Loading...
HomeMy WebLinkAboutWTR2700400(6) LAKE WASHINGTON - LID 291 - DIARY W-400#5 �a ra t, J. • SCOPE 1 The scope of LID M291 includes water main installation In the Kennydale - May Creek area. Three crossings of the Burlington Northern Railway, one crossing • of SR 405 and one crossing of Lake Washington Boulevard will be � made by boring casings. Msy Creek will be crossed three timea in the project. The creek crossings must be completed by August 15. 1975. Service line reconnections will be an alternate bid. • The work is divided into schedules because of different funding sources. All work will be awarded to one bidder. • I. • CITY OF RENTON BID PROPOSAL AND SPECIFICATIONS WATER PROJECT N400 WATERMAIN I&:TALLATION for i LID N291 KENNYDALE - MAY CREEK AREA i • 40 The furnishing and installing of steel pipe casing, 8" and 12" Ductile Iron Water Mains in the Kennydale - May Creek Area. it Warren C. Connason, P.E. Public Works Director I 4 COPY - • AWARDED 141o '75 Contract I411. C.AG-(2i66--Z1- TO COhl e oyy55 10 ( t7, AjaTR. tit y rJ L I�fv�1�fr`r • UTILITY ENGINEERING WATERMAIN INSTALLATION ,i FOR , L.I.D. #291 • IN THE KENNYDALE — MAY CREEK AREA (W—a0o) 44 f CITY OF RfNION • PUBLIC WORKS DEPARTMENT MVN,CIPAI WILDING. 7/0 Milt AVE S PENTON, WAS" 96053 a 12061235 2631 �GARDNER ENGINEERS, Ito ;. CMauttmq Engmeava/PiMnfq /svtvo,eta i Arclic Dupamq PanthouM.Seattle Wart: 961M (206) $24 6265 ';t BEGINNING OF FILE FILE TITLE 'vN) - 4 n n � 5 Specs . v f5 ; d 1�. o�urnen+s ti � } r �,.41 J Ic �,t■■�1Ir{11 Y� , wswlm mm so b~0 r[utulre raAL,lknatfLrt IflMtuwtrc F, ,) IrMrwluTmM IV rwlotto uMttdatTtt - a..'-/jr'&�r ,f-wera�Nt [trt{ tau. ww erLWlt our+ 1•ra'•ur` f""! `^, rot N rwrNl G•walrr most 113U. tha tepirltt ab11 fuel as at lfti P+ ttr< of :t M,io rent"en+la 1• rgtiM y. or ov of tha/r tr pard saw,ut6trKllal art wpylNr•. a NtAr x yraspe•/W tm .ttetart -aY a 1rr'f �r .eheea[rae[ rahNet I. xlf ayual tyyu:t�- K ry.t ltr{tat utlt is" �u•'atMr tuba tflW tUts, itrerf4Wf°ff er".to M •frMr fry3uaUf Suft>uretaw. .Oy r1aeK1 Wt t./aertatbr t°• art slf Jtta of Mt1Y /p 1iTT afaf.lis" a a 'M1la !cast Ana m"wy to ramato W, The tt be tgoutMt aduY iti tb rill%' to M city at trty fit." I.. .,I .� y.t♦fty M••Mt/ttrtlW Witt rrwa etknt.faf{xtrhW sad�awleaft "sty 6 W ut Mlilty Hd q to affw r 1 ferleY•+tt vW+. fu of You oral lwrr'e' rd wrvNe N Al tstlaarl .Asia. K.. pby-lta+ /a.Yr r fat. t.•la pl UY 'lateen was .46tVAI, pfrrrs rlttlaadls.t.r me, sraN• ctLe.lKs rtrouaW te•1rwK fit►tW City.s yaw Ate N to aabL trt atYd+rd .tuMr- .0 atrtraetar+t etpr-MrKMs! tb r rt tlwd year Nlw.• oh4u aft IPY+Y r' a f;dJK ameosttas a lac• ter 44,064 N wid lrartiaw w tt+ t a '. at gttl lwr Lr 3t ai+"> •. rNl wptlltra or car a,t"taja to Ism N KM1.3 W.a tar +watt viti Tlr City at this fytrart tuft b W'3 At rrrsidad rtraetft Nt eel ltitw tM ptrs tbt Mufti 4, is say Srn.yedtriw oat syl•.y- r y pae�tIS Wit , prP� dlKbryWa �yWl area ytiassaad eM •slllartlae ' �stbrr a�ittiem ttu'Faat� nv, .nN. NW. rrllci t, alttftay titder yraormus. lace flee left J. '�Y awl ttW ar r.eltrf to to u Irnth aura aht Neat at it .f.luta wataa.e.r rreat.a a.tW*Uq b win tdk*jaly a"utsle�ad sad w.ad tbf tai/uea m curl+Y area Y.se regret. it Mtti aartrtlY '. ttfll M rs orrtltu[e•rtaeUl Mete! u! this rtrart. rrf K f.Vor as teat to rt'" "1s Narar•eKI tun ttoo`eW ttKtKawt► wN Paty say ow ou ty saw; W p.sod e..., • ro.erattor atru' gr +set i,•.ata Ira b•:.afda b at 1r.aHartlut ea. e+s•rt+u, u..•'+ rag1M H the CttY et YtKtW ubtW tall a rsatras by tb e,Ity tut «v yueP•rt ..rttNr atu/tacit wtwft to his boats, ras.rde atgllt.at. td.Taut,.W•Afro•:.. east be W rw'a/M • tws d trY1rN oqr at tM CiSY'r •nV lrrt t Cast it" As'ew! tPrope arhaw+atdaa it" M1Nf taaCrrPl r'f lttvrtPlttT3di IO. tttdrtt4 rttt - Mdrssot d 'atatlra/tet{•tee �~ Tit: ifLp 't0 Ylsc Pres. eaa'a . •d ITMTUWT1v ttraa artrt agrsrtof lWat - toa.a• ------------- Mist qp a•{CWLrlydTLON t MltiWs art ..,_.__ yprarucfWal .� _,-._ TItLt east WJM u tb igw+g alt poftay u 1• Wtrew/� torslpted to r "WSW cootnr[ K atbtor Coast. Tot b ..� T, cow~* rep"..—ye n"'_rtL q M !tiled to eataftt Wit rite oat tettctat K wbmttaKt. t is W uodet ctN uattfa +l /Mtrvttltr. tbtta tits f arpluttr if_-. 0 3= ptOtsurllaw••.� "'` y wtr Mrisa^d n tort W r�riatw—+ tq�laN L drntl me rwfrof fide at"isWoOftertLP. - �, it attar - ' _c N u tin host Of gr de sdtr lad Mllat. �'Matlrir:sw -Tot Loda`tatta bfr. • N tnto oil ats VI VItiLENT CO.!'CCIO.Y#t0 tar +M_T TTf.�t� - r �yffattd b City btMrlty% f� P f V f lff�k=I IMMUMIUM ATTACJWNT III sc' r Contractor, Subcontractor, Supplier The City's Affirmative Action Program extends to all those doing business with the City regardless of source of funds. Each supplier p. or contractor having 25 or more employees and/or contract in excess of 410,000 is required to: (1) Become familiar with the City's Affirmative Action Program; (2) Certify that they have their own Affirmative Action frogram; (a) Provide a record of intent to comply by completing thi, affidavit. The affidavit and a copy of the T firm's ;,frirmative Action grogram may be provided once each year or ;fir with •r iecific contract. A record is kept of each firm's response, and p•_..ent and past perfornmnce. An investigation into the past performance is also made at the initial submittal. City records are then reviewed yearly. Finns guilty of non-compliance are removed from the eligibility list, notified of this action and causing deficiency, and re-Instated when satisfactorily demonstrated to L.O. Officer that deffciencics lu,ve been corrected. Compliance is determined by a check of previous performance and un—the-,j„b insiw.ction during the current contract. As part of the requireim•nt that federally funded contracts for ,mgrc than $10,000 are subiect to the Executive Ord.-r 11246 of September ':a, 19c,.4, as emended by Executive Order 11375 of October 13, 1968, the City of Renton shell include, in its contracts with general and sub- contractors, the following provisions: "Ih,riag the performance of this contract, the contractor agrees as follows: "(1) The contractor will not discriminate against any euloyee ,or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative acli n to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or advertising; • layorf' or termination; rates of pay or other Corns of compensation; and ;election for trafninL�, including apprenticeship. The con- tractor agrees to post in conspicuous places, available to employees and applicants for employment notice, to be provided by the Li'A setting forth the provisions of this nondiscrimina- tion clause. "(7) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration fo, empl,)mwnt without regard to race, color, religion, sex, or national origin. "(3) The contractor will -, nd to each labor unior or repre- ,entative of workerb with which he has a collective bargaining • i p'ur A ATTACHMENT III (CONE.) ['age 2 agreement or other contract or understanding a notice, to be • provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order No. 11246 of September 24, vn.s (as amended), and shall rest copies of the notice in con- spicuous places available to employees and applicants for employ- ment. 11(4) The contractor will ;omply wi, n all provisions of Executive Order No. 11240 of September 24, 1965 (as amended) and of the rules, regulations, and relevant orders of the Secretary of Labor and the Secretary of Housing and Urbb., Development. "(5) The contractor .ill furnish all information and reports required by Executive Order No. 11246 of September 24, 1965 • (as amended) and tile Secretary of Labor yand the lSecretary ofo oHousing and e the Urban Development pursuant thereto, and will permit access to his books, records, and accounts by the Local Public Agency, the Secretary of Labor, or the Secretary of Housing and Urban De- velopment for purposes of investigation to ascertain compliance • with such rules, regulations, and orders. "(o) In the event of the contractors' noncompliance with the nondiscrimination clauses of this contract r with any of such rules, regulations, or orders, this contract may +sae cancelled, "terminated, or suspended in whole or in pa.t and the contractor • nmy be declared ineligible for further Goveriment contracts in accordance with pro.:edures authorized in Executive Order No. 1124n of September 24, 1965 (as amended), and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 2cccretar(as ,amended) the or by rule, regulation, or order of the Y secretary of Housing and Urban Development, the Local Public Agency, or as otherwise provided by law. "(7) The contractor will include the provisions of P7.ragraphs (1) through (7) in every subcontract or purchase orde* unless exempted by rules, regulations, or orders of the Secretary of Lobo or the Secretary of Housing and Urban Development pursuant to Section. 204 of Executive Order No. 17 '.40 of September 24, • wil lupon ack subcontractor or vendor.ch o Thecontractorl t will takeisuch action with respect to any subcontract or purclwse order as the Local Public Agency, or the Department of Housi.og, and Urban Development may cirect as a means of unfox-sing such provisions including sanctions for noncompliance: provided, however, That in the event the contractor becomes nvo ved TF, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the Local Public agency, or the Department of Housing and Urban Development, the contractor may request the united States to enter into such litigation to 1 protect the interests of the United States. L 8 ATTACI@ENT I City of Renton Goals and Timetables Tile City of Renton, under the established Affirmative Actiun Program, has set forth a goal of 3.5/ minority employment over a timetable span of Sugust 1, 1972 through December 31, 1973. The 3.5X minority employment is based upon an average permanent payroll of approximately 315 employees. This percentage will be re-evaluated in July of each year. The percentage g l is accomplished in the following manner: The residency of all per'm..eent City dose force plattedis on ea regional using existiry map. The area containing aof?' Pe cnesus and Renton School District data to determine the number and categories of minorities living in this area. Initially all the total minority pnpula :on was determined at 31 . This percentage is then applied to the City permanent work force and goals fur future minority employment is set :accordingly. :Additionally, a comparative study is also made with other municipali- tieb within the greater Puget Sound area to establish validity of an equitable percentage goal- In tine event that the: City minority work force is less than the area percentage, a one year period is established as the time in which the City will correct the deficiency utilizing measures described in the City's .Affirmative Action Program. AT[ACIRIENT II • city's Programs for Achievement of Goals the City :,t Renton has set forth a op enings tey n permanent wiil make the n i•essary notification regarding position staff through public advertisement in the Greater Renton News and the Record Chronicle for two weeks prior to -interview closure. Open positions arc• also registered with the Washington State Employment Security, Iniversity of Washington, Seattle University, Airy; County Public Dmplgvment Pr gram, City of settle Personnel Office, and other muni.cipalitics as appropriate. All advertisement, contain the Lodi- words ,,r.le City of Renton is an equal opportunity employer" and indi- cate that minority applicants are sought. In addition, the following agencies that service a high concentration of minority employment are notified of oath l"osition opportunity: Asian Employment, Indian :Affairs, MOTT C,'nter, S.O.I.c., Veteran's Administration, The facts, and Active Nrxicann: Development Center. The City employment applico- tion farm has 1, .0 been revised to reflect the equal opportunity employment ,entim nt. All those in a position to hire, fire or transfer City employees have been instructed to use noneliscrimioation in the.r judgment of personnel. A11 decisions relating to management-employee relationships will be reviewed by the City's E.O. Office fur possible abuse of the City's Fair Practices policy and Affirmative Action Program. r We have totally re-evaluated our .cob descriptions within the City to insure that qualifications are realistic--that position criteria reflects skill level and physical capabilities_ required for performance of task and not a reflection of prevailing labor market. Those positions for which physically handicapped are ducted are identified A and priority consideration will be given to those individuals. '� 1 Y 6. Availability of minorities and females having regi,isite ? :. skills and experience in the .abor area. 5. The extent of unemployment among the minority and • female unemployed work force within the area. B. Perform an analysis of the City's labor force by job eateeory to determine tM placement of minorities and females at All levels of responsibility. 1. The number of employees by job classification for • each department in the city. table inority emplo2.yeeshwi trinl thelity of City,s Offmices andmdivisions. female 1. The number and job classification of employees, by department, who will be retiring within the next five years. This list is to include the tentative date of retirement for each employee. 4. The anticipated turnover of employees due to their performinability to department, and po siblegdatel for action. classi!ication per action • C. Establish goals and a timetable for t, section of deficiencies identified. These goals and ti:,e ubiea are an essential part of the City's Affirmative Action Program and will be maintained and updated on at least an annual basis. Although the primary concern of these goals is overall minority and female emoloymert, they shall also include minority and female undeonal, utilization within specific lob levels: management, analed ➢ement, p rofes technical, office and clerical, and • The goals and timetables established as a result of the above analysis shall be reasonably attainable and shall appear as Attachment 1 within 60 days after finalization of this document. The Equal opportunity Officer shall be responsible for establish- ing these goals. i Specific programs which the City of Renton oropoaes to undertake to facilitate the achievement of the set goals shall appear as roval hereof, prog ramsnshe111a1soso ibaiestabln 60 lahy aedfbyrehepEqual opportunity ese officer. • • 1 � w �' - S. Furnish informstion am required, maintaining an e" affirmative action file detailing its efforts, with dates, � to east its commitments under Executive Order 11246. All data and documentation generated as a result of this Affirmative Action Program shall be made available to any Federal or State agency for their review upon request. • V. GRIEVANCE PROCEDURES The success of the Affirmative Action Program depends largely on the attitude of the community as well as the employee. Opinion as to what constitutes fair and equal opportunity and treatment may vary widely and grievances may result. The following steps shall be taken immediately for any grievance arising from the ♦ imolementation of this orogram so as to maintain the boot possible employee-supervisor and city-community relationships: 510 A. The empicves steal: brinq her/hie grievance to the atten- tion of her/his immediate supervisor or dapartment head, who will investigate as necassary to determine the cause of the complaint and work with the emoloyse to effect an equitable solution. Every effort shall be made to resolve the difficulty at this level. • B. At the option of either party, the services of the Equal Opportunity Officer may be requested. The Equal Opportunity officer shall intervie•, both part.*•, conduct additional investigation as necessary, and reccmnand appropriate corrective action and settle- sent conditions. • C. In the event that mutual agreement cannot be achieved and bindinc resolution :s required by the city administration, signed statements detailing the grievance and specific investiga- tive action shall be obtained by the Equal Opportunity Officer from the employee and his supervisor. The Equal Opportunity Officer may draw upon all resources at his dieooeel both internally and those external to the City to arrive at recommended corrective action and settlement conditions. The Equal Opportunity Officer • shale forward theme statements along with his own investigation report and recommandation■ to the Mayor's Office for resolution. D. The Mayor may elect as deemed necessary and as circum- stances so dictmte to refer the grievance to a special arbitration committee. (This committee shall be selected from amonq City em,loyess and consist of an equal number of management and staff oersonnal.) The Equal Opportunity officer and those directly involved in the grievance shall not be votinq members of this comrittee. Proceedings of the committoo shall be documented and their decision shall be final and binding subject to review only by the Stars Human Rights Commission Or through the judicial system. All reports, decisions, and other documentation gunarated by the grievance procedure shall be maintained by the Equal Opportunity Officer as a matter of permanent record. VI. GUIDEL14ES FOR MSVORITY AND FEMALE EMPLOYMENT Fair Practices and equal oncortinity within City government cannot be fully realised until an equitable representation o_ women and ethnic minorities currently in the Renton area work force are ♦ reflected in the City's smoloy. To determine the area and City work force profile, the City of Renton shall undertake the action outlined in Section A and B below. As inequities are Identified, corrective measures will be Initiated as established in Section C. A. Determine the minority and female profile within the Renton employment Ares in which the majority of current amployess reside. 1. Number of minorities per ethnic grcuo in this area. 2. Generalized location of each minority group (i.e. any significant concentration within the arms) . • I. Percentage of minority and female work force as doepAred to total work force for the entire area. i1i • III. EMPLOYEE DEVELOPMENT The hiring of minorities and women on ■ fair and equitable bases is only the first step in affording equal employment opportunity. Skill development, promotions, and equal nondiscriminatory on-tha- ` job treatment are of equal importance to both the individual and to the City. The following actions shall be undertaken to achisve employee lob satisfaction and fair treatment and to more success- fully utilise woman and minority persons in oir work force. A. Assure that there shall be no discrimination for reason of race, color, creed, sex, age, or physical handicaps with regard to upgrading, promotions, transfer and demntion, lay off and termination of employees. Any action which might adversely affect minorities or women will he brought to the attention of the Equal Opportunity Officer. Employee grievances arising from such action shall receive immediate attention in accordance with Section VI. S. Develop a skill inventory for employees which can he • uswd to identif,' supervisory and managerial level position , potential. This Shall be acepolished by: 1. Obtaining from the employees a written statement as to their desires, skills, and interest in higher paid positions. 2. Periodic review and anal,,sis of employee development • progress and readiness to assume higher positions. 3. Identif-, snecific j Sitions for which employee qualifies, and assure that requests for interdepartmental transfers And Promotions are considered without discrimination. C. Actively encouragw emnloyees to increase their skills and job potential through training and educational opportunities. offer guidance and counseling in developing programs tailored to individual aptitude and desires, taking full advantage of programs offered by the State Department of Employment Security and Manpower Development Programs. y IV. LIAISON AND COORDINATION • A. There exist many organisations vitally concerned with equal opportunity and fair treatment of minorities, women, and the physically handicapped, and chose that are over IS, whose resources can be of valuable assistance to achieving the goals of this program. The City of Renton through its Equal Opportunity Cfficer shall. maintain constant contact and coordinate various * aspects of tt,e Affi M.ative Action Program with these organizations. In addition to those Alread- identified with respect to recruiting, hiring, and employee development, working relationships shall be maintained with the various civic, labor, and minority organizations in -he greater Renton area. R. The City ales recognizes its responsibilities to comply with and assure that equal opportunity and nondiscrimination policies w of State or Federal agencies with which it conducts business are _ carried out. Specitically, the City of Renton shall: 1. be responsible for reporting to the appropriate agencies any complaints received from any employee of, cr an p applicant for employment with any City of Renton contractor or t ubcontractor, subject to Executive Order 11246. w 2. Cooperate in special compliance reviews or in investi- qations ss requested. 3. Carry out sanctions against a contractor($) and/or subcontractors) as required. <. Assure itself and -he agency as part of the grant • application process, that the general or prime contractors will r not have submitted pre-packaged bide that deny open bidding to y,- minority or any tether subcontractors. C • E. Insure that all members of management within the City are fully aware if and in compliance with the intent of the Affirmative Action Policy pertaining to equal employment opportunity. P. Provide continuing communication of the Affirmative Action • Policy to management, employees, applicants for employment, and to outside organizations performing services for the City. II. EMPLOYMENT PRACTICES The overall employment Practices provide the key to assuring equal employment opportunities and achieving an appropriate representa- tion in the City's work force. The City of Renton shall undertake • the follwinq actions to achieve these objectives: A. Review all position qualifications and job descriptions to insure requirements are relevant to the tasks to be performed. Revise as necessary by deleting requirements not reasonably related to the tasks to be performed in order to facilitate hiring of minorities and women who otherwise might not be considered. • S. Pay and fringe benefits shall depend upon job responst- A bility and along with overtime work be administered on a nondiscriminatory basis. C. Inform and provide guidance to those staff and managemant bersornol who make hiring decisions that applications for all positions, including those of minorities and women, are to be • considered without discrimination. And that all applicants shall be given equal opportunity regardless of raw, creed, color, national _ . origin, sew, Physical handicaps, o. age. Primary consideration shall be given minorities, women, and other definable groups at any time the City's work force does not fairly reflect the membership of these groups rc.iding within the Renton employment area. n. Provide periodic training for managers and supervisors in equal opportunity objectives, :raking use of such programs as currently offered by the Intergovernmental Personnel Program Division of the U. S. Civil Service C Peat iaion and other agencies. - E. Provide orientation for all new employees specifically emphasizing how the City of Renton assures equal opportunity and the significance of the Affirmative Action Prr,gram. Encourage all employees and specifically minorities to avail themselves of services rendered. P. Recruiting shall be accomplished in such a manner as to inform the greatest number of minorities and women possible in the Renton area of employment opportunities and to make known that such applicants are sought. As regards minorities a des- cription of each position shall be: • I. Advertised in the various Renton area ethnic news media. 2. Circulated to current staff and encourage present employees to refer minority applicants. 3. Porwarded to schools in the Renton area with minority students. 1. Distributed to minority and human relations organiza- tions in the Renton area requesting referral if qualified minority applicants. An up-do-data listing of these organiza- tions and their spokesmen shall be maintained by the EEO Officer and the City Personnel Director. Theme organizations • would be identified as, but not be limited to, the Urban League, Equal Opportunity Center, Neida, Einetechopi, Etc. All employment notification shall include the "Equal � .. Opportunity Employer" statement and date of publication 1 ` shall be at least five days prior to cut-off date for receiving applications. G. Programs such as apprentice, summer and part-time trainees, intern, and other supplementary hiring programs shall be considered in the •rime manner as full-time City positions and be subject to the provisions of the Equal Opportunity and Affirmative Action Proorems. f '� k AFFIRMATIVE ACTION PROGRAM i City of Renton -he poiir-y of the City of Renton is to promote and afford equal treatment and service to all citizens and assure equal employment opportunity based on ability and fitness, to all persons regardless of race, creed, color, national origin, see, physical handicaps, or age. In recognition of its obligation to provide community leadership to overcome past circumetances which have either barred, not encouraged, or discouraged representative minority and female employment, the City of Renton has initiated a program of affirmative action designed to assure that the spirit and intent of this policy is realised. The term minority as used herein shall include, but not be limited to, those identified as Blacks, Spanish-Americans, Asians, • and American Indians. '*he spirit of the equal opportunity policy includes such persons as the physically handicapped, and those over tha age of 45, even though the emphasis is upon minorities and females. The purposes of the Affirmative Action 7=c; am erg to: 1) establish employment practices that wil. lead to and maintain a minority composition of the City of Renton work force that ♦ reflects that of the Greater Renton community; 2) achieve and maintain equitable and full utilization of minority and female employees at all position levels; 3) promote an atmosphere of non-discrimination and fair treatment within city government; a) provide compliance with State and Federal equal opportunity requirements and regulations. ♦ This policy shall be made known to all employees, contractors, subcontractors, and suppliers through distribution of handbooks, bulletins, letters, and Personal contacts, conferences and orien- tation sessions. Signed acknowledgments pledging cooperation shall be required of all department heads and supervisory personnel in the City of Renton and, where appropriate, of all contractors, subcontractors, and suppliers engaged in City-administered projects. Such contractors, subcontractors, and suppliers to whom this policy �r shall apply to shall include those with an average annual employment level of 25 and/or those +ho annually do business with the City of Renton in an amount exceeding $10,000. ` I. PROGRAM RESPONSIBILITY To assure that tte equal opportunity policy and the provisions of ' * the Affirmative Action Program are carried out, an Equal Opportunity officer shall be appointed or designated by the Mayor. The Officer shall be the focal point for the City's equal opportunity efforts and will advise and assist staff and management personnel in all matters relating t implementation of and compliance with the Affirmative Action plan, and rr.sponsible for the successful execution of this program, utilizlcq the assistance of appropriate State and community agencies and ccganizations and ralntain close • liaison with the Mavor and City Council on the progress of the program. The Equal Opportunity Officer will have the responsibility to: A. Initiate, coordinate, and evaluate the City's plrns and programs which are designed to ensure that all Current and p-os- r pective employees receive the benefits of equal employment 11 opportunities. B. Evaluate the Equal Employment Opportunity Plans and Programs of the City to ensure compliance with the Affirmative Action Policy. C. Coordinate the attention given to Equal Employment Opportunity throughout the City. 40 D. Periodically audit the practices of the City and recommend Improvements in the Affirmative Action Policy to the Mayor's office. 1 } I • �OF RB^, SUMMARY or yy�,,')� ■■■u � OZ FATA PRACTICES POLICY "r Of THE CITY Of RENTON ADOPTED NY HESOLUTION NO. 1605 The policy ,f the City of Renton is to promote and afford equal treatment and service to Ali citisens and assure equal employment opportunity based on ability and fitness to all persons regardless of rAee, crud, C01Dr, national origin, ear, physical handicaps or ago. This policy Abel' MPPIV j .o very aspect of employment practleem, employee treatment and Public rnntroCt. In keeping with this principle the following guidelines are established and shall be the governing policy for ♦11 departments of the City of Renton. 1. EMPLO YMSNT - Recruiting, hiring and appointment practices shall be • conducted solely on the basis of ability and fitness without regard to race, color, crud, national orig-n, see, physical handicap or age- I. PROMOTION - Promotion, downgrading, layoff, discharge and inter- departmental transfer shall be dependent on individual perfnrmanca and work force needs r'thout regard to race, color, crud, national origin, sar, physical handicap or age, and, whenever applicable, in agreement with Washington State Council of County and City Employes, and in com- pliance with governing Civil Service Lars and Regulations. 1. TRAINING - All on-the-lob training and city-supported educational opportunities shall be administered without discrimination to encourage the fullest development of individual interests and aptitudes. N. SERVICE AND EMPLOYEE CONDVCT - The City shall deal fairly and equit- ably with alI Cltizens 1t ;-.rues and all persons It employs. City depart- ments shall maintain the policy that no city facility shall be used in the furtherance of any discriminatory practice. Each official and employe shall be responsible to carry out the intent and provisions of this policy. 5. COOPERATION YITM HUMAN FI6RTS ORGANIZATIomS - The City shall cooper- ate to the fullest extent possible With all erganitmtions and commission, concerned with fair praCLi Ces and equal opportunity employment. Such A organizations include, but are not limited to, the State Human Rights Com- misslnn, the Seattle Human Rights Commission, Seattle women,' Commission And the Seattle Technical Advisory committee on Aging- h. AFFIRMATIVE ACTION PROGRAM - TO facilitate equitable representation within the city work force and assure equal employment opportunity of minorities and roman in City Government, an Affirmative Action Program shall be initiated and maintained by the City of Renton. It shall be the * responsibility and duty of all City Officials and Department Meads to carry out the policies, guidelines and corrective measures As set forth by this program. 7. CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton shall affirm And sibsetibe to the fair Practice and Nor,-DlseriminAtl On P014CIRS set forth . *rein. 1. POSTING Or pOLICY - Copleo of this policy shall be distributed to *11 city employees, shall appear in all oDerseional documentations of the City, including bid calls, and shall be prominently display*d in all city facilities. CORCI%RRBD IN by the City Council of the City of Renton, Washington this loth day of July._, 1977. i CITY Of RENTON RENTON CITY COUNCIL ry o'arrett, Mayor Earl Clymer ncll Pre*., ATTEST. Pro To, cif/ He/lie R*1City C A • -ITY OF RENTON GENERAL INDEX AND TABLE OF CONTENTS I TO i_ CONTRACT DOCM4ENTS • Scope Call for Bids Instruction to Bidders General Index and Table of Contents Suumary of Fair Practicea *Certification by Proposed Contractor, Subcontractor, and • Supplier Regarding Equal Employment Opportunity *Certification of Bidders Affirmative Action Plan *Certification of Equal Employment Opportunity Report *Nor.-Collusion Affidavit *Minimum Wage Affidavit *Bid Bond Form Special Provisions Table of Contents Special Provisions Technic:.:. Provisions Table of Contents Technical Provisions Standard Details Bond to City of Renton • *Proposal Form *Schedule of Prices Forms Agreement Vicinity Map Construction Plans i * These document: must be executed prior to submittal of bid. c • INSTRUCTIONS TO BIDDERS OL 1. Sealed bids for this proposal will be received by the City of F..,nton at the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clock P.M., Wednesday, July 2, 1975• At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. • No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be bred on field measurement of actual - • quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be exasined and copies obtained at the Public Works Director's Office. Bidders shall satisfy themselves as to the lo,:ai conditions by inspection of • the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a . total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all jids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the DIRECTOR OF FINANCE OF CITY OF RENTON 'n 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 and furnishes a satisfactory performance bond covering the full amount w of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. B. ffi1 bids must be self-explanatory. No opport wiity will be offered for oral explan- ation except as the City may request further information on particular points. * 9. The bidder shall, upon request, Punish infornation to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. All schedules must be completed in this proposal. Failure to fill in and/or - complete all schedules will invalidate the bid. r � 4 '1 !. , "Amin �_ 3WIrl _ ?e' r7: fdo•It TAr C.'LL FOR BIDS Sealed bids will be received until 2:00 o'clock, Wednesday, July 2, 1975, at the office of the City Clerk and publicly read aloud at 2:00 o'clock p.m. , same (lay, db in the Fourth Floor Conference Room located at the Renton Municipal Building, 200 Mill Avenue South, for the furnishing and installation of the following water mains in the Kennydale May Creek area. Schedule 1 - LID #291 (W400) approximately 11,200 L.F. of 12" D.I. Pipe approximately 2,500 L.F. of 8" D.I. Pipe • Schedule 2 - N. 38th St. approximately 320 L.F. cf 12" L.I. Pipe Schedule 3 - N. 36th St. approximately 1,000 L.F. of 8" D.I. Pipe Separation of Did into schedules is for funding purposes only. All work will be • awarded to one bidder only. Bid proposals delivered in person will be received only at the office cf the City Clerk in the Renton Municipal. Building. Bids received after the time fixed for opening will not be considered. • 8 Plans and specifications may be obtained from the office of the Public Works Director upon receipt of a deposit of $10.00 for each set plus $2.50 to cover postage if mailed. The mailing charge will not be refunded. The deposit will be forfeited, unless Plans and Specifications are returned in good condition thirty (30) days after date of bid opening. A certified check or bid bond in the amotit of five (5) percent of the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. • The City reserves the right to reject any and/or all bids and to waive any and/or all informalities in bidding. The City of Renton hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national • origin in consideration for an award. Bids will be considered invalid if the required "Certification of Bidde-'s Affirmative Action Plan" has not been executed. The policy of the City of Renton is t( promote and afford equal treatment and • service to all citizens and assure equal employment opportunity based on ability and fitness to all persons regardless of race, creed, color, antional origin, sex,physical handicaps or age. This policy shall apply to every aspect of employment practices, employee treatment and public contact. Del( -es A. Mead, City Cle k Date of P;iblication: Record Chronicl, June 10th and June 25th, 1.975 Daily Journal o: Commerce June 20th and June 26th, 197 • . l SPECIAL PROYISIONa (CONY.) SP-13 EQUAL CMPLOYMENT OPPORTUNITY AFFIDAVIT • The Contractor shall b- required to execute the ,Certification by Proposed Contractor, Subcontractor and supplier Regarding Equal Employment Opportunity" form, &s incorporated in this document. He shall also abide by all rules and regulations as required by the instructions of the aforementioned form. SP-14 FAIR PRACTICES POLICY The Contractor shall be required to read and abide by "The Su.-manry of Fair ?ra�tices Poli-y if the City of Renton" as incorporated in this document. SP-15 AFFIRMATIVE ACTION PROGRAM • The Contractor shall be required to read and abide by the City of Renton Affirmative Action Program as incorporated in this document. SP-16 NON-COLLUSION AFFIDAVIT The Co, -aactor shal- be required to execute a Non-Collusion Affidavit to • satisfy tb- City that the bid offered is genuine, is not sham or collusive, and in no reelect or degree is made in the interest or on behalf of qny person, firm, or corporation not named in the proposal containing such a bid. Sp-17 NONDISCRIMINATION IN EMPLOYMENT • Contracts for work under this proposal will obligate the ^ontractors and sub- contractors not to discriminate in employment practices. SP-18 WAGE SCHEDULE The prevailing rate cf wages to be paid to all workmen, laborers or mechanics • employed in the per`.crmance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations .. of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will be perforaed as determined by the Industrial otatistician of the Department of Labor and Industry are by reference made a part of this contract as though fully set « forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. • In case any aispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor rnd management representatives, the matter shall be referred for arb itration to the Director of '.he Department of tabor and Industries of the State, and his decisions therein shall be .in. - and conclusive and b—ing on all parties involved in the dispute as provided for by R_C.W. ..3, 39•12•060 as -tended. t :iP-4 i i� w SPECIAL PROVISIONS (CONT. ) SP-06 PUBLIC LIABILITY AND PROPERTY LA'AGE INSURANCE (Cunt. ) A das.ages arising out of the bodily injuries to or death of two or more persons, in any one accident, and regular property damage liability ineuranc, providing for a limit of not less than $50C.900 for el'. damagor to or destruction -,f property, in any one accident, and, subje�2 to Lhat 3 limit, a total (or aggregate) limit of not less than $1,0bJ,000 for all damages to or destruction of property during the policy period. A copy of the insurance policy, together with a copy of the endorsements naming the City as an additional Insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. _ w PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the City with satisfac,ory prof of carriage of the insurance required. SP-09 RAILROAD RE6UIREMENTS w The Contractor shall comply with al- of the . equiremento of the railroad pipe line agreements and permits, as enclosed in this document, and shall be responsible for any costs, s,ich as: insuran n requirements, possible railroad inspections, flagging costs, etc. , as ceded for i.i the above mentioned agreements. The Contz. �tor shall notify the ra.iivay division superintendents two (2) working flays prior to construction on the railroa( right-of-ways. SP-10 "STATE HIGHWAY" w The term "State" as used in the Special Provisions and Special Technical Provisions fa intenued to refer to the State of Washingtcn, Departm.:nt of - Highways. 9P-ll "STATE HIGHWAY" 'UIRF1XN-'- The Contractor shall comply with all of the requirements of the State per.ait, - ---� as enclosed in this docume-t, ad shall be responsible for any costs incurred by the requirements of afcieme.,tioned permit. The Contractor shall notify the State two (2) working days prior to construction on the State r:.ght-of-way. A SP-2.2 CERTIFICATION OF AIDDERS AFFIRMATIVE ACTION PLAN The Contractor meat execute the Bidders Affirmative Action Plan Certification. Failure tc, execute this certificate will invalidate the bil. SF-3 t � ti { 'r • :PECIAL PROVISIONS (CONT. ) • S, J6 PUBLIC 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 subcontra^tor performing work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the wort and obligations performed under the contract are concerned. The coverage as provided shall protect against claims for personal injuries, incluaing accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or in- directly employed by either of them. • The minimum policy limits of such insurance shall be as follows; Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not less than $300,000 for each • accident; and property damage coverage in an amount of not less than $50,000 for eac* accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additir al insured, shail be provided to the City within a reasonable time after rec_iving notice of award of contract. • PROOF OF CARRIAGB OF I:ISURA'7CE - The Contractor shall furnish the City with satisfactory proof of carriagr. of the insurance req•ured. • SP-07 RAILROAD Phe term "Railroad" as used in the Special Provisions and Special Technical Provisions is intended to refer to the Burlington Northern, Inc. SP-08 SPECIAL RAILROAD LIABILITY AND PROPERTY DAMAGE INSURANCE • Th^. Contractor shall obtain and keep in force during construction on the railroad right-of-ways, special public liability and property damage insurance in companies and in form to be approved by the City. Said insur- ance shall provide coverage to the railroad company, the Contractor, any subcontractor performing work provided by this contract, and the City. The • railroad company and the City shall be named as an additional insured on said policy insofar as the work and o -gations performed under the contract are concerned. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor, or the sub- contractor, or by anyone directly or indirectly employed by either of them. • The policy limits shall be not leas than $500,000 for all damages arising cut of the bodily injuries to or death of one person and, subject to that limit for each person, a total limit of not less than $1,000,000 for all • SP-2 1 SPECIAL PROVISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The work to be performed under this contract consists of Varnishing all materials, ;.r equipment, tools, labor, and other work or items incidental thereto and per- forming all work as required by the contract in accordance with the plans, these specifications and Standard Specifications, all of which are made a part hereof. This improvement consists of the furnishing and installation of 8" water mains, and 12" water mains, in the Kennydale - May Creek area. SP-02 DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, by filing with the City Clerk, City Nall, Renton, Washington, until 2:00 o'clock Y.M. Pacific Daylight Time, July 2, 1975, and will be opened and publicly read aloud in the fourth floor conference room. SP-03 TIME OF COMPLETION The Contractor it expected to diligently prosecute the work to completion in all parts and requirements. The project shall be completed within ninety (90) calendar days from starting day of construction. -ided, however, that the City Council shall have the right upon request of ttility Engineering Department, City of Renton, Washington, to extend the time of completion of said work. No extensicn shall be valid unless the same be, in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing improper work shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not release the Contractor from damages or liabilities for failure to complete the work within the time required. SP-OL CONSTRUCTION FRIORI:IES Complete crossings of May Creek by August 15, 1975• Construct mains in the Lincoln Ave. - Jones Ave. portion first. SP-05 MATERIALS ' The Contractor shall supply all water pipe, fittings, casing pipe, gate valves, valve chambers, cast iron valve boxes with their required accessories, concrete blocking, shackle rods where required, valve :marker-, and all other materials necessary to make a complete water main installation. , s s SP-1. i r lift qr• 4 ' .� . ;. r� , .4f.. r 7riR' • 'F rifii. 1'7 y s� ep� 4'atp a��trry,. i SPECIAL PROVISIONS TABLE OF CONTENTS i Page SP-01 Description of Work SP-1 SP-02 Date of Bid Opening SP-1 i SP-03 Time of Completion SP-1 SP-04 Construction Oriorities SP-1 SP-05 Materials SP-1 SP-06 Publi_ Liability and Froperty Damage Insurance SP-2 SP-07 Railroad SP-2 SP-08 Special Railroad Liability and Property Damage Insurance SP-2 i SP-09 Railroad Requirements SP-s SP-10 State Highway SP-3 SP-11 State Highway Requirements SP-3 SP-12 Certification of Bidders Affirmative Action Plan SP-3 SP-13 Equal Employment Opportunity Affidavit Sp-4 SP-14 Fair Practices Policy Sp-4 ! SP-15 Affirmative Action Program Sp-4 RP-16 Hon-Collusion Affidavit Sp-4 SP-17 Nondiscrimination in Wloymert Sp-4 SP-18 Wage Schedule Sp-4 SP-19 Standard Specifications SP-5 SP-20 Field Changes EP-6 ! SP-21 Failure To Meet Specifications Sp-6 SP-22 Protection of Public and Private Utilities Sp-6 SP-23 Scheduling of Work Sp-6 Se-24 Construction Conference SP-7 SP-25 Disputes and Litigation SP-7 SP-26 Subcontractois SP-8 SP-27 Change Orders SP-8 SP-28 Survefs SP-8 SP-29 Overtime Field Engineering SP-8 � SP-30 Hours of Work SP-9 SP-31 Public Convenience and Safety SP-9 SP-32 Construction Signs SP-9 ! SP-33 Removing Traffic and Street Signs SP-10 SP-34 Construction Equipment SP-10 SP-35 Size, Weight, Load Restructions for Motor Vehicles SP-10 SP-36 Delivery Tickets SP-10 SP-37 Waste Site SP-11 SP-38 Dust and Mud Control SP-11 ! SP-39 Payment to The Contractor SP-11 SP-40 Iiquidated Damages SP-11 SP-41 Awarding of Contract SP-12 SP-42 Hydraulic Project Permit SP-12 fi SP-43 Contractor's Site Office SP-12 , G 810 BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of E_ _ which amount is not less than five percent of the total bid. Sig( Here — BID KND # Know All Men By Th-se Presents: That we, p (:OLUCCIO CONStRUCTION COMPANY, a Washington Corporation, as Principal . + _ and SApECO INdUh.ANCE COMPANY OF AlERICA a5 Surety, are held and fi mly b,-und unto the City of Renton, as Obligee, in the penal sum of ***riVE PER CENT i52) OF TOTAL AMOUNT BIT)"4 Dollars, for the payment of which the P mn-,oai and the Surety bind themselves, t ` heirs, executors, administrators, successors an(; assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award . ''. to the Prin.:inal for WATER INSTIaUTION, KENNYDALE-NAY CRLEK ARFA, LID 291 according tr. the terms of the proposal or bid made by the Principal therefor, and the Principal shall dv' sake and enter into a contract with the Obligee in accordance with the tees of said —oposai or bid and award and shall give bond for the faithful per- t forwnce thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall , in case of failure to do so, pay and forfeit to the Obligee the penal amount of the Jeposit specified in the call for bids, then this obligation shall be null and t void; otherwise it shall be and remain in full force ano effect and the Sw ety shall forthwith pey and forfeit to the Obiiyee, as -enalty and liquidated damages, the awunt of this bond. Slr SEALED AND DATED THIS .�ndJUAY OF July 1 19 75 FRANKK ,CCt)GUCdIO C(7ST� ON COMPANY By: Principal" ,cJuutx!$ 1AutFhV vH;.s:. SAFECO IN SO COMPANY OF AMERICA a.. by. E. W. 4ccct, AT'iORNEY IN IIA(5. Received return of deposit in V.e sum of E._ 1 MINIMJM WAGE AFFIDAVIT FORM • cityy of Renton ss • COUNTY OF I, the undersigned, having been duly sworr,, depos*d, say`and certify that in Connection with the Parformar_, of the work of this project' I will pay each classification of laborer, workman, or mechanic employed in the performance of sucn work; not less than the Prevail-" ing rate of wage or not less than the minimum rate of wages as soeei .- fied in the Principal contract; that I have read the above and lore- going statement an^ certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ��{ FM:,tJ{/��1r�vIJ Subscribed and soon to before me On this ,2...° day o - . :9Z,•f a erl�f'y lu c•Tn an or fhe etc of lashington { Res•ding at r • k � t^ .k k Noi_cOLLUSION Al 1DAY +r STATE OF WASHINGTON S: COtNTY OF • VUENT COLUM).Yu+F.= _ i� i baing duly sworn, depnses and says, that he is the identical parson !x, who subadttad the foregoing pr Aosal or bid, and th6t such triG 1s g@riuine and not sham or Coll give or made in the inter st ordonn bent . •' half of any person not therein Hared, and further. ne has not directly induced or solicited Ny other Bidder on the fora- going work or equipment to Put in a sham bid, or any other person ot. • corporation to refrain from bidding, and that deponent has not in any scanner sought by collision to secure to himself cr to a7y other perso . my advantage over other Bidder or Bidders. SIGN HENS: FRAM( COLUCCIO L0.9ST&U VOY COMOM, j a ..<--N-cam•._,' �� --t c....� y; w Prs' — Sutacrlbnd and sworn before me this .Y p� "'y °f �--P-`�---, Tax, —C Ta 41 -or! u i /a+:j. residing at therein. i ♦ 1 1 r_ f . CEATIPLC1T10N OF BQ� UAL t?iPLOYWN' OPPONTU_NFI RFPORT CartificetloM with regard Lo the Parfnrsance of Previous Cantracca or Sub- contracts subject to the Equal Opportunity Clause and the filing cf Ysqu Reports. The bidder proposed subcontractor , hereby certifies that he bait' has not t participated in a previous contract or subcontract aubjec.' ta,tirr equal oppurtunit clause, as required by Executive Orders 10925. 11114 sad that he her , han not _t filed with the Joint K*PWriln6 ComA tht 9lrector of the O;tics of federal Contract Compllanca, A "aderal Coa1n' coatracting or e"Islatertag agency, or the former President's Committee _ Equal Employment Opportuut7, all reports due under the applicable filing requ' itmaata• (Coa.'any) Y ' .......�tC-+-�.r.. (Fic)e) f Theaboveeet>� ti.on is aequirwd by the Equal Eleploysent Opportunity , ite�claThe of chs Seerucary of Labor (41 CPR 60-1.7 (b) (1), end suit be submitted by bidders and proposed subcontractors only in connection with cunt- recta and subcontracts which an subject to the equal opportuntcY rtunitynclause Costraece and subcontracts ubich are axerpc from the equal Opportunity ere met forth Jr. 41 Cn 60-1.5. (Gensral.Y only contracts or subcontracts of $10t000 or under are axssp.•) Currently, Standard tors 100 (EW-1) is the only report required by the Exeeuc- Iva Orders or their Impimeentiag esgulatloos. Proposed prime contractors and subcontractors who have parcicipstad in a pre-vines contract or subcontract subject to the Executive Orders sad have not (ilad the required reports stould note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts sad subcontracts unless Ouch contractor subsita a report cavercaR tahwayo the dellqusat period or such other period specified by the Federal Hance, U.S.iii Administration or by the Director, Office of Federal Contract Compliance, jDeparta"t of Labor. 1 ♦ r ,di •�� �yC a 42. gym •1• 1 1 r ' y` lt Alp t y tit, �'.i�."�t 1 M. • � � 1 . - ...�� � tti J �,v a ,. . , . h♦�i .�yi MY� �� Y J • Y � a 1 � 1 I � f i 141� vR � i e, Contractor will promptly notify reouired FFO ajencv when the union ol' ,mioas with whom it has a collective bargaining aereencnt a • has not referred to Contractor a minority worker sent by the Contractor, '. or when Contractor has Other information that the anion referral process has y' impeded him in his efforts to meet his goals. o. Contractor will participate in training programs in the area, especially those -ended by the Department of Labor. • EEO policy a.including will disseminate his y publicizing companymnew`+papsre'a+ including it is any policy manual, by p R - annual reports, ate. , by conducting staff, employee and union represent y Give meatings to explain and discuss the policy, by posting of the Policy. and by specific review of the Polley with minority emolyees. b £. Contractor will disseminate his EEO policy externally by infozminP, and discussing it with all recruitment source@, by advertising in news media, specifically including minority news media, and by notifying and discuss- ing it with all subcontractors and suppliers. g. Contractor will eke spe, ifte and ..onstant personal arLtten and oral raeraltment efforts directed at minority organizations, schools with e minority stvdaots, minority recruitment organizations and minurity train- s ins organizations within his recruitment area. h. Contractor will make specific efforts to encourage preaer,t minority employees to recruit their friendz and relatives. i. Contractor will validate all man spacificaaons, selection requirements, tests, ate, J. Contractor will asks every effort to provide after-school, suaoaer mad ♦ vacation employment to minority youths. k. Contractor shall develop on-the-Job training opportunities and part relleevantnto his@t in any employee needs ation or consistentuunderrthese pcenditions training rrograu+s te all nority ♦ i. Contractor will cos�+tinuartunit ea a J encouT ! minority employeesto pe.00nnel for pr000ti Opp* seek such opoortunitte6. m. Contractor will make sure that seniority practices. Job cLassificaclons etc., do not have a discriminatory c"ect. n. Contractor will make certain that all faciltties and company activities are non-sagregac&d. o. Contractor will continully m mttor all persunnel activities to ensure that hiss EEO policy is being carried out. q� p Contractor will solicit bide fir subcontracts from avalleble minority elbeontr onoof enggagedylconrrdiatsac as.soctby conditions he,co.. Including i e , 1 '} j go Fronk Colucuo Construction GiTIP ny, Inc. SEWERS • WATER • UTILITIES 00 96 EMPIRE WAY WAY SpUTM SfATTLE, WASMINLAGN 98118 t (20a1 722.5306 Y JF . 1 2 , 1975, " n To: The City of Renton VNJ Fox: watermain Installstioo „ � P `� LIT) #29_,.___1 _ ,... �� tY S.N Rennydale-May Creek Area b EQUAL @tPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION PROGRAM I;. The frank Coluceic Conatructieu Co., bareinnfter know 86 "The Contractor", hereby egress to this plan for affirmative actlon in meeting it equal employmeor h1 opportunity oblisation pursues[ to Executive Order 112" ns amended, and Tlcic VL and V11 0£ the Civil Rights het of 1964. 1, us, E` Loyesnt 0pportunitt2R11..Y applicants are emntoyed, $ . It is the policy of t4 Contractor to as Contractor that without regard to their and tbat sswloyses are treated during emp yen race, religion,rpa ngaol4"Wtionational o1oMensfer, recruitment in. Such lor recruitment on shall d` employment, p6 or other forms of coo?en" advertising, lsyoff or torminetion, inciudirgp ppret iceahip, preapprentice- satioe, and selection for training. ship aed/or es^th°"iob training. s-y"l taelor-set ponntuaity Officer with The Contractor desi.,,,etes Prank ColuccCB�a�activetProRram oOfequal, 2esmloy- full authority to administer and p ono meet opPortuaiLy. ;, goals and Time Table Goals of Minority Manpower Utilization Exprv*.ned in Percentage Terms WOM MINITIES --1' OR YLAR at 16.1X - 1975 16.6X 10% 1976 s. Contractor wileslisotifyaablet`ndrwlllamaintain reco dsrofethehs s - lnvmant oppor ergaolaAtices, response. 7 b, Contractor will maintain a file of vales and Addresses of each minority f werAr referred to him and what action Naa caked with respect to each such referred worker, and if th worker vas not employed, the recedes tMrefor. If such worker Was not sent to �Contzaccor.rlocumentacion ion h u iing hall forrotethis will£be such worker War not employed by filed together with reAsons therefor. t t t r CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN MOTE• FAILURE TO EXECUTE THIS CERTIFICATE WILL INVALIDATE THE 810 entins Bidder is to indicate by check-marhewhertifict the iafollown for thetsta specificsstatement_to ' t+ this bid package, and is to sign t _ ar - - d Af p) firmive It is hereby car"fled that an approved Renton rand 00 is and time Action Plan is on file with the Ct.y o said aretvalid forntheecifies currentYcalerdar yeartables which ompany it Date: By; OR b) IC is hereby certified that an Affirmative Action Plan Said Plan will be is supplied with this Bid Package. subject to review and approval by the City as a pre- requisite to the contract award, and it ieefluti,ization 1) Goats 5 Timetables of Minority ManPow and 2 Species c Affirmative Action Steps directed of in- creasing Minority Manpower Utilization. Dale: By: �_. •_ +_ it to c) It is hereby certified that anfAffirmative Renton Action in PlAn (S) Will be supplied to the City go ofrlovDldder stat�s�pt Of 5aidrP° antwildl beisubjeititotion review+ and approval by the City as a nrereoulslte to the � ContraCt award, and it will include: Manpo►par Utilization 1) Goals and Ti,*tabies o` M" llrected at In- and 2 Specific Affirmative Ar* aton. creasing Minority Maid' 5 ..ter a TCi. Datd: _ — BY: TTTr T�� r +► 1 LAKE WASHINGTON - LID 291 Z ., � � W-40045 i TS-06 ItFA)VAL OF EXISTING STREET IMPROVEMENT a. General ` Conform to Section 52 of the Standard Specification. b. Pavement Removal The Contractor shall inform and aatisfy himself as tc the character, quantity and distribution of all pavement removal.. Removal of existing pavement ahall cover all types and thicknesses of pavement. JN" Cut pavement, or other street and road surfacec only to min?, um width which will permit the proper excavation and bracing of the trench. Allo!' passage of vehicular and pedestrian traffic. All pavement cuts shall be made smooth, + straight lines or to nearest construction joint, and shall be made with 1! clean vertical faces. I. c. Saw Cutting � - ` ' The Contractor shall saw cut existing asphalt concrete pavement and cement concrete pavement where shown on the plans or as Directed by the Engineer. 1 The depth cf the saw cut shall be a minimum of 1 112 inches for asphalt and 3 incheo for concrete. The method of saw cutting shall be approved by the Engineer. TS-07 TRENCH EXCAVATION BEDDL'1G AND BACKFILL a. General Trench excavation, ba• kfill, foundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of Section 73, A.P.H.A. Standard Specifications, except as modified herein. Shore trenches as required by OSHA regulations. b. Soil Conditions Soil Tests indicate three general foundatiox. conditions on this project. This information is for the convenience of the Contractor only and does not constitute a contractual represenoation by the Owner that these specifically define existing conditions. Hil-lside - along Lincoln Avenue and its northerly extension. The hillside consists of a thick clay unit over bedruck. Bedrock is in excess -'� of 13 feet below grade and so is not a consideration in construction. The clay is stiff to hard except where locally softened near the surface. The clay unit contains lenses and Layers of sandy material which locally contain h, groundwater (the clay itself is not waterbearing). Numerous springs and creeks drain the steep hillside area n .th of N.E. 44th Strert. -- May Creek Bain - Jones Ave. on the east to Lake Washington Blvd. on the vest. The May Creek Basin contains layered stream sediments carry 'rom silty fine sand to coarse sand and gravel. A gravelly sand predomina' Groundwater was generally 2 tc 5 feet below grade in this province. TP-4 '. 1 TS-03 PIPING WiMRIALS VALVES AND FITTINGS CTC. Cont. ) g. Concrete Valve Vaults i 1) General All 12" valves shall be installed Jr. n precast concrete vault. The vaults 7 shall be grouted and sealed as detailed below. The valve vault tops shall be excentric lids. 2) Pr cast Precast vaults shell be Standard 12" Cct_t Valve Chamber (Lundberg Concrete [ Co. Inc. , Tacoma) with 1-24" Additions. .'.ection (rather then 12" Section) The knock-outs shall be filled with a r , s-shrinking grout (Embeco or equal). Steps shall be Perma Tech Safety Step -2 (12" wide). Stup to be polyprO- polene covered 3/8" rebar meeting all ^. rent OSHA Standards. 3) Water Proofing Exterior waterproofing on concrete to be 2 part epoxy resin, Sinmast Extericr Foundation Sealer. Contact Perms. Tech Northwest, 1836 S. 220th Street, Des f Moines, We. 98188. Phone 878-2234. Apply in strict conformance with manu- facturer's specifications- h. Steel Casing Pipe_ v The ste— casing pipe shall conform to the railroad specifications as bound in this document. The casing shall be 24" diameter steel, with a wall thickness pf 7'16 inches for 12" pipe, and 18" diameter steel with a wall thickness of 5/16 inches for 8" pipe. ;. i I. P1c,e Culverts t .'orforir to Section 60 of the Standard Specifications for pipe material and class indicated on the plans. TS-04 EXISTING UTILITIES J If, in the prosecution of the work, it becomes necessary to interrupt existing surface drainage, sewers, underdrains, conduit, utilities, or similar under- ground s' -uctures, or parts thereof, the contractor shall be responsible for, and sha take all necessary prec,iutions, to protect and provide temporary services for same. The contractor shall at his o•rn expense repair all damage to such facilities or structures due to his construction operations, to the Satisfaction of the engineer except that water and sewer lines will be repaired by the Utility Department at contractor's expense. TS_ 05 CLEARING AND GRUBBING Conform to Section 12 of the Standard Specification. Remove all debris; no .f on-site burning. In easements limit clearing to Stems specifically indicated by Engineer. `t Clea, and grub only as necessary for construction operation or to construct f-lls where excavated material Is used for fill construction,grub as necessary to ti keep organic matter out of fill. TP-3 , s TS-03 PIPING MATERIALS, VALVES AND FITTINGS_ ETC. (Coot. ) 1 b. DqEtile Iron Pipe Ductile Iron Pipe shall conform to ANSI Specification A21.51-1971 (AWWA C151-71) Grade 60-42-10. Ductile Iron ipe sh.,ll he cement lined and sealed in accordance with ANSI Specificatioi A21.4-19 (-kWWA C104-71), 4" through 12" pipe shall be l/16" cement lined. The pipe joints shall conform to ASA Specification A21.11-1964 (AWWA clll-64). Pipe ,}.ants shall be rubber gasketed Push-On and/or Mechanical as required by the bid proposal description. Pipe thickness class shall be ss required by the bid proposal description. C. Pipe Fittings 1 Cast iron pipe fittings shall be Class 350, (D.I. ) as per ANSI Specification A21.10-1971 (AWWA C110-71). Mechanical Joints shall be as per ANSI Specification A21.11-1964 (AWWA Cill-64). Flange Joints shall be "s peg ANSI B16.1, with 125 Pound drilling pattern. 1. Gate valves Gate valves shall be cast iron body, nc.n-rising stem, fill bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to AWWA Specification C-500-71 and any subsequent modification thereof. Each valve ) � shall be "0" ring type, provided with a standard square operating nut, and s4a11 open by turning counter clockwise (left). The valves shall be IOWA List 14, j- .. AAeller, Kennedy, Pacific States or U.S. Pipe Metropolitan valve. ij e. Fire Hydrants i,# Fire Hydrants shall be Corey Type (opening with the pressure) conforming to AWWA C-504-64 with a 6" inlet and a minimum M.V.O. of 5", two 2 1/2" hose i nozzles with National Standard 7 112 threads per inch and one 4" pumper nozzle .� with the new Seattle Pattern 6 threads per inch, 600 V. threads, O.D. thread- y 4,875 and root diameter-4.6263, 1 1/4" pentagon operating nut and opening by i turning counter clockwise (left). Hydrants shall be constructed with mechanipal �.• joint connections unless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length as to be suitable for installation with connections to piping in trenches 316" deep unless otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must be obtained prior to bid opening. f. Elastic Film Pipe ;ncaaement s The encasement materials, installation and taping methods shall meet or exceed A.W.W.A. C-105-72 Specifications. The polyet),ilene shall prevent contact between the pipe and the bedding material, and shall be a loose 8 mill tube or sheet around fittings, taped in place around all pipes and appurtenances, or as otherwise specified by the engineer. A {.,; 1 1 SPECIAL TECHNICAL PROVISIONS NM TS-ul GENERAL STATEMCNT This section, Special Technical provisions, is devoted to features of on-the- site conditions which are peculiar to the facilities to be constructed for W-400, LID Nn. 291. Articles, materials, operations, or methods mentioned herein or indicated on the drawings as being required foz, the project shall be provide:l by the con- tractor, and he shall provide each item mentioned or indicated and perform according to the conditions stated in each operation prescribed, and provide therefor all necessary labor, equipment and incidentals necessary to make a complete and operable installation. No attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one specification. Such segregation and estrblishrient of subcontract limits will be solely a matter of specific agreement betveen each contractor and his subcontractors, and shall not be based upon any inclusion, segregation or arrange"nt in, or of, these specifi- cations. The contractor and subcontractor in each case is warned that work '# included in any subcontract may be divided between several general specifics- tious, and that each general s-.ecification or sub-head of the technical specifications may include vork covered by two or more subcontracts or work in excess o: any one subcontract. TS-02 STANDARD SPECIFICATIONS ` All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications for Municipal Public •,�� Works Construction" prepared by the Washington State Chapter, American Public Works Association, and in accordance with the requirements of the City of Renton, except as otherwise emended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered In these Special Technical Provisions shall be performed in accordance with the requirements specified ir. the A.P.W.A. Standard Specifications, and in accordance with the City of Renton requirements. TS 03 PIPING MATERIALS VALVES. AND FITTINGS_- ETC_ a. Genera . All pipe sizes as shown on the drawings, and as upecified herein, are in refer- ence to "nominal" diameter, unless otherwise indicated. .. 1 One type of pipe es indicated below will be considered for this project. All pipe rhall be fabricated to fit the plan shown on the drawings. One type of ,M pipe shall be used throughout the entire project except as necessary to match existing piping or as otherwise specified by the Engineer. Where relocation of or replacement of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the Engineer. All pipe, valves, fittings, and specials shall be for water working pressure as described in e foi.owiag specifications and plans and shall conform to the requirements the applicable sections of the A.P.W.A. Standard Specifications, as modified herein. % TP-1 Nr J SPEf,"AL TECHNICAL PPOVISIONS r TABLE OF CONTENTS PAGE TS-01 General Statement TP-1 , TS-02 Standard Specifications TP-` TS-03 Piping Materials, Valves, and Fittings, Etc. TP-1 ♦ TP-3 TS-o4 Existing Utilities TP-3 TO-05 Clearing and Grubbing ;P-4 TS-06 Removal of Existing Street Improvement TP-4 TS-07 Trench Excavation, Bedding end Backf111 -6 TS-06 Dust Control TP-6 TS-09 Pipe Installation TP-9id 111-10 Excavation and Embankment TF-9 f TS-11. Service Reconnections -y TS-12 Restoration of Improved Surfaces TP-11 TS-13 Restoration of Unimproved Surfaces TP-73 TS-14 Testing TP-14 TS-15 Disinfection TP-14 Ts-16 Cleanup TP-14 TS-17 Measurement and Payment Is Ip 4i Y 1 . 9 i y .f f SPECI_ ALA ORLLCONT.) 2P-41 AWARDINC OF CONTRACT Awarding of contract will be based cn total sum of the Schedule of Prices. , No partial bids will be accepted. ,E SP-42 HYDRAULIC PROTECT PEP141T Three crossings of May Creek will be made. The crossings require approval 'LF} of the Department of Fisheries and Department of Game of the Jtate of Wash- it Lngton. All work within the Creek will conform to these State Agencies re;uir— ments. SP-43 CONTRACTOR'S SITE OFFICE ' Provide cn site office (trailer is acceptable) with desk space for inspector and telephone. OL t • I � t Y � • t� l y SP-1? ,+( SPECIAL PROVISIONS (CONT.) $ SP-37 WASTE SITE + The Contractor shall conform to Section 4-1.06 of Standard Specifications in I! regard to waste sites. The ^,ontractor shall have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by 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 Engineer to alleviate the ... problem of lost spoils along the route. Prompt restoration of the route .. is mandatory. # SP-38 DUST AND MUD CONTROL The Contractor shall be r--sponsible for controlling dust and mud within the lroject limits and on any street which is utilised by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary ')y the Engineer, to avoid creating a nuisance. i # Dust and mud control shall be considered as incidental to the project, and no � compensation will be made for this section. Complaints on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correct- ing will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP 39 PAYMENT TO THE CONTRACTOR Fayment to be made to the Contractor will be made in the manner outlined in t Section 9 of the Standard Specifications. Payments shall be made in Cash !� Warrants. Partial payments on estimates may be withheld until work progress n SP-23 of these Special Provisions have been schedules as described in Sectio received and approved. sP 40 LIQUIDATED DAMAGES Liquidated damages for failure to execute the contrast as specified and in i accordance with Section 8-1.08 of the Standard Specifications will be assessed as follows: One Hundred Dollars ($_00.00) per calendar day plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall be an amount •.} equal to actual salary cost, plus one hundred percent (100%) for overhead and other indirAct expenses. SP-11 r � 1 r Y SPECIAL PROVISIONS aP-32 CONSTRUCTION SIGNS Cont. ) 46 A:.1 construction and detour signing shall conform to Part VI "Traffic Controls for Highway Construction and Maintenance Operations" of the Manufal of Uniform Traffic Control Devices. r SP-33 REMOVING TRAFFIC AND STREET SIGNS 1 , A The G�ntractor 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 Coi,*ractor shall notify the Director of Public Works, City :hmicipal Bulldinp., City of Renton, Washington, for all changes made. When the work has been completed, ant prior to said area being open to traffic, the Contractor shall notify the Public Works Director, City Municipal Building, City of Renton, Washington, and obtain his approval of signing. SP-34 CONSTRUCTION EQUIPMF;NT Drivers of motor vehiclee used in connection with the construction of repair work shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. SP-35 SIU.WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and suppliers [hall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State cf • Washington (1967 Edition and smendnent., thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made f.r any material that is delivered in excess of the legal weight for which the henlicg vehicle is licensed. 4b Any gross violation of these regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the Engineer a listing of all haul vehicles used on this project, listing the vehicle number, license number, tare weight + and 1.^ensed load limits. SP-36 DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating 4uantities for payment must be received by the Engineer at the time of delivery. No + payment will be mare on tickets turned in after date of delivery of material. Payment will not be made for delivery tickets which do not show type of material, gross weight, tare weight, truck number, date and inspector's initials. Scale certification shall be submitted as early in the project as possible. Each + weighing station shall mahatain a record of the trucks weighed, date and time, tare and gross weight and type of material. In isolated cases where scale weight is not available. the Inspector shall measure the truck volume and certip( as to its full load dell very. r SP-10 1 w gPECIAL PROVISIONS (CONY. ; SP-30 HOURS OF WORK The working hours for this project will be lim`.ted to week days during the period from 7:30 A.M. to 5:30 p.M., unless otherwise apiroved by the City. sP-31 PUBLIC CONVENIENCE_ AND SAFETY The Contractor stall, at his own expense, provide flagmen, shall furnish all dt signs, barricades, guar,.'. 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 uzintain sufficient lights and barricades In the opinion of the Engineer, the City shall have the right to provide these lights � - and barricades and deduc,, such costs from payments due the Contractor. ' • A plan for traffic control must be submitted for the &iigineer's approval before ,. the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. Appropriate portions of Section 7-1.15 (APWA) "taadard Speclflcatlon5 shall apply to this contract. In addition the foll-wing Special Provisions shall db apply: 1. There shall be at nll times reasonable access to and egress from the business establishments and other properties adjacent to the project. 0 2. All road approaches and street connections shall be opened to traffic at the clo-e of each work day. 3. Where hazardous conditions exist proper signing and barricading hall be provided as directed by the Engineer. Where designated by the Engineer, the signs and barricades shall be supplemented w by lanterns or flasher units during the hours of darkness. 6. The Contractor shall notify the local fire and police departments in writing before the beginning of his operations no that these agencies may reroute their emergency vehicles around the construction zone. 5, Any asphalt concrete pavement, crushed surfacing gravel base, or water required for :maintaining ti .ffic during the life of this contract shall be placed by the Contractor, immediately upon request by the Engineer in the a.,wunts designated. 0 All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will be made. SP-23 CONSTRUCTION SIGNS • The Contractor shall furnish and install construction a gns which conform tc current 1971 M.U.T.C.D. Sign No. W20-1, "ROAD CON3TNUCTIOfl AHEM," " " or larger diamond, black lettering on orange background. One (1) sign of the type mentioned above vill be pasted at each r.treet entering onto the project site. 0 1 l +o SPECIAL PBOVISIONS (COAT.) SP-25 DISPUTES AND LITIGATION (Cont. ) 0 The decision of the majority of the arbitration bou:d shall be binding upon both parties 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 A of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opinion that the Contractor's filing of the protest is capricious and wi,�hout reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 46 The venue of any suit shall be in King County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall designate an agent, upon whom rr..cess may be served, before commencing work under this contract. SP-26 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 notification of low bidder status. This list must be received by the Engineer b efore the contracts may be signed. • Sp-27 CHANGE OPDERS All add `onal work that requires compensation to the Contractor for items for which p :es are not included in the contract or is not within the limits specified in APWA Standard Specifications, Sec. 4-1.03, shall require a written change order before work may be done. The Contractor shall be responsible w for acquiring the necessary change orders that are required by any of his subcontractors. SP-28 SURVEYS Section 5.106 of the Standard Specifications shall be amended by the addition of the following ser.tence: "The Contractor shall notify the engineer a minimum of 48 hours in advance of the need of surveys.' SP=29 OVERTIME FIELD ENGINEERING • When the; Contractor performs construction vork over the accepted 8 hours per flay or 40 hours per wiek, or on any City holiday, and the work requires inspection, s then the Contractor shall reimburse the City at the rate of $12.00 per hour. The City shall have the sole authority in determining the necessity of having the overtime inspection, and shall notify the Contractor of intent and said y coats will be deducted from monies due the Contractor on each monthly estimate. yN SP-8 • SPEC"AL PROVISIONS (CONT.� SP-23 SCHEDULING CF WGRK (Coot. ) to the Contractor. Payment to the Contractor on any estimate may be withheld until such a scheduie has been submitted and approved. Should it become evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall, I Ali upon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc. , by which time lost will be made up, and confer with the Engineer until an approved modification of the original s0 lule has bean secured. Further, if at any time any portion of the * w c.pted schedule is found to conflict with the contract provisions, it shall, ,:pcn request, be revised by the Contractor and work shall be 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 the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved A modifications thereof, is hereby made an obligation of the contract. SP-24 CONSTRUCTION CONFERENCE Prior to the start of construction the Engineer will call for a preconstruction conference. The Contractor and his subcontractors shall attend the prrcon- struction conference, the time, place and dace to be determined after award of the contract. Subsequently a representative of the Contractor will attend a weekly conference with the Owner's representative to review progress and discuss any problems that may be incurrea. SP-25 DISPUTES AND LITIGATION ! Any questions arising between the Inspector and the Contractor or his Super- interdent or Foreman as to the meaning and intent of any part of the plans and s xe+fications shall be immediately brought to the attention of the Engir-.7 and will be adjusted by him. Failure on the part of the Engineer or his re;-reoentatives to discover and condemn or reject bad or inferior work shall not be construed as an acceptance of any such work or the part of the improvement in which the same may have occurred. To reduce disputes and litigation, it is further agreed by the parties hereto that the Engineer shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation +. of the Plans and Specifications. E In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then ba reached within three (3) days the City and the Contractor will each alyoint an arbitrator and the tvc shall then select a third. SP-7 ,r M . .K. SPECIAL PROVISIONS sP-19 STANDARD SPECIFICATIONS (cont.1 w * hereby included in these specificatiors as though quoted in their entirety and ti. shall apply except as amended or superseded by these Special Provisions. "�'=i'• ",',�„�. A copy of these Standard Specifications is on file in the office of the Public y - Works Director, City Hall, Renton, Washington, where they may be examined and46 consulted by any interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the Public Works Director, City of Renton, or his duly authorized assistant or assistants. SP-20 FIELD CHANGES s` Any alterations or variances from the plans, except miner adjustments in the field to meet existing conditions shall be requested in writ-rig %nd may not be instituted until approved by the Public Works Director or his represents- ,. * tives acting specifically upon his instructions. In the event of disagreement of the necessity for such changes, the Engineer's decision shall be final. sP l FAII.L'RE TO MEET SPECIFICATIONS In the even, that any workmanship does not meet the requirements or specifi• cations, the City may have the option to accept such workmanship if the Engineer deems such acceptance to be in the best interest of the City, pro- vided, the City may negotiate payment of a lover unit price for said workman- ship. SP-22 PROTECTION OF PUBLIC AND PRIVATE UTILITIES w The Contractor shall conform to Section 5-1.09 of Standard Specifications in regard to protection of public and private utilities. Location and dimensions show or, the plans for existing 'mderground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It snall be the Contractor's responsibility to contact the GAS COMPANY, TEI.n"PHGp_�COI�ANY, POWER COMPANY, end the REN':ON WATER DEPARTMENT, and RE!JTON ENGINEERING DEPARTMENT, for exact locations of their respective • utilities. Also, contact the CABLE TV COMPANY if necessary. 6P-23 'CHEDULING OF WORK Section 9-1.01 of the Standard Specifications shall be deleted and the �. following inserted: • Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this information a progress schedule diagram will be computed, plotted and a copy returned i • SP-6 , ♦ SPECIAL PROVISIONS (CONT. ) ♦ SP-18 WAGE SCHEDULE (Cont. ) the Contractor, on or before the date of commencement of 'irk, 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 employel upon the work by • the Contractor or subcontractor which shall be .t less ti,m the prevail- ing rate of wage. Cuch statement and any suppl.mental Statements v ich may be necessary shall be ailed in accordance ♦ith the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcontractor ♦ shall file a sworm Statement of Intent (SF 9882) with the Owner and with the Depart-Neat of Labor and Industries as to the prevailing rage rate, including fringe benefits, for each Job classification to be utilized. The wage rates thus filed will be checked afainst the previling wage rates as determined by the Industrial Statistician of the Department of Labor and Industries. If the wage rates are correct, the Industrial Statisticiut will issue a •know- ♦ ledgement of approval to the Con',raetor and/or Subcontractor with a copy to the awarding agency (Omer). If any incorrect wage rates are included, the Con- tractor 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. Fach voucher claim subm?tted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled Statement or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial otatistician. Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the County or municipal corporation or other officer or person chargsa wits the custody and disbursement of the State or corporate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Labor and Industries, Attention: Industrial Relations Division, i60i Second Avenue, Seattle. Whenever practical, affidavits pertinent to a particul&* contract should be submitted as package. • The Contractor shall also be required to read and execute the ':Minimum Wage Affidavit Form" as incorporated in this doc,iment. SP-19 STANDARD SPECIFICATIONS w The Special Provisions hereinafter contained sha11 supersede any provisions 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 Association, 1975 (red cover) Edition, shell be hereinafter referred to as the "Standard Specific&- � . . tions" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are SP-5 4 � r r A F 1` 1 7S-17 MEAS!1RFMNT AND PAYMENT (CONT.) s. Crushed Rock Surfacing !Aaterial Crushed rock surfacing material shall be meaeured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing crushed rock on shoulders, driveways, etc. Base Courses will be paid for under pavement bid items. t. Furnishing and Installing Hvdro-Seeding The furnishing and installing of Hydro-Seeding as called out in T.S.-13 of this document shall be incidental to this contract. j i u. Removal of Pavement I The contract price per lineal foot for "installation of water main" shall S irclude full compensation for sw ,ng, cutting, or line drilling, breaking and removing all types and thicknesses of pavement encountered in this project. Neither separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of removed pavement. i V. Connection of Service Lines to New Main Service line connection to new mains shall be paid for at the applicable bid price per each, -ayment of which shall constitute full compensation for furnishing and installing all materials indicated on the Standard Letails and as necessary to complete the connection, including pipe or tubing. f W. Relocate Existing Meters Relocating of existing meter and meter boxes shall be paid for at the applicable bid price per each, payment of which shall be full compensation for furnishing and ic +lling all material:. and performing all work necessary to relocate exicting meters and meter boxes. • • fP-17 • t 1 T9-17 NEASURP.MfiNT ANC FAYME.JT (✓:nt. ) k. Furnishing -ad Installing l_nterproofine of Concrete Valve Vault Waterproj:ing per Section TS-03 6.3) will 'ne paid for at the applicable Liu I • price per each, rayment of which mall constitute full compensation for furnishing and applying the specified waterproofing material. 1. Furnishing and Installing Fire H.Idrant Assemblies Fire hydrant assemblies shall be ueasured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compen - sation for lee, valve, valve box, spool, fire hydrant, shackling, installation of blocking, bracing, drains, fittings, and all other necessary accessories for a complete installation. The price per each shall also include furnishing and installing of two fire f� ~ hydrant guard posts painted white, and the painting of the fire hydrant to City specifications. It M. Furnishing end installing Air Valves 2" Air Valves shall be measured and paid for at the applicable bid price (E per each complete which shall be full compensation for furnishing and [. installing all items and materials indicated on the Standard Detail and t[[ two guard posts per installation. n. Furnishing and Installing of Fittings Furnishing ana installing of fittings shall be incidental to the contract. o. Furnishina and Installing of Concrete Blocking Concrete blocking shall be measured and paid for at the applicable contract A price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. P. Furn iehin- and Installing of Shackle Rods Shackle rod3 shall be paid for at the applicable contract price, per lineal foot, payment of which shall constitute f.il compensation for shackle rods in place, including painting sn, all accessory harnesses, and washers necessary to complete the installations •spec fied under TS-09.b. Shackle rods for hydrants will be paid for .nd.er Hydrants. ;.,. q. Furnishing, and Inatalli.nk MC Cold Mix Asphalt A Punishing and installing MC :.old Mix shall be incidental to L is contract. r. Resurfacing of Asphaltic Concrete and Portland Cement Concrete Pavement and Bituminous Surface Treatment Asphaltic concrete, Portland Cement Concrete 1avement and Bituminous Surface Treatment patching shall be measured and paid for at the applicable contract price, per square yard, payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation of and connection to existing pavements, base course, tack coat, finishing and all necessary incidental work. T-16 nr tj.4x P.a" 0.1W�Y'� �IIMlafa01il0wMtwwMG11v. . '.:,"., TS-17 T,AD iT AND PAYMFNT (Cant.) e. Furnishing and Installing Drain and Culvert Pipe The price per lineal foot for furnishing, placing and adjusting if necessary I+ the culvert pipe, size and quantity .listed in the bid schedule, shah corstitute full compensation for the drainage lines complete. f. Furnishing and Installing Tyton Joint Water Pipe « The price per lineal foot for furnishing and installing of Tyton Joint water pipe,size and quantity listed in the bid schedule, shall constitute full compensation for the water line, in place, complete, including: all pave- ment removal, excavation, trenching, backfill, foundation preparation, compaction, pipe, pipe laying and ,jointing; pipe blocking, special shackling and bracing; sheeting, shoring, and dewatering, fitting, connections to existing piping, all surface restoration excluding crushed rock resurfacing, concrete, asphaltic concrete resurfacing. g. Furnishing and Installing Mechanical Joint Water Pipe r The price per lineal foot for furnishing and installing of Mechanical Joint 3 : ,r water pipe, size and quantity listed in the bid schedule, shall constitute i full compensation for the water line, in place, omplete, including: all pavement removal, excavation, trenching, backfil,., foundation preparation, compaction, pipe, pipe laying and ,jointing; pipe blocking, special shackling and bracing; sheeting, shoring, and dewateri.ng, fitting, connections to p existing piping, all surface rector-lion excluding crushed rock resurfacing, i ! concrete, asphaltic concrete resurfacing. h. Furnishing and Installing Plastic Film Pipe Encasement The price for furnishing and installing plastic film encasement size and g, quantity listed in the Bid Schedule shall constitute full compensation for tFe plastic film as specified in :S-03-f. in place. I. Furnishing and Installing Encasement Pipe The price per linear foot for furnishing and installing of casing pipe, size and quantity listed in the bid schedule, shall constitute full compensation r for the casing pipe, in place, complete, including plugging of easing pipe, pipe skids where specified, and all incidental work necessary for a complete installation. �. Furnishing and Installing Gate Valves • 12" gate valve assemblies shall be measured and paid for st the applicable unit price per each, in place, complete, which shall constitute full compensa- ;ion for valve, bypass valve, cone. vault, steps, anC cone. valve marker, 6" or 8" gate valve assemblies, valve, valve box with extensions, if necessary, and cone, valve marker; and all other necessary accessories for a complete installation. Hydrant auxiliary valves will be paid for under Fire Hydrant Assemblies. TP-15 till ti 1 ilk f 1 TS-l'4 TESTING (Cont. ) c. Leakage Tests 1 Leakage tests shall be made after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 psi. TS-15 DISINFECTION Disinfection of the new eater system shall be required prior to completion of the project and shall be iu accordance with A.W.W.A. Specification C6o1-54 and Section 74 of the A.P.W.A. Standard Specifications and stoll meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per nillion and this solution shall be A 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 appurtenances, is required to conform with the specifications stated herein. iD-16 CLK: UP ) A During the time that the work is in progress, the Contractor shall sake every effort to maintain the site in a neat and orderly condition. All refuse broken pipe, excess excavated material, broken pavement, etc. , shall be removed as soon as practicable. Should the work not be maintained in a satisfactory condition, the engineer may cau..e the work to stop until the "clean-up" portion • of the work has been done to the satisfaction of the owner and/or the engineer. TS-17 W'ASUREMEYT AND PAYMENT a. General Unit or lamp sum bid prices for all items shall include all costs for labor, equipment, material, testing, relocation and modifications to existing utilities, and all in_identals necessary to mike the installation complete and operable. 'i f b. Clearing and Grubbing i Clearing and grubbing of the project site shall be incidental to this contract. f . c. Furnishing and Installing Granular Bedding + The price per ton shall be full compensation for selecting, furnish, hauling ' and placing the material as outlined in Section 73-2.06 of the Standard +; Specifications. No separate payment of any kind .ill be made for compacting wetting, drying, water, processing of materials, or removal of unsuitable soils. d. Furnishing and Installing Bank Run Gravel Material The price per Lon shell be full compensation for selecting the source, furnish- ing, hauling and placing the material as outlined in Section 73-2.08 of the Standard Specifications. NO separate of any kind of materiala,lorbe made or f removal of compacting, wetting, drying, , processing +_ ♦ unsuitable soils. TP-14 � 1 .y✓ ,. ���4 'q�!!'.M[YfNA1M�Yn`'1AaYI�YkQ�Itl,aFMWY'.nu.• 1`f5'�IViM' .. . a�rti :,..q{yAA^f. TS-13 RESTORATION OF UNIMPROVED SURFACES Cont.) 3. Mulch ++ section 9-14.4 of the standard Specifications ::77'�lemented to include I y 14 the following: Wood cellulose fiber shall be applied at a re of 2,000 pounds per acre, or straw mulch shall be applied at the of 3 tons per acre. Stockpile Seeding - All stockpile ar, . where th,- mtarial is expected ' to remain in place during the inclement months s-. 1. be seaded, fertilized, and mulched. C. Mulch These materials shall be applied in two applications. The first application shall consist of a homogenous mixture of fertilizer and wood cullulose fiber mulch. This mixture shall be uniformly applied over the seed. The second application of fertilize.- of the some formulation and at the same ♦ rate as the initial application shall be applied 60 to 9u days after the initial application of fertilizer; however, the second application shall be applied only between March 1 and December 1. TS-14 TESTING A. General Hydrosta`ic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA c600-54T or c6c3-64T and Sectior 74 of the A.P.W.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 tests under the supervision of the 4 engineer. Any blow-off assemblies which may be required for testing shall be supplied by the Contractor. B. Pressure Test Prior to acceptance of the system, the installation, shall be subjected to hydro- static pressure testing as follows - B" water main @ 300 psi, 12" water main B ♦ 250 psi. Any leaks rr imperfections developing under said pressure shall be j remedied by the contractor before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical, tests shall be made with pipe joints, fittings and valves exposed for inspection. s ..: • T'P-13 '. 4 Y • 1 TS-13 RESTORATION OF UNIMPROVED SURFACES (Cunt. ) B. Material _. Seed Section 9-14.2 of the Standard Specifications is supplemented to include the following: A seed mixture of the following composition, propDrtion, and quality shall be applied at the rate of 100 pounds per acre: Kind and Variety Percent by Minimum Percent Minimum Percent of Seed in Mixture Weight Pure Seed of Germination Colonial Bentgrass 10% 9.8% 95% w (Highland or Astoria) Red Fescue (Iliahee 40% 39.20% 90% Rainier or Penldwn) Perennial Rye 40% 39.20% 90% White Dutch Clover 10% 9.90% 90% (Pre-Inoculated) Percen' Weed Seed .50% Maximum 3 Inert ana Other Crop 1.40% Maximum • TOTAL 100.00% 2. Fertilizer e Section p-14.3(i) of the standard specifications is supplemented to n� include the following: A commercial fertilizer of the following formulation shall be furnished as specified: All fertilizer shall be pre-mixed prior to bringing on the job. The fertilizer shall be applied at the rate of 500 pounds per acre. i Availab-e Soluble Total Nitrogen Phosphcric Acid Potash Lbss/Acre As N As P205 as K 2 0 r *18.4% *14% *14% 500 Not less than *60% of the total nitrogen shall be derived from ureafom or ureaformaldehyde. Final mix to contain not less tam *7.8% water insoluble nitrogen. • Label shall meet requirements of Washington CcI=ereial Fertilizer Act. *Guaranteed on label. * TP-1 ,r i 4 - wsrti4xe:btldA06w+ra.�.�'�ana rw,+ ,_•Yz�'r.a;+nrfiaru�".wiw79iMl .. i 'E'w�:"^S.iCfa`d. -� � t, .x� TS-12 RESTORATION OF IMPROVED SURFACES (Cont. ) e. Crushed Rock Surfacing E.cisting shoulders, and existing gravel surfaces shall be resurfaced with crushed rock so that a minimum finished thickness of 4 inches in obtained. The finished surface shall match the slope, crown and grade of the existing surface. Materials and placing sha 7. be in accordance with the applicable provisions of Section 23, A.P.w.A. Standard Specifications exr..pt as modified herein. Ballast and maintenance rock will not be required. Crushed rock surfacing shall in all 16 respects meet the requirements set forth in Section 23-2.01. A.P.M.A. Standard Specifications. Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock may be spread in one layer ano shall be adequately bladed and mixed to obtain even distrib+:Lion of the rock. Alternate blading and rolling shall continue until the required finish surface and density is obtained. The crushed rock shall be compacted to at least 100 percent maximum dry densi�y at optimum moisture content. Water shall be added as necessary during blading and rolling operations to obtain the required compaction. f. Portland Cement Concrete Pavement Conform to sub-section 54-3-0' ` the Standard Specifications. Compact the subgrade with mechanical tam} to 95% of maximum density as determined by ASTM Designation D698, Method u. use class 6.5 (A) H.E.S, concrete, same thickness as original concrete. Complete patch with Class B asphaltic concrete to match existing section. g. Bituminous Surface Treatment (Lincoln Ave.) i Conform to Section 32 of the Standard Specifications. Use 5/8" - 1/4" crushedy screenings with CRS-2 emulsified asphalt. TS-13 RESTORATION OF UNIMPROVED SURFACES a. General Hydro-seeding to control erosion will be required on this protect. All disturbed unimproved areas, including al.. embankments slopes and areas other than roadway surfaces shall be hydro-seeded. The hydro-seeding she11 be performed after all settlement has taken place. The hydro-seeding materials and installation practices shall conform with Washington State Highway Commission "Washington 1974 Standard Specifications" Section 8-01 and 9-14 Road- side Seeding. The contractor shall notify the Engineer not less than 24 hours in advance of any seeding operation and shall not begin the work until areas prepared for seeding have been approved. Seeding shall not be dune during windy weather or when the ground is frozen, excessively wet or otherwise untlllable. An approved type, hydro seeder, which utilizes water as the carrying agent shall be used. i • TP-11 M TS-12 RESTORATION OF IMPROVED SURFACES (font.} b. Areas to be Resurfaced 1. Existing asphaltic concrete surfaces shall be patched with asphaltic ; . concrete over a crushed rock base course. 1 2. Existing shoulders and existing gravel surfaces shall be repaired with crushed rock surfacing. 3. Existing portland cement concrete surfaces shall be repaired with portland cement concrete to match the existing. 4. Existing roadway eat of Railway Sta. 5+62 to Sta. 14+00. Construct 10' wide asphaltic concrete road after main installation is complete. 5. Lincoln Ave. N.E. 36th St. P N.E. 40th St. Construct 18' wide Bituminous Surface Treatment Road after main installation is complete. * c. Temporary W. Cold Mix Asphalt MC Cold premised asphaltic concrete shall be required in pavement fcr temporary ` - patching on this project, where directed by the Engineer. d. Private Driveways Private driveways, walks, and other surfaced areas shall be repaired, patchcu ' and resurfaced as required for the type of surfacing encountered. e. Maximus Patching Width The maximum patching wid'h in trench area will be 5 feet except where overlay or street construction is called for on the plans. Any patching done beyond this limit will be done at the Contractor's expense. f. Asphaltic Concrete Surfacing The finished patch or new road section shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 inches of crushed rock base course. Before placement of the asphaltic concrete patch, the base course material shall be shaped to the same section and slope as the finished grade and y: s compacted to 100 per cent maximun dry density at optimum moisture content as determined by Standard Proctor compaction test, ASTK Designation P698, Method D. The asphaltic concrete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 Inches, and shall match existing surfacing. The asphaltic concrete shall be rolled and crossrolled �. e to obtain thorough compaction. Base course material shall meet the requirements set forth herein for crushed rock surfacing. Asphaltic concrete shall be hot plant-mix, conforming to Section 34, A.P.W.A. a Standard Specifications, Class B. Paving asphalt shall be Grade AR 4000 per Section 27. TP-10 a i '4 TS-09 PIPE INSTALLATION (Cunt) 1. Connection to Existing Pipe and Gtruct ures Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions and elevations to assure proper fit. The Contractor shall make all connections and tie-ins under the direction of ` the City of Renton Utilities Department. The Contractor must also provide any specisls required to make a satisfactory connection. The Contractor shall be responsible for the protection of all existing piping and appurtenances during construction, and shall take care not to damage them or their protective coatings or impair the operation of the existing system in any way. t TS-10 EXCAVATION AND EMBANKMENT Construct embaukments and carry out excavation for pipe installation as indicated on the plans. Conform to Section 13 of the Standard Specifications. Use compaction Method B. The Engineer vJ.11 allow greater than 8" layers if satisfactory compaction can be obtained. In the Lincoln Ave. area where paved roadway will be placed, compact the sub- grade per Section 15 of the Standard Specifications. TS-11 SERVICE RECONNF.CTIORS Service line connection to the new main will conform to the Standard Specifi- cations of the City of Renton bound herein as applicable. Engineer will indicate location for tap on new main for each ter,`ce reconnection. Direct tap mains for 3/4" and 1" services. Use double strap service clamp i for 1k" and 2" services. Use copper tubing for 3/4" and 1" lines, galvanized steel pipe for 1'1" a and 2". Connect to existing service line with Dresser type coupling for steel pipe and flare type three part union for copper tube. Where required relocate meter and box as directed by the Engineer. Final installation to conform to Standard Detail. TS-12 RESTORATION OF IMPROVED SURFACES a. General Roads, streets, driveways , shoulders and all other surfaced areas, removed, broken, caved, settle or otherwise damaged due to installation of the improve- &L meats covered by this contract shoal be repaired and resurfaced to match the existing pavement or landscaped area as set forth in these specifications. 5 The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and grade, and shall terminate in neat, even lines parallel to, and at right angles to the roadway. No piecemeal patching or repair wil- be allnved. Damaged, disturbed or otherwise affected areas as 10 defined shall huve edges of existing pavement trimmed back to provide clean, soiJd vertical faces, free from loose material. TP-9 'r } TS-09 PIPE INSTALLATION (Cunt. ) d. Pips Installation in Casings (Cont.) under the railway main line and highway. After pipe is installed seal upper end of casing with concrete bricks and mortar. l e. Plastic Film Pipe Encasement Pipe, fittings, valves and accessories shall be encased in Polyethylene :crap as per TS-03 in this locument in areas directed by the Engineer. Generally this will b e in the Lakeside area vest of :he Railway. f. Valves and Valve Chambers (� Valve installation shall be in accordance with Section 75 of the Standard Yf�" Specifications except as modified herein. 1 6" and A" Gate Valves shall include an 8" x 24" cast iron gate valve box and extensions if req,iired by the Engineer. �. The 12" gate valve assembly shall include - 12" Gate Valve ( NJxMT), 1" by- pass Valve Assembly, and a Precast Concrete Vault. The City of Renton Standard Detail for "Precast 12" Gate Valve Chamber (Note modifications in TS-03) and the Standard Detail for the 1" Bypass Valve Assembly are bound in these specifications. Waterproof vault per 75-03. Valve chambers shall be in accordance with Section 76 of the Standard Spe"- ifications except as modified by details bound in these specifications. All valves shall have concrete valve markers with distances clearly marked. 'he concrete valve markers shall be Lundberg Concrete Pipe Co. , right-of- way markers State Highway design or approved equal. g. Fire Hydrant Assemblies Fire Hydrant Assembly shall include: C.I. Tee (MJxn), 6" Gate Valve (FLxM1), 6" C.I. Spool (PEXPE), 5" MVO Fire Hydrant (MI Connection), 8" x 24" C.I. Gate Valve Box, and 3/4" Snackle Rod with accessories, and 2 concrete guard posts. . . Paint shackle rods as specified in Special Anchorage of this section. s The hydrt Ill be for a 5' bury unless otherwise noted on the Plan. Upon comple, the project, all fire hydrants shay_ be painted to City of Renton specifications and guard posts minted white. The City of Renton Standar-1 Detail for hydrant assembly and hydrant guard posts is bound in these specifications. h. Air Valve Installation Conform to the Standard Detail. Include two fire hydrant guard posts with a each installation. TP•.8 r e y TS-09 PIPE INSTALLATION Cont. ) b. Special Anchorage (font._) In addition provide shackle rods as follow' : Shoreline area: Shackle all M.J. valves to nearest :'fitting. Shackle between all bends 40' or less apart. Shackle through at least 18' of pipe from all bends, caps and ltlet side of tees. Other arena: k Shackle vertical bends as indicated on the plans. r i At Casings: 1 Where casing end is less than 40, from fitting cut hole in end and hoot: rod into hole. Provide approved duck lu a at all installations - do not shackle through bolt holes. Each installation consists of two rods on opposite sides of the pipe. Shackle rod materil shall be 3/4" diameter carb on steel a bar material. Furnish approved couplings where required. Bars shall be shop cleaned of all loose mill scale, dirt, rust, oil or other foreign material by flame cleaning or power brushing and shop primed with Koppers Bitumestic Mill Undercoat. Store rods undercover and protect shop coating from abrasion. After installation paint rods ar.d accessories with Koppers Bitumastic No. 505 to minimum 15 mil film thickness. In areas of polyethylene wrapped pipe, shackle rods must be 1 inside the wrap. c. Casing Installatioa i) Under Railway Sidings Where indicated on the plans the Contractor may remove the tracks and install ca3in3a in open cuts. bed casing per requirement of TS-07 for water mains. Restore track to original condition. 2) Under Railway Main Line Install by boring and Jacking. Contractor must prepare and submit bore pit plan to the Burlington Northern Railway for approval. 3) Unaer Highways Install by boring and Jacking. bore pit must conform to requirements of Washington State Highway Department. d. Pipe Installation in Casings_ Use Mechanical Joint Pipe. Push pipe from lower end. Do not allow pipe to slide back. Provide pipe skids on 12" water main in casing installati.�ns f TP-7 ti t TS-07 TRENCH EXCAVATION BEDDING AND BACKFILL (Cont-) c. Trench Bedding and Backfilling (Cont. ) 3. Shoreline (Cont. ) WEE LV Overexcavate trench 14"+ and place bales of hey in trench. Lay ductile . ron ML pipe directly on hay bales. Hay bales to be 16" x 14" x 36". Bales under Tyton Joint pipe to be lengthwise in trench. Bales under mechanical Joint L- pipe to be 36" length crosswise in trench. Exercise care in jointing pipe as trench water will be difficult to control. Backfill with native peaty, silty materials to within two feet of ground surface. Fill remaining two feet with the available gravelly fill. If re- quired provide Bank Run gravel per sub-section T3-2.08 of the Standard Specifications. x 1 Mechanically compact Lop two feet in areas of pavement, rail sidings, or .'; vehicle travel per sub-section 73.2.07. Wheelroll remaining areas. [[ d. Compaction Test and Accepta.ae 'a Provide Compaction Tests per sub-section 13-3.10E5 of the Standard Specifi- 'C cation. Use Method D jf ASTM Designation D698. Take one test at each '! open cut railway crossing, one at each open cut roadway and at 100 foot intervals along paved or trsveled roadways. In addition the ei3ineer wil. a require approximately 10 compaction tests in random areas of the pruject. Any areas, specified fog mechanical compaction, not meeting the requirements of sub-section 73.2.07 shall be re-excavated and backfilled per the specifi- cation. All tests, removal and recompactlon of backfill and additional testing shall be the sole cost of the Contractor. a .* TS-08 DUST CONTROL Provide minimum 1,500 gallon capacity water truck with pressure spray system designed for street cleaning. Clean streets of dust and debris at end of , working day. In addition provide sprinkling as necessary to alleviate dust nuisance or as directed by the Engineer. Obtain fire hydrant meter from City Utilities Dept. and keep records of water use. TS-09 _ PIPE INSTALLATION a. General Conform to Section 74 of the Standard Specifications except as herein modified. Jointing shall conform to the manufacturer's recommendations. Cut pipe with approved pipe saws only. Keep pipe plugged except during actual pipe laying. :'he inspector will atop work unless an approved plug is on site and available. ,? b. 2REcial Anchorage I{. Provide concrete blocking at all fittings and horizontal or vertical angle points. Conform to the Standard Detail for General Blocking herein and the e . APMA Standard Details for vertica. bl cks. TP-F r k TRENCH EXCAVATICHN 13FPDIHC AHD BACKF'LL Shoreline - West rf Lake Washington Blvd. The shoreline is characterized by an organic silt and peat deposit extending to depth$ in $teas of 10 feet. The peat is locally overlain by fill of miscellaneous character. One short stretch of high ground (about 300 feet north of H.E. 44tt) is most likely underlain by sand and clay rather than peat. The groundwater table is generally 3 to 5 feet below grade. c. Tren,h Bedding and Backfilling , i 1) Hillside area Trench depth to provide 4' cover unless Profiles indicate greater. Clay unit will he locally unstable because of local sloughing of overlaying fills, former slide disturbances, and groundwater seepage. Devater the trench as necessary for pipes laying. Shape trench bottom to fully support the lover quadrant of the pipe through its full length. If directed by the Engineer provide granular bedding per sub- section 73-2.06 of the Standard Specification. I Use native materiel for backfill if moisture content can be controlled. If I ' material becomes excessively vet backf111 with Bank Ran Gravel per Sub-section, 73-2.OB of the Standard Specifications. Remove unsuitable material from site. .a Mechanically Compact backfill per sub-section 73-2.07. ., 'a. Provide c-ncrete baffles in pipe trench at 100 foot intervals to prevent ground- water movement in trench as indicated on the plans. 2) Mar Creek Basin Trench depth to provide 4' cover unless profiles indicate greaten Granular material in this area will not stand vertically. Shape trench bottom to fully support the lover quadrant of the pare though its full length. If directed by the Engineer provide granular bedding per sub-section 73-2.06 of the Standard Speeificstioz.s. `L� s Trench will be difficult to devater. Exercise care in jointing pipe to eneure that gasket remains clean. s ial far l. se of organic s and If regLired native gp provide Bankar rRun gravel perlsub-section 73-2.0B of thelStaniard�s. Specifications. i Backfill in this area may be eater settled. 3) Shoreline Trench depth to provide 4e-6" cover unless greater is indicated on pan. Local tills over peat may slough during trenching. Segregate gravelly fill material from peat in trenchslde stockpiles. TP-5 5 I n 1 TAB'.E I FIGURE I Thr et ar17 Fitti7r{148 in Pound:; ylsa] Th r.lst B107k lacationa 7YM ei 6h ` am_ ea psi _ _ M OI PI r'—MO site 17 -- `� �T— _ !q use2 its 24 S " 1330 / {M - 1 Vian im nu is 'IN `•t tooStN 1600 3q q/o tlN _. 1700 _. t—I00 Mass NM 1600 3ON too no am f„e010s Mw lose \ •' pq 67 _ Via • ► 27 '.._IN e3q"if q10 N00 M - IN qM t050 _ 0e0 7q 7eN 11200 3 _--1710 ]6M ISO 1360 1M Tom am Mt0 66N ISO1 I13W 2"q Ns0 6e10 _ Sq ISMO 2 O]00 WYUWIe� 5�;_ It M 1Mq 10{00 3 1q IM00 Mew 122M 3210 12too e310 p 200 MOO 21fN n20 ` SN 1 t6M0 137M 7270 14 36 le{00 "no 10M0 a +� IN low IBMINM 1]IO y.. slow IN New Is 300 Ne0 MO IssasnfM 17W0 am silo Is A 2r' IIMI3NN0p NM7M07uses0O0O 16]3e6M —_I2e6M _am q 2130 am a i 23M II7M so 117N 6NN 167M IN'M Moo 16W I]2wIq nM ewWAW237 MIN '• �•. �".14300 Miss 61eK 7{IM 300 Islas - llee M „MN qeM IN Him 7fM0 16em Is n6eo noon M]Bu _ Inoo_ C w "Li "No e0000 lt600 EpdsemW. +r IN sego 00300 63W 221M IM $1700 17300 672M 24100 3N "IN "±W^-71200 Howe 20-- 3o n6N IONO -6L00 O3t00 7.6N 1M e62%, 13NN ISO M700 InMe ].000 4M 3N loom IMwO ._ nloo i'2N —_. soIONO In000 7aao— 64IM ••' IN l21M 17gN "No INN IN l3e0M In% WON Woo too132N0 11111001, I16w0 Was TABLE II Safe Be r rinq_ fi in Lb/Sc;- Ft. # The safe bearing loads jiver in the following table are for horizontal tla:sts when the depth Gf rover over the pipe exeecds 2 feet.- SAM BLARING LGAI1 — Lb. Per Sc.Ft. 57�,L G eMuck, peat, etc. 1,n00 # Sctr. Clay y1000 Sand 3,000 Sand and gravel 4,000 Sand and g'.soel cementei with clay 10100n Hard shale *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 stability to resist thrusts. Blocking Page 3 1*6 Ila i r i LA I� y kuYilserMwewY+rcxeeYw(p+sa+..«• � �. D. ( ry11ATlps!.enlArlONs pressure - 1.5 x n0mml operating pressure Maxisua operating p 7 ♦ Area of concrete (A) • Mrst 1n paull� in (Pwnds/sq. ft.) SBL Safe Bearing e11911 t.. feat ` MannLka height of thrust block Inds) Depth of tr2 7 Depth of concrete thrust block • (width ofitrench feet]in feet)(wtxide din ter of pJR9 • �3 9f 2 M .I.,ss lengtln of thrust block (I.) . Area of Concr9t Maximus Height Ho + Required ssount of concrete (cu. Yd•= '� )x0.03704 (Height x depth x l.,th)xo.03,)04`(H. /y c L. � 1. OCk ProblsW: Caloulatia+ of the mount of curcreN [egulredr s le + ,lOp bend in an B• C.I. w&tezm&i.n the normal operating P soil condition in the area indicates the pipe veils be 65 pat and the ,and and gravel. 2. Sclutlan: operating Maxim : Pressure • 1.5 x 65 •• 97.5 psi - Outside diver of !• pip, 9.05 1n. erating p g 1t• ro in - Go to ?able 1, The calculated aaxiav ope ratin 97.5 Pei, the table does not list this figrJre so w trke the first figure in sequence being 100 Psi rating P,"Curs of 100 Pei. For an S- &tarpips, having a maxima ope we aN that the thrust an a 90o bend is 5,420 pounds* send and -Go to Table II, Table II gives the sate bearing load t 9r&ee1: 3.000 lbs/aq.ft. -Go to eigure I1 rigure I indicates the position of the concrete for blocking the 900 bend -Go to the specifications of the project and tide depth 0f trench fh) ` 3 feat width of trench (w) - 3 fast With the above assembled information we proceed to the final Calculations. 2 1.so sq. ft. n` -Ara& of concrete (A) ` That 54 0 safe Bearing Load 3000 1.5 ft. A -Masi, height of thrust block (lls) ` 220 Oft 11 _ IN -Depth of concrete thrust block (Dc) Width of t1go9b in fse I91 - ou ids 0leseter of Pius Ldl 2 . 3 - 9.09/12 • 1.12 fr l 1.2 ft. -Maxims length of thrust block M') ` 3xa _2L rs • ' ` 1.80` Height of Cone. 1.50 -Required Mount of concrete ` (HoightxDepthxLs qtb) x 0.03704 a (Ho x I, x De) x 0.03704 ` 41.5 x 1.2 x 1.171 x 0.03704 ` 0.074 tu.yd. Blocking Page 2 ��� yryy�p-0Yi9 W ITe STANDARD DETAIL FOR GENERAL BLOCKING CDNC BE'fF BLOCKING `I2ING PROCEDURE A. GENERAL The amount of concrete required to anchor horizontal bends, tees' and 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 feet of concdividingte which thewthrustbear ingainst the pound shown i side of the trench is found by 4 in Table I by the safe bearing load of the soil as shown 1n Table 11- CRITERIA - The sizing procedure is for horizontal or downward thrust only- - Height of the thrust block mus surfwe t be equal to or baseless than 1/2 the depth from the ground - The thrust block bearing phase is approximately rectangular. - The concrete blocking shall be as per ApwA specification 74-2.14. SyMpOis d. Outside Diameter of 11pe in Fast T . Thrust in pounds At the fitting (Table 1) I11 SBL. Safe Bearing Load in poonit/p 1 h nwpth of trench in feet w - Width of trench in fast against the side of the trench A . Area of concrete which must bear in eq. ft. H. Ha:imum Might of the thrust block in feet Dc. Ixpth of the concrete thrust blmx' to betting surface in feet I,. maximum length of the thrust block in feet �w/.•�n avw w • h < h7T f4J^EI ► . --1 pstY'ii J1fJ' , 4 _ fSackLq page 1 •. f r v ,• v + v + � v } Reduced Priat Do Not Scs►le MYt\•M M'�OW1 E\ [oa.prx[�oF: aw. l t t ra ma s�Fa) F C1011 (fFY �NN[I YF.,PMt -�t l O• f:w:O;.. t\ 6FaY MOn Ml{11 Mt iOMtb JI-MI _.__-------� `S•AND Ct• C ION p• wKU rwtta WIIYC _ WATERER 5iRwCES } [,�lr[C • 6 2 � fa cyi IMF KM i _ -' �JpItS J I3! ---- � _ a •dV�H E.iMi A•� } 7 I� I {{ it c i • S..a snu.' Stbu 0.•r° s•°t`te! Reduced Print ,°! Beale a. t.¢�gl•:W sear MutuF11 w :s025 ' tTlf w w¢•Mc 1 C, GO.^C¢ E••.0 1 CST. Ot ¢¢ITOM-♦ t J \Mat rygR SbP e¢4.eR MMI50 __ — a•a.a.a�.a . a.a..• E cm, Ra[tR wyt! N vt!!w • J, 5'�N a t KA 101J www sTa[n ER c cn- :pw.Qn!o• w•rhC!sln 1 iO` �_ -� ..i WAtER 5ERVKE5 a c, tacllu ran¢ e¢• '—�� �_ iz y, a.y y .. v2rf r •4 !'YYi n�wh.x.•r��+"eewY 1 yam. OTT CILYMPIC FNDRY. CASTING WITH TYPE D LID OR EQUAL + CONC. RINGS BLOCK OR BRICKS TYP.) MORTAR (TYR) , . i 24" MINIMUM 1 �r l� a N 144 +Br 4r -PRECAST VAULT SMA LL BE STANDARD 12" VALVE CHAMBER ( LUNDBERG CONCRETE CO. INC., TACOMA ) WITH I- ADDITIONAL SECTION OR T APPROVED EQUAL 4 EXCENT91C VAULT LIDS u LADDERS ARE REQUIRED STANDARD DETAIL FOR PRECAST NOTE CONCRETE VALVE CHAMBER (I)EXPANSION JOINT MAT'L FOR 120 GATE VALVE (STYROFOAM) AS REQ'D (TYP) 0 O �2' MIN FINISHED GRADE SHALL INCLUDE HYDRANT EXTEN WHEN NEEDED •f. , OLYMPIC FNDRY -OR EQUAL Cl \ALVE BOX f 6' C.1 SPOOL —6" GATE VALVE(FL•MJ) 3/4"SMACKLE RODS CONC, CONC r•.;}} BLOCKING BLOCKING- (' 11/2"WASHED GRAVEL X• 6" TEE J•FL) 16' 4' CONC BLOCKING s HYDRANT �i HYDRANT GUARD POSTS SHALL • BE STATE OF WASHINGTON DEPT 3 3. 2' PRECASTWCONC ETEN GUA DOF CIDRAILR 2 ---�- •� POSTS O GUARD POSTlTYP1 I ♦ ALL HYDRANTS SHALL INCLUDE 2 GUARD POSTS HYD B POSTS - � SHALL BE PAINTED STANDARD DETAIL FOR , HYDRANT ASSEMBLY Ek HYD GUARD POSTS � SG-:: 1 0 1 Q 3 4 + 3 ELEVATION VIEW PLAN VIEW 'HnT E MATERIAL LIST t I ( 2) — H 10040 1" MUELER CORPORATION STOP • 2 ( 2)— 1" COPPER NIPPLE , 3 " LONG, MALE I P T x ALE LP T. ( 2)- 1 " H 13470 CORPORATION STOP GO• COUPLING 2 LiNEAL FEET , TYPE 'K' COPPER PIPE • STANDARD DETAIL + FOR I " BYPASS ASSEMBLY FOR 12" GATE VALVE s B STANDARD DETAILS TABLE OF CONTENTS PACE Standard Detail for 1" ByPass 12" Gate Valve SD-1 Standard Detail for Rydrant Assembly & Guard Posts SD-2 Standard Detail for Pre-Cast 12" C.V. Vault SD-3 Standard Detail for 3/4" and 1" Water Services sD-4 Standard Detail for 1 112" and 2" Water Services SD-5 • Standard Detail for General Blocking SD-6 Standard Detail for 2" Blow Off Assembly SD-9 Standard Detail for Air & Vacuum Valve SD-10 • t • s • i City of Renton SPECIAL PROVISIONS i Nam _Vt1ji.ty Logiucering t I. 'gyp June_.19. 1975, _ ` a. tc r.tream erossinft located begvee)Lttxis,lttn7+tN) nn +SO sha�_jta stabilized With at least one stratum brd control downntnsmn. _b, Tito stream bed control shall !te oln�ed In much a w:tnn_rd�� 4he streawkcyl q�tcrtal}n tiulysS�OLf]LRLLIc v E�jtps crn•.•itng. b i a' The the eont1fR�.h.bs7,I1S.!'RL4ZR_L_thC�•2Ctft2lnf..tile 0 lal�2`%7. 11t C!2n• - r�Tho corl{�olsh�t L,ys,-yarmdttctit and durint: life use of _hr root re r the_ elevation difference between the low [loW notch and flu• dmsvan•aA bed or tailrace is not to exceed 1 foal. It waY be necessary to tnatall additional controls to aecomolish this d. Equipment mp�operate Wi[hin the strraq bad far excrvatfan nnrlylnce"t '� - of•Creig lied eon[rol mterial except that the drive mochanfrms (Wheels, tires. trnfks. etc.)_nl1nZ�,,,)Lpt cn"r,�n�gpera_tS W thin theltrrp,� c. The cxi�ci�.c.2nsas�d�1•�:tw_¢f_.el�lescw;�lltt ac :tatten_Iiist�hall be eTfcekeJ for confarmce wiCtiL•ltth.4ySlnnv_(__ +on 1et�e�_'b'. 7f Work ' i9 rC4LL(Led On rhfa r0 rrot cln accfy l.[y s "r11 ,(` "fin"�inhr ,-ygt• t.�irZf7/1r.lOa�" Red '� f- 7,j�•jlrsgi�•o neeeg;e..lZy.ti>�v�[ r hr t+Ork secs h W+enl sLll 6r �1ruM2cd tp�,7rt +rca wllrrc it wt 11 hs.t11tCLLtLLL=at � r ce s�yap�lilLry �oyL,Zf,_tC_+`.LLLLCtuLt9_Ghall.-hays ' +i-S—/m= ,ice or ri of csv_rn d:.vr 1 I_bc.LO LC_CXp-O:iYIf`�LtL:,LALt�wd4:L:1.— __ _._ �V�Nr�yrr�rupts�orluc.ts. f;cy_h crxlcrr;r_iQL+>jhr,/.l1Slt'S.L'LLLnlrym�jy;,rlaln shall fall. be wasted into or otherwise enter iptg varero an a result r of thin prolcct, NC[.ObWU: Conduit Crossing - Trenching • June 19, 1975 and before Srptembr 1, 1975) TIIIS APPROVAL IS TO BF. AVAILABLE C,J THE JC 1 SITE AT ALL TIbtES AND THE PRO- VISIONS CLOSELY FOLLOWED BY THE OPEHATO.t CONDUCTING THE WORK. Thr Department of Frshctas and the Deportment of Game reserve the right to make further restrictions 9 it deemed necessary for the protection of fish life. r This approval is granted in the interest of fishery protection nn:y,and these dip,nmenls cannot be held iisLle for any property damage which might occur as a result of this project. , w Failure to comply with the provisions of this approval is • gross misdemeanor punishable by Me and/or imprisonment. - The person(s) to whom this approval is issurd may be held liable for any rfernage to f1sh life or h:ibitat which results from failure to comply with the provisions or intent of this approval. The use of rxplosive% in or near state waters may require a separate approval from the Department of Fisheries and the Department of Game. This approval pertains only to the provisions of the Fisheries and Games Codes, Additional authoriza- tion from the Department of geology, the U. S. Department of Army Corps of Engineers, Department of Natural Resources and/or other public agencies may be necessary for this work. w DE t cNT PF iiF.R1ES DF.I'AI;TM��F GAMF. IRECfOH Gt//LG l//�rA'-+1''✓'�,, DIRECTOR * _ DATE SIONT.D —o-i 23 r DATE SIONED DWH:Jg s nlss t +► L 4 • TF,CNNICAL MOVISIONS i CONDUIT CP.05SIMC. TUMIL ING 1. Conduit alignarnt within the hif,h water flow channel sh„11 be Within i 15 degrees of perpendicular to the stream allgralent. 2. Conduit shall he instniled at sufficient depth and in ouch a manner no ( to avoid subsequent disturbance to the stream bed. 1 �. Trench excavation operation is to be isolated from the flowing r.trean 1, 1 . by the installation of sheet piling,culvert or nimLlor mechanism. J i 4. Equipment may operate in the water in the area isolated from the flowing stream. S. ' Trench shall bn backfilled with clean, well rounded, uniformly graded, • granular material, ranging in size from % to 4 inches. 6. Upon completion of the project, stream banks shall be rentored to pro- + _ project configuration and suitably protected to prevent eronion. 7. Equipment may operate in the water while, sharing the toe of the book # and/or the key at the toe of the bank for placement of bank protection • materials, except that the drive n!chanirma (wheels, tires, tracks, etc.) shall not enter or opernte within the water during these operations. Thene operations shell not take place during the period when npnwnfug or I incubation is taking place in the vicinity of tLe project, f.e. , theca 111 operations shall take place after June 19, 1915 and before { September 1. 1975 - I I •. All book protection material shell 1,e placed from the bank. There shall ! he no dumping of bank protection matorial directly from a truck bed onto f the bank face. iws 9. bank protection material rhall be clean and shall be of sufficient tit* 11 to prevent its being washed away by high water or wave action. 10. If a filter blanket 18 to be uned, filter material shall he pl.:red from ? the bank and bnnk protection material shall be placed concurrently with the filter blanket. M f 0 • 1/72 F i DEPARTMENT OF GAME FISHERIES AND GAME DEPARTMENT OF FISHERIES "a t01,101 we, w.••, HYDRAULICS PROJECT APPROVAL thaw,! Ads" nwt. ' • oln,•M. W. Vl., rasa War w.wrsras 90004 June 19, 1975 IAaalle•nl M•yl•nf•r M late do"M all wralaNMm.r) • waterline CrooainCa_.._ _. ItaY_Greek.._... ..Lake Witabingtoa__.t�8 , ITra+ s1 rn)"u lam.) for~ arw.m) j ) This approval (pages 1 throuf:h.]_) is given to__._City of Renton ULility. Eagtnearing_...-- • 200 !Lill Avenue South Municipal Building ,__ Renton, Washington 98055 . , to ptrform the requested project work which Is covered }g the laws of the State of WasMngton, Chapters 75,08. 75.12. 7520, 7716, 46.61 and 966. All work assmi- •led with this project shall comply with the following General, Technical, and Special provisions. GENERAL PROVISIONS 1 1. Pro,.•ct fw+rntlon: NA oL Section .32...Swnahip 24 Ebrth,,.1aaga.3.._gut,_W.2L._a� ..._. King County. .__............._._._.__...._.. ......_.__.._.�.._��_ ' 2. Time Limitatinn: .. Iaaacdiatcly_to __._.__._.—� ; �. Water quality I. not to Fe de)traded to the detriment of Bsh life as a result of this project. Compliance with the quality limns set forth in the Washington Still, Water Quality Regulations shall be main- . ta)ned throughout the life of the project. C Siltation of the Mal or bimurt of any state waters to the detriment of fish life shall not occur a) a result of this project , 5. At no time and under .•• c1l" .o. s is there to b. .rvaU•A 1 block tr Oresm or tidal flow Or fish paswgc as a revel• ..f 1r.1s I".. .. 8. No equipment is 1. • olr ,.ratr in .nv flowing stream sir other state waters except as provided in the Technical Diva Niv, i. .,rovwons of this approval ~ 7. Any fish strandrd as a n••.ult of this project shall be safeiy released to the. Bowing stream or open water. 8. Any stream hank or shorrhne area -,it which vegetative cover is disturbed shall be replanted with trees, - brush and granary of similar lvpe and concentration as exists along the stream banks or shoreline in the general vlclnily of the project. be ov channel bed of • 8. No gravel or other tream or from theobottom rn rof any rial aother state yw ten, except as provided water fl prrvided in the Technical) and Special Provisions of thin approval. 10. Any debris resulting [rum this project Is to be disposed of by placing beyond high Uda and/or high water flown. s r.w•.was-la...s•m-+ss- . lily M,rr w.wiw ears..('a.x rw.a,....�..•. 1 w.a,.. ..,« . . ".rf�....J.,d`,'.«:1-' tmy�yyi•::.. ... ....• . .xPMad�rv"�tnri/m�hl4!Y,+r•aNIF++�s: .1 r 7 Jumr 1915 CERTIFIED MAIL TD: PtnNxotor:wt City of itenton, Utility Fjigineering Watermaln Installation for t s L.I.D. No. 291 in tho Xlnnydale- May Creek Area M-400 Re: AUDDIrUM Nff. I i Toe plans and specifications for the eWve project are hereby revived an 1'oiluwe: Rev. No. 1 Schedule 2 of Prices No. 40th St. MAIN REPLACEMENT r * Item No. 1. riuv[sh and Install 12" D.T. Clrun #1 Water Pipe rI : I1 be changed to C1asE, 02 Water Pipe itev. Ifo. 2 rP-42 HYDRAULIC PROJECT PERMIT ... . ... .. .All work.. ... . .. .. . .. ..Gtate APlencics requirrrwntu. (AUi)) As detailed in per+m;t which is a part of this Addendum 111,. 1, And shall include speci� backrill, bona Proteet:.m and Gtreamtn 1 • 1 control materials and lr.bur. ?iev. No. 3. T'J-03 PIPE MATERIAL%. VALV}S AND P11TINCSI, F1PC. c. Pipe Fatting d to Cant iron pipe fittings shall be Class 350, D.I. shall be chwuC' , Class 250 Gray Irun. } Rev. No. 4. SD-10, Standard Detail for Air 6 Vacu,um Valve. Code letter P; Item, - Air-Vrcuw. Ik•l ief Valve. brand - 2-inch No. 145C. . * Rev. No. 5 T:-03 PIPING MATEi<IAL;, VALVE% AND FITTING:"•, 171'C. e. Fire Hydrants Pacific States Fire Hydrnntrt is upPruvrd The bidder .s requirad to acknowledge receipt of this addendum ix'I,w and trrclude ., it with his proposal. The failure to do su may cause rejection of the bid. 'ADDENDUM N0. 1 RECEIVED FR:VA COLUMO CONSTRUCTIA MEMO Bidder: Y [CO ikr. to t StiM JLE 2 OF PRICE:' N. ',Oth ST. WN REPLACEbIENT (NOTE: Unit prices fog "I items, all cttensions, and total amount of hid mast be shown. Stc: unit prices in a)th words and figures and where con- flict occurs, the wri+.ten or typ�td words shall prevail. ) ' t APPROXIMATE UNIT 701'AL ITEM QUANTITY DESCRIPTION PRICE PRICE a 1 435 L.". E•..:nish and Install 12" D.I. Class M1 (T.J.) Water Pipe 1'ar veal Foot '.Words) Figures 2 2 EA :�urnish and Install 112" Gate Valves (MI) in Stand. Conc. Vault with 1" Bypass Va.11ve_As)semblies der ch de{,Csus. 3 1 B4 Furnish and Inst-31 5" _ MVO Fire Hydrant Jxnemblles (M�i+) 5' Bury � ,,�/ Per FAch —� 4 2 EA Furnish and Install Water- proofing on Uste Valve Vaults ea Fer 5 3 C.Y. Furnish and Install Con- crete Blocking 8 j / Perk Yard 6 10 Ton Furnish and Install Bank Run Gravel Rack)fill ! / �4 t(do��-4 L42 W �tG a H(en r•r 'Ion 7 5 EA t,h and Install Connections to 3/4" Service Lints -� Fer Each t t t e 1, 1 SCHEDULE: 1 OF rRICF.P, (Y 400) LID Y291 UNIT TOTAL APPAOXIMATii cRIPTION PItICL• F'RICR I ITEM QUA:.TITY 25 10 E:A Furnish and Install Connection to 3/4 Service Lines PerEw., � Per ch� Yoras) Figurssl 26 5 cA Furnish ans Inetsll Relo- C❑tion of 3/4" Meter ar.d Meter Box $ :(,•_ jam, — Per n 27 440 TON Furnish and Install Crushed Rock Surfacing Per Ton 28 1,'00 S.Y. Furnish and Install AsFhalt- ic Concrete Pavement $ b ( _ Yer Square Yard ' 29 3,000 S-Y- Furnish and Install '-' Bituminous Surface Treat- pent J ^" 0.��4,41 Per Square Square Yard 30 30 S-Y• Furnish wid Install Portland Cement Concrete Pavement a•c r. Per Sgta Yard 31 4,000 L.Y. Furnish and Install Baled Hay ripe Bedding in Shore- line Area Per Lineal Foot Sn Subtotal %----.�---- 5.3$ Sales Tax $ TOTAL Scnedule 137/ `/�'`/�•' '� ..i/ - SCHEDULE 1 OF PRICES (W 400) LID 0291 UNIT TOTAL APPROXIMATE F?iTCE PRICE ITEM QUANTI-TY DESCRY I�N 16 1,600 L.F. Furnish and Install 3/4" Shackle Rods �7 Per heal Foot Words) FT 17 60 L.F. Furnish and Install 24" ; CMP Culvert g, <<•e ~ �, tLoCL� ei 3 Per Lin Foot 18 40 L.F. FAuni,h and Install 18" CMP Culvert Per al k'oot i9 40 L.F. Furnish and Install 10" CMP Culvart - Per Lineal Foot PO 10 L.F. Furnish and Install 24" Reinforced Concrete Pipe Culvert Per Line Foot 21 1,500 Ton Furnish and Install no _ Granular Bedding $ (l`.e. �_ �,�,✓ E_ Per Ton 22 5,000 Ton Furnish and Install Bank Run Gravel `,moo _ ., Per Tcn 23 1 EA Furnish and Install Connection to 2" Service Line Per Each 24 4 EA Furnish and Install Connection to 1" Service Line „o E qo inn Far Each CHEDULE 1 OF PRIG (W 400) LID 0291 UN T TOTAI. APPROYIMATE Pg7t:E PhICi ITEM QJANTI'N Dx IPTION - f, 8 1,650 L.F. Furnish and Install Poly- ethylene encasement sleeves on 8" D.I. Pipe �. er Line foot Words) }Ygures 31 EA Furnish and Install 12" Gate Valves (NU) in Stand , Coac. Vault with 1" by- pass Valve Assemblies Per Each13 10 13 u Furnish and Install 8" Gate Valves //,± 11 Per Each i �f 11 5 EA Furnish and Install 6" Gate Valves o ,. Per Each "'''`" 12 33 1;A Furnish and Install 5" MVO Fire Hydrant Assem- bly{ (W) 551 Bury Per ach 13 5 EA Furnish and Install 2" � - Air Valve Assemblies JJ oa ,e� �J npra Per Ee•h 14 31 EA Furnish and Instsll Waterproofing on Cute !i Valve Vaults _ .• 0 «c d«et« Per Eac , 15 36 C.Y. Furnish and Install Concrete Blocking •- _ Per Cubic Yard a ' SCHEDULE 1 JF PRICES i f r (W 400) LID /291 (NOTE: Unit prices for all items, all extensions, and total amount of bid must - be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words ahall prevail. ) APPROXIMATE UNIT 'DOTAL ITEM QUANTITY . DESCRIPTION PRICE PRICE s' 1 99720 L.F. Furnish and Install 12" A.I. Class i2 Ty-ton Joint Pipe i `dam 'r •. 6 Per ineal Foot Words) Figu^ O bt 2 1,520 L.F. Furnish and/'Install " t Join Pipe wee �� Per Lineal root Y 3 2,370 L.F. Furnish and Install 8" D.I. class /2 Tyton Joint Pape A.ineal Pont !' ! 4 120 L.F. Furnish and Install 8" s D. I. Class N2 Mechanical Joint Pipe Per iheal Foct ` 5 435 L.F. Furnish and Install 24" Steel Pipe Casing Per Ltn..el Foot t 6 50 L.F. Furr..ah and Install 18" Steel Pipe Casing Per i aal Foot 7 41000 L.F. Furnish and Inst.yll P01y- ethylene encaseweit i sleeves on 12" A.I. Pipe j. sn Per Line Foot i 1t 1 ANAL TO THE CITY Of RENTON RENTCN, WASHINGTON r• Gentleman: The hrhdsmioud harsby cartif�_that w, haC{ax&Mnod the Site of the proposed work and ha_^r—,,,read and thoroughly understand_,.__ the pianz, t+ specifications and contract goveming the work ambraced in this ivVrovessnt. and the mrthod by which paystnt will be made for said work, and harab1 ►roPoaa to undprtake and CMI#ta the work asbracad in this Isgroveftnt, or as much therlaf.±rs. can be eosglated wlb, the MMY avallabla, in accordance with the said pl specification and contract and the following schedule of rates and pries." (Note: Chit pri as for all itess, all s ene total M%mt of bid shoald be shown. Show unit prig both in writing and In figures.) esoo ma,vmc ware Address +Urrer, w»s.,wutPY t Nffm of Members of Partnanhip: U"K CWUCCA rraL ? CGLM+ ,?. Y.se fin. Nash of President Of COr9oratlOn Nmm of Seerstery of Corporation Corporation Organimd under the Iwo of . ' with wen ii SAFECO INSURANCE COMPANIES r� uuam uiaurrAKs 040aAry Of.rest. aEMeNA,ar,AAKA COrM y Oi 4SIF"A Fiair"TiaUK WALAAKa earw"v as AaartiGr 1 ,AAI,6{:t[ Yr VJI..v.lvY wt srlr.,r .Y.w+Grux MTV. PUBLIC WORKS CONTRACT BOND STATE Of WASHINGTON f5 ANOWALCMENBYTHE�EPRfS.ENTS.T.lutwe, -FXM- _GQLUrCIn C0KS=C' ON WHIS h'Y.,.�----- --- _a_YorhlrtBtoalrar�ratl�•___—____, -- __-- -._. _.__.__-____ _ .._ ___....__-' ° sa Pa wpw,jail SAFECO INSURANCE COMPANY OF AME RICA,a nitpomtire,orgx ivied and es6thtg under and by vuttw of ft lava of the Style of wy:wrtgror,mJ legally, doing b"utsrc an ds Stall of.W+Yamesou, as Surety,are hew and firmly,bo m l aril owtpted unto_._1 I-9F-BST -- t Three Hundred Ninety Eight Thousand, Six Hundred A the ItrN saliva rare o(.�t�ttY-�`and a 1-1M- " F �S�8•E.;��jQ�.—•..�)Lawful nwney of the Unted Stater,for Ih,payment of whkir earn well and oily w be mists,we do IS&W ou wlw%our and each of our here,esecutorx anu aJnunir::atax,Wcee`xn sad a:-;gns,jointly Aw aewtaoy,flrnJy by these Fresenls. This bond a esacuted in pAnuon"a Chapter 3y.08,Rental Code a Washuylnm. THAT caVD1770 3 OF IWISONLIGATION ARFSUCH,Tl.at WHERA:AS,the Pruwtpat entered nao a cenall cunuwn fa NAMLpIIAM Ij KMYDAiB-NAY CKSSK AREA, LID 291 it AOW, THEREFOJUt if the Prtaeipal shall fA,thfully perform all the pravaivas of Sw:lt cuntrj.:t grid ;rAy it isbwvm, smadl w s sad twlKvrwev torn sad mainvolmen,am all perwos who shall supply Such penuii or tK.xms,-itra.:emu+w• tsar,with Parvsias lout wpPirea for the a�rylag on of Such work,tlw:n th.r tbhg itiun is wwd:olheiww to rentam-a full ra fee"and afleat- PruvWW,however,that We asedIsass of this ubugs.wn shall not ApplY to any rmi:ey L,.nixl ar advjnccd to the lirirtcila! .w to may subcant netee MOON Psrea Is the Pedoraunce of any Sash work, Swaw sod tatted this —.—day ai L71LQW�T_—..19.IJ. -� wwa.: PL�l1.flCG24 f�l'�Ur.LOHs.�'^e 71 nr�12�t sir C U.ota roped SAtF.CU INSUh AIWA COMPANY OF AME . { 1 eYzt; ctbyCOTTE. W. SCOTTNYwt. Seattle, ►astir"SO,rAA. i � 1 STANTLEY T. SCOTiT & Ca INC. 2.112 EASTLAKE AVE E.,•SEATTLE, W ASH.vs102•CABLE SEASCOTT•206 113-3931 C ,TIB'IOAT� OF IN'SUR.ANC:1WC' 'his is to unify to! f CITY OF Brm=4 PUBLIC WGUS DEPARTMENT MUNICIPAL BUILDING 200 MILL AVE,YUE SO!JTH n L BENTON, WaSHINGTON 98055 J that Hw insarsnca described Wow has been ananped f x: FRANK COLUCCIO CONSTRUCTION COMPANY 9600 Empire 4ny South Seattle, Washington 98118 f' M/�Mtny L41rwy Iwrrru—Othe,T6rr A0000" '.laths _Frch hr.pr{. --^—..—._Etch Ql(Llgn<r {3DD�QOD --h9i•^9a•r T erfly iNwl'lieli9ty 4wua--A~.W4 La,ih t '1M flElEl .,___E�ce erg {�DOsO00--.•._•--Each Occrnrucr arnge OeyTrp len,arc�_00.,T6,r A,0 m 6i4 i L„ny,{�_50 f10O ___f�ch gi,coron.r S�Q�----- ^94rrgrlr n'r!r•tY aesetr LisYtSry 4wreece—Mtee,rbW INSURER(SI 701. NO. FXPIRES .&-w-sItRANCH COMPANY _ 1136013 4/1/76 MI3610N IFISUBANCB COMPANY �M 7I266^_ 4 1 76 Ilesrsiptiwt and loanicn of oWwkm. AS RESPECTS CONSTRUCTION OF WATERMAINS IN KENNY DALE- NAYC'REU AREA. LID 291 IT IS AGREED THAT THE CITY OF RENTON IS NAND AS AN ADDITIONAL INSURED AS REEPECTB THE ABOVE DESCRIBED OPERATIONS. AT BAST 'TEN (10) DAYS PRIOR WRITTEN NOTICE OF CANCELLATION OR REDLICT10N OF -� THIS INSURANCE "ALL BE GIVEN TO THE ABOVE NAMED HOLDER OF THIS CERTIFICATE. This cwtifimre is tuned as o motta of mfonnutlon only ond. as u,ch, wither oexds ony mwconcs nor con. firs" dgihti upon The holder. It neither ofhrmotiveiy na negotively amends,extents or o',eri the coverage afftrded by eN.polkas;.fentified above. -� ttTA2Q L>DY T. ®00'[••i" • 00., IMO. Dtsar July 21, 1975 0r_ ..C11 ,z-t W. Scott f t y ISSUED 01/02/75 CITY OF RENTON d """' R BUSINESS LICENSE �C/detu, . L6Ldi ME E30s00 —C-jYV-C�e'IfF .�.�. LIaY Ifx'e has mAk applicallWi tot a(lty at RrnPln UKvuw cat a.eutd.lnrr Willi Ihr y ptVYaions of Titk Y. Ih.aolese I(ryailauau(hriller I. /.ode at (:rilvtal (hduuu.ra l,I li. hd ('fly of Revlon and agree. to comply with aN Car requircua nla of aiut,xdulanae 11.:1- 5.11a0 furlh q tumply will) any and all othe, ( 11) 1. "W . Jtalc I.,%,ilia Regulations applicable ro ltw busiluss xImfp lirVnscd hc+cun.kr 11 FRV49 C06UCCIO CONETt COO 777E SENARO PARR AVEOGOUTH ), SEATTI.Es *At 9811b �Ttr n�ctarai�.��ulrale.�rQ.-�aoat.�+nar.:.,sinrrea'_'�? 1 e J I C' \ t � r of p.,,..,, . . STATE OF WASHINGTON r �..w. OEPT OF � 6 �`+0uSTPfESA QIVISIQNF BUfYL01.N5 GyCOM3TaUCTf0 LAROR 4 pEG. CONTRACTOK-GENERAL CnLiICCIrjrPRANK CONST CO 9600 EMPIRE WAY SG WA 98118 A SEATTLE xAC A o• ... . tt3 Ol. 4860 5 Ljt 11I: T,wF r J 0 ,r a 1111111110 III 1 _.. CERTIFIED COPY OF COi1POMTF. RFSOLui I0Y OF FRANK COLUCCIO CONSTRUCTION CU>IPANY I, J. N. COLUCCIO, do hereby certify that I am the. Secretary of Frank Coluccin Construction Company, a tkishington corporation, and that at a meeting of t':-:e 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 : N "RESOLVED: That Frank Coluceio, the President; the VincSecretary;iandVVincentice sN.inice,JAssisttaan[ccio, Secretary, or any of them, be and they are each hereby authorized to make , execute and deliver me behalts , pa ers, is contractsaandnA and all documents , papers, 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 limi- tation by reason of specification, the signing M of contracts, bonds, and other assurances. I further certify that said resolution has not in any way been amended or revoked. • DATED at Se:_ttle, Washington, this 23rdday of July 197 5. t VMO"� . v 3 f •rTI�.JY�PIlOW�41JIIMbY�- -. . ,. .. ,.,ww..r.ww,. w w BACKFILL WITH WISHED GRAVEL ( ' LOCATE BEHIND CUR" 24"t Q R OR SIDEWALK •, i w N ' 0 � � J K � � r (NOT TO SCALE) M B COOE ITEM BRAND AMT DESCRIPTION O A O"iE STRAP SERVICE CLAMP MUELLER_ I _ " CORPORATION STOP MUELLER Wwii I J gp^ OALV. IRpV PLAIN ELL G Am PER BRING) X CLOSE GALV IRON NIPPLE 4 I REp PER SWING) C 2�pALV IRON-WATER PIPE VARIABLE M !2- SATE VALVE (SMS) MUELLER A'21807 I SEE NOT N S".24"C.I, GATE VALVE BOX OLYM►IC I + H GALy IRON UNION COUPLING P AIR•VACUUM RELIEF VALVE A r (S. OUTLET) -- ARCO p ISO• suv. IN ELBOW RO R B[[Nly[ STRAINER_ • STANDARD DETAIL NOTE VALVE IRON SCOT, 2" SQUARE OPERATING NUT FOR J AIR & VACUUM VALVE SD-10 rl BEHIND CURB OR SIDEWALK I (E)APPROX. fe"xWx 16' METER BOX 1 i /�w N ON VALVE BOX S lA I 1 a JI K 1/4" DRILLED HOLE I �c C M \-G'�-2" GALV. PIPE (NOT TO SCALE) ITEM BRAND AMT DESCRIPTION A2 DBLE STRAP SERVICE CLAMP MUELLER I NOTE' VALVE IRON BODY, 2'. SQUARE B CORPORATION STOP MUELLER H-10013 1 OPERATING NUT JI 'Kr GALV IRON PLAIN ELL 2 2REQ PER SWING) K CLOSE GALV. IRON NIPPLE I 1 REQ PER SWING) C GALV. IRON WATER PIPE VAR M 2 GATE VALVE IS x S) MUELLER A-2 I SEE NOTE N B'•24" C 1 GATE VALVE BOX OLYMPIC I J2 9O" GALV IRON PLAIN ELL WITH STANDARD DETAIL 1/4' DRILLED HOLE 1 u FOR S 2"s 2 1/2' ADAPTER DPT x HOSE) _ WITH CAP AND CHAIN I 2 BLOW OFF ASSEMBLY E CAST IRON METER BOX OLYMPIC • 5112 1 _ i- owl s r s it ` .Set :.plc//Ycc ns /'s- SAanobrd Oe/o./,r I i $a 4v : ;i a i \i ♦ f f I••s•.W aJ.E/ IF .S ^I snLI19 f✓a✓ Titnclr SGc/.ov+ rn �` ♦ • e '• ♦ // I !'A.. N.K••, . !• }i OI.b.Wdt1d q,.�IMvy P/�!a^ e•/. '.!!•Gene/{N"f �-__ '.•`,• rI L• s •.�pM • jq�A17 { P ! fd Cwrnpa S-4"rWVhs 4 Df I fl'�� Tee MJ.ffl f• Ae r JN� r"'CMa ar requ.red dY OJNR /eR R7'L Cca•TJ I, Ml S /-S M.rQ Fire K+'./a ` r [r. ti nt9w av w 9 .Her14 MMwA 1 .�- bIr f \\` t1t T sr MI IV- cw .- sr4 3•� :7R�S5/NG NO G' 'r.•r ✓/ ?'.•L'R.d ce^y,•Rt .SEE .�O/TK e. -_- �`.-' ' :Ti sl,ss .1�,• rtAilae ren.,�✓ ^q4E: Ir• gET//t Q'✓.L/E£r nn /9 ._. yy �sr ,_/T dw•1R, � rt .H..Cr IwYI IYI ��/ / t'/I Sere•tares.MJ �S a,�� 7K"I6/w ri..U. W' .T1st LaN T /•/.'d'tee¢.cei F•!! Z' IeNrMr+R t •eY.N./. � +� i.p^ �Yo as'la wig i �- + N r-t•tI-c f * r dw by sw.c•w nL o/p• t INTE75TAT 1`1~ a r.^ a r..., •ecd rro!' � V" _. . q05 E !^n.n 7L! ro Cea:�1...' G T EI, ti JA4 d•Is /-/T 16Ne w.N/ C. ` '- / /./P•2t•/r' dens di.rr y ot� -- ` , I'b 01 � `\"�_ �\�� GY 4 i'- � •_-�. -IIE� //ST/Ku 77p5 CUtTRACT Jr � �•� �� ` Ff�/� FM7 MQq'4VT:a.J:f'M8LYi _. V • t AFC iR v7 tAIW M•'M.' I 24,111 G/f.wik ✓.f(vE ��� •'ter �� ��, �, ♦ ;f SH/TW Arwro,Ad '& z -la •� \1, t y JtLOiM Q^.rAV, YNa/Atli - K.-.--0-6- ' AII N3-5-Ateo /cry NyI ,�.oy-i'S�"St� _ �e l-� , �� ps eGow o.v cd/Gvcr 3T.a r.rq ,5�ary �, �•� 'a�'✓k T/C fAVCRf TEr— ,y s'o, Vs*'.ear _ ! ( _'`\;. p c CO.v[RITE J� r--- 7.40 r�� h/!'fie.MJ �\' O'RT W /sd'r4/✓a f:a✓// .Z rIVC3^/Nipp/L TCVWBU rTasea Si«uOt•.--_. 2 ., /•R'Cap,MJ INTER c[•:-nic, -.- CITY OF R E N T O N fT/_ fjd R4, rRA[K f -r-ti---. I O•f�•rY[Ml OI tM•�Mef\IV• a P oa/lF /v7c.P +)J REDUCE0 TO N 4tr SYIZEEE N I.D. L9 hZM/aa8 w-400 �Tl 1. _ � w ° J C M4RTFERN �-4 ` BURL INGTON — .,: — Z .Y 1 "tom.__-- SSKY.Q F•e ny .IrIII •Ph •a + .-rr•Yrsi'e....i,w �� LAKE WA�r'ifNGTON BLVD. N �N'!I •,� Cer..y yy (STATE HIGF:v'/AY) l7i sr•/tT a 99T ON WFE7 A47 / �6/t Ge•. .C>;.[ M.J '-Y'Cro,r. M1 � r a 37A. N•7P ro Sr. J/•!s 9 ,S^ 2,, O r Cavxrr b f..stinq CSe � SlacM et/+vee f.w.M r /- Cqo, N T / 4°'rC reI M/.:/ /c' s Guwc• Roar a o✓Of..ca �aJ /P' ///u• Ornr , M/ �, _1 6 c`S•/ '/ °, yews Cwnq 3gaeAh nrwgn r.r,.apl / L,N_T _-_ - - - /i 1C.h vb/vf !/rM! "♦ +� •N G ou Ji Cau,..n / �'K` 5Mf£ / L iOI _ iWvf d'« 3 t i.;�,t #*eeDT II - �-///4•Cand M//p/r•I / c. m..�+r/:J �e Jro !/s+ s'wcF/i Iw/ ar< fe/.JM ° /s• P^' sr/Ec,d, Of LL/�rr.L£ /'•50' V 'i '• 'xi# >, focA ais /-L'S+/ N•Ct! tega eu •ef, ` • i7 °� �. yy 1 ^ ° 9 •to /-f•Sv 7tr., G( ts'•zw'•X.' t.J.n ~� "F .° ��iy s7i tt.A7 r CWe;,rge. s!' ♦ �III IIIFaPi\ '_/. .e n.re.R..r✓. \}E iiCtiar. •e.rf, Ara i T I ,." , t /-rrw}N✓ .: l 7-/a.•6..7<rz,M✓rH. 7•KM1v KvM 'Z y -. �- -n--'- _ 1 4 moo oIr It IT r �_ r_ ' i / I_-� 1 —•� r—ter _ _.--_�T M TON NpRTFE ! — - _= - \- it BUFLING ___ t,ft [ TrIi Y✓di are. 4s NI ' Save' f+[4Air 15r.4 4111 ro S-. SJ•!I g Atw'r'Gr, w.Jrolt /-/r'N w. Mi Ax -c`c•, - 'nr'oM-1. ♦'G+rar snaehv ro LfnHa I A...rat � Y V. T a .iMw N[[I— pvwAfhw+Ir•y..wr/ rea f5r'•D_LnC+r[S rrf ,Ts,fir ) I �AwMe J•C/tsv+rl _ CITY Oa NENTON A �� P SECTION A-A i THIS DRAWING IY$ OURems. 'wYs �ino 'Y•kab w nr+ :.go..r'r• REW[EO fC Nµf fllE KIEWWVI L { p 291 w.cry. r<. tj i k4 � � rr ? � i $ a.4 � g k!a1i __� � •a 2 • y� � �t � ` f�' ��e�"+ � \ ` 1 l \ kip \� \ 4 _.� �/' r.r•! {,, [as' �±a,re. K tj°#� a oil It CU.:T 77 +s n�M • - - �.. - o , ^--.- _. T x +•i„4,4:: s NORT zt y�`� { a. ! '� f � [ •�I, --_'"-ice sue" i `/f ��- -- _-_ ._._ _ _ v LAME WASHINGTON BLVD NO J r• �iv'_: �li�- — -SFc aOD Irlew.41 -'�--- \'(. s3'Jr✓G.Pre r�.e,Vp� 7 E r AM yj/ a rN !/ r/n► Bsnar• r/ Ie:G'rra M✓rr< dS fen! rD/vf[, C/.✓l /✓frl.J I'f'0.✓r ar/.e !/r A(,L \ ' r_e•/eeF�Fpp/M/!/.N J .fraan•N enI ORe f•//oy, M✓ S { '-/.N•f! NNrI Gorr: 11'N/h exh .•oy T 8 •(',+, 91 • .nabl/ SenRn W. PC �Yb/re M1 STI wl V Ley 1 +a' L rb enq•4. !'r l R.pe p /•y r9 e'CJ'ry h� .uvy sey+.ne curr,rcas t. 3 Cavni.-/ Ersn w w.., w ��j^ff • SneN4 f<w. Srw. P7.GY re 9 J.I. Goo h If. /-rAre M /ar R! /'s• sef va; sn/ ✓ es !S 3 PS ——_—_�\ I tior!• GYM T t i F t-r.Di• c J it,�re eo. wlj —-- 019 IS Nut � -- i L �v8 a� e•rr�� \ : O.P� M7R /•.PO. �aa � Y 1 ` �i 1 W*r16 lr./a yk 4� i 4 ,SFr hl - — t e - ENGTLAkZ NpRTHERN �INC-TON BLVp N CSIIC AV P r^ v-/r ie a ve ve .V./ LM ate• I ov cr ' �`y l-u+• n..w ✓a.ri? �AZr-�D! CZ4Z.7 KJ Abe\J-/7-•Chfs,r✓. a If.rf1 ti rfI '� STw r.We !-e'nr•✓e.w;rf Arne w+Nyr f Nn4 MhC/.^7 srw N.q or <qpr+cash �� r ff•e[yy .y/ RO.fO CAKfTAVITIO/v ♦ /.K' .•eY .t fY1M'I N!ra/..,D f•3[/ / I NA[JP,N l/O� ` y • /-�I' TIe; M l r! - STw, /.07 �f TN![ /.K• {�fyaf'��'' M: 11151E PIMP-i, Sri �3rd N.G� T._ eY'Ter rE' S/f'�r l-Ac• Golf .ta ref. <+/ Btl \ \ FCID at oA-e ✓ba.Ha / /anvi" rb•41fatrnQ IIrM, N/ �'.`•Y Rear,:f.. s. 5 ��` c•wrL_ L ( "f'f!' ap•v, t" rA f sfOwrH CITY" Of N!N T O N r-I Galf Yo/rf F.CF > 1-400 Sn[fr giw RE y-f• e✓ !iu fayer,n�r __ _ _ ev[erra �. or aremauP..e 1 .f/.acfr //r• -yrin n� sP I�?I`Csy � •� cl IN$$ DRUING WS BEEN C✓Ma ti u:n J REDUCED TO PALS Stu L. LD. 291 + rt 1 *, AMA or L 1 D pl Mw • , , na uwu aaallEt �I �� J I J w � j// I I CITY OF RENTON ,,�,,,..� � i "fill�11 �' it DEPARTMENT OF ENGINEERING 4. /J t j. WARREN C GONNASON-DIRECTOR OF PUBLIC WORKS KENNYDALE WATER SYSTEM C" »� 3 ' I CT-_ � F, '; 1 416 , , W- 400 VICINITY MAP - p0.2 J M-_ JUNE 16, 191-5 NO SCALE " "-" ° " / t , ; ---- ' ------- -{ f E ~PREPARED BY �_---J 6 GARDNER ENGINEERS INCin PENTHOUSE, ARCTIC 6LDG // 9[T"0. j SEATTLE WASH. 98104 �{ , ! I 1 F i INDEX TO SHEETS LEGEND. F-2-- I Sheet etilra,hw and limits F—''--' Existing mains AW Proposed mains �. MIS "EK eMS 9F E!1 x[MRp t0 Wla SIZE w w (10) Continued and firms pertornnng labor on the construction project under this contract iAt or furnishing materials in connection with this Contract; said bond to be In the full amount of the Contract price as specified in Paragraph ' 1 . The surety or sureties on such bond or bonds most be duly licensed as a surety in the State of Washington. (11) The total amount of this contract is the sum of Three Hundred Ninety Eight Thousand Six Hundred seventy Three and 70/100 ($398,673.70)------------------ - which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its �z� •' Mayor and attested by its i ty Clerk and th.i Contractor has hereunto set his 14 hand and seal the day and year first above oiritten. CONTRACTOR CITY OF RENTON Frank coluccio Construction Co. , Inc. 'a a Was ington Cc ration Mayor ATTEST: ��� A_ y ' G ki u f7 r.Ity State of Washington License: M 223-01-4860 Y ;:ity of Renton License: d G-345 J Approv as to form by Ity Attorney — — GeraX Shellan i • (;) The Contractor shall commence performance of the contract on the lam day of , 19 71f . and shall complete the full performance of the contract not later than 90 calendar days from said date of commencement. For each and every day of delay after the day of 9 completion, it is hereby stipulated and agreed that the damages to the City occas,oned by said delay will be the sum Of on, l,.,n.re(' too. _L_ , as liquidated damages for each such day, which shall be pa' d by the Contractor to the City. (8) Neither the final certificate of payment nor any provision in the contract nor partial or entire use of any installation provided fur by this contract shall relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contr...'.:r shall' be under the duty to remedy any defects in the word and Daly for any damage to other work resulting therefrom which shall appear within the period of one (i) ypar from the date of final acceptance of the work, unless a longer periud is specified. The City will give notice of obsarved defects as heretofore specified with reasonable ,,romptness after discovery thereof. (9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, re.ords and misellaneous data pertaining to the contract as may be requested by the Cit> from time to time. (10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the contract, including the payment o� all persons r • AMMUMORPM r commence performance thereof within thirty (30) days from the date of serving such notice, the Citv itself may take over the work Linder the contract and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event the City if it so elects may, without liability for so doing, take p ssession of and utilize in completing said contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the Citv. (5) The Contractor shall hold and save the City and its officers, agents, servants , and employees harmless i^om any and all liability of any nature or t;nd, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder, and for, or on account of any patented or unpatented invention, process , article or appliance manu- factured for use in the pe formance of the contract, including its use by the City, u„less otherwise specifically stipulated In this Contract. (6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as iheretUfore specified shall be given by personal deli !ry thereof or by ra- positing same in tl,e United States mail , postage prepaid and registered. J 1 i r i I -_ _- _ . ._ _. -..� x-++."gat"'• ....-_.,�_. -_. '--' (2) The aforesaid Contract, entered into oy the a.cepta ice of the Contractor's r bid and signing of this agreement, consists of the following documents all of which are component parts of said Contract and as fully a part thereof as if hereim. ,et out in full , and if not attached, as if hereto attached: 1 . (a) This agreement (b) Instruction to bidders (c) Bid proposal (d) General conditions (e) Specifications 1 , (f) Maps and plans (g) Bid N :Avertisement fur bids Special contract provisions, if any (3) If the Contractor refuses or fails to prosecute the work or any part there- of, with such diligence as will insure is completion within the time speci- fied in this contract, or any extension in writing thereof, or fails tm com- plete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors , or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions f this contract, the City may then serve written notice upon him and his N e y of its intention to terminate the contract, and unless within ten (10) days after the serving of such notice, such violation or non- compliance of any provision of the contract shall cease ano satisfactory arrangement for the correction thereof be made, this contract, shall , upon + the expiration of said ten (10) day period, cease and determine in every i10 respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the contract, provided however, that if the surety within fist on 15 dates after the serving upon ) it of such notice of m urination does not perform the contract or does not { r ( 1 � ��i OWN r THI At;REEMENT, made and entered into this g daffy of gL_, 19 , by and between THE CITY OF RENTON, Vashington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Frank Colucclo Const. Co. Inc. ,a Washington Corporathereinafter referred to as "CONTRACTOR". WITNES5ETH: (1) The Contractor shall within the time stipulated, (to-wit: within Ninetv(90)calendar days from date of execution hereof as required by the Contract, of which this agreement is a component part; perform all the work and services required to be performed, and provide and furnish ail of the labor, materials , appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall ,omplete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as W Project No. 400 for improve- ment by construction and installation of: B" and 12" Ductile Tron Pipe for '.ID N291 in the Kennydale - <y Creek Area. All the foregoing shall be performed, famished, constructed, installed, and completed in strict conformity with the plans and specifications, including my and all addenaa issued by the City and the other documents hereinafter enumerated. It is agreed and stipulated that said labor, materials, appliances , machines, tools, equipment and services shall be furnished and the construction and installation be performed and completed to the satisfaction and approval of the City's Engineer a: being in such conformity with the plans, specifications - and all requirements of the Contract. 1 i ' 1 TOTAL SCHEDULE OF nICES TOTAL SCHEM-E 1 -f7/� All,I? %< TOTAL SCHEDULE 2 ZL.Jp2 2- 6-TOTAL SCHEDULE 3 /J' I9.ti Oa TOTAL OF THE �G ABOVE SCHEDULES X/Y The undersigned hereby agrees to start construction work on this project if awarded him within ten (10) days and to complete the work within ninety (90) working days after strcting construction. DATE: <d e �nC THIS 1-4 DAY OF n ,19T5 SIGNED: //_slit-.-�.C--i� <�e` ^�•=s^"'i i - TITLE:_ \'!: .:"LM Q Vice Prcl: i ADDRESS: Mil -Qmrp ( f a i l I r i 11 SCIIEDULE 3 OF PIdCES, (W-L31) N. 38tn ST. MAIN REPLACEME14T 'AlAPPR07(IMATF, UNIT TOTAL ?TEM QUANTITY DESCRIPTION PRICE 081M. 0 150 S.Y. Pornish and Install r AspnalLic Concrete Pave- ment Per Square Yard Morris) Figures Subtotal $jam err 5.3% Sales Tax $ TOTAL Schedule 3 $ �3 7 fj _ -- J a, 1 SUEDULE 3 OF PRICES (W-431) .. N. 38th Sf. MAIN REPLACtTOM (NOTE: Unit prices for all items, Lill extensions, and tots: amount a: bid must be shown. Show unit prices in both words and figures and where "A- fllct occurs, the written or typed words shall prevail.) APPROXIMATE- UNIT TOTAL ITEM QUANTITY DESCRIPPIOM PRTCP, PRIG' P 1 1.000 L.F. PLrnisli and Install 8" D.I. Class 2 Tyton Joint Pipe Per Lineal Foot Norda) Figures �- 2 2 RA F.Lmish and Install 8" Gate Valves Od Per Each ;.(a.(c,a.�.✓ 3 2 EA Furnish ant Install 5" MY0 Fire Ry'rant Assembl- ies a < Per j1ach 4 2 C.Y. Furnish and Install Concrete Blocking L' t Per ubli Yard •` 5 25 TON Furnish and Install Bark Run Gravel Backfill / <n 'r uo $ Per Ton 6 22 EA Furnish and Iastull Connection to 3i"' Service Lines 11,ku i!✓d�crafL.twaJb !r•o�s ST_?un`w Per Each 7 75 TON Furnish and Install Crushed Rock Surfacing Per Ton 4� R 4 N. 40th ST. PAIN UFLj1C4MENT �6t APPRO)aMATE WIT TOTAL ITEM _qUANTITY DESCRIPTION PRICE YRICE; 6 10 'Pon Furnish and Install fi? Crushed Rock Surfacing Per Ton words _Figures k 9 160 S.Y. Furnish and Install ' Asphaltic Concrete Fave- ,i went `c Per Square Yard PC / • Suototal S 3 C, 5.3% Sales Tax $ SZ4 ✓ TOTAL Schedule 2 i �4 �r LAKE WAS H I NGTON - LID 291 4 0 0#5 . ....._.......... .._.... 41 MAY CREEK AREA WATER RAIN PROJECT (W-400) '.. t it N. 40rH ST. MAIN REPLACEMENT INSPECTOR'S DAILY REPORT WEATHER DATE SCHEDULE 11 NO. DESCRIPTION UNIT yUANTITV 1 I . 12" DI Class pl TJ Water Pi a '',� 2. 2 ace Va ves MJ ,n Stand. Conc. Vault with i" ByPass Valve Assemblies j, 5 MVO Fire Hydrant Assemb les RJ $' Bury F Y 4. Water0rocifing on Gate Valve Vaults ,a 5. Concrete Blocn 6. Banrc Run ki Grave Bac it r 7. Connect ons to " Service Lines Crushed Rock Sar acin J Asp ha tic Concrete Pavement r COMMENTS: a _ t i SKETCHES - Dairy Page No. .j INSPECTOR POSTED DATE BY f e o i� 1 M y, MAY CREEK AREA WATER MAIN PROJECT (W-431) N.j8th ST. MAIN REPLACEMENT INSPECTOR'S DAILY REPORT WEATHER DATE SCHEDCLE Ili NO. DESCRIPTION _ UNITS QUANTITY l 8" DI Class ] Tyton Joint Pipe 2. 8" Gate Valves 3. 5" MVO Fire Hydrant Assemblies (MJ) 4' Bur 4. Concrete Bic.king rt . 5_ Bank Run Gravel Backfill �— J 6• Connection to /4" Service Lines 7. Crushed Rock Surfacing 8 - Asphaltic Concrete Pavement COMMENTS: SKETCHES - Diary Page No. INSPECTOR POSTED DATE By f IF MAY CREEK AREA V!•.7ER MAIN PROJECT (W-400) LID 291 INSPECTOR'S DAILY REPORT WEATHER DATE SCHEDULE 1 NO. DESCRIPTION UNITS QUANTITY 1 . 9720 LF, Furnlsh and Install 12" DI Class k2 7 to2,12 in[ PI e _2. 2' D Class 2 Mechanical Juint Pip_ 3. " DI Class 2 T ton o nt e " DI r.lass 2 Mechan cal Joint Pipe ..55 2 "�i Steel Prip-a Casing 6. I " Steel Pipe Casio 7. Pn e�thyl�ent encasement sler,es on 12" DI Gape —� ye[I h lene coca—semen—t sleeves on DI Pi e 9. 12" Gate Valves MJ in Stand Conc. Vault with I" Bypass Valve Assemblies TT.- b' at; Va ves " Gate Valves 11. 5 ' MVO Fire Hydrant Assembly MJ 5 Bury _ 13. 2" Air Valve Assemblies 14. Watery roofing on Gate Valve Vaults _ 15. � Concrete Blocking F3 " Shackle Rods 21r" CMP Culvert 18. I CMP Culvert 9. 12" CMP Cu vvrt 20. 2 " Reinforced Concrete Pipe Culvert 7. . Granular Bed ing 22. Bank Run Gravel 2�2" Service Line 2 T't�erv— j ce Line ne 25• 3 ' Service Lines _26. Relocation of 3/ " Meter and Meter Box 27. Crushed Rock Surfacing 2 . Asphaltic Concrete Pavement 29. Bituminous Surface Treatment 30. Portland Cement Concrete Pavement J 3T� Ba ed Hay y Pipe Bedding in Shoreline Area COMMENTS: SKETCHES - Diary Page Nn. INSPECTOR POSTED DATE BY r • F...l rop ,n w+.. Z tiY 4 t yi+4 r i Ile � r - CArgryr ' I CA/P CY[14 w7 RIPLtY L� N _ _✓ AS Ad" 70 I 'Q 4 / rr /lam I I _ ! ` TE 405 O d IIh� �YfA L �.. . ,... . . ` h. KACY Ito 1 � 19 ' - it � i �c - _ i I �• � � g� � a , g � � a i . i 40 kIh f - ..'. _ _��stllBe.rf�e�e.4e-+.Afwec+•fM or w 44 I ! y Era LIs wp r rrTr-1 Sm swr- l? CROS5/N6 NO CROSSING NO. 3 So n // 1 i{ _\ —�' \/�K•BtrM - ,.tip--cm__ ! / r:�Bx.tla � !� SMIs Ou r:.. ws ftf s 40 kal o ^AV forte+/ urcu •avif - . 30V' .SIN __ " _ `'.• `� • f j 6a+t•c•c'hr .Hof final 4cMr �• � _..1.--—__ 30 ' ' 20 /��`"^� 'tam!�r /rr/y crvra•. orro' � : L� r, off t i � .srrrr p�MY AJ I �— H � ) ��� /al+.cA,ry ra+A•. �V�'f• �� `: - � • C 1 T T O F fl[N T ON 1 m' gO `4 r C ?2f fl tL0 m e t �\ i!&' of>•...... e. •w�.e eeeas h i. • n.Ni'a C1rr www >1SIRb L.LO. tS yg �yc, d •€ � h 4 1 N !c►I.E I•.ao' Z W t N LL Prt Tr MnN1 / A 1 ' N 38 th ST •L 1 �> I .. 8• D.I CLASS 2 , T. T Mr— Ii . cam[cT To EE a•cE 2-a•.a'TN•M, NJ.FL I-s%4l CROSS YJ -STE, 9 a 1 ,' 3-!•YVO FIRE NTD ASDLV3 I 1-a•SOLNI SLEEVE. LP / CONRCTION DETAIL COMPACT TO EX a'CI i-r OI NFPLE.LEIKTP as RED'D E% a•T4• TEE • 4'GV .REMOVE i I VICAR.NJ I-a•SOLIO SLEEVE . L► !-a•.a' TEE NJ I 1-a•aV Y J -STA 1Pa0 1-E•DI NIPPLE . ELF t r I-a•T w CI VALVE box 1-a 6V ,YJ 1-a•.24•CI VALVE box � 1-9•01 NIRRI[, L[MOTN AS RFOI!IREC 1-a 221R• SEND.YJ GMT OF RENTON "PAST V.0 OF aY�%WwftI ' THIS DENTINE "AS AEA\ 0-4w REDUCED TD RALF SIIE 381E ST MAIN REPL4CEl"E r N N� j��+..•�. rrf.1. ,p,_r-r—�--'fit JarC/ eoCrf./r s/N� ,Arq• T'.ftl6 JMD i A rs'r<�r, fud N JM1ry � Cov+aparHd wt A r...Wi [fvnh�rml NN M•1•ft� .vin M,f I rbu/N /. rr J I t AO r,.kt . o N If IV �MII Noy - Ergf/y. 'tu l►ecau Ieel,cw� ' ^- enne v+s c1r:.-�11.,r,n+ 6</o+r +-w�•,nn,/ • CIN MN* ffir! All e lM�i 11 Ss/! M job*- .Iu1mbl11y Crow/ PIPE W/O p£Tq/L - 3E' - No JucE X,!1R TYTON lO/NT O/oE row MEGNINcAt tawr i/arc yETglL pF TRENC/! /N A,CkQ£t/N£ .44£.4 Jri J /! cr N C.u, r C.� t l-AP - 6•_M /bf . Y / SAAA ( 4 I{ Aq 41 - OS SCkDUL£ 2 Cr PR/CfS S/ -00' P,. NIS 7ttlr 46 $OS �7Nw- CIE Jf 2, - T i t '•--- 4pTF� ST. /-r S. X, M/.!/ Maned IO wu sari / If - Bndlovv �'+� ctCrao<.wsCa a[r sKirtJ !` y -_ tiTii4C liv, .✓J /� �pAvfai +�. 7vl CITY of w[MtON I" a-r N [I+/N u R +ed p ROtlt 51 MAIN REPlRCE1EM Jhl lKY1 4 I Q-. J I-t•Jr � K /. . _r rN• 0"-_' Y F ry-1 ry'y � �� ,w• � •mar.�' _. -� y H A SU 7.00 f-Servo !v. ftydtnf / ✓K P�F t .. J-•r. i 4Ir " c�1r Nw NJ !•/r-ftw a .r1fy KIAW vw.N ttiwur• -Amp Ce ac,..r tta cM_s.swg 0 h/•R•e. MJ./Y In I .kM94► Cnaww �Yr.rM: "L p _ c`a..�-'roy V i 1�.� W �p� >���• T} j I.�/� sre�- .A. l.o "-�`"'°'�'.�.`.,.,..f � .'_rim ii JFA f-USir Rr �� �f` _`o� ,,.� /-or At At- s.w, r, rev 4 t-�-soww AbW..Y1N / J`AA�KR['/e..e r, . ft-Aft ne:NJ R. r / b- {/J/ . art. rr eew/q' Ac SVe S7A C•,io I'. < '� __ r ./�i a �'o�.J!- J , 1!! f-,y. jw tF V �►• t `�" <r .r kk /-/r• to J.IS +a� ';j ]��s/� Q•7v0'� j/ �/ p' + / C srt Jr� r ^►r e..e x...r i ` � /-rt-Ttr.-r rn�- // J > i �' -nt /I4w. /-stee n.. .f-•.,,,t `w.,,�,-t _ - ./ / fife ! ti _ /-a' te+'0-r i�iW lk _ K Sr _ J i ii•�i��aw+d M1 ' e 7'00.` r f : SO �ae"r j'Y ' T P�Rf .5m LNSy_— !a f tO \ � /-t•rr0 �;ry /,YOF'mf Aa»waby / i.- __'� � f s.+ Jo Xf � V� .a• - ire Nyy�dre r ar+ � 1' / i 'o 'V /S•Io Kt e 'V A ti ax r w rrE r IF 19 % CITY Of R[NTON \ \ eage•.aw• e• a.elwu.p TXIS MVi'K Naf t[Ea wasormall am MEN REDUCED TO PlAtF fIl[ L.1A� 291 1 Tow, �,� t a •� � sso. M Jrf c.ro ro l.r? . Z� � pi � i d` l§ : � • K�If �lfmr (ref G.sl'•Ni i t � i � � � ii r . � ��. � .;;r - r� . J-.t• i;W• BfroV. N1 i � • t♦ i tw 3 11 + ss-T�e \l � R Q �a as � a at F�\ •A� � � a �` Y 2 d I is Ii! 1 Yi2E ��• i I} �i ; 3 "h!.`��{ 1� �1 �_- A _ i a Ab�f ,,, Reo •i. i.E. i, }i} 2^. :t^t �4 'e `4 � � � e �a �A y � —i- —•- • 4 ` } w�j, r . Irk t r ._ 7l --f T NE sy . TTI 4f1 0.10 2 I JrA #.K /./t• U1•CMr, tJ'" � !J i Ce•r+.clhfi.s� (�`Q/. h a'o'-rt':MI trf elft_j 1 e�Y.�Av r•.� \ sr� Q.P1 Cr,/s�.l S7A rdt Ti...pw,..y/2'Caa M✓ E,�1. I Io'"JI'cfw /-Jr „�•Ifwf i-N" AAM I 1 /- t s r rt f pw.'/y {t CoN NYs♦ r s r• s+Ie l.Ir /-Jt" .0.00 na..N 1W w +/ Tip J/yr.s s/f — pti2 1W ..=he.l r/ vb !-/t'+//.�r Baw M✓ (Hrr..ca/) VMyy, ST/ ,* fo STw R..�t Sh O+i lt4N .JYpyin � i W Jrs 0•rd ro JTA J.rJ Aer.4 a CdY/Y, Cs p PC' Z t _ ifs Snff• I jm� Jlac�./•..... J w j y /yip It, ` t� 80 I Rennvf N .Jt,sw,ob �•� ✓� / Iar i _ Aer Q'O J 4✓...Y Av"xgW it- Ilk 70W so t ' I - - Rooa Gronl• I ; I .S-. �.. - �' 1IO IM`f�•f! �-.-_ Y!e✓f.Lr4. +sn. r.yi'.ly �i E, IO \ 1^�Mw .ny /7'O!__ CITY Ov'nRf NTON bh g , M•:n 1' 14 V A,` 4 � ��1 ♦ {I �; er•��+r�t+�i or`sracK +es�• -• -1 n \ O � REDS 4. ED TO N/tf SEEM �„ r �w b� \ .�,. REDUCED tlUCEO TO '\1li flZF LAW a9l 7Yl/lCK £xc4Yw7iav s� f 1GGlL1_r1 E _' ^' IIa ra.l' __ _. -_ .»u+wiwl ......_...+►:. hey • I NE 40TH ST. .) II•/M e . �,� l Nrt•50 fill- ' 11,C•�/4Y ./f/I � J1 $ I r s x f c Mrwrr-•ew,- .� MwY1! 41 `� t IW6Y hi w IPwyy�wr.wVJr- iuv,�r Y,-I w•MA,R4 T U Hpp lJPEII JT�AI � �'a3�• -- `�" 1 1 IY! /yf pf_- . . j; L iilq t:#§V i i n�iai+a.>... r'rs► � Q � ' � �, 1 �� I . �,3`�,t��� �`6N � war r r n•pyl w '► �� I �i r � !1{L � � !�� � M g1�Yv♦ a i wr ;< �� . , � � � j � .. waver .•;w•r.ri.wrl,. C to a r � #� 2 ,• N E 36TH ST. i " �� � Gi � � $ �' ?� � 7 .`__.._-_ .:-•y;,.-x'"�'�?`"' .ten.: . .. l wl,. 0 }[ WWII �p l ,a ?S va IaT MA7CN (/Nf Sk I - - if -s.y' • /204 h NE � . d4TH. $T, "i••..�. t, �� wr+rr � N r s„wr•-.rrl- � p• r•atr� wrr•- ` I r,-rnrw.writ- y! II ' N ,rLW-wur- ; G�! • %.wi'.�I bi4 -M,r• .,-,co rvnw. ��� •y{ �( ~r..r rwr�Iwo yr I '� i � , Cur MOrw ,a N•r{w 0 � y y r . .`..,..nvwr+a..w, oar ., `•. . � at , r � 4 r ' p ' D �y r-r nr nrrr i weri nrwOww{r -/K W Mrr..r ' w e ; Z I�. y N • ..-* '. '�''ri.w tM A,r r s • � NSOW ' % t ,•wart -rtP Z l\` �- r w u wwr Jrsar ..trs. v y <T ' ._..-.1'.r Jra, rwce b.w, \a A.O � ✓' Myf/fll.LY.J i, + r• rr, ' i� �d m r -V- 1 � d ♦NI IaM ly `IJT� 1'._- nwlMrJ wM' wwV rlvr r {w' �) M {,Y so- .Y'Or t� IRI i � MMII I r y O rw n '� __ - _,w. ,r.n•rprr -'-'- , r I , jo �� e E 40TH ST �) i204 � M +2 Ti r W r I ! r• t a t 1, � 1 srA u~i t �'x t� f t� ► SCALE. ;•.SO• a srA /J.Jd sorts ` 1 r,--..*...,,_, `•E . Snl/iMd 'l"6.wr 14I t�lJ —:•—�_-- 1 —�— _- 2' K�INrd,Yl/ y� " � i�� � �... ^Ji' ✓o/w WAN '•eo, V•U .-/p•.f• TN; KJrlI. Srw. 0.7! /SAYAf 7M; Ml/p v t0'. /d' fr'f G.✓rfrl /.i' So/f NY✓I. Ff r M l� X'-2P COP CW►•I jr, i.Ib J-S•~✓O F.rle 1Ayd'w� SrA. i•p AJrf Z' ✓oMr I.l rfMii' A rt!•/t'. II'f''Y { �'f, A F I-i-iNk kb&e rZ,01 V ,-O.AyiYl 4 SIA J-v b Sr/ Jp•JO Irsr.W IC Can ff Co•'/ora flvnrA be► 7y r'rrro.v Sr�/o:r t - � CN/or MK1tMft I' -K,44 �°. /sso sew,c[srnc f norFs sEr xerr r Io I•co.+- ore. - - Wf/Ri sb.'n :ait:' Fi// M �'CO.Yi • 70 `--- ` �.. 1 SNaef Cil/ /o -f,cv er 70 - 60 60 so �- 40 O � CITY Of RIE cO eRu j I THIS OIIMIIHi II►S ME% ' - ! MOHCCO T7 MLf SIZE i HwnMEi vvwm LLD. 291 N Nr i SPECIAL PROVISIONS CONT.) ,P-19 STANDARD SPECIFICATIONS (Cant. ) hereby included in these specifications as though quoted in their entirety and shall apply except as amended or superseded by these Special Provisions. A copy of these Standard Opecifications is on file in the o."flce of the Public Works Director, City Hall, Renton, Wasnington, 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 be const.-ued to mean the City of Renton, and where reference is made to the Engineer, such reference shall be constrLed to mean the Public Works Director, City of Renton, or his duly authorized assistant or assistants. SP-20 FIELD CHANGES Any alterations or variseces from the plans, except minor ad3ustments in the field to meet existing conditions shall be requested in writing and may not be instituted until approved by the Public Works Director or his representa- tives acting specifically upon his instructions. In the event of disagreement of the necessity for suer changes, the Engineer's decision shall be final. SP-21 FAILURE TO MEET SPECIFICATIONS In the event the, any workmanship does not meet the requirements or specifi- cations, the City may have the option to accept such workmanship if the Engineer deems such acceptance to be in the best interest of the City, Lro- ) vided, the City may negotiste payment of a lver unit price for said workman- ship. SP-22 PROTECTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5-1.09 of Standard Specifications in regard to protection of public and private utilities. Location and dimensions shown on the plans for existing underground aeilitiez are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall be the Contx,�t- r'e responsibility to contact the CAS COhff'ANY, TELEPHONE COMPANY, POWER CO'TANY, and the RENTON WATER DETARTMENT, and REtiTON ENGINEERING DEPARTMENT, for exact locations of their respective utilities. Also, contact the CABLE TV COMPANY if necessary. ev 23 SCHEDULING OF WORK Se^tion 9-1.01 of the Standard Specifications shall be deleted and the following inserted: Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this information a progress schedule diagram will be computed, plotted and a copy returned SP-6 1 i J SPECIAL PROVISIONS (CONT.) SP-19 STANDARD SPECIFICATIONS (Cunt. ) hereby included in these specifications as though quoted in their entirety and shall apply except as amended or superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the Public Works Director, City Hall, Renton, Washington, where they may be examined end consulted by any interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Penton, and where reference is made to the Engineer, such reference shall be construed to mean the Public Works Director, City of Renton, or his duly author.zed assistant or assistants. SP-20 FIELD CHANCES Any alterations or variances from the plans, except minor adjustments in the field to meet existing conditions shr.11 be requested in writing and may not be instituted until approved by the Public Works Director or his representa- tives acting specifically upon his instructions,. In the event of disagreement of the necessity for such changee, the Engineer's decision shall be final. SP-21 FAILURE TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirements or specifi- cations, the City may have the option to accept such workmanship if the Engineer deems such acceptance to be in the best interest of the City, pro- vided, the City may negotiate payment of a lwer unit price for said workman- shin. SP-22 PROTECTION OF PUBLIC AND PR?VATE UTILITIES The Contractor shall conform to Section 5-1.09 of Standard Specifications in regard to protection of public and private utilities. Location anu dimensions shown on the plans for existing underground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall be the Contractor's responsibility to contact the GAS COMPANY, TELEPHONE COMPANY, POWER , IMPANY, and the RENTON WATER DEPARTMENT, and RENTON ENGINEERING DEPARTMENT, for exact locations of „heir respective utilities. Also, contact the CABLE TV COMPANY if necessary. SP-23 SCHEDULING OF WORK Section 9-1.01 of the Standard Specifications shall be deleted and the following inserted: Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this information, .fY.. a progress schedule diagram will be c .mputed, plotted and a copy returned Sp-6 P. SPECIAL PROVISION_, (CONT.) SP-18 WAGE SCHEDULE (Cont.) The Contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the Directn- " Labor and Industries certifying the rate of hourly wage paid and to je . aid each classification of laborers, workmen,or mechanics employed upon the work by the Contractor or suocontractor which shall be not less than the prevail- ing rate of wage. Such statement and any supplemental 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 subcontractor shall file a sworn Statement of Intent (SF 9882) with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, including fringe benefits, for each Job classification to be utilized. The wage rates thus filed will be checked against the previling wage rates as determined by the Industrial Statistician of the Department of Labor and Industries. If _ , the wage rates are correct, the Industrial Statistician will issue an acknow- ledgement of approval to the contractor and/or Subcon -actor with a copy to the awarding agency (Owner). If :ny incorrect wage ratss are included, the Con- tractor 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. u`j Each voucher claim submitted by a Contractor for payment on a project estimate ti,2 s shall state that prevailing wages have been paid in accordance with the prefiled .,,• , Statement or Statements of Intent on file with the Department of Labor and Industrie.1 as approved by the Ind-atrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, a or the Treasurer of the County or municilal corporation or other officer .. , or person charged with the custody and di.,bursement of the State or corporate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Labor and Industries, Attention: Industrial Relations Division, 1601 Second Avenue, Seattle. Whenever practical, affidavits pertinent to a particular contract should be submitted as package. r : The Contractor shall also be required to read and execute the "Minimum Wage Affidavit Form" as incorporated in this document. '•` SP-19 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any provisions 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 Association, 1975 (red cover) Edition, shall be hereinafter referred to as the "Standard Specifics.- tions" and said specifications together with the laws cf the State of Washington a .. and the Ordinances and Charter of the City of Renton, so far as applicable, are .c SP-5 �x t`e w SPECIAL PROVISIONS (CONT.) SP-13 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT The Contractor shall be required to a--cute the "Certification by Proposed Contractor, Subcontractor and suppli,. Regarding Equal. Employment Opportunity" form, as incorporated in this document. He shall also abide by all rules and regulations as required by the instructions of the aforementioned form. SP-14 FAIR PRACTICES POLICY The Contractor shall be required to read and abide by "The Summary of Fair Practices Policy of the City of Renton" as incorporated in this document. SP-15 AFFIRMATIVE ACTION PROGRAM The Contractor shall be required to read and abide by the City of Renton Affirmative Action Program as incorporated in this document. SP-16 NON-COLLUSION AFFIDAVIT The Contractor shall be required tj execute a Non-Collusion Affidavit to satisfy the City that, the bid offered is genuine, is not sham or collusive, 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. SP-17 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the Contractors and sub- contractors not to discriminate in employment practices. SP-18 WAGE SCHEDULE The prevailing .rate of wages to be paid to all workmen, laborers or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industry are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and esnagement representatives, the matter shall be referrod for arb itration to the Director of the Ikpartment of Labor and Industries of the State, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by R.C.W. 39,12.060 as emended. " f2A Sp-4 e TR' •,1 ij♦ SPECIAL PROVISIONS (CONT. ) SP-06 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (Cont. ) damages arising out of the bodily injuries to or death of two or more persons, in any one accident, and regular property damage liability insurance providing for a limit of not less than $500,000 for all damages to or destruction of property, in any one accident, and, subject to that limit, a total (or aggregate) limit of not let 'han $1,000,000 for all damages to or destruction of property during ., policy period. A copy of the insurance policy, together with a copy of the endorsements naming the City as an additional insured, shall be provided to the City Within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAIE OF INSURANCE The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. j SP-09 RAILROAD REQUIREMENTS The Contractor shall comply with all of the requirements of the railroad � �. pipe line agreements and permits, as enclosed in this document, and shall { •;'^� be responsible for any costs, such as: insurance requirements, possible railroad inspections, flagging costs, etc. , as called for in the above mentioned agreements. AMA The Contractor shall notify the railway division superintendents two (2) working days prior to construction on the railroad right-of-ways. SP-IC "STATE HIGHWAY" The term "State" as used in the Special Provisions and Special Technical Provisiona is intended to refer to the State of Washington, Department of Highways. SP-11 "STATE HIGHWAY" REQUIRE14ENTS The Contractor shall comply with all of the requirements of the State permit, as enclosed in this document, and shall be responsible for any costs incurred by the requirements of aforementioned permit. The Contractor shall notify to .sate two (2) working days prior to construction on the State right-of-way. Sp-12 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN The Contractor must execute the Bidders Affirmative Action Plan Certification. Failure to execute this certificate will invalidate the bid. SP••3 � i SPECIAL PROVISION:' (CONT.) SP-06 PUBLIC 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 r . additional insured on said policy insofar as the work and obligations performed under the contract are concerned. The coverage as provided shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or in- directly employed by either of them. The minimum policy limits of such insurance shall be as follows: *kr, Bodily injury liability coverage with limits of not less than $100,000 for ;wr. bodily injury, including accidental death, to any one person, and subject to that limit for each person, in an amount not leas than $300,000 for each accident; and property damage coverage in an amount of not less than $50,000 for each accident. w A copy of the insurance policy, together with a copy of tt:, endorsement naming , the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE �. yy �i The Contractor shall furnish the City with satisfactory proof of carriage of the insurance required. li SP-07 RAILWAD The term "Railroad" as used in the Special Provisions and Special Technical Provisions is intended to refer to the Burlington Northern, Inc. - SP-03 SPECIAL RAILROPD LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall obtain and keep in force during construction on the railroad right-of rt '-vat's, special public liability and profdamage insurance in companies and in form to be approved by the Contractohe City. r, any - insur- ance shall provide coverage to the railroad company, end the City. The subcontractor performing work provided by this contract, railroad company and the City shall be named as an additional insured on aredcopolicyncerned so The coverage the ork and so provlledgshallsprotect�against r the act far claims for personal injuries, including accidental death, as well as claims for Property damages or,which oormby anyonese from directly or indiy act or rectly employed of the Obyteither,ofr the them,sub- contractor, The policy limits shall be not less than $500,000 for all damages arising h of son and, limitf ffor dily injuies to or limittof notReessrthan $1,OOOb,000t to t the for all s SP-2 b'. j. SPECIAL PRO7ISIONS GENERAL PROVISIONS SP-01 DESCRIPTION OF WORK The work to be performed . _ier this contract consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto and per- forming all work as required by the contract in accordance with the plans, these specifications and Standard Specifications, all of which are made a part hereof. This improvement consists of the furnishing and installation of 8" water mains, and 12" water mains, in the Kennydale - May Creek area. SP-02 DATE OF BID OPENING Sealed bids will be received by :be City of Renton, Washington, by filing with the City Clerk, City Ball, Renton, Washingtoll be n, ntiland p2:0000 O'clockly read P.M.alou Pacific Daylight Time, July 2, 1975, and in the fourth floor conference room. SP-03 TIME OF COMPLETION The Contractor is expected to diligently prosecute the wort to completion in all parts and requirements. ' project shall be completed within ninety (90) calendar days from starting d., .;f construction. Provided, however, that the City Council shall have the right upon request of the Utility Engineering Department, City of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the written consent to such extension by the surety on the bond of the Contractor. Time lost in replacing imprnper work shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shall not, release the Contractor from damages or liabilities ilure to complete the work within the time required. SP-o4 CONSTRUCTION PRIORITIES Complete crossings of 14ay Creek by August 1S, 1975• Construct mains in the Lincoln Lve. - Jones Ave. portion first. Sp-O MA.TUTALS The Contractor shall supply all water pipe, fittings, casing pipe, gate valves, valve ac cast reluiwith their required accessories, concrete blocking, sshhkle rodswher reqred, valve markers, and allothermaterials necessary to make a complete water main installation. 'uP-1 1 k SPECIAL PROVISIONS TABLE OF CONTENTS Page SP-01 Description of Work SP-1 SP-1 SP-02 Date of Bid Opening SP-1 SP-03 Tim, of Completion SP-1 SP-04 Construction Oriorities SP-1 SP-05 Materials SP-2 SP-06 Public Liabi,;ty and Property Damage Insurance SP-2 SP-07 Railroad SP-08 Special Railroad Li;_bility and Property Damage Insurance SP-3 SP-09 Railroad R?quirements SP-3 SP-10 State Highway SP-3 SP-11 State Highway Requirements SP-3 SP-12 Certification of Bidders Affirmative Action Plea SP-4 SP-13 Equal Employment opportunity Affidavit SP-4 SP-14 Fair Practices Policy Sp-4 SP-15 Affirmative Action Program SP-4 SP-16 Non-Collusion Affidavit Sp-4 SP-17 Nondiscrimination in Employment SP-4 SP-18 Wage Schedule SP-5 SP-19 Standard Specifications SP-6 SP-20 Field Changes SP-6 SP-21 Failure To Meet Specifications SP-F SP-22 Protection of Public and Private Utilities Sp-6 SP-23 Scheduling of Work SP-7 SP-24 Construction Conference Sp-7 SP-25 Disputes and Litigation SP-8 SP-26 Subcontractors SP-8 SP-27 Change Orders SP-8 - SP-28 Surveys Sp-8 ' SP-29 ohertime Field Engineering SP-9 SP-30 Hours of Work Sp-9 SP-31 Public Convenience and Safety SP-9 SP-32 Construction Signs SP-10 SP-33 Removing Traffic and Street Signs SP-10 SP-34 Construction Equipment SP-10 SP-35 Size, Weight, Load Restructions for Motor Vehicles SP-10 9P-36 Delivery Tickets SP-11 SP-37 Waste Site SP-11 SP-38 Dust and Mud Control SP-11 SP-39 Paynent to The Contractor SP-11 Sp-40 Liquidated 'Damages Sp_12 SP-41 Awarding of Contract SP-12 sP-42 Hydraulic Project Permit SP-12 Sp-43 Contractor's Site Office 5 CITY OF RENTON GENERAL INDEX AND TABLE OF CONTENTS TO CONTRACT DOCUt4'NTS Scope Call for Bids Instruction to Bidders General Index and Table of Contents Summary of Fair Practices *Certification by Proposed Contractor, Subcontractor, and :supplier Regarding Equal Employment Oiportunity r ' *Certification of Bidders Affirmative Action Plan *Certification of Equal EImployment Opportunity Report *0on-Collusion Affidavit *Minimum Wage Affidavit *Bid Bond Form Special Provisions Table of Contents Special Provisions Technical Provisions Table of Contents Technical Provisions Standard Details Bond to City of Renton *Proposal Form *Schedule of Prices Forms Agreement Vicinity Map Construction Plans These dccuments must be executed prior to submittal of bid. '� 1 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:00 o'clock P.M. , Wednesday, July 2, 1975. At thia time the bids will be publicly opened and read, after which the bids will be considered and the award made a-- early as practicable, No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. o be 2. The work to be done is shove on the willplans. based onl field are measurement of actual only approximate. Final Payment quantities and at the unit price bid. The City reserves the right to add or to — eliminate portions of that work as deemed necessary. 3, Plans may be examined and copies obtained at the Public Works Director's Office. as to the local conditions by inspection of Biddeis shall satisfy themselves the site. 4. The bid price for any item must include the performance of all work n,cesssry for completion of that item as described in the specif. ,atlons. 5. The bid price shall be stated in terms o" the units indicated and as to e total amount. In the event of errors, tie 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 ac 7. A certified check or satisfactory bid bond made payable without reservation to the DIRECTOR OF FINANCE OF CJTY 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-a bidder will be returned bond procovvided he the rfull sinemoa contract and furnishes a satisfactory performance of the work within ten days after receipt of notice of intention to award fuse to do so, the check shall be forfeited to contract. Should he fail, of re the City of Renton as liquidated damage for such failure. 3. All bi t be self-explanatory. No opportunity will be offered for oral explan- ..t.' ation e, vs the City may request further information on particular points. furnish information to the City as to his q. The bidder shall, upon request, to satisfactorily perform the work. financial and practic%,l ability 10. Payment for this work will be made in Cash Warrants. 11. All l schedules must bescomple ed indate tills tproposal. Failure to fill in and/or f CALL FOR BIM Sealed bids will be received until 2:00 o'clock, Wednesday, July 2, 1975, at the office of the City Clerk and publicly read aloud at 2:00 o'clock p.m. , same day, in the Fourth Floor Conference Room located at the Renton Municipal Building, 200 Mill Avenue South, Ijr the furnishing and installation of the following water mains in the Kennydale May Creek area. Schedule 1 - LID N291 (W400) approximately 11,200 L.F. of 12" L.I. Pipe approximately 2,500 L.F. of 8" D.I. Pipe Schedule 2 - N. 38th St. approximately 320 L.F. of 12" D.I. Pipe Schedule 3 - N. 36th St. approximately 1,000 L.F. of 8" D.I. Pipe Separation of Bid into schedules is for funding purposes only. All work will be awarded to one Bidder only. Bid proposals delivered in person will be received only at the office of the City Clerk in the Renton Municipal Building. Bids received after the time fixed for opening will not be considered. Plans and specifications may be obtained from the office of the Public Works Director upon receipt of a deposit of $10.00 for each set plus $2.50 to cover postage if mailed. The mailing charge will not be refunded. The deposit will be forfeited, unless Plans and Specifications are returned in good condition thie'y (30) days after date of bid opening. A certified check or bid bond in the amount of five (5) percent of the total amount of the uid must accompany each bid. Washington State Sales Tax shall be a separate bid item. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities in bidding. The City of Renton hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Bids will be considered invalid if the required "Certification of Bidder's Affirmative Action clan" has not been executed. The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and assure equal employment opportunity based on ability and fitness. to all persona regardless of race, creed, color, antional origin, sex,physicul handicaps or age. This policy shall apply to every aspect of employment practices, employee treatm nt and public contact. De ored, City le Date of Pablication: Record Chronicle June 18tb and June 25th, 1975 Daily Journal of Commerce June 20th and rune 26th, 1975 y SCOPE The scope of LID #291 includes water main installation i^ the i Kennydale - May Creek area. Three crossings of the Burlington Northern Railway, one crossing of sR 405 and one crossing of Lake Washington Boulevard will be made by boring casings. May Creek will be crossed three times in the project. The creek crossings must be completed by y Aug,ist 15, 1975. Service line reconnections will be an alternate bid. The work is divided into schedules because of different fundin, 0 sources. All work will be awarded to one bidder. i i fi 1 ry r 0 1 I r4s CITY OF RENTON BID ?ROPOSAL AND SPECIFICATIONS WATER PROJECT Am WATERMAIN INSTALLATION for i LID 1291 KENNYDALE - MAY CREEK AREA i i A The furnishing and installing of steel. PSPe casing, 8" and 12" Ductile Iron Wuter Mains in the Kennydale - May Creek Area. Warrtn C. Gonnason, P.E. . ;'` Public Works Director 'r TS-07 'FRENCH E%CAVATION bEUUING AND BACKF'I LL_{Cont ) C. Trench Bedding and Backfilling (Cont. ) 3. Shoreline (Cont.) Overexcavate trench 14"+ and place bales of hay In trench. Lay ductile iron -A pipe directly on hay bales. Hay bales to be 16" x 14" x 36". Bales under Tyton ,Joint pipe to be lengthwise in trench. Bales under rechanical joint ' Pipe to be 36" length crosswise in trench. Exercise care in jointing pipe as trench water will be difficult to control. Backfill with native peaty, silty materials to within two feet of gro-md surface. Fill remaining two feet with the available gravelly fill. I. re- quired provide Bank Run gravel per sub-eectioi. 73-1.08 of the Standard Specifications. Mechanically compact top two feet in anew of pavement, rail sidings, or .- .'. vehicle travel per sub-section 73.2.07. I Wheelrcll remaining areas. d. Compaction Test and Acceptance Provide Compaction Tests per sub-section 13-3.10E5 of the Standard Specifi- cation. Use Method D of ASTM. Designation D698. Take one test at each open cut railway crossing, one at each open cut roadway and at 100 foot + intervals along paved or traveled roadways. In addition the engineer will require approximately 10 compaction tests in random areas of the project. I , Any areas, specified for me^hsnical compaction, not meeting the requirements of sub-section 73.2.07 shall be re-excavated and backfilled per the specifi- cation. All tests, removal and recompaction of backfill and additional testing shall be the sole cost of the Contractor. TS-08 DUST C('NTROL Provide minimum 1,500 gallon, csplcity water truck with presenre spray system designed for street cleaning. Clean streets of dust and debris at end of working day. In addition provide sprinkling as necessary to alleviate dust - nuisance or as directed by the Engineer, Obtain fire hydrant meter from City Utilities Dept. and keep records of water use. T^a-09 PIPE INSTALLATION a. Genera). Conform to Section 74 of the Standard 1pecifications except as .ierein modified. Jointing shall conform to the manufacturer's recommendations. Cut pipe with approved pipe saws only. Keep pipe plugged except during actual pipe laying. The inspector will stop work unless an approved plug is on site and available. b. Special. Anchorage Provide concrete blocking at all fittings and horizontal or vertical angle points. Conform to the Standard Detail for General Blocking herein and +he APWA Standard Details for vertical blocks. TP-6 TS-07 TRENCH EXCAYATIOu BEDDING AND BACKFILI Shoreline - West of Lake Washington Hivd. The shoreline is characterized by an organic silt and peat deposit extending to depths in excess of 10 feet. The peat is locally overlain by fill of miscellaneous character. One short stretch of high ground (about 300 feet north of N.E. 44th) is most likely underlain by sand and clay rather than pea+. The groundwater table is generally 3 to 5 feet below grade. c. Trench Bedding and Backtilling 1) Hillside area Trench depth to provide 4' cover unless profiles indicate greater. Clay unit will be locally unstable because of local sloughing of overlaying fills, former slide disturbances, and groundwater seepage. Devater the trench as necessary for pipe laying. Shape trench bottom to fully eupport the lover quadrant of the pipe through its full length. If directed by the Engineer provide granular bedding per sub- section 73-2.06 of the Standard Specification. Use native material for Lnckfill if moisture content can be controlled. If material becomes excessively wet backfill with Bank Run Gravel per Sub-section 73-2.OB of the Standard Specifications. Remove unsuitable material from site. Mechanical J.y Compact backfill per sub-section 73-2.07. Provide concrete baffler in pipe trench at 100 foot intervals to prevent ground- water movement in trench as indicated on the plans. 2) May Creek Basin Trench depth to provide 4' cover unless profiles indicate greater. - �ular material in this area will not stand vertically. Shape trench bottom to fully support the lover quadrant of the pipe thr,.•43h its full length. If directed by the Engineer provide granular bedding per sub-section 73-2.06 of the Standard Specifications. Trench will be difficult to devater. Exercise care in jointlnrt pipe to ensure that gasket remsina clean. Use native granular material for backfill. Dispose of organic soils and cle's. If required provide Bank Run gravel per cub-section 73-2.08 of the Standard Specifications. Backfill in this area may be water settled. 3) _horeline 'french depth to provide 4'-6" cover unless greater is indicated on plan. Local fills over peat may slough during trenching. Segregate gravelly fill material from peat in trenchside stockpiles. TP-5 1 G^ t TS-06 REMOVAL OF EXISTING STREET IMPROVEM.F;NT e• Genera! Conform to Section 52 of the Standard Gpecificatluh. b. pavement Removal The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all pavement removal. Remuva of existing pavement shall cover all types and thicknesses of pavement. Cut pavement, or other street and road surfaces only to minimum width which will permit the proper excavation and bracing of the trench. Allow passage of vehicular and pedestrian traffic. All pavement cuts shall be made smooth, straight lines or to nearest construction joint, and shall be made with clean vertical faces. - C. Saw Cuttira C The Contractor shall saw cut existing asphalt concrete pavement and cement concrete pavement where shown on the plans or as directed by the Engineer. ' The aepth of the saw cut shall be a minimum of 1 112 inches for asphalt and 3 inches for concrete. pp� ^F The methua of saw cutting shall be approved by the Engineer. f TS-07 TRENCH EXCAVATIGN BEDDING AND BACKFILL a. General Trench excavation, backfill, 'oundation preparation and bedding for waterline and appurtenances shall be in accordance with the applicable provisions of • Section 73, A.F.W.A. Standard Specifications, except as modified herein. Shore trenches as required by OSHA regulations. b. Soil Conditions Soil Tests indicate three genere.1 foundation conditions on this project. Thts information is for the convenien,c a: the Contractor only and does not constitute a contractual representation by the Owner that these specifically define existing conditions. Hillside - along Lincoln Avenge and its northerly extension. The hillside consists of a thick clay unit over bedrock. Bedrock is in excess of 10 feet below grade and so is not a consideration in conetruction. The clay is stiff to hard -xcept where locally softened near the surface. The clay unit contains lenses and layers of sandy material which locally contain groundwater (the clay itself is hot waterbearing). Numerous springs and creeks drain the steep hillside area north of N.E. 44th Street. May Creek Basin - Jones Ave. on the east to Lake Washington Blvd. on the west. The May Creek Basin contains layered stream sediments carrying from silty fine sand to coarse sand and gravel. A gravelly sand i.redominates. Groundwater was generally 2 to 5 feet below grade in this province. TF-4 y TS-03 PIPING MATERIALS, VALVES, AND FITTINGS, ETC.^(Cont.) 9. Concrete Valve Vaults 1) General All 12" valves shall be installed in a precast concrete vault. The vaults small be grouted and sealed as detailed below. The valve vault tops shall ` be excentric lids. t 2) Precast Precast; vaults shall be Standard 12" Cast Valve Chamber (Lundberg Concrete Co. I- . , Tacoma) with 1-24" Additional Section (rather th..n 12" Section) The k.. -k-outs shall be filled with a non-shrinking grout (Embeco or equal). Steps shall be Perms. Tech Safety Step PS-2 (12" wide). Step to be polypro- polene covered 3/8" rebar meeting all current OSHA Standards. 3) Water Proofing i Exterior waterproofing on concrete to be 2 pazt epoxy resin, Sinmast Exterior 1� Foundation Sealer. Contact Perma Tech Northwest, 1836 S. 22oth Street, Des , Moines, Wa. 98188. Phone 878-2234. Apply In strict conformance with menu- „ facturer's specifications. 5. '... p RYA h. Steel Casing Pipe The steel casing pipe shAtl conform to the railroad specifications as bound in this document. The casing shall be 24" diameter steel, with a wall thickness " > of 7'16 inches for 12" pipe, and 18" diameter steel with a wall thickness of 5/16 inches for 8" pipe. I. Pipe Culverts Conform to Section 60 of the Standard Specifications for pipe material and class indicated on the plans. Ts-o4 EXISTING UTILITIdS If, in the prosecution of the work, it becomes neccessary to interrupt existing surface drainage, sewers, underdrains, conduit, utilities, or similar under- ground structures, or parts thereof, the contractor shall be responsible for, and shall take all n^cessary precautions, to protect and provide temporary services for same. The contractor shall at his own expense repair all damage . to such facilities or structures due to his construction operations, to the satisfaction of the engineer except that water and sewer lines will be repaired by the Utility Department at contractor's expense. TS-05 CLEARING AND GRUBBING Conform to Section 12 of the Standard Specification. Remove all debris; no on-site burning. in easementa limit clearing to items specifica117 indicated t + by Engineer. y 1 o Clear and grab only as necessary for construction operation or to construct fills z where excavated material in used for fill construct ion,grub as necessary to keep organic matter out of fill. TP-3 c i Z'S,_ -PIPING MATERIALS, VALVES, AliD FIT11AGS, ETC. (Conn.) b. Ductile Iron Pipe }g Ductile Iron Pipe shall conform to ANSI Specification A21.51-1971 (AWWA C151-71) Grade 60-42-10. Ductile Iron Pipe shall be cement lined and sealed in accordance witt. ANSI Specification A21.4-19 (AWWA C104-71), 4" through 12" pipe shall be 1/16" cement lined. The pipe Joints shall conform to ASA Specification A21.11-1964 (AWWA Cill-64). Pipe ,Joints shall be rubber gasketed Push-On and/or Mechanical as required by the bid proposal description. Pipe thickness class shall be as required by the bid proposal description. (t� c. Pipe Fittings - ���111 Cast iron pipe fittings shall be Class 350, (D.I. ) as per ANSI Specification A21.10-1971 (AWWA C110-71). 1� Mechanical Joints shall be as per ANSI Specification A21.11-1964 (AWWA C111-64). Flange ,joints shall be as per ANSI D16.1, with 125 Pound drilling pattern. d. Gate Valves Gate valves shall be cast iron bcdy, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to AWWA Specification C-500-71 and an: subsequent modification thereof. Each valve shall be "0" ring type, provided with a standard square operating nut, and shall open by turning counter clockwise (left). The valves shall be IOWA List 14. Mueller, Kennedy, Pacific States or U.S. Pipe Metropolitan valve. e. Fire Hydrants Fire Hydrants shall be Corey Type (opening with the pressure) conforming to AWWA C-504-64 with a 6" inlet and a minimum M.V.O. of 5", two 2 1/2" hose nozzles with National Standard 7 112 threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 600 V. threads, U.D. thread- " 4.875 and root diameter-4.6263, 1 1/4" pentagon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechanical ,Joint connections unless otherwise specified in bid proposal description. Fire hydrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length ab to be suitable for installation with connections to piping in trenches 316" deep unless otherwise specified. Fire hydrants shall be IOWA or approved equal. Approval must be obtained prior to bid opening. f. Plastic Film Pipe Encasement The encasement materials, installation and taping methods shall meet or exer.ed ` A.W.W.A. C-105-72 Specifications. The Polyethylene sh+ -1 prevent contact between the pipe and the bedding material, and shall be a loose 8 mill tube or sheet around fittings, taped in place around all pipes and appurtenances, or as otherwise specified by the engineer. TP-2 SPECIAL TECHNICAL PROVISIONS TS-01 GENERAL STATEMENT j This section, Special Technical Provisions, is devoted to features of on-the- i site conditions which are peculiar to the facilities to be constructed for W-400, LID No. 291. Articles, materials, operations, or methods mentioned herein or indicated on the drawings as being required for the project shall be provided by the con- ., tractor, and he shall provide each item mentioned or Indicated and perform according to the conditions stated In each operation prescribed, and provide therefor all necessary labor, equipment and incidentals necessary to make a complete and operable installation. No attempt has been made in these specifications or plans to segregate work T covered by my trade or subcontract under one specification. Such segregation and establishment of subcontract limits will be solely a matter of specific agreement tetween each contractor and his subcontractors, and shall not be based upon my inclusion, segregation or arrangement in, or of, these specifi- cations. The contractor and subcontractor in each case is warned that Bork ' included in my subcontract may be divided between several general specifica- tions, me that each generel specification or sub-head of the technical specifications may include work covered by two or more subcontracts or work in excess of my one subcontract. 'IS-02 STANDARD SPECIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications fcr Municipal Public Works Construction" prepared by the Washington State Chapter, American Public Works Association, and in accordance with the requirements of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W.A. Standard Specifications, and in accordance with the City of Renton requirements. TS-03 PIPING MATERIALS. VALVES, AND FITTINGS ETC a. General All Pipe sizes az shown on the drawings, and as specified herein, are in refer- ence to "nominal diameter, unless otherwise indicated. One type of pipe an indicated below will be considered for this project. All pipe shall be fabricated to fit the plan shorn on the drawings. One type of pipe shall be used throughout the entire project except as necessary to match existing piping or as otherwise specified by the Engineer. Where relocation of or replacement of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the Engineer. All pipe, valves, fittings, and specials shall be for water working pressure as described in the followinF, specifications and plans and shall conform to the requirements of the applicable sections of the A.P.W.A. Standard Specifications, as modified herein. TP-1 ti 7 Y' " S SPECIAL TECHNICAL PROVISIONS ',`:. TABLE OF CONTENTS PAGE .....`.;:S TS-01 General Statement TP-1 TS-02 Standard Specifications TP-I TS-03 Piping Materials, Valves, and Fittings, Etc. TP-1 TS-04 Existing Utilities TP-3 }f. TS-05 Clearing and Grubbing TP-3 TS-06 Removal of Existing Street Improvement TP-4 TS-07 Trench Excavation, Bedding and Backfill TP-4 TS-00 Dust Control TP-6 TS-09 Pipe Installation TP-6 TS-10 Excavation and Embankment TP-9 TS-11 Service Reconnections TP-9 - TS-12 Restoration of Improved Surfaces TP-9 TS-13 Restoration of Unimproved Surfaces TP-11 ,}q Ts-14 Testing TP-13 `` TS-15 Disinfect;ion TP-14 TS-16 Cleanup TP-14 TS-IT Measurement and Payment TP-14 �� xa t: r� k`e r f#IE � a. SPECIAL PROV13IONS (CONT.) :OP-41 AWARDING OF CONTRACT Awarding of contract will be based on total sum of the Schedule of Prices. No partial bids will be accepted. SP-42 HYDRAULIC PROJECT PERMIT Three crossings of May Creek will be made. The crossings require approval i of the Department of Fisheries and Department of Game of the State of Wash- ington. All work within the Creek will conform to these State Agencies require- ments. SP-43 CONTRACTOR'S SITE OFFICE Provide on site office (trailer is acceptable) with desk space for inspector and telephone. ) e t , i t 1 SPECIAL PROVISIONS CONT.) SP-37 WASTE SITE i The Contractor shall conform to Section 4-1.06 of Standard Specifications in regard to waste sites. 1 The Contractor shell have the responsibility of obtaining his own waste site. i A11 work included in this section shall he considered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: t The Contractor shall be prepared to use water trucks, power sweepers, and R related equipment as deemed necessary by the Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. 5P-38 DUST AND MUD CONTROL k. The Contractor shall be reepcaslble for controlling dust and mud within the If project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by j the Engineer, t, avoid creating a nuisance. f Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this .section. Complaints on dust, mud or uneaf,: practices and/or property damage to private ownership will be transmitted to V e Contractor and prompt action in correct- ing will be required. Written ,otice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-39 PAYMENT TO THE CGNTRACT'iF Payment to be made to the Contractor will be made in the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. Partial payments on estimates may be withheld until vork progress schedules as described in Section SP-23 of these Special Provisions have been received and approved. SP-40 LIQUIDATED DAMAGES Liquidated damages for failure to execute 'he contract as specified and in accordance with Section 8-1.08 of the Standard 3pecificatlons will be assessed as follows: One Hundred Dollars (y100.00) per calendar day plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall be an amount equal to actual salary cost, plus one hundred percent (100%) for overhead and other ineirect expenses. SY-11 f SPECIAL PROVISIONS (CONT.) SP-32 CONSTRUCTION SIGNS (Cunt.) All construction and detour signing shall conform to Part VI "Traffic Controls for Highway Construction and Maintenance Operations" of the Manufal ,f Uniform Traffic Control Devices. SP-33 REMLVING TRAFFIC AND 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 Director of Public Works, City Municipal Building, City of Renton, Washington, for all changes made. When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the Public Works Director, City Municipal Building, City of Renton, Washington, and obtain his approval of signing. _. SP-34 CONSTRUCTION EQIJIP14ENT Drivers of motor vehicles used in connection with the construction of repair work shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. SP-35 SIZE WEIGHT LOAD RESTRICTIONS FOR MOTOR VEHICLES 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 end amendments thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal weight for which the hauling vehicle is licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the Engineer a listing of all haul vehicles used on this project, listing the vehicle number, license number, tare weight and licensed load limits. Sp-36 DELIVERY 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 materla:. payyment will not be made for delivery tickets which do not show type of material, gross weight, tare weight, truck number, date and inspector's initials. Scale certification shall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross weight and type of material. In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery. SP-10 � I � l lye i � F• ` y31. SPECIAL PROVISIONS (COAT.) yf SP-30 HOURS OF WORK The working hours for this project will be limited to week days during the Period fro". 7:30 A.M. to 5:30 P.M., unless otherwise approved by the City. T •.3 R ,." SP-31 PUBLIC CONVENIENCE AND SAFETY ., The Contractor shall, at his own expense, provide flagmen, shall furnish 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 �g and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before .. the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. Appropriate portions of Section 7-1.15 (APWA) Standard Specifications Shall apply to this contract. In addition the following '°•'PP Y g Special Provisions shall apply: 1. There shall be at all times reasonable access to and egress from the business establishments and other properties adjacent to the project. 2. All road approaches and street connections shall be opened to traffic at the close of each work day. j 3. Where hazardous conditions exist proper signing and barricading shall be provided as directed by the Engineer. Where designated by the Engineer, the signs and barricades shall be supplemented by lanterns or flasher units during the hours of darkness. 4. The Contractor shall notify the local fire and police departments In writing before the beginning of his operations sr, that these agencies may reroute their emergency vehicles around the construction zone. 5. Any asphalt concrete pavement, crushed surfacing gravel base, �r water required for maintaining traffic during the life of this contract shall be placed by the Contractor, immediately upon request by the Engineer in the A unts designated. All costs involved in the above shall be considered incidental to other costs of work involved and no further compensation will be made. SP-23 CONSTRUCTION SIGNS The Contractor shall furnish and install construction signs which conform to current 1971 M.U.T.C-.D. Sign No. W20-1, "RuAD CONSTRUCT?ON AHEAD," 36" x 36" or larger diamond, black lettering on orange background. One (1) sign of tie type mentioned above will be posted at each street entering onto the project site. SP-9 1 ! R 1 SPECIAL PROVISIONS (COST.) SP-2„5 DISPUTES AND LITIGATION (Conte) The decision of the majority of the arbitration board shall be binding upon both parties 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 Stag: _ Of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the majority opinion that the Contractor's f`.ling of the protest is capricious and without reasonable foundation. In the latter case, all costs shall se borne by the Contractor. The venue of any suit shall oe in King County, Washington, and if the Contractor is a non-resident of the State of Washington, he shall designate an agent, upon whom process may be served, before commencing work under this contract. SP-26 SUBCONTRACTORS ) o A list of subcontractors and suppliers that will be involved with this project shall be given to the Engineer for Lis review and approval immediately after notification of low bidde> status. This list must be received by the Engineer b efore the contracts may be signed. f SP-2T CHANGE ORDERS '- r .4,11 additional work that requires compensation to the Contractor for items for which prices are not included in the contract or is iot within the limits specified in APWA Standard Specifications, Sec. 4-1.03, shall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of subcontractors. SP-28 SURVEYS Section 5.106 of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the engineer a minimum of 48 hours in advance of the need of survey_.' Sp-29 OVERTIME FIELDi ENCINE'721NG When the Contractor performs construction work over the accepted 8 hours per day ,r 40 hours per week, or on any City holiday, and the work requires inspection, then the Contractor shall reimburse the City at the rate of $12.00 per hour. The City shall have the sole authority in determining the necessity of having ..1 the overtime inspection, and shall notify the Contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. SP-8 4 G i SPECIAL PhOV1610a6 (CONT.) BP-23 SCHEDULING OF WORK (Cont. ; to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule has been submitted and approved. Should it become evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall, upon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment, added labor forces or working shifts, night 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. Further, if at w y time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be revised by the Contractor and work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request In made and until an approved modified schedula has been provided by the Contractor may be withheld. Fxecution of the work according to the accepted schedule of construction, or ,approved modifications thereof, is hereby „sine an obligation of the cortract. 6 SP-24 CONSTRUCTION CONFERENCE Prior to the start of construction the Engineer will call for a preconstruction conference. The Contractor and his subcontractors shall attend the precon- struction conference, the time, place and date to be determined after award of the contract. Subsequently a representative of the Contractor will attend a weekly conference with the Owner's representative to review progress and discuss any problems that may be incurred. SP-25 DISPUTES AND LITIGATIOfN Any questions arising between the Inspector and the Contractor or his 3uper- intendent or Foreman as to the meaning and intent. of any part of the plans and specifications shall be immediately brought to the attention of the Engineer and w11.1 be adjusted by him. Failure on the part of the Engineer or his representatives to discover and condemn or redect bad or inferior work shall not be construed as an acceptance of any (such work or the part of the improvement in which the same may have occurred. To reduce d.sputns and litigation, it is farther agreed by the parties hereto that the Engineer shall determine :he quantity and quality of the several kirls of work embraced in these improvements. He shall decide all questions relative to the execution of tie work and the interpretation oi' the Plans and Specifications. In the event the Contractor in of the opinlon be will be damaged by such interpretation, he shall, within three (3) days, notify the Engineer and the City Clerk in writing of the anticipated niture and amount of the damage or damages. In the event an agreement cminot then be reached within three (3) days the City and the Contractor will sect appoint an arbitrator and the two shall then select a third. SP-7 E, SCHEDULE i OF PRICES (W 400) LID d291 (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail. ) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION F'RICE PRICE .. 1 9,(20 L.F. Furnish and Install 12" D.I. Class N2 Tyton Joint Pipe $ Wo $_ $ Per Lineal Foot rds) Figures) 2 1,520 L.F. Furnish and Install 12" D.I. Class N2 Mechaical Joint Pipe $ $ $ Per Lineal Foot 3 2,370 L.F. Furnish and Install 8" D.I. Class N2 Tyton Joint Pipe Per Lineal Foot 4 120 L.F. Furnish and Install 8" D. I. Class N2 Mechanical Joint Pipe - Per Wheal Foot 5 435 L.F. Furnish and Install 24" Steel Pipe Casing $ $ $ Per Lineal Foot 6 50 L.F. Furnish and Install 18" Steel Pipe $ $ $ Per pineal Foot 7 4,000 L.F. Furnish and Install Pcly- ethylene encasement sleeves on 12" D.I. Pipe $ $ Per Lineal Foot 1► STANDARD DETAILS TABLE OF CONTENTS PAGE Standard Deta: for 1" ByPass 12" Gate Valve SD-1 Standard Detail for Hydrant AEsembly & Guard Posts SD-2 Standard Detail for Pre-Cast 12" G.V. vault SD-3 Standard Detail for 3/4" and 1" Water Services SD-4 Standard Detail for 1 1/2" and 2" Water Services SD-5 Standard Detail for General Blocking SD-6 Standard Detail for 2" Blow Off Assembly SD-9 Standard Detail for Air & Vacuum Valve SD-10 i `YY TS-17 MEPOUREMENT AN. :'AYMEHT (CONT.) S. Crushed Rock Surfacing Material Crushed rock surfacing material shall be measured and paid for at the applicable contract price, per ton, payment of which shall constitute full compensation for furnishing and installing crushed rock on shoulders, driveways, etc. Rase Courses will be paid for under pavement bid items. t. Furnishing and Installing Hydro-Seeding The furnishing and installing of Hydro-Seed..ng as called out in T.S.-13 of this document shall be incidental to this contract. U. Removal of Pavement The contract price per lineal foot for "installation of water main" shall include full compensation for sawing, cutting, or line drilling, breaking and removing all types and thicknesses of pavement encountered in this project. Neither separate nor extra payment of any kind will be made for storing, handling, hauling or manipulation of re-owed pavement. F V. Connection of Service Lines to New Main Service line connection to new mains shall be paid for at the applicable bid 04 price per each, payment of which shall constitute full compensation for furnishing and installing all materials indicated cn the Stanudrd Details and as necessary to complete the connection, including pipe or tubing. w. Relocate Existing Meters Relocating of existing peter and meter boxes shall be paid for at the applicable bid price per each, payment of which shall be full compensation for furnisnirg and installing all materials and performing all work necessary to relocate existing meters and me-'er boxes. TP-17 * R TS-11 MEASUREMENT AND PAYMENT (Cont. ) k. Furnishing and Installing Waterproofing of Concrete Valve Vault Waterproofing per Section TS-03 g.3) will be paid for at the applicable bio price per each, payment of which shall constitute full compensation for - furnishing end applying the specified waterproofing material.. 1. Furnishing and Installing Fire Ryd t Assemblies Fire hydrant assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compen- sation for tee, valve, valve box, spool , fire hydrant, shackling, installation of blocking, bracing, drains, fittings, mid all other necessary accessories for a complete installation. The price per each shall also include furnishin•;, and installing of two fire hydrant guard posts painted white, mid the painting of the fire hydrant to City specifications. M. Furnishing and Installing Air Valves 2" Air Valves shall be measured and paid for at the applicable bid price per each complete which shall be full compensation for furnishing and installing all items and materials indicated on the Standard Detail and two guard -osts per installation. l* n. Furnishing and Installing of Fittings Furnishing and installing of fittings shall be incidental to the contract. o. Furnishing and Installing of Concrete Blocking - ' Concrete blocking shall be measured and paid for at the applicable contract r^ice, per crbie yard, payment of which shall constitute full compensation for furnishing the material in place, complete. p. Furnishing and Installing of Shackle Rods Shackle rods shall be paid for at the applicable contract price, per lineal y foot, payment of which shall constitute full compensation for shackle rods in place, including painting and all accessory harnesses, rind washers necessary to complete the installations specified under TS-09.b. Shackle rods for 'w hydrants will be paid for under Hydrants. q. Furnishing and Installing MC Cold Mix Asphalt I Furnishing and installing MC Cold Mix shall be incidental to this contract. ` r. Resurfacing of Asphaltic Concrete and Portland Cement Concrete Pavement :.nd Bituminous Surface Treatment Asphaltic concrete, Portland Cement Concrete Pavement and Bituminous Surface Treatment patching shall be measured and paid for at the applicable contract price, per square yard, payment of which shall constitute full compensation for the resurfacing complete, including subgrade preparation, preparation of and connection to existing pavements, base course, tack coat, finishing and all necessary incidental work. TP-16 -at tiy' 4 TS-17 MEASUREMENT AND PAYMENT (Copt ) e• Furnishing and Installing Drain and Culvert Pipe r The price per lined foot for furnishing, placing and adjusting iY necessary the culvert pipe, size and quantity Bated In the bid schedule, shall constitute full cc,mpensatson for the drainage lines complete. f. Furnishing and Installing Tyton Joint Water Pipe The price per lineal foot for furnishing and Installing of Pipe,size and quantity listed in the bid schedule, shall constitutes full nt ater compensation for the water line, in place, complete, including: all pave- ment removal, excavation, trenching, backfill, foundation preparation, compaction, pipe, pipe laying and jointing; pipe blocking, special shackling ' ana bracing; sheeting, shoring, and dewatering, fitting, connections to existing piping, all surface restoration excluding crushed rock resurfacing, concrete, asphaltic concrete resurfacing. g. Furnishing and Installing blechanicai Joint Water Pipe The price per lineal foot for furnishing and installing of ES •al Joint water pipe, size and quantity listed in the bid schedule, sh -Institute,&IJoin full compensation f'or the water line, in place, complete, including: all pavement removal, excavation, trenching, backfill, foundation preparation, compaction, pipe, pipe laying and jointing; pipe blocking, special shackling and bracing; sheeting, shoring, and dewatering, fitting, connections to existing piping, all surface restoration excluding crushed rock resurfacing, concrete, asphaltic concrete resurfacing. h. Furnishing. and Installing Plastic Film Pipe Encasement The price for furnishing and installing plastic film encasement size and quantity listed in the Bid Schedule shall constitute full compensation for the plastic film as specified 1n TS-03-f. in place. I. Furnishing and Installing Encasement Pipe The price per linear foot for furnishing and installing of casing pipe, size and quantity listed in the bid schedule, shall constitute full compensation for the casing pipe, in place, complete, including plugging of casing pipe, pipe skids where specified, and all incidental work necessary for a complete installation. J. Furnishing and Installing Fate Valves i 12" gate valve assemblies shall be measured and paid for at the applicable 1 unit price per each, in place, complete, which shall constitute full compensa- tion for valve, bypass valve, cone. vault, steps, and cone. valve marker, 6" or 8" gate valve assemblies, valve, valve box with extensions, if necessary, and cone. valve marker; and all ot.ner necessary accessories for a complete Installation. Hydrant auxillary valves will be paid for under Fire Hydrant } Assemblies. b{yt a F r J, TP-15 �` TS-14 TESTING (Cont.) C. Leakage Tests Leakage tests shall be made after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 psi. TS-15 DISINFECTION Disinfection of the new water system shall be required prior to completion of the project and shall be in accordance with A.W.W.A. 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 coLcentration of chlorine in the line shall be 50 parts per million and this 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 apprstenances, is required to conform with the specifications stated herein. .. Ts-16 CLEANCT During the time that the 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, broken pavement, etc. , shall be removed as soon a: practicable. Should the work not be maintained in a satisfactory condition, the 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 the engineer. TS-17 MFASURE1,MVT AND PAYMENT a. General i Unit cr lump sum bid prices for all items shall include all costs for labor, equipment, material, testing, relocation and modifications to existing utilities, and all incidentals necessary to make the installation complete and operable. b. Clearing and Grubbing Clearing and grubbing of the project site shall be incidental to this contract. C. Furnishing and Installing Granular Bedding The price per ton shall be full compensation for selecting, furnish, hauling and placing the material as outlined in Section 73-2.06 of the Standard Specifications. No separate payment of any kind will be made for compacting _ wetting, drying„ water, processing of materials, or removal of unsuitable soils. d. Furnishing and Installing Bank Run Gravel Material The price per ton shall be full compensation for selecting the source, furnish- ing, hauling and placing the material as outlined in Section 73-2.08 of the Standard Specificationc. No separate payment of any kind will be made for 'ompacting, vetting, drying, water, processing of materials, or removal of unsuitable soils. T-,_,4 T'8-13 RESTORATION OF UNIMPROVED SURFACES (Cout.) 3. Mulch Section 9-14.4 of the Standard Specifications is supplemented to include the following: Wood cellulose fiber shall be applied at a rate of 2,000 pounds per acre, or straw mulen shall be applied at the rate of 3 tons per acre. Stockpile Seeding - All stockpile arees where the material is expected to remain in place during the inclement months shall be seeded, fertilized, and mulched. C. Application of Seed, Fertilizer and Mulch These materials shall be applied in two applications. The first application shall consist of a homogenous mixture of fertilizer and wood cullulose fiber match. This mixture shall be uniformly applied over the seed. The second application of fertilizer of the same formulation and at the same rate as the initial application shall be applied 60 to 90 days after the initial application of fertilizer; however, the second application shall be applied only between March 1 and December 1. TS-14 TESTING A. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in i accordance with applicable provisions of AWWA C600-54T or C6o3-6hT and Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. All equipment necessary to make tte tests shall be furnished by the contractor, and the contractor shall conduct all tests under the supervision of the engineer. Any blow-off assemblies which nay be required for testing shall be supplied by the Contractor. B. Pressure Test Prior to acceptance of the system, the installation shall be subjected to hydro- static pressure cesting as follows - 8" water main @ 300 psi, 12" water main @ 250 psi. Any leaks or imperfections developing under said pressure shall be remedied by the contrac�or before final acceptance of the system. The contractor shall provide all necessary equipment and shall perform all work connected with the tests end conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical, tests shall be made with pipe ,Joints, fittings and valves exposed for inspection. TP-13 4 a a, TS-13 RESTORATION OF UNIMPROVED SURFACES (Cont. ) B. Material ' 1. Seed 1 Section 9-1-4.2 of the Standard Specifications is supplemented to k include the following: A seed mixture of the following composition, proportion, and quality ` shall be applied at the rate of 100 pounds per acre: Kind and Variety Percent by MJ nim m Percent Minimum Percent of Seed in Mixture Weight Pure Seed of Germination y Colonial Bentgrass 10% 9.8% 95% I ' (Highland or Astoria) tIF Red Fescue (Illahee 40% 39.20% 90% Rainier or Pennlawn) Perennial Rye 40% 39.20% 90% White Dutch Clover 10% 9.90% 90% (Pre-Inoculated) Percent Weed Seed .50%. Maximum Inert and Other Crop 1.40% Maximum TOTAL 100.00% �> 2. Fertilizer t Section 9-14,3(1) of the standard specifications is supplemented to include the following: A commercial fertilizer of the following formulation shall be furnished as specified: A11 fertilizer shall be pre-mixed prior to bringing on the job. The fertilizer shall be applied at the rate of 500 pounds per acre. Available Soluble Total Nitrof!en Phosphoric Acid Potash Lbss/Acre As N As P 2 0 5 as K 2 0 *18.4% *14% *14% 500 Not less than *60% of the total nitrogen shall be derived from ureaform cr ureaformaldehyde. Final mix to contain not less than *7.85 water insoluble nitrogen. Label unall meet requirements of Washington Commercial Fertilizer Act. *Guaranteed on label. TP-12 d; iY :• Ts-12 RESTORATION OF IMEnOVED SURFACES (Cont. ) e. Crushed Rock Surfacing Existing shoulders, and existing gravel surfaces shall be resurfaced with F crushed rock so that a minimum finished thickness of 4 inches is obtained. The finished surface shall match the slope, `j surface pe, crown and grade of the existing Materials and placing shall be in accordance with the applicable provisions of Section 23, A,P,W,A, Standard Specifications except as modified herein. Ballast and maintenance rock will not be required. Crushed rock surfacing shall in all respects meet the requirements set forth in Section 23-2.01, A.P,W.A. Standard Specifications. Water shall be added during rolling operations as necessary to secure required compaction. The crushed rock may be spread in one layer and shall be adequately bladed .y and mixed to obtain even distribution of the rock. Alternate bladinp, and rolling shall continue until the required finish surface and density is obtained. The crushed ruck shall be compacted to at least 10C percent maximum dry density at optimum moisture content. Water shall be added as necessary during olading and rolling operations to obtain the required compaction. s I. Portland Cement Concrete Pavement Conform to sub-section 54-3-03 of the Standard Specifications. Compact the subgrade with mechanical tampers to 95% of maximum density as determined by ASTM Designation D698, Method D. Use Class 6.5 (1� ) R.E.S. concrete, same thickness as original concrete. Complete patch with Class B asphaltic concrete to match existing section. g. Bituminous Surface Treatment (Lincoln Ave.) r Conform to Section 32 of the Standard Specifications. Use 5/8" - 1/4" crushed screenings with CRS-2 emulsified asphalt. TS-13 RESTORATION OF UNIMPROVED SURFACES a. General Hydro-seeding ;;o control erosion will be required on this project. A11 disturbed unimproved areas, including all embankments slopes an.i areas other than roadway surfaces shall be hydro-seeded. The hydro-seeding shall be performed after all settlement has taken place. The hydro-seeding materials and installation practices shall con_.rm with Washington State Highway Commission "Washington 1974 Standard Specifications" Section B-01 and 9-14 Rcad- side Seeding. The contractor shall notify the Engineer not less than 24 hours in advance of any seeding operation and shall not begin the work until areas prepared for seeding have been approved. Seeding shall not be i�,ue Curing windy weather or when the ground is frozen, excessively wet or otherwise untillable. i An approved %fpe, hydro seeder, which utilizes water as the carrying agent shall be used. TP-1l t 1 � TS-12 RESTORATION OF I,. ,OVED SURFACE; (Cont. ) b. Areas to be Resurfaced 1. Existing asphaltic concrete surfaces shall be patched with asphaltic concrete over a crushed rock base course. 2. Existing shoulders and existing gravel surfaces shall be repaired with crushed rock surfacing. 3. Existing Portland cement concrete surfaces shall be repaired with portland cement concrete to match the existing. 4. Existing roadway est of Railway Sta. 5+62 to Sta. 14+00. Construct 10' wide asphaltic concrete mad after main installation is complete. 5. Lincoln Ave. N.E. 36th St. to N.E. 40th St. Construct 161 wide Bituminous Surface Treatment Road after main installation is complete. C. Temporary MC Cold Mix Asphalt tR -� MC Cold premixed asphaltic concrete shall be required in 1 q pavement for temporary patching on this project, where directed by the Engineer. d. Private Driveways Private driveways, walks, and other surfaced areas shall be repaired, patched and resurfaced as required for the type of surfacing encountered. e. Maximum Patching Width The maximum patching width in trench area will be 5 feet except where overlay or street construction is called for on the plans. Any patching done beyond this limit will be done at the Contractor's expense. f. Asphaltic Concrete Surfacing The finished patch or new road section shall provide a minimum thickness of 2 inches of asphaltic concrete over 4 inches of crushed rock base course. Before placement of the asphaltic concrete patch, the base course material shall be shaped to the same section and slope as the finished grade and compacted to 100 per cent maximum dry density at optimum moisture content as determined by Standard Proctor compaction test, ASTM Designation D696, Method D. The asphaltic concrete patch shall be placed over the base course so as to obtain a minimum thickness after compaction of 2 inches, and shall match existing surfacing. The asphaltic concrete shall be rolled and crossrolled to obtain thorough compaction. Base course material shall meet the requirements set forth herein for crushed rock surfacing. Asphaltic concrete shallbe hot plant-mix, cocformic.g to Section 34, A.P.W.A. Standard Specifications, Class B. Paving asphalt shall be Grade AR 4000 per Section 27. TP-10 1 TS-09 PIPE INSTALLATION ,JontJ i. Connection to Existing Pipe and Structures Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions and elevations to assure proper fit. ,. The Contractor shall make all connections and tie-ins under the direction of the City of Renton Utilities Department. The Contractor must aleo provide any specials required to make a satisfactory connection. The Contractor shall be responsible for the protection of all existing piping a.id appurtenances during construction, and shall take core not to damage '.hem or their protective coatings or impair the operation of the existing system in any way. TS-10 EXCAVATION AND EMBANKMENT 3 Construct embankments and carry out excavation for pipe installation az i indicated on the plans. Conform to Section 13 of the Standard Specifications. Use compaction Method B. The Engineer will. allow greater than 8" layers If satisfactory compaction can be obtained. In the Lincoln Ave. area where paved roadway will be placed, compact the sub- grade per Section 15 of the Standard Specifications. lS-11 SERVICE RECONNECTIONS Service line connection to the new main will conform to the Standard Specifi- cations of the City of Renton bound herein ac applicable. Engineer will indicate location for tap on new main for each service reconnection. Direct tap mains for 3/4" and 1" services. Use double strap service clamp for A" and 2" services. Use copper tubing for 3/4" and 1" Lines, galvanize-' steel pipe for 141" and 2". Connect to existing service line with Dresser type coupling for steel pipe and flare type three part union for copper tube. Where required relocate meter and box as directed by the Engineer. Final installation to conform to Standard Detail. TS-12 RESTORATION OF IMPROVED SURFACES a. General Roads, streets, driveways, shou�l . 3 and all other surfaced areas, removed, broken, caved, settle or otherwi a damaged due to installation of the improve- menta covered by this contract wall be repaired and resurfaced to match the existing pavement or landscapes area as set forth in these specifications. The ends and edges of the patched and resurfaced areas shall meet and match the existing surface and Trade, and shall terminate in ncat, even lines parallel to, and at right angles to the roadW%V- No piecemeal patching or repair will be allowed. Damaged, disturbed or otherwib— affected areas as defined shall have edges of existing pavement trimmed back to provide clean, solid vertical faces, free from loose material. TP-9 f 1 TS_09 PIPE INSTALLATIUa (Cont. ) d. Pipe Installation in Casings (Cont. ) under the railway vain line and highway. After pipe is installed seal upper end of casing with concrete bricks and mortar. e. Plastic Film Pipe Encasement Pipe, fittings, valves and accessories shall be encased in Polyethylene wrap as per TS-O,4 in this document in areas directed by the Engineer. Generally this will b e in the Lakeside area vest of the Railway. f. Valves and Valve Chambers Valve installation shall be in accordance with Sectioi 75 of the Standard Specifications except as modified herein. 6" and 8" ',,ate Valves shall include an S" x 24" cast i . gate valve box and extensirns if required by the Engineer. Tl-o 12" gate valve assembly shall include - 12" Gate Valve ( MJxW), 1" by- pass Valve Assembly, and a Precast Concrete Vault. The City of Renton Standard Detail for "Precast 12" Gate Valve Chamber (Note modifications in TS-03) and the Standard Detail for the 1" Bypass Valve Assembly are bound in these specifications. Waterproof vault per TS-03• Valve chambers shall be in accordance with Section 76 of the Standard Spec- ifications except as modified by detailn bound in t. cse specifications. All valves shall have concrete valve markers with distances clearly marked. The concrete valve markers shall be Lundberg Concrete Pipe Co. , right-of- way markers State Highway des`_gn or approves equal. g. Fire Hydrant Assemhaies Fire Hydrant Assemhly shall include: C.I. Tee (MdxFL), 6" Gate Valve (FLXYJ), 6" C.I. Spool (PEXPE), 5" MVO Fire Hydrant (MJ Connectic 1), 8" x 2b" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and 2 concrete guard posts. Paint shackle rods as specified in Spe-ial Anchorage of this section. The hydrant shall be for a 5' bury unless otherwise noted on the Plan. Upon completion of the project, all fire hydrants shall be painted to City of Renton specifications and guard posts painted white. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. h. Air Valve Installation P Conform to the Standard Detail. Include two fire hydrwit guard posts with each installation. 7P-8 f t 'tJWE , m:.u2 w`u� e,L7u$u�S' ` ' i g Yy I TS-09 PIPF. INSTALLATIO: ant.) b. §.kecial Anchorage (font.) In ardition provide shackle rods as follows: • Shoreline area: Shackle all M.J. valves to nearest fitting. Shackle between all bends 40' or less apart„ Shackle through at least 18' of pipe from all bends, caps and outlet aide of ',ees. Other areas: , Shackle vertical bends as indicated on the plans. At Casings: Where casing end is less than 40, from fitting cut hole in end and hook rod into hole. Provide approved duck lugs at all installations - do not shackle through bolt holes. Each installation consists of two rods on opposite sides of the pipe. Shackle rod material shell be 3/4" diameter carb on steel bar material. Furnish approved couplings :There required. Bars shall be shop cleaned of all loose mill scale, dirt, rust, oil or other foreign material by flame cleaning or power brushing and shop primed with Koppers Bitumastic Mill Undercoat. Store rods undercover and protect shop coating from abrasion. -_ After installation paint rods and accessories with Konpers Bitumastic No. 505 to minimum 15 mil film thickness. In areas of Polyethylene wrapped pipe, shackle rods must be inside the wrap. c. Casing Installation 1) Under Railway Sidings Where indicated on the plans the Contractor may remove the tracks and install casings in open cuts. Bed casing per requirement of TS-07 for water mains. Restore track to original condition. 2) Under Railway Main Line Install by boring and ,Jacking. Contractor mist prepare and submit bore pit plan to the Burlington Northern Railway for approval. 3) Under Highways Install by boring and ,Jacking. Pore pit must conform to requirements of Washington State Highway Department. d. Pipe Installation in Casings use Mechanical Joint Pipe. Push pipe from lover end. Do not allow pipe to slide back. Provide pipe skids on 12" water main in casing installations ?Y-7 o; i Fk1 1MVJ Y ENDING OF FILE FILE TITLE LA n h %pv-es • K I f s • � V .. i iY City of Renton SPECIAL PROVISIONS I Name _.Ilt='.y_zilgineering i Date a. The stream crosain¢ located between atatton 7+00 and 7+50 shall be stabilized with at least one stream bed ccntrol duwns•re_am. b. The streaa bed control,jhall be pieced in such a manner to stabilize the stream bcd material in khe yigillity of the waterline crossing, The conzrol shall conform to theexistl•�stre.7r�hpd_eLR&8�terlon- _c. The control shall be permanent and during the life use of the control, ' the elevation difference between the low flow notch and the downstream bed or tailrace is not to exceed 1 foot. It may be necessary to Install additional controls to accomplish this. d. Equipment may operate within the stream bed for excavation and placement of stream bed control material except that the drive mechanisms (wheels, tires, tracks. etc.) shall not enter or operate withip s__kcream. e. The existing control downstream of the crasSinn at srgtion 12+00 shall.__ be checked for conformance with the above provision letter "b", If work Is rea .fired an this control the activity shall bea L2mp)Sahed per nrovisi.ons "c" and "d". _f. If it becomes pe,ress3ry to dewatpr the vatic grey the wA ter shall he pimJped to anima _ cre it yll I he filr re p,l sl opaan prior 1:11 stream entry, a. All concrete structures shall hnva a mini .m .r ..slim of seven days_ before exyosure to state waters- _., No_ eetroleum pt due sa fresh cangete. or other fJerioy�materi.ale shall fall, be wasted into or othervise enter statx waters as a result of this project, ENCLCSCRE: Co. uit Crossing - Trenching 7 - June 19, 1975 aid before September 1, 1975r THIS APPROVAL IS TO BE AVAILABLE ON THE. JOT, SITE AT ALI, 'TIMES AND THE PRO- VISIONS CLOSELY FOLLOWED DY THE OPERATOR CONDUCTING THE WORK. The Department of Fisheries and the Department of Game reserve the right to make further restrictions t if deemed necessary for the protection of fish We. This approval is granted in the interest of fishery protection only,and these departments cannot oe held liable for any property damage which might occur as a result of this project. Failure to comply with the provisions of this approval V a gross misdemeanor punishable by Me and/or imprisonment. - • The person's) to whom this approval is sued may be held Lable for eny damage to fish life or habitat which results from failure to comply with the provisions or intent of thi Approval The use of explosives in jr near state waters may require a separate approval from the Department of Fisheries and the Department of Game. This approva: pertains only to the or ..eions of the Fisheries and Games Codes, Additional authorize Lion from the Department of Ecology, the U. S. Department of Army Corps of Engineers, Department of Natural Resour-:es and/or other public agencies may be necessary for this work. DEPV4ENT7 fillSfIZRII��FSS, DEEP.�RTMENT/ GAME DIRECTOR DATE SIGNED _1 �_i DAIS SIGNED DLR[t Jgt aim , '� S TECHNICAL PROVISIONS CONDUIT CROSSING - TRPNCHING 1. , conduit alignment ithinthe thighawater flow channel shall be within 15 degrees of perpendicular 2. Conduit sufficient subsequent disturbanceto the stream bedd in such manner as 3. Trench operation i e isolated f in the installation ofsheetpilingculverors similar merom the h by anismtream 4. Equipment may operate in the water in the area isolated from the flowing stream. 5. Trench shall be backfi".led with clean, well rounded, uniform" • graded, granular material, ranging in size from k to 4 inches. ll be stored 6. Upon configuration a..don Of the oject, stream anks suitably protbcted t'ospreventeerosion. pre- project7. Equipment may operate in the water while shaping the toe of the bank and/or th key at the toe of the bank for placement of bank protection materials, except that the drive mechanisms (wheels, tires, trecks, _ ate.) shall not enter or operate within the water during these operatinna. These operations shall ..at take place during the period when apawning or incubation is taking plat- in the vicinniitty19f 197Sproject, i.e.,and these operations shall take place after fore September 1, 1975 g. All bank protection material shall be placed from the bank. There shall be no dumping of beak protection material directly from a truck bed onto the bank face. g, tank protection material shall be clew and shall be of sufficient silo to praoant its being washed away by high water or wave action. terial ll be placed 10. If a filter bankerotection materialt is Lo be used lter shallabe placedaconcurrently from b p the bank and bank with the filter blanket. 1/72 1 } yet. Ilk y _.I DEPARTMENT OF GAME FISHERIES AND GAME DEPARTMENT OF FISHERIES aoo wlal w.s H.eL HYDRAULICS PROJECT APPROVAL s.....f A . sus. ohl.Dla, wD,I,aw sssa o44st� weu,.ef« sssa June 19, 1973 IADDIIe.nt Noula.ehr b N4 Np In VI mrmgnErnnl _._Waterline Croesinga___.. ._ ___ ... May_rreek_._ _....... _ . Lake Wasbingtou __..._ 0$.__ fr• of Prot.n) (sae.m) Mr.Yg. sy.tem) Ia91A) This approval (pages 1 through 3_.) is given to ._-.City.of. Re -con - Utility Era Inearing..._____ 200 Mill Avenue South Municipal Building ___.. Benton._Washingtrm__98055 ....._.._.._...... ...._.., to perform the requested project w,,rk which Is coverea by Ghe laws of tile State of Washington, Chapters 75.D6, 75.12, 75.20, 77.16, 46.61 and 066. All work associ. ated with this project shall comply with the following General, Technical, and Special provislous. GENERAL PROVISIONS 1. P--,^it Location:___..NW3t.oi Section 32. Township_U-Noce*D_> maj• It L---= Sir-L-.--ta-- 2 Time Limitation:..._ Iaadiataly_...to Septesber..l.....197S_- ____..............._....._�...._-�___ 3. Water quality is not to be degraded to the detriment of fish life as a result of this project. Compliance with the quality limits set forth in the Washington State Water Quality Regulations shall be main- tained throughout the life of the project. 4. Siltation of the bed or hole m of any state waters to the detriment of fish life shall not occur as a result of this project. 5. At no time and una. cu. ,,, s )< there to bt , ;eaten , nlnrk ream or tidal flow or fish passage as a resul- ,s yr• 6. No equipment is o :,ter ,.-rate in ,nv flowing stream ,.r ether state waters except as provided in the Technical ana iperla. :1rovtsions of this approval. 7. Any fish stranded as a .e,ait of this project shall be safely released to the lowing stream or open water. • S. A.ny strean: bank or shoreline area on which vegetative cover is disturbed shall be replanted with tree,, brush and grasses of similar type and concentration as exists along the stream banks or shoreline in the general vicinity of the project. 9. No,gravel or other bottom material shall be removed from within the hirh .eater flow channel bed of any stream or from the bottom of any other state waters, except as provided in the Technical and Special Provisions of this approval. 10. Any debris resorting fror.. this project Is to be disposed of by placing beyond high tide and/or high water flows. sr c ssss-taw.s•m-4-»- y q,r t Ills j '7 June 3�75 CERTIFIED !RAIL RET�=6 TO: ILANHOLDEFS City of Renton, Utility Engineering Watermain Installation for L.I.D. No. 291 in the Kenaydale- May Creek Area W-40o Re: ADDENDUM No. 1 The plans and speel 'ications for the above project are hereby revised as follows: Rev. No. 1 Schedule 2 of Frices No. 40th St. MAIN REPLACFTIENT Item No. 1. Furnish and Install 12" D.I. Class N1 Water Pi_e shall be changed to Class N2 Water Pipe `V Rev. No. 2 SP-42 HYDRAULIC PROJECT PERMIT ....... .. .All work.. ... ... .... .. ..State Agencies requirements. (ADD) As detailed in permit which is a part of this Addendum No. 1, and shall include special backfill, Bank Protection and Streambed _. control materials and labor. Rev. No. 3. TS-03 PIPE 6V TERIALS, VALVES AND FITTINGS, ETC. C. Pipe Fitting Cast iron pipe fittines shall be Class 350, D.I. shall be changed to Class 250 Gray Iron. Rev. No. 4. SD-10, Standard Detail for Air & Vacuum Valve. Code letter P; Item, - Air-Vacuum Relief Valve. Brand - APCO, 2-inch No. 145C. Rev. No. 5 TS-03 PIPING MATERIALS, VALVES AND FITTINGS, ETC. e. Fire Hydrants Pacific States Fire Hydrants is approved equal. The bidder is requires to acknowledge rec-ipt of this addendum below and include It with his proposal. The failure to do so may cause rejection of the bid. ADDENDUM NO. 1 RECEII'ED Bidder: By: Date: v � TOTAL SCHEDULE OF PRICES y TOTAL SCHEDULE 1 TOTAL SCHEDULE 2 ° TOTAL SCHEDULE 3 TOTAL OF THE AuOYE SCHEDULES _ The undersigned hereby ogre=s to start construction work on this project if awarded him within ten (10) days and to com^lete the work within ninety (90) working days after starting construction. DATE: THIS DAY OF '1975 (Day) SIGHED: TITLh: ADDRESS; 41► SCHEDULE 3 OF PRICES (w-431) N. 38th ST. MAIN REPLACEMENT APPROXIMgTE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 8 150 S.Y. Furnish and InsA811 Asphaltic Concrete Pave- ment $ Per Square Yard Words) .Figures Subtotal $ 5.3% Sales Tax $ TOTAL Schedule ? $ 1 i r f a t 9 6 ♦ j , SCHEDULE 3 OF PRICES (W-431) N. 38th ST. MAIN REPLACEMENT (NOTE: Unit prices for all itema, all extensions, and total amount of bib must be c. m. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail. ) APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRIrE PRICE 1 1,000 L.F. Furnish and Install 8" D.I. Class 2 Tyton Joint - Pipe Per Lineal Foot (words) $ Figures $ -- 2 2 EA Furnish and Install 8" Gate Valves Per Each 3 2 EA Furnish and Install 5" MVO Fire Hydrant Assembl- ies (MJ) 4' Bury Per Each 4 2 C.Y. Furnish i.id Install Concrete Blocking per Cubic Yard 5 25 TON Furnish and Install Bank Run Gravel Backfill $ $ $ Per Ton 5 22 EA Furnish and Install Connection to 3/4" Service Lines Per Each ` 7 75 TON Furnish and Install Crushed Rock Surfacing $ $ $ Per Tcn "IN SCHEDULE 2 OF PRICES N. 40th ST. MAIN REPLACEMENT APPROXIMATE -OBIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE B 10 Ton Furnish and Install Crushed Rock Surfacing $ $ $ Per Ton Words (Figures 9 160 S.Y. Furnish and Install AsFhaltic w:crete Pave- ment Per Square Yard Subtotal $ 5.3% Sales Tax $ TOTAL Schedule 2 $ Ali SCHEDULE 2 OF P-ICES N. 40th Si. MAIN REPLACEMENT (NOTE: Unit prices for all items, all eAtensions, and total smoant of bid must be shown. Show unit prices in both words and figures and where con- flict occurs, the written or typed words shall prevail. ) APPROXIMATE ITEM QUANTITY DESCRIPTION UNIT TOTS' _� rHICE 1 435 L.F. Furnish and Install 12" D.I. Class N1 (T.J. ) Water Pipe .� Per Lineal Foot Words)$—Tig�.es) $ 2 2 EA Furnish and Install 12" Gate Valves (MJ) in Stand. Conc. Vault with 1" Bypaes Valve Assemblies $ $ $ Per Each 3 1 EA Furnish and Install 5- MVO Fire Hydrant Assemblies (MJ) 5' Bury $ Per Each — $'�----- 4 2 EA Furnish and Install water- proofing on Gate Valve Vaults $ $ $ -:'er Each 5 3 C.Y. "urnish and Install Coj_ ..ate Blocking $ $ $ Per Cubic Yard 6 IO Ton Furnish and Install Bank Run Gravel Backfill Per Ton 7 5 EA Furnish and Install Connections to 3/4" Service Lines $ $ $ Per Each s SCHEDULE 1 OF PRICES � (W 40O) r , LID #291 , 4 APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 25 10 EA Furnish and Install Connection to 3/4" Service Lines $ $ Per Each Words) Figures 26 5 EA Furnish and Install Relo- cation of 3/4" Meter and 111 Meter Box Per Each 27 440 TON Furnish and Install Crushed Rock Surfacing Per Ton 28 1,100 S.Y. Furnish and Install Asphalt- ic Concrete Pavement Per Square Yard 29 3,000 S.Y. Furnish and Install Bituminous Surface Treat- ment Per Square Yard 30 30 S.Y. Furnish and Instu:_ Port_and Cement Concrete Pavement Per Square Yard 31 4,000 L.r. Furnish and Install Baled Hay Pipe Bedding in Shore- line Area Per Lineaz Foot Subtotal $ ... . 5.3% C Lee Tax TOTl.L :^aedule 1 _ r M• w , 1 � f SCRMJLE 1 OF PRICES (W 4o0) LID N291 APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 16 1,600 L.F. Furnish and Install 3/4" Shackle Rods Per Lineal Foot (Words) Figures 17 60 L.F. Furnish and Install 24" CMP Culvert $ $ $ Per Lineal Foot 18 40 L.F. Furnish and Install 18" CMP Culvert Per L'_neal Foot 1y 40 L.F. Furnish and Ins—ll 12" CMP Culvert Per Lineal Foot 20 10 L.F. Furnish and install 24" Reinforced Concrete _ Pipe Culvert Per Lineal ?art 21 1,500 Ton Furnish and Install Granular Bedding _ Per Ton 22 5,000 Ton Furnish and Install Bank Run GraNel $ w_ $ Per Ton 23 1 EA Furnis�, and Install Connection to 2" Service Line $ $ $ Per Each 24 4 EA Furnish and Instal. Connection co 1" Service Line Per Each 1 1 ^ r � i r t;L;?FDULE 1 OF PRICES (W 4o0) LID N291 APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE PRICE 8 1,650 L.F. Furnish and Install Poly- e Lhylene encasement sleeves on 8" D.I. Pipe $ Per Lineal Foot (Words) —(Figures) $ - 9 31 wA Furnish and Install 12" Gate Valves (MJ) in Stand Cinc. Vault with 1" By- pass Valve Assemblies Per Each lU 13 EA Furnish and Install 8" Gate Valves Per Each 11 5 EA Furnish and Install 6" Gate Valves Per Each 12 33 EA Furnish and Install 5" MVO Fire Hydrant Assem- bly (MJ) 5' Bury $ $ $ Per Each 13 5 EA Furnish and Install 2" — Air Valve Assemblies Per Each I 14 31 EA Furnish and Install Waterproofing on Gate _ Valve Vaults $ y g Per Each 15 36 C.Y. Furnish and Install Concrete Blocking Per Cubic Yard 4 .. _,