATER MAIN \ VALVES PLUG WITH fTAP \ 6ATE � � \\ 2"BLOW OFF_/ ASSEMBLY B'EHI�ND CURB OR SIDEWALK _ 6. B-- APPROK 21x16+15 METER BOX--� 1 ? VALVE BOX— I 212I/2 ADAPTER(IPTx HOSE) WITH CAP d CHAIN r BLOCK END 0' MAIN — 2*GALV PIPE PLUG WITH 2* TAP 2*GALv 90• ELbOW � WITH 1/4'DRILLED HOLE WATER MAIN 2�GALV PIPE_ 2"GATE VALVE I `_ C 2" GALV PIPE (C I BODY 9 2--1 OPERATING NUT) STANDARD DETAIL FOR 2 " BLOW OFF ASSEMBLY I 0 MIN FINISHED GRADE SHALL INCLUDE HYDRANT EXTENSIQl. WHEN NEEDED - `=1 1 •::. 1 OLYMPIC FNORY. -OR EGUAL CI i %ALVE BOX I 64 C.1. I Ai SPOL'L 6" GAi% VALVE(FL, MJ) CCNC 3/4'SHACKLE RODS G ' -�, / BLOCKING-�•,•J 'ING 11/2"WASHED GRAVEL Z- X• 6" TEE FU ` 16" 4" CONC BLOCKING HYDRANT �i HYDRANT GUARD POS1S SMALL I BE STATE % WASHINGTON DEPT OF HICHWAYS DESIGN OF CIRCULAR 2' 2' 2' PRECAST CONCRETE GUARD RAIL --�`-� °OSTS. "7 r -GUARD POST (TYP) v STANDARD DETAIL FOR HYDRANT ASS-MBLY 81 HYu. CUARD FfDS fS 1�,