Loading...
HomeMy WebLinkAboutWTR2700401 S 43RD ST. BRIDGE OVER SR 167 W-401 24" WATER MAIN f r. • IS7. EMP1.Uyi:E DEVtin)PMENT The hiring of minorities and women on a fair and equitable basis + is only the first step in affording equal asPloyment opportunity. kill development, prom tions, and equal r,oriiscriminatory on-the- 8 job treatment are of equal importance to both the individual and to the City. The following actions shall be undertaken to achiever e.+ employee job sariefacticn and fair treatment and to more Success- fully utilise women and minority persons in our work force. A. Assure that there of race, color, Shall creed, sex, age, or physical indicapsf with aregard to upgradinq, Promotions, transfer and damoti n, lay off and termination of employees. Any action which might adversely affect minorities or women will be brouant to the attention of the Equal Opportunity Officer. Employee grievances &rising from such action Shall receive immediate attention in accordance with Section VI. B. Develop a skill inventory for employees which can be i used to identif• bunervisory and managerial level position notential. This shall be accomplished by: e ' 1. Obt3ining from the employees a written statement as to their desires, skills, and interest in higher paid positions. 2. Periodic review and anal'-SIR of employee development ,y wrogress and readiness to assume higher positions. {..' ,a. a 3. Identif.. soeci`.ic positions for which employee qualifies, and asbure that requests for interdepartmental 14 transfers and promotions are considered without discrimination. C. Actively encourage emnloyees to loco ease their skills and job potential throuqh training and educational opportunities. j Offer guidance and counselingin developin l programs a iloredof to individual aptitude and dailies, taking Lull advantage of programs 1!{ W offered by the State Department of Employment Security and Manpower Davelopmen' Programs. ' IV. LIAIS0;1 AND COORDINATION ' A. There exist many organizations vitally concerned with 1.. -W equal opportunity and fair treatment of minorities, women, and the physically t.+ndicaoped, and those that are over 45, whose ,.� resources can be of valuable assistance to achieving the goals of this program. The City of Renton through its Equal Opportunity Officer shall maintain constant contact and coordinate various "f asnect■ of the Affirmative Action Program with they organizations. .� In addition to those already identified with respect to recruiting, hiring, and employee development, working relationships shall be maintained with the various civic, labor, and minority organizations in the greater Renton area. Az B. The City also recognizes its responsibilities to comply j with and &$sure that dual opportunity and nondiscrimination policies of State or Federal agencies with which it conducts business are carried out. Specifically, the City of Renton shall: V - 1. Be responsible for reporting to the appropriate agencies anv complaints received from any employee of, or an applicant for employment with any City of Renton contractor or +ubcontrartor, subject to Executive Order 11246. 2. Cooperate in specl&1 cpmnli&ncO reviews or in investi- gations as requested. g 3. Carry out sanctions against a contractors) and/or subcontractor(s) as required. 6. Assure itself and the agency sa part of the grant application process, that the general or prime contractors will not have submitted pre-packaged bids that deny open bidding to minority or any othe• subcontractors. \ 1 ' r .s AFFIRMATIVE. ACTION PROGRAM City Of Renton The Policy Of the City of Renton is to promote and afford -. equal treatment and service to all citizens and assure equal e"'p lrYise nt oPI'ort ui..t: based on ability and fitness, to all persons regardless OP race, creed, color national orijin, sex, physical handicaps, �r age. In recognition of its rbl.gation to provide colrvnunity leadership to overcome Past circumstances which w have either barred, not encouraged, or discouraged reprrsentative minority and female employment, the City of Renton ha, initiated a Proirsm n_f affirmative action designed to assure that the spirit and intent of this policy is realized. A term m.nority as used limitede to, those identified ashBlacks, spanishiAmericans,oAsi�n@, and American Indians. The spirit of the equal opportunity policy includes such persona es the physically handicapped, and those is Over the age of 45, even though the emphasis is upon minorities 1 and females, Th. ,irposev of the Affimative Action Program are to;1) establ+gh employment practices that will lead to and maintain A minority composition of the City of Renton work force that reflects that of the Greater Renton cnmmi.n unity; 21 achleva and maintain equitable and full utilization of minority and female .., employees at all oosition levels; 3) Promote an atmosphere of �inprovidrrttnacicn ann• fair treatment within city government; ,:ompllance with State and Pederal equal Opportunity requirements and regulations. This policy shall be made known to all employees, subcontractors, and suPDliers through distribution contractors, of Handbrake, bulled r.s, letters, and oerannal contacts, conferences and orien. Cation seeaipns. Signed acknowledgments pledging cooperation shall he required q d all department heads and supervisory personnel in 1aI � Re, the City of Renton and, where expropriate, of all contractors, subcontractors, and suPpliers engaged in City administered projects. Such contractors, subcontractors, and supplier. to whom this poll-y shall apol/ to shall include those with an average annual nt level of 25 and/or those who annually do bu■iness with the City employment Renton in an amount exceeding $10,000. of ' + T. PROGRAM RESPONSIBILITY To assure that the equal opportunity policy and the provisions of the Affirmative Action Program are carried out, an Fpual Opportunity officer shall be &PPOinted or designated by the Mayor. The Officer shall be the focal Point for the City's equal opportunity efforts and will advise and assist rtaff and management nersonnel :n all matters relating to implementation of and compliance with the ' Affirmative Act ton Plan, and be responsible for the suceeesful execution of this program, utilizing the assistance of appropriate State and community agencies and organ/zations and maintain close liaison with the Mayor and City Council on the Progress �( the toy orogrsm. The Egcal rio[airtunity Officer will have the responsibility A. Initiato, coordinate, and evaluate the City's plans and programs which at do0 gned to ensure that all current and p os- Dective employee.; receive the benefits of equal employnent ooportnnities. 7 ' se R. Evaluat, the Equal Employment Ot t*, Plans and Programs Ill the City to ensure compliancee with t:,, p((I rmative � Action policy. Mae C. CoordanAte the attention giver, t,, Equal Employment Opportunity throughout the City, D. Periodically audit the practices Of the City and recommend improvements in the Affirmative Action Policy to the Mayor's office. r 1 AFFIRMATIVE ACTION PROGRAM Cibr Of Renton The Policy of the Clty of Renton It to promote And afford equal treatment and service to all citlrens and assure equal employment opportw._, ; based on ability and fitness, to all persons regardless of race, creed, color, notional origin, sea, physical hanJicaps, or eye. In recognitio.� of its obligation to provide community leadership to overtone �aat circumstances which have either barred, not encouraged, or uiacouraged reptesentativs minnnly and female employment, the Lity of Renton has initiated ' a program of affirmative action designed to assure that the spirit and intent of this policy is realized. The term minority as used herein shall include, but not be limited to, those identified as Rlacks, Span,sh-Americans, Asians, u and American Indians. The spirit of the equal opportunity policy i. includes such ocrsons as the phvslcally handicapped, and those over the age of 45, even though the emphasis is upon minorities and females. 1 h Th<• o!+rposes of the A£flrmetive Action Program are to, 1) e,tabl,sh employment practices that will lead to and maintain a minnn ty etrmPoaitfnn of the City of Renton work force that mmunity; 21 achieve and reflects that of the Greater Renton co maintain equitable and hill utilization of minority and female employees it all onsltIOA levels: 31 urosite an atmosphere of npn-discrimtnation acrt fair treatment within city government; ♦) orovide ammo Lance wit:j State and Federal equal opportunity requirements and requiat;nna. This Policy shall be made known to all employees, contractors, fa subcontractors, and suppliers through distribution of handbooks, al hulleti.nx, letters, and neraonsl contaetR, conferences and orien- tation sessions. Signed aoknowledpments pledginq cooperation shall he required of all evartment heads and supervisory personnel in ; the City of Renton and, where appropriate, of all contractors, eR subcontractors, and suppliers engaged in City-administered projects. Such contractors, subcontractors, and suppliers to whom this policy 1 shall &poly to shall include those with an average annual employment ry level of 25 and/or those who annually de business with the City of Renton in an amount exceeding 510,000, N ' j [, PRO(:VAM RESPONSIBILITY To assure mat the sguAl oprtr,r tun ny Policy and the provisions Of un 1 s" the Affirmative Action Program are tarried out, an Equal Opport unity 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 .a natters relating to implementatlOn of and compliance with the Affirmative hct'OA Plan, and be responsible for the successful exeeutinn of this orogram, utilizing the assistance of appropriate • State and community agencies and organizations and maintair close ...,t program.wi th t he y or and Cjtv Council on h The FOualonoortunity Officer will have othe a responsibility to: A. initiate, coordinate, and evaluate the Ctty'e plans and oroorams which ar- designed to ensure that all current and p'oa- 0, nective employees receive the benefits of equal employment itee, opportunities. r H. Evaluate the Equal Employment Opportunity Plans and 1] Programs of the city to ensure comoLi ante with the Affirmative M"1 Action Policy. C, Coordinate the Attention given r; "uAl Fzspinymant Opportunity throughout the City. D. Periodically audit the practices Of the City and recommend imnrovaments in the Affirmative Action Policy to the Mayor's Office, * A OO ROAV 101 SUMMARY Of r, V` Z PAIR PRACTICES POLICY C -� rA� 0I TNa crrr OP RfNTOM I ADOPTED By RESOLUTIUs NO. 1105 the policy of the City of Renton la to promote and afford equal treatment and service to all citlsens end sasurw equal employment opportunity based •+ on ability And fitness to all Persons regardless of race, &road, color, i natlonaj origin, sew, physical handicaps or age. This policy shall apply tonovtraacryt.ASPICt of employment practices, employee treatment and public co bePJnq with this principle the follOrini guideline• Are established And shall be the governing policy for all department, of the City of Pont.". 1 1 1. EMPLOYMENT - Recruiting, hiring And appointment practices shall be x conduoted solely on the bAsls Of ability and fitness without regard to IP race, color, creed, national origin, see, physical handicap or age. 1. PROMOTION - Promotion, downgrading, layoff, discharge and inter- departmental transfer shall be dependent on individual Petforssnc, and work force .*ad, without regard to race, color, crowd, national origin, sox, physical handlcaP or age, And, Whenever applicable, in agreement e with Mashington State Council of County and City Empleyeea, and In com- r pliance with governing Civil Service Lars and Regulations. [ ). TRAINING - All on-the-Job training and cltg-supported educational t Opportunities shall be •dminlarwrod without discrimination to encourage the fullest development of Individual interests and Aptitudes. I. SERVICE AND EMPLOYER CONDUCT - The City shall deal fairly and equit- ably with all citizens It serves end all persons it employs. City depart- sent, shall maintain rho policy that no city facility shall be used In the furtherance of any discriminatory practics. Each official and employee shall be responslbJw to carry out the Intent and provisions of thJ, policy. S. COOPTRATIoN MITN HUMAN RIONTS ORGANISATIONS - The City shall Cooper- ate to the fullest •stone possible With all organisations and commissions concerned with &Air practices and equal opportunity omployment. Such OrganirAtIons Include, but Ate not limited to, the State Numan Rights Cox- N y mission, the Seattle Numan !tights Commission, Seattle Yoeens' Commission and the Seattle Technical Advisory Committee on Aging. , 6. ArrIRMATIVE ACTION PROGRAM - To facilitate equitable representation {� with n the city ro rk force And Assure a uAJ mm Io sent q D pportunity of minorities and rmmoo in City Government, an Affirmative Action program shall be Initiated and maintained by the City of Renton. It shall be the i M responsibility end duty of all City Officials and Department deeds to carry out the policies, guidelines and corrective measures as set forth by this program. 7. CONTRACTORS' ORLl:ATION - Contractors, subcontractors and suppliers conducting business rich the City of Renton shall Affirm one subscribe to the Pair Practleea and Mon-Diacrisinmtion policies met forth thoraln. i w.- I. POSTING Of POLICY - Copies Of this policy shall be distributed to all city wmployaas, shall Appear in all opwrAtlOnsl documwntstlene of the , City, including bid Cali,, and shall be prominently displayed ld all City facilities. COML'UARED is by the City Council of the City of Renton, Washington this loth day of July 1972. i L CITY Of AERTOs RfnTOM CC(17Y COUNCIL . �V Oarre� Karl Clymer nd 011 Prea., ATTEST, ,r/ Pao Too �'' Ye • e b son, C ty fi it i y 1 7 1 LEGAL AND BID DOCUMENTS y 1 { :5 t. M AW t 1 � ` M +1 , 1 CITY OF RENTON WASHINGTON 01 S/SW 43RD STREET East Valley Hiqhway 1 to SpringbrooY. Road • Project No. UAB 8-1-102 (22) INDEX u i Legal and Bid Documents Summa-v of Fair Rractices Policy of the City of Renton Affirme ve Action Proqram - City of Renton Contractor Certification of Equal Opportunity Employment Call for Bid Instructions to Bidders Scope of Work Non-Collusion Affidavit_ Certification of Equa: Employment Opportunity Report ;�,�.,.•,- Minimum Wage Affidavit Form Bid Bond Bond to City of Renton Proposal Schedule of Prices - Schedules A, B, C, D, & E Summation Sheet - All Schedules Contract Section I General Provisions Section II Technical Provisions ■ Street Improvement. 11 Section III Technical Provisions Street Liqhting System, Trenching, Channelization and Paint Stripinq Section Iv Technical Provisions Bridqe Widening ' Section V Detail Plans i 1 t M;. w� AWARDED /F171 ( .olilracl No. ( , �1. INN ' IR s� ENGINFERING DIVISION N Specifications and Details lei for STREET IMPROVEMENT BRIDGE WIDENING ILLUMINATION & CHANNELIZATION SOUTH/SOUTH WEST 43rd STREET (S. 180th ST.) • from East Valley Road Intersection to SPringbrook Road Intersection. U.A.B. No. 8 -- 1 --102 (22) CITY OF RFNTON PUBLIC WORKS DEPARTMENT MUNICIPAL .Ult01NG. 200 Mltl AVE S RENtON, WAS" 90055 A 1206127. 262i HILL, INGMAN, CHASE & CO. �I # 0';' 6 Consulting Engineers and Analysts Seattle, Washington � t BEGINNING OF FILE FILE TITIS \ l - 401 S AF3Cd SR 1101 QW, WQ*4tr• rnoL*lY1 w t BEGINNING OF FILE FILE TITLE VV - 401 g AF3'd S1-. O�cr SR. 16-1 .Z4' Wo�'tr mq�Y1 , ti 1 CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification wtrh regard to the Performance of Previous Cnntracta or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. i The bidder _, proposed subcontractor hereby certifies that he has 4-1 has not J, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 nr 11246. and that he has _, has not , filed with the Joint Reporting CoMMittee ' the Director of the Office of Federal Contract Compliance, A Federal Government 1 contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requ- t irments. (Conpan y) ( By: — t 1 � (Title) Date: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CPR 60-1. 7 (b) (1). and oust be iee� submitted by bidders and proposed subcontractors only in connection with cont- racts and subcontract• which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from thx equal opportunity clause are set forth in 41 CPR 60-1.5. (Generally only contracts or subcontracts of "- $10,000 or under are exempt.) tl Currently, Standard Form 100 (EEO-i) to the only report required by the Execut- Iva Orders or their implementing regulations. ...JJJ Proposed prime contractors and subcontractors who have participated in a pre- 1 viaw contract or subcontract subject to the Executive Orders and have not ti.1 filed the required reports should note Chat 41 CFR 60-1.7 (b) (f) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contrart Compliance, U.S. Department of Labor. u( i i S� NON-COLLUSION AFFIDAVIT i STATE OF WASHINGTON ) ' SS . • COUNTY OF being duly sworn, deposes and says , that he is the identical person +� who submitted the foregoing proposal or bid, and that such bid is J genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has r t in any manner sought by collusion to secure `imself or to any other 1 person any advantage over other Bidder or orJders. �1 SiGN HERE: Subscribed and sworn before me this ----day of 19 • R-oTi y-TuMc nn—�rfor the T'faTe oT —__residing at therein. iY i 4 scoFr of WORK The work involved under the terms of this document 'n shall be performed under the conditions of the Contract to # construct approximately 0.26 miles of principal arterial on existing :.,'SW 43rd Street from the East Valley Highwav to Soringbrook Road. The existing two lane bridge will be widened to five lanes; and the existing two lane asphalt concrete pavement shall he removed and replaced by five �Y lane asphalt concrete pavement, cement concrete curb and ■ autter, cement concrete sidewalk, storm drainage system, illumination system, channelization, utility adjustments and other related work. This work is to be completed in conformity with the plans, specifications, and special provisions which are herewith F made a part o' the Contract Documents. 1 iJ .t AL I .t INSTRUCTIONS TO BIDDERS 1. Sealed bids for Propsal will be received by the City of Renton at the City Clerk's office in City Nall until 2 :0n o'elney Pri, March 27, 1973 At this time the bids will be publicly opened and read after which the bids will be considered and the award made as soon as practical . No proposal may be changed or withdrawn after the time set for receiving bids. ' Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quan- titles and at the unit price bid. The City reserves the right to add to or elim- inate portions of the work as deemed necessary. 3. Plans may be examined and copies obtained at the City Engineer's office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. Work along highways must be in conformance with the applicable County or State regulations. 4. the bid price for any item must include the performdnce of all work and the furnish- ing of all material necessary for completion of that item as described in the specifications. Where alternate material is bid, the bidder shall fully describe the material proposed, either in the bid proposal or supplementary letter attached to the proposal 5. The bid price shall be stated in terms of the units indicated and as a total amount In the event of errors, the unit price bid will Jove-n. Illegible figures will in- validate the bid. 1 6. The right is reserved to reject any or all bids and to waive informalities if it is deemed advantageous to the City to / so. 7. A certified check or satisfactory hid bond made oayable without reservations to the TREASURER OF CITY OF RENTON in a mount 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 satis- factory performance bond covrring the full amount of the work within ten days after ' receipt of notice of intention to award contract. Should he fail , or fefuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral eypiana- tion except as the City may request further information on particular point:. ' 9. The bidder shall , on request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payments for this work will be in _ Cash Warrants i � I - � 1 A certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each bid. The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and assure equal employment ' opportunity based on ability and fitness to all persons regardless of race, creed, color, national origin, sex, physical handicaps, or age. This policy shall apply to every aspect of employment prat- F tices, employee treatment and public contact. " � Maxine E. Motor, Deputy City Clark A� Published: March 14 6 21 Record Chronicle March 14 s 21 Daily Journal of Commerce (Condensed Call) A J ,+ 1 CITY OF RENTON CALL FOR BIDS Sealed bids will be received until 2 :00 P.M. , March 27, 1973, at the office of the City Clerk and will be opened and publicly read aloud at 2:00 o'clock P.M. , same day, in the 4th floor conference room, City of Renton Municipal Building, 200 Mill Avenue South, for the improvement of S/SW 43rd Street from East Valley Highway to I Springbrook Road. Did proposals delivered in person will be received only at the office of the City Clerk in the Renton Municipal Bui.lding. s Bids received after the time fixed for opening will not be consi- dered. The successful bidder will be required to adhere to the general requirements and covenants contained in the "Standard Specifications for Municipal Public Works Construction," 1969 Edition, as prepared by the Washington State Chapter of the American Public Works Asso- ciation, and the "State of Washington Standard Specifications For Road and Bridge Construction" 1972 edition. The work to be performed shall include the furnishing of all neces- sary labor, materials and equipment and performing all work required for widening of the existing bridge, grading, draining, paving with a 1 asphalt concrete, constructing cement concrete curb, gutter and side- walk, installing street illumination system, channelization and such other work as may be necessary in accordance with the Plans Specifi- cations and Special Provisions. The City reserves the right to reject any and/or all bids and to waive any and/or all formalities. Approved plans and specifications and form of contract Cocuments may be obtained at the office of the Public Works Department at the Mun- icipal Building, Renton, Washington for a deposit of $10.00 each set. The deposit of $10.00 per each set of plans will be refunded upon return of the Plans and Specifications in good condition within thirty days after bid opening. All items in this contract are a part of the construction of a public road improvement as defined in Rule 171, issued by the Excise Tax Uivision of the Tax Commission of �.he State of Washington, and the Owner is exempt from the payment of sales tax on all items, amMoft The Contractor shall include in his unit bid prices a:.r compensating tax that must be paid. See Section 7.09 of the APWA Standard Speci- fications. i �► k rMTVIfi1TIfM by w0M0 OOMfM[TM, SUROW""CTiss an SUPPLIlg AtCAU K LWAL EKPlpyWW opPaTMMM � Mama a retractor nsttmrt m. - • Th" canlflwtiw 1. required pu,a..ot t. federal L..rutive tpder 112". The Ispleammlry rule. sed e bidder or ptspactire contractor, or any of their Proposed subcontractors and wppllera, shall elate .. am Initial pPan o that amp or negotiations of the contract whether It has Mniclpted In .ray Its"" cwtraet Of mNoatren Wbjac< to the pan of the bid oily clause and, If so, whether It M. filed all co""Mov reports due urd.r aPpllubla Inametfom. agnsl oppnu The City has heretofore adopted Resolutim W. lift under date of July /0, 1971 setebllahlnR a "ratr Practice. Palley", as "via- rated by .n "Afflertive Attton Program" therein establishing and peennIgmtlng the Policy Of the City cf Recruit to promote aned afford equal treataent aW mmLc# to all clt,mra set to mw Persona regardless of race, creed, color, nationalnationalan sea equal employ, opportunityn nor a�opportunity had Llfty gust !/tow to all origin, all caetnetora, .tNmtnctora sod supplier.supplier.conduct Phyral handicaps or ads. This polity hall 11Aam/N apply to to a.to practice. aid pol/c1.e. The s[oramentl need pr.Isletts halltnothei pl,Yt frmtrant. oriwbt .b ll s[f1re and mbacriN ctl etppll.r. or raw, mtotb or flew or orawlsat/ow .,Th lens thin 1� Y oMr:b for .tremrd cramrr. wee par .ma ritb the City. emp!oyars .gd,•nr cwteseta of Lms than $J0,W boat-undersigned contractor therefore covennt, stipulates and press that ""in' thep.rteramwe of Cite contract that he will net dl acrlalamte against snY parwn In hiring, presorted. dine barging, rmpeneatlq or In my other tare or owlit,as of anpluy- c mgi, by reawn of such perwn4 ewe, creed, color, reltpion, sneatry or nttnnl origin an tgplwamnted by the "Affirmative Antam Program". g Sense r further aVit that he, will take affled Sed most rota[ failure .edam to lawre full of the wIIA such pollcY ant yrc,- pam /n all rcoMtitc It mtweing strictly breach h ofrstosd M agreed that }allows to cosply with any o[ the serer of said provisions .hall N .�! remtitcte • amtrinl breach of thb cmtract. CwMrsetur Mall, upon ragwn and/or an asap 0. possible tNnaftar. furni.h wain the City say aed .11 Woramtim ant report• rr"Ifed by w ill the City to det ns rai whether toll cmpllswe km beam Md. by the ceMrnrlOr with mid Mile, and tt am .re nd ,.n- cwpll.rca. parmlt ac,.a. to his boOka, Taunted, and by the City for the purpose Of IgonigAlo. to macenaln wTh Contractor further ackrtowl,cigra that he he. to/sad • tree sad "Plats, copy of the City'. "felt Practice. POLcy' most "Affleam- llva Anion Progre", COMAAI.T IKIRTPICATIfM M ITPTIFICAT" Py COMMCTM udder'. Memo; Add,...: R.Preaent.tev..; -- g Title: rti�� fi SUM0O1IfU47Tt1R'S 2PTIFICATIOM Subcontractor's Morse: Address: y M Reprearetat lveu bie _ Mune: SUPPLIER'S CLRTIFICATIOM Supplier'. Raw Address: "'evesnutlw.: Tllle: Mon: F 1. Contractor/"abcontractor/Suppll.r, has participated In . Previous contnc, n. su4untrect subject to the gqual Opportunity Clause. Va. T. Camyl laver nyane r. required to he filled to onrutart won with such cmtn ac et or mubr.atrr, ,. Tea[� Pt= S. CnM oaten/gubrontreRnr'Supplln Me filed .11 rualllaar, eeponr due odes appllavr 4,n fn<nna loco, TesO No [� Ron Ilequlred A, If aamwr to its J 1n "IW", planes eepLlm W detail m r.rsa .1& of this eartlficrtlm. 1 bmeficatlon - The Iafnramtlm .Wye b tr a and earplat to the ben of ey lumalega and Wife(. L �— or signs, swType] gr4smotur. e 'N g Iawad by City Authority { 4 r �s i ATTACIi;fM III (CobT.) page rp •� 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, s 196b (as amended), and shall. post copies of the notice in con- spicuous places available to Fmp]oyves and applicant. for employ- ment. "(4) The contractor will comply with all provisions of Executive Order No. 1124o of September 24, 190 (as amended) and of the rules, regulations, and relevant orders of the Secretary of Labor is and the Secretary of Housing and Urban Development. • "(S) The contractor will furnish all inforimation and reports required by Executive Order No. 1124t. of September 24, 196S (as amended) and by the rules, regulations, and orders of the Secretary of Labor and the Secretary of lousing and Urban Development pursuant thereto, and will, permit access to h+s books, records, and accounts by the Local public Agency, the Secretary of Labor, or the Secretary of Housing and Urban Ile- velopment for purposes of investigation to ascertain compliance with such rules, regulations, and orders. j "(o) In the event of the contractors' noncompliance with the nondiscrimination clauses of this contract or with any of such rules, reguliitlons, or orders, thi., contract nosy be cancelled, "term fnat,•d, — , !, vndi.d Li whulc or in part and the contractor ✓ may be declared ineligible for further Government contracts In accordance with procedures authorized in Executive Order W. 11246 of September 24, 1966 (as amended), and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 19L5 (an amended) or by rule, regulation, or order of the Secretary of Labor, the Secretory of lousing and Urban Development, the Local Public Agency, or as otherwise provided by law. "(7) The contractor will include the provisions of paragraphs 1 (1) through (7) in every subcontract or purchase order unless exempted by rules, regulation., .c orders of the Secretary of Labor or the Secretary of (busing and Urban Developxisent pursuant to Section 204 of Lxcentive Order No. 11240 of September 24, 19u> (as amended), so that such provisions will be binding upon 1 each subcontractor or vendor. The contractor will to such action with respect to any subcontract or purchase order as the Local public Agency, or the Department of lousing and Urban Develormnent may direct as a n•ans of enforcing such pra:i.iuns ' including sanctions fur siuncampliance; provided however, That In the event the contractor bvcomea nvo ved n?;of 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 -t1 protect the Interests of the United ctatps. i ♦ 1 f ATIACHM;147 I I I Contractor, F.ubcontractor, Supplier +' xs The City's Affirmative Actfun Program extends to all those doing business with the City regardless of source of funde. Each supplier or contractor having 2S or more employees and/or contract in excess of $10,000 is required to: (1) Become familiar with the City's Affirmative Action program; (2) Certify that they have their own Affirmative Action Program; (3) provide a record of intent to comply by completing the affidavit. The affidavit and a copy of the firm's Affirmative Action Program may be provided once each year or n with a specific contract. A record hs kept of each firm's response, U and present and past performance. An investigation into the past performance is also made at the initial submittal. City records are then reviewed yearly. Firms guilty of lion-compliance are removed ' from the eligibility list, notified of this action and causing deficiency, and re-instated when satisfactorily demonstrated to E.O. Officer that deficiencies have been corrected. „a Compliance is determined by a check of previous performance and on-the-,job inspection during the current contract. 1] As part of the requirement that federally fended contracts for more than $10,000 are subject to the Executive Order 11246 of September 24, 14c,S, as amended by Executive Order 11375 of October 13, 19o8, the City of Renton shall include, in Its contracts with general and sub- co-tractors, the following provisions: "During the performance of *his contract, the contractor agrees as follows: "(1) The contractor will not discriminate against any employee y or applicant for employment because of race, color, religion, J sex, or national origin. TIM! contractor will take affirmative action to ensure that applicants are employed, and that employees 1 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; 1 layoff or termination; rates of pay or other farms of compensation; and selection for training, Including apprenticeship. The con- tractor agrees to post in conspicuous places, available to employees and applicants for employment notices to be provided by the EPA setting forth the prov stuns of this tuondiscrimina- tion clause. "(2) The contractor will, In all solicits' lona or advertisemencs for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or ' nttionai origin. { "(3) The contractor will send to each labor union or repre- sentative of workers with which he has a collective bargaining i r.. F . ATTAC1K?(r I 1 ' City of Renton Goals and Timetables s` The City of Renton, under the established Affirmative Action Program, has set forth a goal of 3.5% minority employment over a T timetable span of Sugust 1, 1972 through December 31, 1973. The 3.5% minority employment is based upon an average permanent payroll of approximately 31S employees. This percentage will he re-evaluated j in July of each year. r ' The percentage goal is accomplished in the following manner: The T residency of all permanent City employees is plotted on a regional map. The area containing AT; permanent force is analyzed using existing cne;,us and Renton School District data to determine the number and �■ 1 categories of minorities livinu in this are;., u Initially all the total minority popuiatiuo was doterr.in, d at 3'p�. This percentage is then applied to the City permanent work force and goals for future minority employment is set accordingly. Additionally, a comparative study is also made wit]: other municipal; ties within the greater Puget Sound area to establish validity of an ' equitable percentage goal. In the event that the City minority work force is less than the area percentage, a one year period is established as the time in y which the City will correct the deficien^.y utilizing measures described In the City's Affirmative Action Program. 2.1 ATTAC1K??r 11 City's Programs fur Achievement of Coals The City of Renton has set. forth a policy that they will uWke ., the necessary notification re;,aardim, position openings on the permanent haft` through public advertisement in the Greater Renton News and the Record Chronicle for two weeks prior to interview closure. open positions are also registered with the Washington State Employment Security, University of Washington, Seattle University, King County Public Employment ITogram, City of Seattle Personnel Office, and ' other municipalities as appropriate. All advertisements contain the words "The City of Renton is an equal opportunity employer" and indi- cate that minority applicants are sought. in addition. the following e agencies that service a high concentration of minoeit,v employment are - notified of each position opportunity: Asian Employment, Indian Affairs, PRATT Center, S.O.I.C., Veterac's Administration, The Facts, and Active Nexicanos Development Center. The City employment applies- t:ion form has also been revised to reflect the equal opportunity employment sentimvr.t. r All those in a position to hire, fire or transfer City employees have been instructed to use nondiscrimination in their Judgment of personnel. All decisions relating to management-employee relationships ' will be reviewed by the City's E.O. Office for possible abuse of the ,rr City's Fair Practices Policy and Affirmative Action Program. 'a we have totally re-evaluated our job uecriptions within the City to insure that qualifications ar,• 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 suited are identified and priority consideration will be given to those individuals. i 1 4. Availability of minorities and females having requisite sk. la and experience in the labor area. 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 category to determine the placement of minorities and females at all levels of responsibility. 1. The number of employees by job classification for each department in the city. 2. The availability of promotable minority and female r employees within the City's offices and divisions. 4 's J. The number and job classification of employee-, by department, who will be retiring within the next five years. ` This list is to include the tentative date of retirement for tl each employee. •i 4. The anticipated turnover of employees due to their - i inability to perform adequately, by job classification per - department, and possible date for action. C. Establish coals and a timetable for the correctio:, of yl deficiencies identified. These goals and timetables are an essential part of the City's Affirmative Action program and will F, be maintained and updated on at least an annual basis. Although the primary concern of these goals is overall minority and female employment, they shall also include minority and female under- utilization within epecifil lob levels: managemn,t, professional, � .` technical, office and clerical, and skilled positions. The goals and timetables established as a result of the above ,f analysis shall he reasonably attainable and shall appear as - Attachment I within 60 days after finalizat.on of this document. The Equal Opportunity Officer shall be responsible for establish- ing these goals. Soecific programs which the City of Renton Proposes to undertake i to facilitate the achievement of the set goals shall appear as Attachment 2 also within 60 drys after approval hereof. These programs shall also be established by the Equal Opportunity Officer. � t! 4' �1 1 5. Furnish infor+sation as required, maintaining an ' AM restive action file detailing Its efforts, with dates, to meet its commitments under Executive Order 11746. All data and documentation generated as a result of this Affirmative Action Program shall be made available to any ►eeeral or State agency for their review upon requert. f' s V. GRIEVANCE PRnCEDVPES The success of the Affirmative Action Program depends largely on the attitude of the community as well as the employee. Opinion -- as to what constitute$ fair and equal opportunity and treatment may vary widely and grievances map result. The following stops shall be taken immediately for any grievance arising from the implementation of this oroqram so is to maintain the best possible tl , employes-supervisor and city-community relationships. A. The emplovee shall bring her/his grievance to the atten- tion of nee/his immediate supervisor ur department head, who will . investigate as neceseary to determine the cause of the complaint 1 and work with the emDloyee to effect on equitable solution. Every effort shall be made to resolve the difficulty at this level. 11 ■. At the option it either party, the services of the Equal ,,vartunit^ Officer may be requested. The Equal Opportunity Officer shall intervie.• both parties, conduct additional investigation as necessary, and recommend appropriate corrective action and settle- " men. conditions. m i1 . C. In the event that mutual agreement cannot be achieved and binding re-o u,tion is 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 disposal both internally and those external to the City to arrive at recommended corrective action and settlement conditions. The Equal Opportunity Officer $hall forward these statements along with hia own investigation report and recommendations to the Mayor's Office for resolution. 'z! C. The Mayor may elect as d*emed necessary and as circum- -fences so dictate to refer the grievance to a special arbitration d ' cormittee. (This committee shall be selected fror among City erolo,ees and conmist of an equal number of manaoement and staff oersonnel.) The Equal Opportunity Officer and those directly involved in the grievance shall not be voting members of this come ittee. Proceedinqs of the committee shall be documented and 1 fi their decision shall be final and binding subject to review only by the State Numan Rights Commission or through the judicial jf system. All reports, decisions, and other documentation generated by the grie•^ance procedure shall be maintained by the Equal Opportunity Officer as a matter of permanent record. VI. GUIDELINES FOR 11r NORITY AND FEMALE EMPLOYMENT Pair Practices and equal opportunity vithin City government cannot to fully realized until an equitable representation of women and ethnic minorities currently in the Renton area work force are reflected in the Ctty's employ. 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 emplovment area in which the majority of currant employees e reside. 1. Number of .minorities per ethnic group in this area. , 2. Generalized location of each minority group (i.e. any significant concentration within the areal , 1. Percentage of minority and female work force as compared to total work fore* for the entire area. �. 1 ' - E. Insure that all members o management within the City are fully aware of and in compliance w-th the intent of the Affirmative Action Policy pOrt&Lntnq to equal employment opportunity. r. Provide continuing communication of the Afflrmative Action Policy to management, employees, appllesnts for employment, and to outside organizations performing services for the City. ;tl 11. EMPLOYMENT PRACTICES The overall employment p ymenc 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 following actions to achieve thane objectives: f'y A. Review all position qualifications and job descrintions to insure requirements are relevart to the tasks to be performed. i, Revise as necessary by deleting requirements not reasonably related to the teaks to be performed in order to facilitate hiring of minorities and women who otherwise might not be considered. R. Pay and fringe benefits shall depend upon job responsi- .. bility and along with overtime work he administered on a fe nondlacrininatory basis. y . C. inform and provide guidance to those staff and managemsnt wrsonncl who make hiring decisions that soplieaticns for all Positions, including those of minorities and women, are to be considered without discrimination. And that all applicants shall be given equal onportunitv regardless of race, creed, color, national origin, sex, physical handicaps, or age. Primary consideration shall De given minoritira, •.•amen, and other definable groups at any time the Cit-'s work fora: Minn not fairly reflect the membershir of these grnups residing ithin the Renton employment. area. D. Provide periodic training for managers and superviacrs in equal opportunity objectives, making use rf such orograms as currently offered by the Intergovernmental Personnsl Program Division of the U. 1. Civil Servi.:e Commission and other agencie%. tl, E. Provide orientation for all new employees specifically P� emphasizing how t..a City of Renton assures equal onoortunity and the sionificance of the Affl Mative Action Program. Encourage all employees and %pacifically minorities to avail themselves of services rendered. P. Recruiting %hall b- accomplished in such a marner 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 pnc'.tlon shall be: 1. Advertised in the various Renton area ethnic news media. 1. Circulated to current staff and encourage present employees to refer minority applicants. ). forwarded to schools In the Renton arms with minority students. 1. Distributed to minority and human relations organize- . tions in the Renton area requesting referral of qualified mincrlty applicants. M. up-do-date liatinq of these organize- tions and their spokesmen shall be maintained by the EEG Officer and the City Personnel Director. These organizations would be identified as, but not be limited to, the Urban League, Equal Oppnrtunity Center, Nelda, Rinetaehopt, Etc. ALL amployment notification shall include the "Equal ^' Opoortunit•; Employer' statement and date of publication 7 shall be et least five days prior to cut-oft date for receiving applications. .. G. Progrsms such as apprentice, summer and part-time trainees, intern, and other supplementary hiring programs shall be considered in the same manner is full-time City positions and be subject to the provisions of the Equal Opportunity and Affirmative Action Programs. SUMMATION SHEET ALT. 1 ALT. 7. ?ELT_ 3 ALT. 4 TOTAL SCHEDULES A,B 6 C TOTAL SCHEDULE D-1 xxxxx;:x _-� xxxxxxx TOTAL SCHEDULE D-2 xxxxxxx - xxxxxxx TOTAL SCHEDULE F.-1 >:xrxxxx xxxxxxx yTOTAL SCHEDULE E-2 xxxxxxx xxxxxxx TOTAL BID ALL SCHEDULES AWARDING OF CONTRACT WILL BE BASED ON TOTAL SUM OF ALL ITEMS. NO PARTIAL BIDS WILL BE ACCEPTED. a] TF'F U%IDERSIr*iED BIDDER HERESY AGREES TO START CONSTRUCTION WORK 0.1 THIS PROJECT, IF AWARDED HIS', WITHIN TEN (10) DAYS AND TO COMPLETE } WITHIN TWO HUNDRED (200) CONSECUTIVE CALENDAR DAYS AFTER STARTING CONSTRUCTION. k DATED AT____i -THIS DAY OF_- ___ ___,___e 1973 .t e° ' ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: t, NO. ------ DATE`_----- NO. — �— DATE-- -- s NO, DATE NO. _— --- DATE_ — — _ -- --— SIGNED • .—.— TITLE NAME OF COMPANY T —_ ' ADDRESS TELEPHONE CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE 1!____________,_•_,_ LICENSE "!____•�__•,_—,�.�_.__ ^+� SCHEDULE OF PRICES SCHEDULES E-1 6 E-2 1 (Note: Unit PriO s for all item, all ertensions and total amount of Did must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED HID UNIT PRICE AMOUNT •^ NO. QUANTITY (Unit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS. ,e SCHEDULE E-1 1 . 1300 SF Raised Island Construction $ --- 1 Per SF -- wor-3s) (f gores � ' TOTAL SCHEDULE E-1 SCHEDULE E-2 1. 1300 SP Alternate Raised Island Construction TOTAL SCH DOLE E-2 . I AWAF DING OF CO TRACT WILL HE BASED ON TOTAL UM OF AL ITE. S. NO PARTIAL HID WILL HE ACCEPTED. M f SCHEDULE OF PRICES SCHEDULES D-1 f. D-,'. {Notes Unit pri aes for all hear, all artensians and total asoaot of b.(J arst be shown. Show unit prices in both words, and figures and where confiict occurs the written or types wcu.-do shall prevail.) Yr Y ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prior to be written in Nords DOLLARS CTS. DOLLARS CTS. SCHEDULE D- e TRENCCffF1d-Wff0&P nWE.R)_ 1. 145 LF Trench and Backfill 18" Wide 24" Deep Per LF (words) ( iqurits e 1 2. 1031 LF Trench and Backfill 18" Wide 30" Deep --- �i 3. 414 LF 'trench am3 Backfill 13" Wide 44g4" Deep P — 4. 150 CY Select Trench Backfill`--- -— 5 IPer CCY fTOTAL SCH DULL D-1 SCHEDULE D-2 ` (TRENCHING WIf-11 POWER) 1 1. 145 L£ Trench and Backfill 1R" Wide 24" Deep s Per LF ' 2. 1031 LF Trench and Backfill 19" Wide 44" Deep sf 3. 414 LF Trench and Backfill 30" Wide 44" Deep Per L? 4. 210 CY Select Trench Backfill - $ _. Fer.�Y ------- f TOTAL SC7 DULE D-2 AWAIDING OF CO TRACT WILL BE BASED ON TOTAI. UM OF AL ITF. S NO FARTIAL BID WILL BE ACCEPTED. f 1 � SCHEDULE OF PRICES SCHEDULE "C" (Note, Unit prices for all Item, All extensions and total asount of bid east be shown. Show unit prices in both words And figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS. 1. 415 CY Structure Excavation Class A Per G`Y -"wOrasy 7fiqures '-- 2. 43, 00n Lbs Steel Reinforcinq Bars $ Per LE. — 3. 85 CY Concrete Class B $ Pere Cam- — ---- 4, I 145 CY Concrete Class AX $--- - ------...- -- - - Per CY - --- ---1-----------...- ---- . 5. Lump Sum Superstructure SW 43rd S'-reet Wideninq $ 5. 116 LF Downspouts -..----_.-- - ---- - —..`-- -- S Per LP yf 4 7. Est. Dlrs Water Reducinq Additive $ 8. I Lump Sum Removinq Portions of Existing -----F Bridqe No. 167/133 S Lump Sum-' -' -" 9. 240 LF 24" Dia Water Pipe Installation Per LF ---- - - - ---- — 10. 11 Onlv Water Pipe Hangars Per Edch TOTAL SCII DUI,E "C" AWAF DING OF CO ITRACT WILT, BE BASED ON TOTAL Ut! OF AL rTE IS NO TARTIAL BID :PILL BE ACCEPTED i t a SCHEDULE OF PRICES SCHEDULE "D" (Note' Unit Prices for all 'tear, all srtansiaws and total aaoaot of bid not be sham. and whans m Show unit prices in both words and figuraa conflict occurs the wr'ttan or typed wu � shall prrrall.J ITEM APPROX. ITEM WITH UNIT PRICED BID NO. QUANTITY Unit Prices to be Ntitten In Words UNIT PRICE AMOUNT DOLLARS CrS. DOLLARS CTS. 13. 1410 LF Plast'c Conduit, 1 112" Diam. -- 114. 1.15 LF Metal Conduit, 1" Diam.Hords qures g � 4 ` 15. 115 LF Metal Conduit, 1 1/2" Diam. S _ Per LF —'- - — 16. 90 LF Metal Conduit, 2" Diam. I f AS $— ---------- - . --------- 17. 2200 LF Street Light Wire f4 Per LF _ -- • is. 160E LF Street Light Wire t10 S Per LF' ---------"- 19. 1470 LF Interconnect Cable 1 • S 20. 12 Only Street Light Standard Instal. S - i 21. 1 Only Service Cabinet and Fixtures Y ' a TOTAL SCH DULE "A" AWAR ING OF CON RACT ''KILL DE RASED ON TOTAL S M OF ALL ITEM . NO P RTIAL BIDS WILL BE ACCEPTED. ' I I t ' SCHEDULE OF PRICES SCHEDULr "B" (Note: Unit prices for all iteee, All extensions and total AAomAt of bid must be sham. Show unit prices in both words And figures and where conflict occurs the written or typed words shall Prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY 'Unit Prices to be written in words DOLLARS CTS. DOLLARS CTS. �.. 1. 526 LF Type A Block Traffic Curb S Per--LF— -- - words ..._ 2. 605 LF Type C Block Traffic Curb S Per LP 3. 27 Only Plastic Traffic Buttons S _ Per Eac __ 4. 4670 LF Paint Striping • 5 S. S5 LF Stop Bar $ • - Per LF -- 6. 72 LF Crosswalks S Per LP ----- - ---- 7. 11 Only Painted Traffic Arrows S _ _ Prr—Each--- R. 1 only Service Cabinet Foundation S Per Eac ------ - — 9. 12 Only Light Standard Foundation Per Each a 10. 9 Only .junction Box, Design B S Per Each 11. 3 Only Junction Box, Design C S • Per�EacTi ----- - -- 12. 13:5 LF Plastic Conduit, 1" Diam. S SCHEDULE OF PRICES SCHEDULE "A" i (Mohr Unit prices for all iter, all extensions and total amount of bid must be shown. Show unit prieas in both words and figures and where conflict occurs the written or typed words shall prevail.) i ITEM APPROX. MO ITEM WITH UNIT PRICED BID UNIT PRICE AUNT T NO. QUANTITY Unit Prima to be written in wards DOLLARS CTS. DOLLARS CTS. -� 30. 1 Only Corner Pont Per Each (words) (figures 37. 3 Only End Post Pcr Ea--- cam- 38. Lump Sum Special Order :Ten Thousand Dollars 10,000 00 10,000 00 Luirp ffum h 4ti M TOTAL SCHEDULE y i ).WAR INO OF CONTRACT WILL BE BASED ON TOTAL 5 M OF ALL ITEM. ' Nil PARTIAL BIDS WILL BE ACCEPTED V� i SCHEDULE OF PRICES J ..^,CHF.DULF "A" (Note: Unit prices for all itsem, all extomicna and total amount of bid muet be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall presall.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT 1 N0. QUANTITY Unit Prices to be written in words DOLLARS CTS. DOLLARS CTS.- , . 24. 8 Only Connection to Existing Catch 1 Basin $ Per -ff4-qifi- (-md 25. 2312 LF Cement Concrete Curb G Cutter Pe rr—T,17-- 26. 1 Only Monument, Ease and Cover S _ _ ` 27. 1387 S'Y Cement Concrete Sidewalk. �V S 28. 2 Only Adjusting Valve Box to Grade Per Eac�i 2.9. 2 Only Adjusting Water Meter Boxes to Grade • S -- s 30. 1 Only Remove and Reloc Fxistinq Water Meter S _ -----.------ - ....--- --- Per EacFi 31. 3. 5 CY Hand Placed Riprap S -- ._ Per CYi` —_—_ 32. 4 Only Relocate Mailbox �F Per Eac}��---- 33. 2 Only Mailbox Post - 0 34. 320 LF Barbed Wire ; 35. 6 Only Line Post ♦1Y Pei Each_....------- -------..� �__— SCHEDULE OF PRICES SCHEDUT.T' "A" (f:ute: unit prices for all itans, •11 saemians and total count Of bid must be shown. Shaw unit prices in both words and figures and where oonflict occurs the written or typed words shall prevail.) .� ITEM APPROX. ITEM WITH UNIT PRICED BID TWIT PRICE AMOUNT I NO. QUANTITY unit Prices to be Written in Words DOLLARS CTS. DOLLARS CTS. i -, 13. 520 SY Cement Concrete Drivewa,., S _ � Iq, B LF Drain Pipe 6" Diam. 1 15. 37 r,F Drain Pipe B" Diam. $ _ Per -- 15. 672 LF Plain Concrete. Culvert Pipe .. 12" Diam. Per LF 17. 151 LF Plain Concrete Culvert Pipe % tie 15" Diam. l Per LF --. __-_.—_ ----- -- -- 18. 4 LF Plain Concrete Culvert Pine . 18" Diam.----- S -- — Per LF 10. 13 Only Catch Basin - Tyne I c P%er Eacfi------_�— t_ 20. 1 Only Catch Basin - Type II S — Pe each 21 . 3 Only Adjust Existinn Catch Basin to Crade S,— --a — —_ --- -- -- Perch 22. 3 only Frame 6 Solid Metal Cover Per Eac-fi- _.. 23. 1 Only Remove Existing Catch Basin $ - - -- Pe r 'Each i 1 ti � SCHEDULE OF PRICES SCHEDULE "A" (Note: unit prices for all Item, all extensions and total aaount of bid must be shown. Show unit Prices in both words and figures and where conflict occurs the written or typed words shall prewall.) ' ITtMAROX., ITEM WITH UNIT PRICED BID N UNIT PRICE AMOUNT TITY Unit Prices to be written to words) DOLLARS CT3. DOLLARS CTS. 1 1Sum t7obilization S Lump Sum - -(words gores --- -- — 2Sum Clearing and Grubbing Lump 'Sum3CY Unclassified Excavation Perms`4Gal water S Y1a1 --- -- - -------_ ---- -- ----- � Per (?t) ral-- - a 5. 1370 CY Embankment Comnaction 5 - Y" 6. 62 Ton Pipe Bedding, Class B $ _ b 7. 220 CY Select Trench BacY.fill S R. 2390 Tun Crushed Surfacing Base Course S _ Per-9on — --- 9. 10 Ton Gravel Surfacing for Driveway S Per Ton -------- -- 10. 1280 Ton Asphalt Treated Base ` Per Ton i ----- — 11. 1250 Ton Asphalt Concrete - Class A S - 12. 200 SY As,inalt Concrete Driveway Replacement S ti PROPOSAL. ti TO THE CITY Of RENTON RENTON, WASHINGTON Gentlemen: The undersigned hereby certif that has examined the site of the proposed work and ha ra-a-Tanel—thoroug yTif�erst,,nd the plans, f specifications and contract governing the work embraced in this improvement, and the s method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be _ 10 completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, an total amount of bid should be shown. Show unit prices both in writing and in figures.) v ESignature Address & Names of Members of Partnership: Name of President of Corporation ') Name of Secretary of Corporation Corporation Organized under the laws of J With Main Office in Stat, " Washington at w '. t BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of S_`-___which amount is not less than five percent of the total bid. Sign Here ' BID BOND Know Ali Men By These Presents: a That we, and -- as Principal , held and firmly bound unto the City of Renton, as Obligee, in the penal sumsofurety, are q Of which the Principal and the Surety bind themselves, their heirs, executors a payment rl administrators , successors and assigns, Jointly and severally, by these prtisents. The condition of this obligation is such that if the Obligep_ shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the • Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful per- formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall , in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in ull force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as p.nalty and liquidated damages, the ~ amount of this bond. SIGNED, SEALED AND DATED THIS _ DAY OF lg _y r nc pa i ure y � 19, Received return of deposit in the sum of $ �. 1 �V ;Yw v . MINIMUM WAGE AFFIDAVIT FORM �� f 1 City of Renton " i ss g, COUNTY OF I , the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, f+ I will pay each classification of laborer, workran, or mechanic f wl employed in the performance of such work; not less than the prevail- ing rate of wage or net less than the minimum rate of wages as speci- fied in the principal contract; that 1 have read the above and fore- going statement and certificate, know the contents thereof and the +r' substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this _ day of lg otart>— y�u6T c Tn and for tTie3tate of Washington r►l! Residing at `- 1 ■ 1-16. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the contract and :,efore the first partial payment is made, the Contractor shall deliver to the Engineer an estimated construction progress rehedule in form sat- isfactory to the Engineer, showing the proposed dates of commencement anA completion of each of t:ee various pay items of wor'.- required under the Contract Documen:s and the anticipated amount of each monthly payment that will become due to the Contractor in accor- dance with the progress schedule. The Contractor shall also fur- nish periodic itemized estimates of work done for thw purpose of mak'_,; partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and w.tii not he :onsidered as fixing a basis 0 for additions to or deductions from the contract price. 1 Ths progress schedule shall ae in the form of bar graphs developed 1 under the critical path method, P.E.R.T. , or other similar methods. Upon request of the Engineer, the Contractor shall submit surple- mentary progress schedules in the form required by the Engineer. Such supplemental schedule shall conform with the times of construc- t4on and delays which may have been encountered in the performance of work. The progress schedule and supplementary progress schedules shall be consistent with the time and order of work requirements o0 the Con- tract. Adequate material, equipment, and labor shall be provided by the Contractor to carry out the progress schedule submitted by him and to complete the Contract within the time specified. Approval of any schedule submitted by the Contractor shall not be construed to assign responsibility of performance or contingencies to the City- or relieve the Contractor of his responsibility to �l adjust hi: forces, equipment and work schedules as may be necessary to insure completion of the work within prescribed Contract time. The cost of preparing the progress schedule and supplementary pro- gress schedules shall be consideree incidental to the Contract and no compensation shall be made therefor. 1-17 HOURS OF WORK The working hours for this project will be limited to week day during the rcriod from 8 :00 S.M. to 3 : 10 P.M. , unless otherwise approved by the :ity. 1 1-18 WASTE SITE The Contractor shall conform to ection 4 .06 of the APWA Standard Specifications in regard to waste site-. 1 t fjfEA 7 e 1 ia�M.� ,w`.Wawwlire�rtM.�r-www.r�"-" . . s._.emcf,�zaz✓�S�' _•. —. ' _ ',� r-� All construction signs and their use el.nll conform to the require- ments of Part VI of the " 'enual on Uniform Traffic Control Devices for Streets and Highways", 1971 Edition. All flagmen and flagging procedures shall conform to the require- ments of Section 6E of the "Manual o.. Uniform Traffic Control De- vices fnt Streets and Highways", 1971 Edition. '►� The contractor shall notify the Tref`ic Engineering Division of the Engineering Department of his intent to install a traffic de- tour route at least four working days in advance of the implemen- tation of the detour. The contractor -nay at his option, request the City to supply detour signs. The contractor shall assume full re- sponsibility for all such eigns as may be supplied by the City. • All costs involved in the above shall be considered incidentcl to other costs of work involved and no further ceeroansation will be made. 1-13 CONSTRUCTION FQUIP%iFNT Drivers of motor vehicles used in connection with the construc- tion or repair work shall obey traffic rules posted for such locatioi in the saire manner and under thR same restrictions as provided for tho drivers of P_ivate vehicles. 1-14 PROJEcr CONSTRUCTION AND IDENTIFICATION SIGNS ,.ne Contractor shall furnish and install a Project Identifica- tion Sign on each end of the project one (1) week in advance of construction. The sign shall conform to the Specifications as per attached sheet. The cost of preparing, installing, main- taining and removing of the signs shall be considered incidental to the project. I-li REMOVIN ; TRAFFIC AND STREET SIGNS The Contractor sha11 'e responsible for maintaining and preserv- ing all traffic and street signs. In the event it shall be necessary 1 to remove or relocate a traffic or street sign, the Contractor shall notify tln ligineer of all changes made. All signs removed shall be colle.ced by the Contractor, who s' -11 then notify the Engineer to have the Traffic Division remove these signs from the project site to the City yard. When work has been completed, and prior to said area being opened to traffic, the Contractor shall notify the Engineer who shall have the Traffic wivision replace all signs necessary. The Contractor shall be responsible for the replacement of all signs lost or damaged due to his neglect. l t r� �•a..-.w .Y..._:-.aa ._�.:s-.....i.r.......-_�::-.�.,.=.�y_.....:..,,ti.�...,u.:... wr.�._..-..:.r: __�e-.-.:x.�...r _... _. _.Y. .._... __d':�iti.it. a.. ._..-.-- .�....i.'Yls:3ai�fiWIK:aX•�,.[ a ' It shall be the Contractor's responsibility to contact the AS COMPANY, POWER COMPANY, TELEPHONE COMPANY, RENTON WATER DEPARTMENT, RENrON TRAFFIC DIVISION, KENT WATER DEPARTMENT and all other private utility companies for exact locations of their respective underground utilities. 1-11 RELOCATION OR ADJUSTMENT OF EXISTING UTILITIES BY OTHERS •� Tt 'ontractor shall conform :o Section 5.08 of AYWA Standard Sp ications in regard t , moving or adjustm6nt of public and private utilities. The Contractor shall notify the interested public and private utility in ample time to make necessary adjustments . �111 1-12 PUJL_IC CONVENIENCE AND SAFETY The Contractor shall, a•. his own expense, provide flagmen, shall furnish all signs, barricades, guards, construction warnings, ar,.d night lights in order to protect the pubiic at al: timers from injury as a result of his operations. If the Contractor should fail to maintain sufficient lights and barricades it the opinion of the Engineer, the City shall have the ri •ht to r provide there lights and barricades and deduct such C05' s from payments daa 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 equip- ment hauling materials to and from th ! area. Attention is directed to applicable portions of Section 7.15 of the APNA Standard Specifi-ations. In addition the following special provisons shall apply: A. Two-way traffic and pedestrian access will be main- tained as directed by the Engineer. B. Tocal police and fire departments shall be notified, ,! in writing, prior to construction. C. Access and egress to local residents shall be main- tained at all times. ■ D. Access sshall be maintained at all times between the Valley Freeway (SR 167) and the Valley General Hospi- tal. t� 1 4 i Copies of these Standard Specificiations and Standard Plans are on file in the office of the Public Works Director, Municipal r Building, Renton, Washington, where they may be examined a . con- sulted 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, 1 City of Renton, or his duly authorized assistant or assistants. 1-7 ORL..R Ov PRECEDENCE ? � :]here conflicting information as to specification& is found in the "Standard Specifications" , Plans and Special Provisions, the plans shall hold over the "Standard Specifications" and the Special Provisions shall hold over both the Plans and "Stan- F dard Specifications". 1-8 F1FLD CHANGES Any alterations or variances from the plans, except minor ad- justments L. the field to meet existing conditions shall be requested in writing and may not be instituted until approved by the City Engineer or his representatives acting specifically upon his instructions. In the event of disagreement as to the necessity for sucn changes, the Engineer's decision shall be final. 1-9 FAILURE TO MEET SPDCIFICATIONS_ i In the event that any material or workmanship does not meet the requirements or specifications, the City may have the option to accept such material or workmanship if the Engineer deems such acceptance to be in the best interest of the City, provided, she City may negotiate payment of a lower unit price for said material or workmanshiF. " 1-10 PROTECTION OF CUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of APWA Standard Specifiiations in regard to protection of public and private itilities. a� Location and dimensions shown on the plans for existing under- ground facilities are in accordance with the best available information without uncovering and measuring. 'i'ne Owner does not guarantee the size and locatl ,n of existinq facilities. l R' The City shall be named as an additional insured on said policy insofar as the work and obligations performed under the con- tract 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 by the Contractor, or the Subcontractor, t i, or by anyone directly or indirectly employed by either of them. f The minimum policy limits of such insurance shall be as follows: bodily injury liability coverage with limits of not less than $IC0,000 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 that $50,000 for «each accident. A copy of the i.nsu.,tnce policy, together with a copy of the en- µ' doraement naming the City as an addi-tional insuree, shall be A4, provided to the City within a reasonable time after receiving notice of award of contract. The Contractor shall furnish the city with Satisfactory proof of carriage of the insura..eL. required. 1=5 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the Con- tractors and Subcontractors not to discriminate in employment practices. 1-6 STANDARD SPECIFICATIONS f The Special Provisions hereinafter contained shall supersede J any provisions of the Standard Specifications in conflict there- with. The "Standard Specifications for .Municipal Public works Con- struction" prepared by the Washington State Chapter of the American Public Works Association, 1969 Edition, herein after referred to as the APWA Standard Specifications, and the "State of Washington Standard Specifications for Road and Bzidge Construction" 1972 Edition, herein after referred to as the WNSD Standard Specifications and said specifications to- gether with the State of Washington Standard Plans for Road and Bridge Construction, 1973 Edition, the laws of the State of Washington and the ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shall apply except as amended or superseded by these Special Provisions. 7 1 1 t SPECIAL PROVISIONS i bECTION I GENERAL FROVISIONS 1-1 DESCRIPTION or WORK { _ Y 0 The work to be performed under this contract consists of fur- nishinq materials, equipment, tools, labor, and other work or items i .cidental thereto (excepting ary materials, equipment, utilities or service, if any, specified therein to be furnished by the City cr Others) , and performing all work as required by the contract in accordance with plans , Special Provisions and Standard Specifications, all of whir:. are made a part hereof. ' Said imizovements include excavation and -radinq of the road- way section, asphalt concrete pavement, •.:_ment concrete curb and gutter, cement concrete sidewalk, storm drainage, widening of the existing bridge installation of a street lighting system, and related facilities. a1-2 DAT.: OF BID OPENING r. Sealed bids will be received by the City of Renton, Washington, by filinq with the City Clerk, Municipal Building, Renton, Washington, until 2:00 o'clock P.M. , March 27, 1973 and will be opener id publicly read aloud. 1-3 TIME ,F COMPLETI')N The Contractor is expected to diligently prosecute the work to completion in all part, and requirements. The project shall be completed within 200 calendar days excluding the day of starting. Provided, however that the City Council shall have the right upon request of the 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 ac- companied by the written consent to such extension by the e surety on the bend of the Contractor. Time Lost in replacing improper work or matarial shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and Rhall not release the Contractor from damages or liabilities for failure to complete the work within the time required. 1-4 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The Contractor shall chtain 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 in- surance shall provide coverage to the Contractor, any Subcon- tractor peforming work provided by this contract., and the City. t Y r v •m { r • -z x F. SECTION I 13 GENERAL PROVISIONS S � 40 .MI / BOND TO THE CITY OF RENTON KNOW ALL PEN BY THESE PRESENTS: That we, the undersigned — —-- as pr— nci ipTa� __corporai�i rrporati ;1 - and existing order We-Taws o tFe�.ate as a surety ccrporatton. and qualified under the laws of the State of as ng on ecome surety upon bom.s of cor -actors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ for the payment of which sum on demand we bird ourselves an our successors, e rs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, a the Ordinance of the City of Renton. ' Dated at ,Washington, this ----day of _. 19 Nevertheless, the conditions of the above obligation are such that: E JWHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for J rwFiT3i con ract s—err—eTFoTiere n an s ma a par —he—re—ofas oug a ac e hereto), and npathere n povided forsaid in the about a undertake . perform the work manner and within the time set forth; NOW, THEREFORE, if the said - shall faithfully perform all o e P101,15tops o sa con rac n e manner an cot in the `me therein set forth, or within such extensions of time as may be qranted under said %ract, and shall pay all laborers, mechanics, subcontractors and material , men, and , persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless • from dny loss or damage occasioned to any person or pruperty by reason of any careless- ness or negligence on the part of said principal , or any subcontractor in the perfor- mance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of .ailure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or per- formed under said contract w. •hin a period of one year after its acceptance thereof by be void; but other- the City of Renton, then and in that event this obligation shall wise it shall be and reNin in full force and effect. APPROVED as to legality: Approved: } NOMINEES (10) Continued and firms pertorminq labor on the construction project under this contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11 . Thz surety or sureties on such bond or bonds must be duly licensed a,, a surety in the State or Washington. (11) The total amount of this contract is the sum of _, which includes Washington State Sales Tax. • Payments will be made to Contractor as specified in the "gen-ral condit,ons" of this contract. IN WITNESS WHEREOF, the City has canned the,,_ presents to be signed by its Mayor and attested by its City Cleric and the Contractor has hereunto set his c hand and seal the day and year first above ,mitten. CONTRACTOR CITY OF RENTON 1 -- Mayor ATTEST: City Clerk ti t M (T) The Contractor shall commence performance of the contract on the day of 19 _, and shall complete the full performance of the contract not later than _calendar days from said date of commencement. For each and every day of delay after the day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of r as liquidated damages for each such day, which shalt be paic 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 for by this contract shall relieve the Contractor of liability in respect to aay z Iexpress warranties or responsibility for fa-ilty materials or workmanship. The Contractor shall be under the duty to renedy any defects n the work and pay for any damage to other work resulting therefrom whits: shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof. ( The Contractor and each suhcontractor, if any, shall submit to the City } I such s=hedules of quantities aA costs, progress schedules, payrolls, reports, estimates, records and misellaneous data pertaining to the contract as may be requested by the City from time to time. (10) The Contractor shall furnish r surety bond or bonds as security for the f%ithful performance of the contract, including the payment of all persons .. t l commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the contract and prosecute the sane to completion by contract or by any other method it may deem advisable, for the account and at the expense of the ;t r Contractor, and his surety shall be liable to the City for any excess r ♦ cost or other damages occasioned the City thereby. In such event the l City if it so elects may, without liability for so doing, take possession of and utilize in completing said contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. (4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. J (5) The Contractor shall hold and save the City and its officers, agents, servants , and employees narmless from any and all liability of any nature or kind, including all costs and legal expense incurred by reason of any work on the contract to be performed hereunder. and for, or on account of any patented or unpatented invention, process, article or apoliance manu- factured fcr use in the performance of the contract, including its use by fi the Citv, unless otherwise specif .ally 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 X or by its duly authorized represontative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by de- positing same in the United States mai , postage prepaid and registered. (2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents all of i which are component parts of said Contract and as fully a part thereof as if ?� herein set out in full , and if not attached, as if hereto attached: (a) This agreement b) Instruction to bidders c) Bid proposal d General conditions ' e) Specifications t1t1t' f Maps and plans f (9) Bid i! lh) Advertisement for bids (i Special contract provisions, if any 1 (3) If the Contractor refuses or fails to prosecute the work or any part there- of, with such diligence rs will insure its completion within the time speci- fied in this contract, or any extension in writing thereof, or fails to com plete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his 1 . 1 creditors , or if a receiver shall be appointed on account of the Contractor's J insolvency, or if he or any of his subcontractors sh,)-ild violate any of the provisions of this contract, the City may then serve written notice upon hini 1 and his surety of its intention to terminate the contract, anc unless within ten (10) days after the serving of such notice, such vioietion or non- compliance of any ,,rovision of the contract shall cease and satisfactory arrangement for the correction t. ?reof be made. this contract, shall , upon the expiration of said ten (10) day period, cease and determine in every re .sect. In the event of anv such termination, the City shall immediately ' serve written notice thereof upon the surety and the Contractor and the surety shall have the ri rht to take over and perform the contract, provided however, that if the surety within fifteen 15 d s after the serving upon it of such notice of termination does not perfo m the contract or does not R, ' K Y THIS AGREEMENT, made and entered into this ___day of 19�, by and betweei� THE CITY OF RENTON. Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACT(, . . MITNESSETN: (1) The Contractor shall within the time stipulated, (to-wit: within • calendar days from date of execution hereof as requi red by theA Cc tract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances , machines, tools, equipment, utility and transportation services necessary to pertorm the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. for improve- ment by construction and installation of: All the foregoing shall be performed, furnished, constructed, installed, and completed in striut conformity with the plans and specifications, including ><4 • any and all addenda issued by tre City and the other docu—nts hereinafter enumerated. It is agreed and stipulated that said labor, materials , appliances , machines, tools, equipment and services shall be furnished am; the construction a ; !� and installation be performed and completed to the satisfaction and approval 1 of trie City's Engineer as being in su:h confo^- with the plans, specifications and all requirements of the Contract. , 4 S 43RD ST. BRIDGE OVER SR 167 W-401 2411 WATER MATH ttl Section 41-3.01 is amended to include excavation fo - driveways and alle; returns shall be considered as "Unclassified Excavation* and shall be paid for as described in the APWA Standard Specifi- catihns and these Technical Provisions. The uait bid price per square yard for "Cement Concrete Driveway" shall be full compen- sation for all labor, equipment, materials and all incidental costa necessary for constructing cement concrete driveways. 2-16 WORX ON PRIVATE PROPERTY The Contractor shall to sole responsible for all work done on private property in c,mnection with edjurting existing driveways and sidewalks -cc meet new street grades. TLe Engineer will obtain any rights of entry agreements that may be necessary r and the Contractor w 11 refrain from performing such work until so ordered by the Fngineer. The rights of entry shall nos r - lieve the Contractor from n Mal liability obligations. 2-17 CONCRETE PIPE V3 Concrete pipe shall he furnished and installed in accordance with Sections 60, 61, and 65 of the APWA Standard Specifications except as modified herein. Non-reinforced concrete pipe shall conform to A.S.T.M. designa- tion C- 4X, Table II (extra strength) except as otherwise oro- vided. Joints shall be manufactured for use of Brant rubber gaskets or equal. Fittings shall be of the same material and class as the pipe. Pour (4) inches of bedding material shall be required under all concrete pipe. Bedding material shall be the same material as described in Section 2-8 of these special provisions. Section 61•-3.05 shall include the following: The ;land-placed backfill around the pipe and to a point six inches above the crown shall be foot tamped until it is unyielding. The remain- der of the trench shall be backfilled in uniform layers not to exceed 12" in depth and it shall be compacted to 90• uptimum density using a vibratory compactor of a type approved by the Engineer. All excavation, placing of pipe, and backfillinq uhall be '.one in accordance with State of Washington Safety Standards for con- struction work, Part C, of the latest edition. The unit price bid per lineal foot for concrete pipe of the specified diameter shall constitute com; _ate compensation for all labor, material, tools, and equipment neces—ry for its , ti t Section 34-3. 11 is amended to read that longitudinal joints in the leveling and wearing courses shall be offset a minimum of M twelve (12) inches. The nominal compacted depth for Class "B" r asphalt is amended to read 1-1/2 inches. !1 All incidental asphalt concrete required for construction not otherwise specified in this contract shall be paid for at the unit price bid per ton for "Asphalt Concrete Class 2-13 CEMENT CONCRETE CURB AND GUTTER Cement concrete curb and gutter shall be constructed in accor- dance with Section 40 of the APWA Standard Specifications and shall contorm in shape to APWA Standard Plan No. 1 except that it 7 shall be constructed of 14 day Class 5 (1-1/2) Portland cement concrete. Low curb poured in front of driveway and alley returns may be poured with the curb. No separate measurement or payment shall be made for the low curb. It shall be included in the measure- ment for Cement Concrete Curb and Gutter. The unit price per lintal foot for "Cement Concrete Curb and Gutter" shall be full compensation for all labor, equipment, materials and incidental costs necessary for the furnishing Pnd placing cement concrete curb and gutter. 2-14 CEMENT CONCRETE SIDEWALK Cement concrete sidewalk shall be type "B" and shall be con- structed in strict compliance with Section 42 of the APWA Strndard Specifications and as shown on plans. The unit price per square yard for "Cement Concrete Sidewalk" shall be full compensation for all labor, equipment, materials and incidental costs necessary for the furnishing and placing of cement concrete sidewalk. 2-15 CEMENT CONCRETE DRIVEWAY Cement Concrete Driveways shall be constructed in accordance with Section 41 f the APWA Standard Specifications except as amended herein. All cement concrete driveways shall be constructed to a thick- ness of six (6) inches. Section 41-2 in amended to require that the concrete mix shall be as specified for Class 6 (1 -1/2) H.E.S. di I \ 1 I The asphalt cement shall be a paving grade asphalt 85-100 pene- tration. Los Angales Wear, 500 Revolutions, A.S.T.M. Designation C131 40t Maximum. Sand equivalent !Section 6) 35% minimum. .. o The mineral aggregates for ast,halt treated base, when combined ■f in the designated proportions and mixed with asphalt cement of the proper grade and quality, shall meet the following require- ments: i Stabilometer value (Section 6) 20 min. • COhesiomet.er value (Section 6) 50 min. Modified immersion compression test, I retained strength (Section 61 70 min. The materials of which the asphalt treated base is composed shall meet the following grading and proportioning requirements. The percentage of aggregates refer to the complete dry mix. The percentage of asphalt refern to the complete b_tuminous mix. All percentages are by weight. Passing 2" square sieve 1001 Passing 1/2" square nieve 56t-100i Passing 1/4" square sieve 40%-78t Passing U.S. No. 10 sieve 221-57% Passing U.S. No. 40 sieve 84-12• Passing U.S. No. 200 sieve 24-91 Asphalt (4 of Total Mixture) 2.59-4.5% (The exact percentage of asphalt to be determined by the Engineer) The init price bid per ton for "Asphalt Treated Base" shall be full compensation for all labor, equipment, materials, and all incidental costs necessary for furnishing and placing the asphalt treated base. 2-12 ASPHALT CONCRETE CLASS "B" Asphalt Concrete Class "B" shall meet the requirements of Sec- tion 34 of the APWA Standard Specifications except as herein supplemented or amended. JSection 34-3.01 of the APWA Standard Specifications is supp- lemented to include that a tack coat shall be applied as specified to all existing pavement surfaces, asphalt or Portland cement and between successive layers of asphalt concrete pavement, but that no separate payment for this item will be made. All costs for labor, tools, equipment and material shall be considered incidental to the cost of the asphalt concrete Class "B" . r bedding material shall be placed to a thickness of four (4) inches unless otherwise directed by the Engineer. Payment shall be made for gravel for "Pipe Bedding Class B" per ton in place and shall be full compensation for selecting, transporting, placing and compacting the bedding materials. No further com- pensation will be made. 2-9 SELECT TRENCH BACKFILL Select Trench Backfill shall meet the requirements of Section 61-3.07 of the APWA Standard Specifications, as supplemented by these provisions. The source of material shall be selected by the Contractor and r approved t,y the Engineer. The horizontal limits of mea«urement for select trench backfill in place, shall be the vertical sides of the excavation to a limit of 2.5 feet outside of and parallel to the barrel of the pip&, not Ocluding bell or collar. No payment will be made for material placed outside of these vertical planes. Any excavation in excess of the above requirements will be replaced with the native material or select trench backfill at the Contractors expense as directed by the Engineer. The unit bid prick per cubic yard shall be full compensation for selectinq the source, furnishing, placing, and compacting the material. 1-10 CRUSHED SURFACING BASE COURSE Crushed Surfacing Base Course :shall meet the requirements of Section 23 of the APWA Standard Specifications and the following supplements. The contractor shall select the source of material, but the soures and quality of the material shall be approved by the Engineer. Whsre additional fines are required, the Engineer may require 5/8" minus material be added at no extra cost. Payment shall he made per ton `or "Crushed Surfacing Base Course" which shall be full compensation for all labor, tools, equipment and incidental items necessary for furnishing and placing crushod surfacing base course. I-ll ASNl1AL: TkF:ATFn SASE The asphalt treated base shall be a .sot bituminous plant mix material. The material shall so made in conformance with Ssc- tl.ons 31-3.03, 34-3.03B, 31-3.04, 14-3.05 and 31-3.06 of the APWA Standard Specifications. d 1 +► r � r curb, traffic islands and other such appurtenances that may be � encountered in the roadway excavation. Measurement and payment will be as noted in the Standard Speci- fications for the bid Itc<m, '"Unclassified Excavation,, per cubic yard. .� 2-4 EMBANxmEdT CObSTRUCTION Embrnkments constructed on this project shall conform to Sec- tion 13 of the APWA Standard Sp ecifications except as amended or supplemented herewith. � y The embankments shall be compacted in accordance with Method B as described in Section 13-3. 10E3. The materials used to construct the embankments shall be exca- vated from the area left of Station 18+00 to the bridge and at Station 20*11 or at other locations designated on the project by the Fngineer. Measurement and payment shall be made for "Embankment Compaction" per cubic yard in place, as specified in She APWA Standard Speci- fications. 2-5 HAUL Section 14 of the APWA Standard Specifications, Haul. , is deleted in its entirety and the following will apply: No compensation will be made for the transportation of any exca- vated materials and the cost thereof shall be included in the applicable bid items in the proposal. 2-6 MECHANICAL TAMPING All mention of measurement and payment for mechanical tamper per hour is hereby deleted from all sections of the APWA & WSHD Standard Specifications and from all .Standard Plans. 2-7 WATER Water shall be acquired and placed in strict compliance with Section 16 of the APWA Standard Specifications. Unit price per thousand (M) gallons of water shall be full compensation for furnishing all labor, materials, equipment and all work inci- dental to furnishing, hauling and applying water as specified and/or called for by the Engineer. 2-8 PIPE BEDDING, CLASS B Gravel for pipe bedding shall meet the requirements of Section 61-3.03B2 of the APWA Standard Specifications except that the I 1 1 1 SPECIAL PROVISIONS SECTION I1 TECHNICAL PROVISIONS - STREET IMPROVEMENT 2-1 MOBILIZATION This item shall consist of preparatory work and operations performed by the contactor including, but not limited to, those necessary for the movement of his personnel, equipment, supplies and incidentals to the project site; with the as- tablishment of his offices, buildings and other facilities necessary for work on the Dro ect; for j premiums on bonds and insurance for the project; for other work and operations w.iich he must perform or costs ke must incur before beginning pro- duction work on the vwrious items on the project site and for removal of all equipment and facilities from the project area upon comjletinn of the work. The lump .;um payment for "Mobilization" shall be full compen- sation for all of the above mentioned and for any other inci- f/ dental costs incurred by the Contractor while performing mo- bilization as specified. Partial payment for this item will be made only when the Engineer determines that sufficient progress of the project warrants such payment. 2-2 CLEARING AND GRUBBING This item of work shall conform to Section 12 of the APWA Standard Specifications except as herein amended. Section 12-1.03 "Construction Details" is amended to prohibit the burning of inflammable materials such as trees, stumps, brush, etc. , on the {.-.oject site. The lump sum payment for "Clearing and Grubbing" shall be full compensation for all labor, equipment and other incidental -oats required to complete the work. No further payment will be made. 2-3 UNCLASSIP.TED EXCAVATION This item of worx shall conform to Section 13 of the APWA Standard Specifications except as herein amended. Section 13-3.04 "Pavement Removal" is deletes in its entirety. The second paragraph of Section 13-1.01 of the APWA Standard Specificiations is supplemented by the following: Unclassified excavation shall include asphalt concrete pave- ment, asphalt concrete and cement concrete sidewalks, cement conrete curb and gutter, existil,q drainage structures, asphalt r � li it ! t Ij • SECTION II TECHNICAL PROVISIONS STREET IMPROVEMENT it 1-31 FIELD OFFICE The Contractor shall provide a field office with heat, lights, telephone and all weather automobile access and parking in a central location on the 'ob site for the use of the Engineer. The field office should be of sufficient size to accommodate the inspector mad allow adequate additional room for meetings of up to three (3) peopl,:. Sanitation faci�.ities should be provided in the area of the field office to conform with Section 7.22 of the APWA Stan- dard Specific +tion. All expenses incurred in .supplying a field office, access, park:nq and sanitation facilities shall be con- sidered incidental to the project and no further compensatirr e shall be made. A 1-32 SALVAGE 1 All salvage material as rioted on the plans and taken from any a of the discarded facilities shall, at the Engineer's discre- tion be carefully salvaged and delivered to the City yard. Any cost incurred in salvaging and delivering such items shall be considered incidental ..o the project and no compensation will be made. 1-33 LIQUIDATED DAMAGE.3 Liquidated damages for failure to execute the contracts as specified and in accordance with Section 8.08 of the APWA Standard Specifications will be assesr4d as follows : Two hundred dollars ($200) per calendar day plus cost �f inspection, supervision, legal expense and court costs incurred beyond sa .d date. The cost of additional inspection and supervision shall be an amount equal to actual salary cost plus one hundred percent (1001) for overhead. 1-34 AWARDING OF CONTRACT Awarding of contrast will be based on total sum of all schedules of prices. No partial bids will be accepted. I r i w� f 1-27 SIZE, WEIGHT, LOAD RESTRILTIONS FOR MOTOR VEHICLES yf- All motor vehicles of the Contractor, Subcontractors, and suppliers shall strictly adherh to Ch. 46.44 of the Motor Vehicle laws of the State o! W*shington (1967 Edition and amend- ments thereof) in regard to s:2e, weight, and loads of motor vehicles. Payment will not be made for an, material that is delivered in excess of the legal weight for which the vehicle is licensed. Any gross violation of thss ! regulations shall be report±d 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. 1-29 SUBCONTRACT RS AND SUPPLIERS M A list of Subcontractors and Suppliers that will be involved with this project shall be given to the Engineer for his review and approval immediately after the contract has been awarded. This list must be received by the Engineer before the contracts may ie signed. i et 1-29 CHANGE ORDERS All additional work that requires compensation to the Contractor for which bid prices are not included in the contract shall re- quire 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 his Subcontractors. FORCE ACCOUNT ' The City will accept work against Force Account in accordance with the APWA Standard Specifications, Section 9.04 and charged to special account. -•- 1-30 CONSTRUCTION CONFERENCE ] Prior to the start of construction, the Contractor, Engineer, I_ Subcontractor/s, Utility Department, -telephone Company, Power Company, Gas Company, and other, interested Departments shall attend a pre-construction conference:. The time, place and date of this conference is to be determined after award of the contract. Subsequently a representative of the Contractor will ettend a weekly conference to review progress and discuss any problems that may have been incurred. The time, place and date of the weekly �± conference is to be established at the preconstruction conference. 1 4 Paid in accordance with the profiled statement of Statements { of Intent on file with the Department of Labor and Tndustries tttf as approved by the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the .`hate Treasurer, or the 'treasurer of the county or municipal corporation or other officer or person charged with the cus- tody and disbursement of the state or corporate funds as the case may be and two (2) copies of each affidavit are to be filed with the Director of the Department of Labor and Industries, Attention: Industrial Relations Division, 1601. Second Avenue, Seattle, . Whenever practicable, affidavits pertaining to a particular contract should be submitted as a package. a 1-24 SURVEYS Section 5.06 of the APWA Standard Specifications shall be amended by the addition of t'ie following sentence: "The Con- tractor shall notify the Engineer a minimum of 48 hours in ad- vance of the need for surveys. " 1-25 OVERTIME FIELD ENGINEERING When the Contractor performs construction work over the accept- ed eight (8) hours per day or forty (40) hours per week, or on any City holiday, and the work requires :nspect.ion, 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 Conti -,.or of intent and said costs will be deducted from monius due ,e Contractor on each montLly estimate. 1-26 DELIVERY TICKETS All delivery tickets that are required for the purpose of cal- culating quantities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after the 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 maintain a r*00" 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 loa.l delivery. 4 i r wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Cortractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiari+e themselves with the current wage rates before sub- mittinq bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot � . be adjusted by the parties in interest, including labor and management - -presentatives, the matter shall be referred for arbitratior. ;o the Director of the Department of Labor and In- dustries of the State, and hi decisions therein shall be final and conclusive and binding on all parties involved in the dis- pute as provided for by RCW 39.12.060, as amended. T:.e Contractor, on or before the date of commencement of work, shall file a statement under oath with the City and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, work- men, or mechanics employed upon the work by the Contractor or Subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work cacn ^ontractor 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 7 each job classification to be utilized. The wage rates thus filed will be checked against the prevailing wage rates as de- termined by the Industrial Statistician of the Department of Labor and Industries. If the wage rates are correct, the In- dustrial Statistician will issue an acknowledgment of approval to the Contractor and/or Subcontractor with a copy to the award- ing agency (owner) . If any incorrect wage rates are included, the Contractor and/or Subcontractor will be notified of the correct rates by the Industrial Statistician and approval will be withheld until a correct statement is received. Copies of the wage rate approvals will be furnished the award- ing agency, and the Contractor (and the prime Contractor in the case of a Subcontractor) by the :ndustrial Statistician. Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been F 1 ► or his Superintendent or Foreman as to the meaning and intent of any part of the plans and specification shall be issaediately brought to the attention of the Engineer and will be adjusted by him. Failure on the part of the Engineer or his representative to discover and condemn or reject bad or inferior work or materials shall not be construed es an acceptance of any such work or • materials, or the part of the improvement in which the same may have been used. To prevent disputes and litigation, it is further agreed by the parties hereto that the Engineer shall determine the quantity and quality of the several kinds of wcrk embraced in these impro- vements. He shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, no .ify the Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days, the City and tine Contractor will each appoint an arbitrator and the two shall select a third. The decision of the majority of t:.e arbitration board shall be binding upon both partio n and shall be delivered before. any 1 work is performed upon the feature in question. +• The arbitration shall be conducted in accordance with the i statutes of. the State of Washington and court decisions govern- ing such procedure. •� The costs of surh arbitration shall be borne equally by the City and the Contractor unless it is the majority opinion that the Contractor's filing of the protest is capricious and without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. • The venue of any suit shall to 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. 1-23 WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or mechanics alloyed in the performance of any part of this contract shall be in accordance with the provisons of Chapter 39. 12 RCW, as amended. The rules and regulations of the Depart- ment of Labor and Industries and the schedule of prevailing � t The Contractor shall have the responsibility of obtaining his awn waste site. All work included in this section shall be con sidered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the City Engineer to alleviate the problem of lost spoils along the route. Prompt restoration of the route is mandatory. 1-19 DUST AND MUD CONTROL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is ut' l- ized by his equipment for the duration of the project. The Contractor shall bn prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control snall be considered as incidental to the project, and no compensation will be made for this work. Complaints on dust, mud or unsafe practices wid/or property damage to private ownership will be transmit'.ed to the Contrac- tor and prompt action in correcting will be required. Written .notice of correction of complaint items will be called for should repatitive complaints be received by the City. 1-20 STATE SALES TAX All stems in this contract are a part of the construction of a public road improvement as defined in Rule 171, issued by the Excise '.ax Division of the State of Washington, and the Owner is exempt from the payment of sales tax on all items. The Contractor shall include in his unit bid prices any com- pensating tax that must be paid. See Section 7.09 of the APWA Standard Specifications. 1-21 PAYMENT TO THE CJNTPACTOR Payments to be made to the Contractor will be made in the manner outlined in Section 9 of the APWA Standard Specifications. Pay- ments shall be made in Cash Warrants. Partial payments on estimates may be withheld until a work progress schedule as 6 described in section 1-16 of these Special Provisions has been received and approved. 71 1-22 DISPUTES AND LITIGATION Any yuestio,:s arising between the Inspector and the Contractor ff `� 1 installing the inter-connect cable . Payment and measurement -:,hall be made for the other related bid items involved and called out in these special provisions. 3-12 PROVISIO07S FOR FUTURE CONNECTION TO THE STREET LIGHT _-_MAEU2T AND-NTERM-KTNEE-TWAI3I.E Adequate wire shall be left in the Design C Junction boxes left of Stations C 171-65 and C 31 * 58 to allow for future splicing and continuation of the illumination and interconnect circuits to the e East and West of the pro,ect. A minimum of two (2) feet of street light wire shall be looped in each of the above mentioned juact.on boxes prior to making the connection to the street light to allow for future splicing. A minimum of two (2) feet of the interconnect cable shall be looped and left in the junction boxes above specified for future splicing. 3-13 WYE CONNECTOR. KITS All connections in light standard bases shall be ma with an approved field applied, waterproof wye connector kit, capable of being disconnected without damage, equal to ESNA Elastimold Style 82S or a Subbman Tron Fusehoider with Y-Type breakaw •v receptacle and insulating boots. Wye connector kits shall be supplied, wired in place and fused by the Contractor for every pole installed. Where wye connector kite tre installed in a ;unction box, a permanent sealed, waterproof wye connector kit equal to "Tap-Cap" manufactured by Communications Technology Corporation shall he used. All of the aforementioned shall be compatible with the copper con- ductor and it' s insulation. The Contractor shall submit samples of the connectors proposed for use to the En;sneer for approval . 3-14 INSTALLATION OF WTRE Section 8-20.3 (8) of the WSHD Standard Specifications is hereby supplemented to include the following: Without exception, when conductors either cable or single are being tnstalled, care shall be exercised to not exceed tensior, iiviltations rernmmended by manufacturers, and as stated in these special provisions. Conductors may be pulled directly by hand. However, if conductors are pulled by any mechanical means, a dynamometer with droc-needle hand shall be used on [ every mechanical p,,Il. M� Or, mechanical pulls, insulation shall either be stripped off the individual conductors, conductors formed into a pul- , r 1. "Street Lighting" or "lighting" - Junction boxes ' used exclusively for street lighting. 2 . "Street Lighting" end "Traffic Signals" or "Lightirg" and "Signals" - Junction boxes used for street lighting ! and interconnect. Payment and measurement stall be made for the following: t 1. "Junction Box, :>esign B" per each. t ! 2. "Junction Box, Design C" per each. Payment as outlined above shall be full compensation for furnishing, installing and providing all labor, tools, and equipment required to complete the work. No further payment will be made. 3-10 ILLUMINATION SYSTEM WIRING ! The Contractor shall provide and install all the necessary wiring, fuses and fittings, required to complete the installation of the street lighting as shown on the Plans. All materials and instal- lation methods, except as otherwise herein noted, shall comply with the 'WSHU Standard Specifications and the latest published regulation- of the National Electrical Code. Payment and measurement will be made for "Street Light Wire No._.__" per linear foot which shall be full compensation for furnishing and installing all wirinq rajuired �o complete the installation, all electrical connections and for all labor, materials, tools and equipment neressary and/or incidental to the pulling of circuits. Splices shall r,ot be aeanurvd for payment. All costs incurred in making sPlrces shall be considered incidental to the costa of items fvr which payment is made. 3_11 INTER-CONNECT CABLE At locations shown or. t!,e nlars or as designated by the Engineer the Contractor shall instill a 2-2/C inter-connect cable for future use with tra'fic signals. The inter-connect cab--a shall be Belden No. 8227 shielded polyethylene twisted pair AWG No. 18 or equiva- lent. The cable shall be placed in a conduit separate from other wiring. Junction Loxes shall be located as shown on the plans or as directed by the Enq. neer. Adequate additional cable shall be left in ' place at the end j,mction boxes to allow for splicing when the inter- connect cable is pet into use on future coa3truction at it 's tarmin, . Payment and measurement wall be made for "Inter-connect Cable" per linear foot. Such payment will cover all costs for providing and � 1 The fifth sentence of the fourth paragraph of section 8-20. 3 (5) of the standard specifications shall re deleted and the followinq substituted therefor: Immediately before joining the threads of all conduits and fittings, they shall be well painted with , ~read lubrica- ting compound consisting of colloidal copp-r suspended in a r petroleum vehicle. Section 9-29.1 of the WSHO Standard Specifications is revised to include that PVC Heavy wall, Schedule 40, conduit may be used at all locations except under the traveled way. All plastic con- duit ends shall be capped until wiring is started. The use of any plugs even though temporary, in lieu of the aforementioned pipe caps is expressly prohibited. Plastic conduit joints shall be made with strict compliance to the manufacturet 's recommendations regarding cement used and environmental conditions. Conduit rums shown on the plans are for bidding purposes only and may be changed, with the approval of the Enq.ineer, to avoid under- ground obstructions. Measurement and payment will be made for the following: 1. "Plastic Conduit,__ " oer linear foot 2. "Metal Conduit,._" per linear foot The contract unit price fir conduit of the given material and dia-- meter sbaii be full compensation for the furnishing and placing of same. Trenchiag, backfillinq and placing of utility conduits are not included. 3-9_ JUNCTION BOXES (PULL BOXES) The Contractor shall provide and .nstall junction boxes of the -.ype and at the locations shown in accordance with Sections 8-20. 3 (e) and 9-29.2 of the WSHD Standard Specifications except as amended and supplemented herein. The second paragraph of Section 8-20. 3 (6) is deleted io its entirety. Section 9-29.2 is supplemented to include: f Junction boxes shall conform to the requirements shown on WSHD Standard Plan J-20 for resign B and Design C. Each junction box cover shall have one of the following inscrip- tionx as appropriate: 1 1 4 4 Measurement and Payment shall be made for "Trench erl Backfill . wide,__" deep" per linear foot if trench constructed which shall be full compensation for furnishing all labor, tools, equipment and incidentals required to complete the work. Measurement and payment for "Select Trench Backfill" placed in utility trenches shall be made as described elsewhere in these Special Provisions, except that the limits of the backfill will Is be the neat lines of the trench section specified. 3-7 CONCRETE FOUNDATIONS Concrete foundations for the mounting of light standards and the 40 service cabinet shall be constructed in accordance with Section 8-20. 3(4) of the WSHD Standard Specifications, these Special Pro- visions and WSHD Standard Puns indicated. The exact location and finisF grade elevation of each foundation shall be marked by the Engineer prior to the beginninq of the ex- cavation for the foundation. The light standards or service cabinet shall not be erected on the concrete foundations until the foundations have set at least 72 hours, and shall be raked sufficiently to be plumb after all load has been placed or as otherwise directed by the Engineer. The following table shall be i•sed in conjunction with the con- struction of all foundations : Foundation Type Plan Street Light Standard 40 MH WSHD Std. Plan J-17 Service Cabinet All WSND Std. Plan J-21d t Type M Pedestal Measurement and payment will be made for the following: r 1. "Light Standard Foundation" per each 2. "Service Cabinet Foundation" per each The unit contract price, per each, shall be full compensation for all costs of labor, tools, materials, excavation and curing con- crete incurred in constructing and preparing the foundation for installation of its designated appurtenance. No further payment will be made. 3-8 CONWIITS The contractor shall provide and install all conduits and necessary fittings at the locations shown on the Plans in conformance with Sections 8-20. 3 (5) and 9-29.1 of the WSHD Standard Specifications, �M except as amended or supplemented herein. i ti 1 4 'this equipment will be available to the Contractor at the City of Renton Yard and it shall be his responsihilit•, to load and and transport said equipment to the project site . Specific items required on this project to complete the instal- lation of ti,e illumination system for wh' ^h no measurement or payment is specified, shall be consider, incidental to those for which payment is made. 3-6 TRENCHING At location shown on the Plans and as directed ay the Engineer, the Contractor shall construct trenches to accommodate underground utilities, wiring for illumination, and interconnect cable for future traffic signals, all in a,.cordance with Section 6-20.3(2) of the wSHD Standard Specifications and these Special Provisions. Alternate trench sections are st.own on the plans and listed on the schedule D bid proposal form. The contractor is to furnish a bid price for each alternate. At the time of construction, the Pngineer will advise the Contractor on the alternate trench sec- tions to be constructed and their exact location. The trenching shall be done in a neat manner, with the trenct having uniform grade and dimensions. The Contractor shall be responsible for all necessary coordination required to allow the utility companies involved to install their conduits. All conduits placed in the trench shall be the responsibility nf the utility involved, er.cept those required for illumination and the interconnect cable. Additional excavation that may be required for utility vaults shall be done by the utility company involved. After the conduits have been placed, and before begiru:ing backfill operations, the trench shall be inspected and approved by the En- gineer. The first six inches of backfill placed around the con- duits shall be free of rocks greater than two inches in diameter, and shall be hand-tamped to obtain a density satisfactory to the Engineer. Backfill that is a part of the roadbed or a roadway embankment, shall b•- placed in horizontal layers not more than six inches thick (compacter" , and each layer compacted to 95% of maximum density, as determ d by the "compaction Control Test" in section 2-03. 3 (14)D of the WSRD Standard Specifications . All other trench backfill shall be placed in layers not more than 12" loose thickness, and each layer tamped sufficiently, placed and grade, so that ultimate settlement will hring the backfill flush with the surrounding ground surface. At locations specified by the Engineer, the trench bhall be back- filled with "elect Trench Backfill" , ss described elsewhere in these Special Provisions. The native material excavated from t!ie i'J)I trench and not used for backfill shall be disposed of by the Con- tractor. 1 � 1 SPECIAL PROVISIONS SECTION III TECHNICAL PROVISIONS - STREET L,7HTING SYSTEM, TRENCHING, CHANNELIZATION AND PANT STRIPING 3-1 DESCRIPTION Work covered by thij section of these provisions includes instal- lation of a complete street lighting system utilizing illumination equipment supplied by the City as described elsewhere in these Special Provisions; trench construction for the underground place- � ment of telephone, cable television, street lighting, and inter- connect cables; and channelization items including striping, lane marking, traffic islands, and other miscellaneous items required. 3-2 STANDARD SPECIFICATIONS FOR STREET LIGHTING Installation of all portions of the Street Lighting System shall comply with Section 8-20 and 9-29 of the State of Washington Standard Specifications for Road and Bridge Construction, 1972 except as amended by these special provisions. 3-3 STANDARD SPECIFICATIONS FOR PAVEMENT STRIPIN', AND CHANNELIZATION Placement and materials for pavement striping and channelization items shall comply with Sections 8-07, 8-08, 8-22, 9-18, and +� 9-20 of the State of Washington Standard Specifications for Road and Bridge Construction, 1972 except as amended by these special provisions. 3-4 SOURCE AND QUALITY OF MATERIALS The Contractor shall submit to the Engineer a request for a material approval at the earliest possible date. Sources and all required technical data Should be submitted at this time. Material not approved will not be allowed on the job site. At Substitution of specified material must be approved by the 1 Engineer prior to ordering. 3-5 CITY SUPPLIED ILLUMINATION EQUIPMENT 1� The Contractor shall assemble and install the following equipment supplied by the City : s eight (1) feetinum davit inn Style length andmountingsheightss i th m Offortyfeet. (2) All luminaires and lamps { (3) All hardware required. �• w a, SECTION Iff a TECHNICAL PROVISIONS STREET LIGHTING SYSTEM, TRENCHING , CHANNELIZATIO V AND PAINT STRIPING J • s� t w� 1 and other special items not covered by unit bid item. All work and prices under this item are to be covered by the standard change order procedure. 1 2-34 FINISH i CLEANUP Finish and cleanup shall be performed in strict compliance with Sections 57 and 68 of the APwA Standard Specifications except 1 that no special payment will Le made for this item. It will be considered incidental to other related items of work on the project and no furtt.er compensation will be made. 1 No payment will be med2 for removal of the existing wire fence. This cost shall be considered incidental to the items for which payment is na ie. 2-31 GRAVEL DRIVEWAY PIT LACEMENT Where shown on the plans or directed by the Engineer, the Con- tractor shall replace existing gravel driveways that have been disturbed or require adjustment due to the new construction. This work shall consist of compaction of the subgrade and place- ment of six (6) inches of crushed surfacing-top course to the lines and grades specified by the Engineer. The work and materials shall conform to the requirements of the APWA Standard Specifica- tions for the materials involved. • Payment and measurement, will be made for "Gravel Surfacing for Driveways" per ton in place, which shall be full compensation for all work, tools, equipment and materials involved. No further payment will be made. 2-32 RELOCATION OF MAILBOXES The Contractor will remove and relocate all mail boxes as required to complete the street improvement work on this project. This work shall be d,ne it accordance with these Special provisions and the Standard Detail Sheet contained herein. The work will include the removal, temporary installation and final installation of each mailbox. The Contractor shall furnish all materials required to complete this work such as lumber, lag screws, nails and posts. All metal fittings required shall be galvanized. All materials shall be in- spected and approved by the Engineer prior to installation. Measurement and payment will be made for the following items : 1. "Relocate Mailbox" per each e 2 . "Mailbox Posts" per each No payment shall be made until the mailbox has been installed in its final location. Payment as specified herein, shall be full compensation for providing all labor, tools, equipment and inci- dentals required to complete the work. No further" payment will e be made. 2-33 SPECIAL ORDER The funds in the account shall be drawn on a time and material basis for special drairage connections , shrubbery, landscaping, 04 s'ope treatment, lawn replacement , fence removal and restoration, �► 1 f 2_ 3 ADJUST EXISTING CATCH BASIN TO GRADE. Adjusting existing catch basins to fini�ih grade shall be accom- plished by methods that conform to Sect*p.on 53-4.01 of the APWA Standard Specifications. The bid price per each for "Adjust +e Existing Catch Basin to Grade" shall be full compensation for ` all labor, materials, equipment and all incidentals necessary to complete the .-ork. �r 1 2-$f FRAME AND SOLID COVER At locations shown on the plans or as directed by the Engineer, 4 the Contractor shall install catch E; sin frames and solid metal covers conforming to Olympic Foundry No. 5435 (B19) or equivalent • in conformance with the applicable portions of Section 64 of the APWA Standard Specifications. Payment will be made for "Fra..4a and Solid Metal Cover" per each, which will be full com- pensation for removal of the existing catch basin grate and frai,te, adjusting the existing catch basin tc grade, furnishing and installing the frame and solid cover, providing all tools, labor and equipment required to complete the work. No further payment will be made. 2-30 HIRE FENCE At locations shown on the plans and as directed by the Engineer, it will be necessary for the Contractor to remove portions of the existing wire fence located along the State Highway right-of-iay in order that construction to the specified .ines and grades can bte completed. Upon completion of the required work, the Contractor shall con- struct new fence, line posts. corner posts and end posts as may be required to make the fence compatible with the new construction. All work and materials shall conform to Sections B-12 and 9-16 of the WSP.D Standard Specifications , WSHD Standard Plan C-15 and these J special provisions. Measurement and payment shall be made fo: the following separate items connected with this work. 1. "Barbed Wire" per line.,,r foot installed 2. "Line Pont" per each inatalled 3. "End Post" per each installed 4. "Corner Poet" per each installed Payment for line posts, end posts and corner posts shall be full Compensation for all braces, concrete foundations, and h.•rdrare required for their installation and for attaching the barbed wire. :4o further payment will be made. M� 4 1 2-24 ASPHALT CONCRETE DRIVEWAY REPLACEMENT Where shown on the } lane for directed by the Engineer, the Con- tractor shall replace existing asphalt concrete driveways that have been di.iturbed or require adjustment due to the new con- struction. This work shall consist of the compaction of the subgrade, placement of four (4) inches of cruphed surfacinq base course and two (2) inches of Class B asphalt to the lines 0 and grades specified by the Engineer. The work and materials shall meet the requirements of the APWA Standard Specifications and these sp*cial provisions. Measurement and payment will be made per square yard for "Asphalt Concrete Driveway Replace- ment" , in place and shall be full compensation for all tools, labor, and material necessary to complete the work. No fur- ther compensation will be made. ' 2-25 ADJUST WATER METER BOX TO GRADE This work will be done in accordance with the applicable re- quirements of Section 54 of the APWA Standard Specifications. ~/ The bid price for "Adjusting Water Meter Boxes to Grade" shall be full compensation for all labor, materials, equipment and incidentals necessary to make these adjustments. No further payment will be made. 2-26 REMOVE i RELOCATE EXISTING WATER METER The unit contract price per each for "Remove c Relocate Existing Water Meter" shall be full compensation for all labor, equipment, tools, additional pipe of the size and type required, fittings, adapters, excavation, backfill, compaction, and any other materials 4F� required to relocate the water meters and meter box complete in place, with the water service connections in service, all in accordance with applicable portions of the APWA Standard Specifi- cations and to the satisfaction of the Engineer. • Where shown on the plans , or where directed by the Engineer, existing water meters and boxes shall be relocated outside the J traveled way. The Contractor shall notify all customers affected and shall plan and coordinate his work so that service will be resumed with the least possible inconvenience to the consumers. A 2-27 ADJUST EXISTING VALVE BOX TO GRADE 1 Adjustment of existing valve boxes to grade shall be acccom- plished by methods conforming to Section 53-4.04 of the APWA Standard Specifications. The unit bid price per each for ♦� "Adjusting Valve Box To Grade" shall be full compensation for all labor, equipment, materials and all incidentals necessary to complete the work. 1 justing to final grade, and all incidental costs necessary for furnishing and placing the Catch Basin Type I , and Catch Basin Type II . t 2-21 REMOVAL OF' EXISTING CATCH BASINS AND CURB INLETS Existing catch basins or curb inlets designated or, the Plane or by the Engineer for removal shall be handled by methods conforming to Section 52.-2.07 of the APWA Standard ;necifications. All salvageable material shall become the property of the City. This material shall be delivered by the Contractor to the City Yard in Renton. 1� The price bid per each for removing catch basins ..r curb inlets 1 shall be full compensation for all labor, equipment, materials, and all incidental costs necessary to remove existing catch basins and curb inlets. 2-22 CONNECTIONS TO EXISTING CATCH BASINS, MANHOLES OR PIPES Where shown on the plans, new drain pipes shall be connected to existing catch basins, manholes, and pipes. The Contractor shall be required to break into the structu:-e, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where directed by the Engineer additional channelization will be required. The unit rice bid for each pipe connection to an existing catch basin, m&nhole, or pipe shall be full compensation for all labor, equipment, material, excavation, and all incidental costs necessary to connect new drain pipes to existing catch basins, manholes, and pipes . 2-23 MONUMENT, CASE AND COVER J The Contractor shall furnish and install concrete monuments complete with case and cover in conformance with the details y shown on the plans and as outlined in Section 50 of the APWA Standard Specifications. The monument installed shall be a tapered 16-1/2 inch precast concrete unit manufactured by the Fog-Tate Meter Seal Co, or an equal approved by the Engineer. The unit bid price per each shall be full compensation for all labor, equipment, materials, includinq adjusting case and cover to final grade, and all incidental costs necessary for furnish- ti. ing, delivering, and installing monument, case, and cover. s� '� 1 complete installation; including excavation, placing of pipe, connecting to existing storm line, one mechanically tamping the j backfill me -rial. No further compensation will be made. 2-18 DRAIN PIPE Where shown on the plans or directed by the Engineer, the Contrac- tor Etiali install dfair: pipe of the dimension specified in con Y.or- mance with Section 7-01 of the WSHD Specifications, the Plans and these Specifications. Y Measurement shall be made of the linear feet of drain pipe instal- led. Pavnent will be made for "Drain Pipe ` Diameter", per linear foot which s:iall be. full compensation for providing, excavating, installing and backfiliing the pipe, making connections to bridge drain pipes as required and for providing all tools, labor, equip- ment and incidental items required to complete the work. No further payment will be. made. 2=19 HAND PLACED RIPRAP At lccations shown on the plans or specified, the Contractor shall place riprap conforming with Sections 8-15.3 (3) and 9-13.2 of the WSHD Standard Specifications, the plans and these special provisions. The source of the material to be used for riprap shall be approved by the Engineer prior to placing on the project. Measurement will be made of the cubic yards of riprap actually hand placed and accepted. t Payment will be male for "Hand Placed Riprap" per cubic yard which shall be full compensation for furnishing and installing the riprap and for providing all labor, tools, equipment and incidentals to complete the work. No further payment will be made. 2-20 CATCH BASINS, INLETS Catch basins and inlets shall conform to Section 64 of the APWA Standard Specifications and APWA Standard Plan No. 47 ' hru 59, except as modified by these provisions and details shown on the plans. Cast iron frame and covers anal! be - : 7mpic Foundry No. 5435 or approved equal. Catch Basin Type I shall be Metropolitan Concrete Pipe No. CB-15 or approved equal. Catch Basin Type II shall be Metropolitan Concrete Pipe No. CB-19 or approved equal. A minimum of one course of 8" wide brick shall be placed under the frame for adjusting. Toe unit price bid per each basin and inlet shall be full com- pensation for all labor, equipment, materials, including ad-- � 1 4 I Constructior. Joints - Tht second paragraph of section 6-02. (12) of the wSHD standard specifications shall bt, supplemented by the following: Shear keys stall be formed and the forms for the shear keys shall not be removed until the concrete has .,Pen in place a minimum of 24 hours. Face Lumber, Studs, wales and Metal Forms- The first paragraph of section 6-02. 3 (17)F of the WSHD standard specifications is hereby deleted and the following is substituted therefor: w In general, the forms used for all concrete surfaces shall l,e faced with plywood specifically manufactured for concrete form apr" :ationa. It shall bn an exterior type plywood, free from splits and knotholes. Plywood used to form exposed surfaces shall be sanded smooth. When, in the opinion of the Engineer, the forms will not produce a satisfactory surface, the •orms shall, not be reused. The grade and class of plywood shall be stamped on each lull shoot and shall be specified on the forming plan sul,mitted by the Contractor for approval. The face grain of the plywood shall always run perpendicular to the studs or ;foists. All form joint marks on exposed surfaces shall ue horizontal or vertical. Placing and Fastening- The first paragraph of section 6-02.3(24)C of the WSHD standard a specifications shall be supplemented by the following: ') If bundled reinforcing bars are called for on the plans, the r bars shall be securely tied together with wire ties at not more than 6 foot centers. M 4�7 SEGTICN 9-04, JOIt7 MATERIALS Section 9-04.1 (2) of the wsnu standard specifications shall he supplemented by the following: In structures the premolded joint ! , Iler shall be fastened to one side, of the joint with galvanized wire nails at a maximum of 6 inch centers over entire Joint area with 1-1/2 inches edge distance. The nails shall be a minimum of 1-1/2 wr" inches longer than the thickness of the filler. 4--d PRESTRESSED COIWPETE GIRDERS Reinforcement which extends from the ends of the girders shall be protected from injury by painting or other means. when concrete is placed around this steel, it shall be tree from dirt, loose mill scale and rust scale, paint, oil or other foreign substance. If the reinforcement is painted with other than inorganic zinc r VP aw y i Telepromptor Cable TV e� 206 S. W. 112th Street ■ Seattle, Washington 98146 Talephon-: 248-2720 1 No additional compensation will be made by reason of any delay j or other expense to the Contractor caused by the installation I • of the utilities; however, any unavoidable delays to the contras- tor, resulting therefrom, will be adjusted in accordance with sec- 4 tion 1-08.8 of the WSHU -standard specifications. ' 4-4 F'ALSLWORY. • The contractor shall so conduct his operations in the construction of falsework forms and other work to provide at all times a mini- mum of two (2) opening(%! under the structure for vehicular traffic, with a minimum horizontal clearance each of 38 feet, and a minimum vertical clearance of 17.0 feet above the finished roadway surface on SR i67. 4-5 STRUCTURE EXCAVATION 1 The Contractor shall adequately protect the existing pavement from any damage due to tiis operations and shall crib or shore all exca- vation adjacent to the traveled roadway. Any damage so the exist- irq pavement due to the Contractor's operations, shall repaired Y by the Contractor at his own expense, and -'ie repair shall be per- formed an directed by the Engineer. <� d Because Of the nearness of the work to the exist,r.q roadw the Contractor shall decormine, prior to cubmittinq Nis bid, the ex- tent of the work required to protect the roadway during the life of finis contract. The Contractor's bid shall fully reflect the extent of the work required. Structure excavation Class A shall, in addition to that set forth a in Section 2-19 of tfte WSHD Standard Specifications, include all exc of • the girders srAndired to the hOrnrlir,ea bottom of the embankment at the endpiers. SECTION 6-92`CUNCRETE STRUCTURES Placing Concrete - The sixth paragraph of section 6-02. 3 (6) of the W£HD standard spec- ifications sha11 be supplemented by the following: In sloping forms, where concrete if dropped will tend to slide down one side of the form as it is placed, the con- crete spell be placed through approved conduit without dropping. w a M f) WLen placement of the prestressed girders is beir:q performed, the Contractor will be permitted to stop the traffic for a 15 minute period after notifying the Washington State Higriway Patrol and obtaining ap- proval of the Engineer. Should the Contractor elect to detour traffic on SR 167 then the Contractor, at his own expense, shall construct, maintain in a safe condition, keep open to traffic, and remove such detours and detour bridges as are necessary to accommodate two way traf- fic diverted from the roadway or bridge during construction and shall construct, maintain in a safe condition and remove crossings of intersecting highways and temporary approaches, except when • otherwise provided for in the Contract. I Detours caused by the operations of the Contractor small be con- atrueted and maintained by the Contractor at his own expense, re- gardless of the length of such detour. Upon failure if the Contractor to i=wdiately provide , maintain or remove suitablc detours or detour bridges when ordered to do so by the Engineer, the city may without notice to the Contractor or his surety provide, maintain or remove the necessary detours or detour bridges and deduce the coats thereof from any palments due or coming due the Contractor. �u Prior to any lane closures of SR-167, or detourinq of traffic, the Contractor shall provide the State Iiighway Department, District No. W 1 Traffic operations Engineer, with a proposed signing plan which shall be review.:d and approved by -he State Highway Department prior to any lane closure. 4-1 UTILITIEP ON BRIDGE•" ^_'he utility companies will furnish material for and install their respective facilities as drown on the plans. The Contractor shall a notify the utility company a biffieient time in advance and shall a cooperate with the utility company in order that the utilities ma/ be installed in the structure. The utility companies that are involved along with address and telephone numher are listed below: Puget Sound Power 6 Light Company 620 Grady Way Renton, Washington 98055 a Telephone : AL 5-2464 Pacific Northwest Dell s 300 S. W. 7th Street �+ Renton, Washington 9a055 Telephone : BA 8-0212 • � 1 1 f ' SPECIAL PROVISIONS SECTION IV TECHNICAL PROVI5ION5 - BRIDC,E WIDENING r4-1 DESCRIPTION • Work covered by this section of these provisions inclueus the t widening of the existing bridge NO. 167/133 crossing over State Routs tao. 1.67 on S. W. 43rd Street. The work involves the re- i movol of a portion of the existing bridge deck, con5cruction of five (5) bents, placement of F-restrP3eed concrete girders and a cement concrete deck, and other related work. All in accordance ♦ 11 with the plane, thsae Special Provisions, the "State ,._f Washington Standard Specifications for. Road and Bridge Construction" , 1972 edition and "The State of Washington Standard Plans for Road and Bridge Construction" , 1973 edition. 44-2 TPAFFIC In addition to the provisions for traffiWillset applyc elsewhere in these Special Previsions, the following four lane traffic on SR-167 and of exist- Interruption of existingbe ermIt ing two lane traffic on hourawwhicndordinarilySt. willnOccur as follow sduring the normal P- P s I a) 6 : 30 A.M. to S:30 A.M. , Monday through Friday, M 3: 3p P.M. to 6:00 Y.M. , Monday through Friday. If actual peak hours occur at nouns different to A thoseergtl nq ac the Conaccordingly whenor shall advised byrthel his OP- Engineer. •.a eration�c accordingly A b) Saturday peak volume traffic hours will vary. OP- erations which rentrihe trafficEnqinee all be conducted v onlyas approved by I s c) Sundays and legal holidays - Construction which re- stricts traffic will not be permitted. • d) During non-peek traffic hours, the traffic contractor will he permitted to restrict the traffic lanes to one w lane in each direc' ion on 3R-167 as approved by the Lngineer. e) During non-peak traffic hours, the contractor will be lm rmitted to restrict the traffic to one lane on the existing bridge on S./S.W. 43rd Street sa approved r by the Engineer. ra a f SECTION IQ TECHNICAL PROVISIONS BRIDGE WIDENING J 4q A w • r r� j ti � 6. The sealed surface shall be polished by a fine brush to remove residual dust or grout from the surface. Expansion joint material shall conform to Section 9-04 .1 (1) of the WSHD standard specifications, asphalt filler and joint sealer shall be poured rubber conforming to sections 9-04.2 (2) and 9-04.2 (2)A of the WSHD standard specifications. 41� Expansion joints shall be constructed at the lo,:ations indicated on the Detail Sheet and as further specified below: 1. A continuous joint 3/8" x 4" shall be provided between the concrete slab and the block traffic curb. 2. In median islands transverse expansion joints 1/4" x 2" shall be provided at maximum intervals of 201 . 3-28 PLASTIC TRAFFIC BUTTONS Section 9-02.1 of the WSHD Standard Specifications is supplemented to indicate that the color of plastic traffic buttons will be as specified on the plans. 3-29 PAVEMENT STRIPING Pavement striping shall be accomplished in conformance with sec- tion 8-22 of the WSHD Specifications except a�; herein revised. y Section 8-22.1 is supplemented to include that painted traffic ar- rows shall be supplemented by the word "ONLY" at locations shown on the plans. Template3 for the painting of the traffic arrows will be furnished to the r )ntractor by the City of Renton. Section 8-22.2 of the standard specifications is supplemented by the following: � Paint r Paint used for pavement striping and marking on this project shall be chi.,.inated rubber base traffic paint. The paint i paint shall be Preservative Paint Co. L-1919 (white) and No. L-1614 (yellow) . Rudd Paint and Varnish Co. No. 85-460 (white) y and No. 85-462 (}ellow) or an approved equal. 1 A i i1 — a The concrete work shall conform to applicable provisions contained in Section 6-02 of the WSHD Standard Specifications for Class H concrete. } The colored hardener shall be Lithochrome color hardener, as manu- factured by L. M. Scofield Company or equal and shell be a ready- to-use, dry shake type with streak-free intergrindings of pigments, a surface conditioning and dispersing agents, and portland cement, blended with hard aggregate. The color shall be walnut. The curing and finishing compound shell be Lithochrome color wax s as manufactured by L. M. Scofield, or equal and shall comply with ASTM-C-309 as a curing membrane and with all applicable air pollu- a Lion regulations. The grout shall be a mixture i 2 parts sand and 1-112 parts cement. Sand, cement and water shall conform to applicable provisions of the WSHD standard specifications. Y � After the suhgrede has been properly prepared, the imprinted con- crete shall be constructed in the following manner : 1. The concrete mix shall be placed and screened to the proper grade and wood floated to a uniform surface in the normal manner. 2. The colored hardener shall be applied evenly to the plas- tic surface by the dry-shake method using a minimum of 60 : pounds per 100 square feet. it shall be applied 4n two shakes, wood floated after each, and troweled only after final floating. 3. Flhile the concrete is still in the plastic stage of set, the forming tools shall be applied to make the specified patterned surface. Flexible plastic sheeting shall be placed between the forming tools and the slab during the impression forming process in order to provide a "pillowed" . affect. 4. The curing end finishing compound in the matching color, thinned in the proportion of 4 parts compound to 3 parts mineral spirits (paint thinner) shall then be applied uniformly for curing with a roller or motor driven power sprayer. The coverage shall be approximately 600 to 650 square feet per gallon of unthinned compound. Compound application in the impressions should be avoided. 5. After initial curing, the impressions shall be grouted. A slurry or mortar shall be spread over the surface with 1 a squeegee, and the surplus grout shall be removed by '� dragging wet sacks over the surface. a r M 3-26 RAISED ISLAND CONSTRUCTION ■ Where shown on the plans and as directed by the Engineer, the Contractor shall construct raised islands of the size and to the dimensions indicated. The islands shall consist of approximately four (4) inches of crushed surfacing base course paved wit;' 1 two (2) inch lift of asphalt concrete Class B, all confined by 'ype A *� block traffic curb. The Type A block traffic curb shall be as specified herein before and shall not be considered as part of this unit price. ' Where directed by the engineer, the contractor shall, prior to plac- ing the base ccurse and asphalt, install a six (6) inch diameter 41 concrete sewer pipe upright on the existing road base for the purpose of installing sign. posts. The top of the pipe shall be installed flush with the asphalt concrete. Measurement and payment will be made for "Raised Island construc- tion ' per square foot which snall be full compensation for furnish- ing and placing the crushed surfacing base course, asphalt concrete class B and concrete sewer pipe for sign posts all in conformance with the plans, specifications and these special provisions. No further payment will be made. 3 -27 ALTERNATE RAISED ISLAND CONSTRUCTION The Contractor shall bid an alternate method of island construc- tion which shall include the furnishing of all materials and the construction of raised traffic islands at the locations indicated on the Plans of the size anti to the dimensions indicated on the fore and shall notcbetconsideredbas)�parr_all bofathiseunitea einbe rice - Island material shall consist of crushed surfaceing Lase course capped with 4" imprinted, colored, concrete. 'Fria concrete design shall be cobblestone and shall conform in size, shape and orienta- tion within the traffic islands tc that indicated on the Detail Sheets. Prior to placing the crushed surfacing base course and concrete a 6" coterete sewer pipe shall be installed at the location speci- fied by the Engineer, in an upright position on the existinq road surface for the purpose of installing a sign post where directed of the pipe shall be installed flush with by the Engineer. The top the concrete. The provision for the sign post shall be considered incidental to the project and no compensation will be made. 4j I� J , of •' 4 Contractor, at his own expense, to use larger size conduit if desired, and when larger size conduit is used, it shall be fot the entire length of the run. No reducing couplings will be permitted. 3:23 "AS-BUILT'" DRAWINGS Upon completion of the work, the Contractor shall submit on 0 "As-built" or corrected plan, or any data therefor as required d by the Engineer, showing in detail all construction changes, es, location and depth of conduit and completed schematic circuit diagrams. M � 3-24 APPROVAL OF EQUIPMENT AND METHOD OF CONSTRUCTION FOR LIGHTING SYSTEMS ; The Contractor shall supply equipment that conforms to +_hat outlined in these Special Provisions, or applicable Specifier- n tions, and as indicated on the plans. Where the Contractor feels it would be beneficial to deviate from these specifications, he 43 shall submit a written request to the Engineer for such deviations. Where items such as a change in the type of wire supplied is requested, te sam luded. ple shall be included. Where the change involves other an adequate equipment, a complete description of the change shall oe inc t The Ec,•neer shall give written approval or disapproval of the reques- ted change. 3-25 BLOCK PRECAST TRAFFIC CURB Where shown on the Plans, or where directed ny the Engineer, the Contractor shall furnish and install block, T7pe A and Type C precast traffic curb in accordance with Sections 8-07, and 9-18 ewe of the WSHD Standard Specifications and details shown in the plans. ic as rerred to in the th 1 paragraph afFor block aSectionr9-18. 3aofathenstandard Specifications,4re- r flector block shall be installed every 4th block when 11-5/8 inch A blocks are used, or every 6th block when 7-5/8 inch blocks are used. 1 Nosing pieces, connecting dividers and radial sections for block traffic curb will be in accordance with precast traffic curb detail. Paintinq of the traffic islane curb shall be required prior to the installation of the crusheu rock. Paint and painting shall be in accordance with Section 9-01 of the WSHU Standard Specifications except that yellow paint shall be ured on all curbs and islands. 1 No paymont will be made for painting of the traffic island curb. It j shall me considered incidental to the payment made for providing and placing of the traffic curb specified. 49 4 The unit shall be so designed that a failure of any electronic canponent will energize the lighting circuit. The control shall b protected by a lightning arrestor. The cabinet shall be mounted on a pedestal described in Section 3-7 of these provisions. Measurement and payment will be made for "Service Cabinet and Fixtures" per each which shall be full compensation for furnishing, installing and connecting to the power source, all equipment and wiring required for this item of work. Any items of work or mat- erials not specified for payment but required to complete the installation shall be considered incidental to those items for F1 a which payment is made. 7 ' j-19 SAFE WIRING CABLES The Contractor is advised that safe wiring la ,els required by Labor and Industries shall apply on this project. 3-20 GUARANTEE The Contractor shall surrender to the City of Renton any quaran- tee or warranty acouired by him as a normal trade practice in connection with the purchase of any materials or items used in the construction of the illumination system included in this project. The Contractor shall guarantee all material and equipment supplied by him and all workmanship for a period of one year from the date of completion of the project. Any material, equipment or workman- ship which, in the opinion of the Engineer, is or becomes defective within this guarantee period shall he replaced or repaired at the Contractor's expense to the satisfaction of the Engineer. 3-21 SERVICE • Electrical service will be 240 volts (2-wire) , 60 cycle AC. A service connection shall be installed at the location noted on the plans. The Contractor shall verify the service location and coordinate service activities with Puget Sound Power c Light Company. • i 3-22 GROUNDING OF SERVICE ,rounding at the electrical service shall conform to requireme .ts of the latest edition of the National Electrical Code and all applicable State and local regulations. S +y Grounding conductors at service points shall be enclosed in e one half inch diameter conduit. It shall be the uption of the 11 The unit shall be so cesign ,d that a failure of any electronic component will energize the lighting circuit. The control shall be protected by a lightning arrestor. The cabinet shall be mounted on a pedestal described in section 3-7 of these provisions. Measurement and payment will be made for "Service Cabinet and Fixtures" per each which shall be full compensation for furnishing, i installing and connecting to the power source, all equipment and wiring required for this item of work. Any items of work or mat- !a 1 erials not speci!led for payment but required to complete the installation shall be considered incidental to those items for 'e which payment is made. 11 � 3=19 SAFE WIRING CABLES 1 The Contractor is advised that safe wiring labels required by Labor and Industries shall apply on this project. 1 r 3-20 GUARANTEE The Contractor shall surrender to the City of Penton any guaran- tee or warranty acquired by him as a normal trade practice in connection with the purchase of any materials or items used in the construction of the illumination system included in this project. i The Contractor shall guarantee all material and equipment supplied by him and all workaanship for a period of one year from the date j of completion of the project. Any material , equipment or workman- ship which, in the opinion of the Engineer, is or becomes defective within this guarantee period shall be replaced or repaired at the Contractor's expense to the satisfaction of the Engineer. 3-21 SERVICE • Electrical service will be 240 volts (2-uire) , 60 cycle AC. A service connection shall be installed at the lccation noted on J the plans. The Contractor shall verify the service location and coordinate service activities with Puget Sound Power c Light Company. •J 3-22 GROUNDING OF SERVICE Grounding at the electrical service shall conform to requirements of the latest edition of the National Electrical Code and all applicable State and local regulations. ri Grounding conductors at service ),hints shall be enclosed in a one half inch diameter conduit. It shell be the option of the I rr �� J a "- 3-17 GRCUTING OF LIGHT POLES u� All poles shall be installed so that the davit luminaire arm is !! in Che position shown on the Plans. The poles shall be installed on leveling nuts secured to the anchor bolts and with locking nuts on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise direc- ted by the Engineer. The space between the concrete base and the 0 bottom of the pole flange shall be filled with dry pack mortar to com- pletely fill the space under the flanges and around the conduits and be neatly troweled to the contour of the pole flange. A plastic drain hose 1/2" in diameter shall be inserted through the mortar to provide drainage from the interior of the pole base. The drain hose shall be trimmed flush with the interior and exterior surface of the mortar. V Dry pack mortar shall consist of 1 :3 mixture of cement and fine sand with lust enough water ao that the mixture will stick together on being molded into a ball by hand and will not exude free moisture when so pressed. -lb SERVICE. CABINET AND FIXTURES A weatherproof cast aluminum alloy cabinet shall be provided to f house the main circuit breaker, lighting contactor, branch breaker y panel, test switch and utility plug. The cabinet shall be a low profile, pedestal mount type with an open bottom and weatherproof plywood panel for wall mounting of terminal blocks or other com- ponents. The door shall be gasketed and provided with a standard popolice-type lock. Two sets of keys shall be provided. A neatly typed directory with metal frame shall be provided on the inside " of the door. The cabinet snall 7>e secured to its foundation oy four f43 5/8" galvanized anchor bolts. The nominal outside di- mennions of the cabinet shall be height, 43 inches, width, 14 inches and depth, 9 inches. It shall have an approximate weight of 6e pounds. the main circuit breaker and branch panel circuit breakers shall be thermal-magnetic trip breakers, quick make, quick break, and trip free. The branch circuit oreaker panel shall be designed for single phase, solid neutral 120/240 volt AC supply. The number and capa- city of branch circuits shall be as indicated on trio plan. Lighting circuits shall be controlled by a photoelectric control and shall comply with the requirements of Section 9-29 of the WSHD Standard Specifications as modified herein. � + Photoelectric control shall be a plug-in device, rated to operate on ,10 volts, 60 Hertz. The unit shall consist of a light sensi- tive element connected to the lighting contactor coil. The light at-,sitive element shali have a spectral response such that it is especially sensitive to north sky illumination and shall have an "on" level, adjustable between minimum 14.mits of one and five foot candles. ..t J ' "► 1 ling eye and be firmly taped before pulling; or, a cable grip e rhall be used. The pulling force applied directly to the conduc- tor, i .e. , when pulling eyes are used or when the conductor is formed into a loop, shall be limited to O.008 {rounds per circu- lar Mil area of copper conductor. When a caLle grib is applied over nonmetallic shestt.ed cables, the maximum nulling force shall be limited to 1,000 pounds; provided, this is not in ex- cess of the force as calculated above. q To limit the sidPwall pressure at bends in duct and conduit runs, the pulling force in pounds shall not exceed l00 times the radius of the bend in feet. Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be utilized as necessary. The grease and oil type lubricants used on lead sheathed cables shall not be used on non-metallic V sheathed cables. A 3-15 CIRCUIT BREARF,kc. AHD CONTACTORS Section 9-29.26, Electrical Cir ^.it Breakers and Contactors, is r� a new section to be added to the WSHD Standard Specifications and considered a pert thereof. 9-29. 26 Electrical Circuit Breakery and Contactors - .+r Lighting contactors shall be rate9 240 or 277 volt maximum line i� to line voltage for tungsten and nallasted lamp loads o: 120/240/ 277 volt circuits, whichever is applicable, or they shell be rated 480 volt maximum line to line voltage for higher than 277 volt circuited tungsten or ballasted lamp loads. Circuit br .akere shall be 240 or 277 volt maximum rated for 120/ 240/277 volt circuits, whichever is applicable and shall have an interrupting rapacity (R.M.S. - symmetrical) of not less than 10,000 amperes . They shall have not less than 480 volt rated for circuits above 277 volts cnd wall have an interrupting capacity ;R.M.S. - symmetrical) of not less than 14,OOo amperes. 3-16 STREET LIGHT POLE INSTALLATION The City will provide all luminaires, lamps, poles ar.d pole hard- ware required for the street illumination system. The Contractor shall assemble and install all equipment at the location shown on the plans. All light standards except that located left of Station c 22+25 shall be mounted on foundations as described in Section 3-6 of these previsions. The light standard at that location shall be mounted on the bridge as shown on the plans. MeasLr»went and payment will be made for "Street Light Standard Installation" per each which shall be full compensation for all costs of labor, tools, and materials required for the installation and grouting of the poles, installation of luminaires and lamps, A� and for making all electrical connections. J k 1 ,1 31 i e r l> y ti 1 e Qi I I 4 do 44 1* at IMP 814 So Mai r Trtr•twrw air l«y+od•nol tit. ��... - ��I••s,� �—^—t—o F+= I +_•_ (� Via;#'f PLAN PLAN PLAN TYPE A PLAN TYPE A � TYPE C NOSING TYPE C CURB CONNECTING DIVIDER PLAN TYPE A CURB NOTChuMa7P�►t or .dte a+ CONNECTING DIVILE0. inlYvtlt tt ragtond by the Enginuc NO.I NO.2 STRAIGHT SECTION It f The main yody o1 flu cwrbond the ngl hdinnl --- �- 'Ty Yon shall for m io m 1.ens Ho fr k a -1 TySao R Ill` -Wy is pt C Sic f e Typt A Iboc fe►ocM) l.Sat�ia NY ELEVATION .....IA u..• 1116 `a.+ TYPES A d C NOSINGS vio . s 1r O; 4 `'• (: 4_p• y o fj/.e'. � �_ M� IYar{$bGhb B'it_ 44 i1$_�YJ 01 IvGh MtY I •✓q �,$. i 4'... �Y aJL SECTION TYPE A CONNECTING DIVIDERS �L SECTION i SECTION TYPE A PLAN TYPE C CURB STRAIGHT CURB TYPE A NOSING >% NOTE: r— l Ste the 31onr.ord SPu'ficotionp v / O 3Pt[L ro ro Pv o and Plans f Plans for ft.rthv requirements. LONGITUDINAL SECTION PLAII TYPE A CURB THRU TRANSVERSE RIBS RADIAL SECTION fht T.M. fur u if Can►indwd TYPE A RADIAL CURE •,> H; �'' CURB RETURN ••` w UNIT RADIUS ANGLE(e)MULTIPLE IhV °..; ts•• "�•'•' 3l CITY OF RENTON R 1 I'•10 30'-00 I�4. IN• 5 ENGINEERING DEPARTMENT w 5'.0• 11'•T ._.� SECTION for rad�I 9--to /ban b; �� PRECAST _ ., mtnfs of •,%. hf TYPE A RADIALCURB TRAFFIC CURB f 1 L _ _ �.e-•r. ror J T SECTION A-A w I i N A A • f t 1 PLAN i � NOTES: I. TRAFFIC BUTTONS SHALL BE OF THE + COLOR SPECIFIED ON THE PLANS . CITY OF RENTON ENGINEERING V EPA "IMEN• Li PLASTIC TRAFFIC BUTTON HILL, INGMAN, CHASE d CO. 1 ! i 'X If I I � 11 �1 4hx �l �ys Rai it 1 � `s\ •.=-,jam=r i 1 i PLAN OF COVER i 4 R f 't'�• Iq MONUMENT -s- -- Gee Spec, '19 . I -1- ' aneR p � - p"GVISIPn6 T � 4 4 (io tNt N/ fg • I I I • f •R. � , I - - • 1L10 i' SECTION r fi • NOTES. The castings shall be Gray-Iron Casfings, ASTM Dessg noflan A-4G,Class 4O. The corer 1 end seat shall oe awch.ned so as to have per-fect cachet orwnd fn¢ e.fire arc.Imferenc, and full vrldfh of bearing surface. When the mon"manf cass and cover are CITY OF R E N T O N placed in Cemanf C.Crefe paeCment the ENGINEERING DEY1RTMENT concrete base will not be necessary. See the Standard Spcc'flcat.ons and/or Special provisions and plans far further MONUMENT CASE & COVER HILL, INOMAN, CHASE & CO. f % i' or R I h N � - � N A 4 �I N N 0TES : /. IMPRESSION WIDTH VARIES rROM 1/4* TO I- AND DEPTH FROM 1/4' TO 3/4R• Z IMPRESSION SHALL ALL BE GROUTED. I C08BLESTONES SHALL BE IRREGULAR IN SHAPE AND INDIVIDUAL STONES VARY SOMEWHAT IN DIMENSIONS . 1 CITY OF RENTON [NGINEERING O[PARTMENT , MPRINTEQ ISLAND p�TA. tlS • HILL, INGMAN, CHASE 6 CO. A/feinofe nlPiin�d COnC2fG (�'O�ofh) /wipe doe S�qn iasr `+ � insfa/lafion �. ArP/,nh� Conciefc POvrmcnf C/vcs d TyPv A TiofYSi I � • C[ir6 1 .fQ�• p% Y rro,/(ic Curb Cr�sh�o' Sarfociiq Coarst Exisfi�9 /*boo',:uoy S�rfac� MED/A/d I5LA / ' D A/�i�>ti� ImPrinrsyd a�riele /4'C�Pfh) pt f'o,- Sign posr Asaha/f Coxr�fe Pvve•�.enf / in s f n //a t" i o n TSirr A r-v")PiC / Tra{{ic Cur b Curb 2,� y Cius/red Suifbco ToP Courses .� Exis tiny Rocn'way Saif'oce INTEAeSEC 7-/pN /SLtiwD CITY OF RENTON ENGINEERING DEPARTMENT - RAISED ISLANDS I HILL, INGMAN, CHASE 3 CO. t � Y _ U; qU Yl •� IlN'11ir � - 77 WNGiNCERING �Il r.t Ilt•.G1.: Y y a: l D w S EC'f I ON Y DETAIL FLANS w w r r �x 4-le TESTING OF 24" DIAMETEP WATER LINE a. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA C600-54T or C603-64T and Section 74 of the APWA Standard Specifications, r » except as modified herein. i y All equipment necessary to make the tests shall he furnished by the Contractor and the Contractor shall conduct all tests i•nder the supervision of the Engineer. b. Pressure Test Prior to acceptance of the system, the installation shall be sub- jected to a hydrostatic pressure test of 200 psi, and any leaks or imperfections developing under said pressure shall he remedied by the Contractor before final acceptance of the system. The Con- tractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of the Engineer. Insofar as practical, teats shall be made with pipe joints, fittings and valves exposed for inspection. C. Leakage Tests. Leakage tests may be required after the pressure test has been satisfacorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test + !shall be equal to 100 psi. 4-19 DISINFECTION OF .9 24" DIAMETER WATER LINE r Disinfection of the new water system shall be required prior to completion of the project and shall be in accordance with AWWA Specification C601-54 and Section 74 of the APWA Standard Specifi- cations and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per million and 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 appurtenances, is requied to conform with the specifications stated herein. , 4-17 INSTALLATION OF WATER PIPE ON BRIDGE The Contractor shall install 24" diameter ductile irca Class 2 (MJ) water pipe on the bridge as shown on the plans and as dir- ected by the Engineer. Part of the materials required will be .w supplied by the City. The pipe will be installed capped, tested, disinfe.-ted, drained, and left in a condition that future conn- ection can be made. The following materials will be suppled to the Contractor at the Renton City Yard: • (1) 240 linear feet of 24" diameter Ductile Iron- Class 2 (NJ) water pipe (21 Two (2) Cast iron asps or plugs (3) one (1) Cast Iron solid sleeve (SP; MJ 0 The Contractor shall supply the water pipe hangers, temporary blow-off assemblies, temporary blocking, and other miscellaneous materials required to complete the work. The pipe shall be installed in accordance with the APWA :standard Specifications, the Plans and theme special Provisions. -1 Piping materials, valves and fittings furr.ished by the Contractor shall comply with APWA Standard Specifications and these Special. Provisions. The water pipe ;angers shall be ,rinnell Figure 171 or an equal approved by the Engineer. All pipe, valves, fittings, and specials shall be for a minimu-n water working pressure of 130 psi and shall conform to the require- ments of the applical,le sections of the AFWA Standard Specifications. Measurement and payment will be made for the following; e (1) "24' diameter ;&ter Pipe Installation" per linear foot (2) "Water Pipe Hangers" per each ■ Payment for the above mentioned item shall ie full compensation for furnishing and installing the water pipe hangers; , �r loading ' and hau':ng ti,e materials supplied by the City to the cridge site; ■ installing the pipe on the bridge; testing. disinfection and drain- aqe of the pipe and for all other incidental work VVI materials re- quired to complete the work. No further payment will be made. • y 4 y w All material removed from the existing bridge, except that to be reused in the new work or that which is deemed salvagable and to be of value to the City of Renton by the Engineer, shall become the property of the contractor and shall he removed from the site or otherwise disposed of as directed by him. When a portion of the structure is to be removed without replace- ment, care shall be taken to remove to a clean line and to provide a surface matching that on adjacent surface by brush hammering, grinding or other methods of the Contractor's choice with t:.e approval of the Engineer. Reinforcing steel and downspout support bolts shall be cut a minimum of 1 inch behind the final surface. The void left by removal of the reinforcing steel and downspout L support bolts shall have the void surface coated with epoxy resin and the void filled with grout. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing work as nearly au practicable. _ Surfaces to which new concrete is to be bonded shall be rough and clean. Loose particles, dust and dirt shall be removed by vigorous brushing with wire brushes followed by a thorough washing with high pressure water jet prior to application of new materials. Oil or, film of any sort that may reduce the bond of the new material to the old concrete will not be permitted. 3onding surfaces between old and new concrete and where steel rein- forcing bars are spliced or shown on the plans shall be treated in the following manner after the free water has dried from the area: The surface shall be coated with epoxy resin forming a 10-15 mil thickness. The epoxy surface shall appear shiny and shall be tacky just before new concrete is placed against it. If the con- crete ha: absorbed the adhesive, as evidenced by a dull appear- once, apply another coat. The new concrete shall then be placed while the epoxy remains tacky. EDOxy resin shall conform to the requirements of section 9-26 of the WSHD standard specifications and may be of either type. Payment will be made at the lump sum contract prices for "Removing Portions of Existing Bridge No. 167/133" which pricer will be full compensation for all costs in connection with preparation of con- crate surfaces for widening, removing portions of the existing structure, plugging existing drains, and disposing of materials as outlined herein. V w. - +-1 1 the clear type curing compound shall be used. White pigmented w� epoxy chlorinated rubber curing compound shall be thoroughly ! agatated immedie.tely before and during application. 4413 GALVANIZING Where required by the WSHD standard specifications, these special provisions, or noted on the plans, the mst61 surfaces shall be 4 galvanized in accordance with the applicable ASTM Designation. All r costs in connection with galvanizing material as outlined herein will be considered as incidental to the construction and shall be y included in the various pay items of work involved in this contract. 4-14 AIR-ENTPAINED rONCRETE Air-entrained concrete in conformance with Section 6-02. 3(2)A of the WSHD standard specifications shall be used in all cast in place concrete above the finish ground line on this project. 4-15 LIGHTING STANDARD BRACKET 6 ANCHORAGE ' The Contractor shall .urnish material for and construct lighting Stan- dard bracket anchorages and install the bracket at the locations and as shown on the plans. TF:e anchorage assembly and bracket shall be galvanized in accordance. with ASTM Designation A-153. ,r'i 4-16 REMOVING PORTIONS OF EXISTING STRUCTURES ,* The contractor shall remove portions of the existing structure as shown and noted on the attached plans. The contractor shall submit to the Engineer for approval his method of removing portions of the existing T structure. The, removal of portions Df the bridge shall not commence until such approval is given in writina_ . Explosives shall not be used in said demolition. Steel reinforcing bars which extend from the road- way slabs and end piers shall be cleaned and spliced with the .steel q reinforcing bars in the new roadway slab and end piers. Before remov- ing the portions of the existing concrete adjacent to that which is to remain in the roadway slab, a 3/4 inch deep saw cut shall be made into ' �U the surface of the concrete to fora a break line. Care shall be taken in removing concrete to prevent overbreakage or damage to remaining members. Concrete shall be carefully broken away y from reinforcing which ext( ,ids into members which are to remain. The Contractor shall take such precautions as are necessary to prevent damage to the rema.r, y members by falling concrete. Y Any damage to the 1 ,rtions of the existing structure which are to re- main in place, due to the Contractor's operations, shall be repaired by the Contracto- at his own expense: the rapaxr shall i.e as directed vy the Engineer. b y \ i 4 Steel reinforcing bars 63,000 pounds Concretes Class AX 280 cubic yards Prestressed Concrete Girders 1 ,426 linear feet Bridge :gains 4 only Electrical Conduit 500 linear feet f 1 Elastometric bearing Pads 48 only Lighting Standard Bracket and • Anchorage (Std. Plan J-'_c) 1 only e The quantities are listed herein only for the convenience of the Contractor in determining the volume of work involved and are not 1 guaranteed to be accurate. The prospective `idders shall verify these quantities before submitting a bid. No adjustments other than for approved changes will be made in the lump sum contract price for superstructure even though the actual quantities required may deviate from those listed. Payment will be made at the lump sum contract price for "Super - structure - S.W. 43rd Street Undercrossing - Widening" which price will be full. compensation for ail materials, labor, equipment and tools necessary to construct and complete the superstructure in accordance with the plans, these special Provisions and the WSHD standard ispecifications. 4-10 EXPANDED POLYSTYRENE Where called for on the plans, the Contractor Fhall furnish and ir- stall joint fillers `or form materials of expanded polystyrene. All costs in connection with furnishing and installing the expanded polystyrene as shown and noted on the plans and as outlined herein, will be considered as incidental to the con ;tr,lction of this project. �t No additional compensation will be made. 4-11 EXPANDED RUBBER Where called for on the plans, the Contractor shall furnish and install closed cell expanded rubber joint filler. All costs in connection with furnishing and installing the expanded rubber joint filler as shown and noted on the plans and as outlined herein +ill be considered incidental to the construction of this 4 project. No additional compensation will be made. eaw" 4-12 CURING C�)NCRET£ The third full paragraph appearing on page 23P of the WSHD standard specifications is hereby deleted and the follcnwing substituted therefor. ".. Only white pigmented type curing compound shall be used; except, when bonding other materials to the concrete surface is required, i silicate paint it shall be removed just prior to pouring concrete around the ends of the girder. If inorganic zinc silicate paint is used it need not be removed. The coating shall be a solvent system of the self cure type. Water-borne inorganic zinc: silicate systems I will not be permitted. It shall be approved on the current lists of approved inorganic zinc silicate coatings, for use on the exterior of sh'{.s as listed in NAVSECNOTE 9190, available from the Naval Ship j • Engineering Center, Washington, D.C. 20360. Protection of reinforcement as set forth herein, mall be considered as incidental to the construccion of t..•s project. no additional compensation will be allowed. ' Aggreg_ates and rroportioninq - • In the second paragraph o Sect:on 9-19.1 of the WSHD Standard Specifications, revise Section 9-03.2 (3) to zead 9-03.1 (2)C and revise Section 9-03. 3 (4) to read 9 •03.1 (3)D. Sho 1,lans - TTie last i,aragraph of Section 9-1).3 (l) shall be supplemented by the following: ■ After release ^f prestress, the Girder shall not be out of ! line horizontally by more than 1/8 inch per 10 feet of girder length. The deviation from a straight line parallel to center line of member shall be n,aasured immediately prior to shipping from the elan+ and immediately prior to erection on the struc- ture. pV sh,_ U - l: Voction 9-19.5 of the W5HU Standard Specifications shall be supple- mented by the following: During shipping and storage, after the release c,f pretension- inq reinforcement, the girders shall be supported within three feet from the ends of the girder. 4-9 SUPERSTRUCTURE This _tem of work for Superstructure - S. W. 43rd Street Undercros - sing - Widening shall include all reinforced concrete portions of the structure(s) abo�,e the bottom of the prestressed concrete gir- ders, including the prestressed concrete girders, steel reinforcing bars, Concrete cla=s AX, bridge drains, elastomeric bearing pads, expansion joint seal, 2" round electrical conduit ,nd appurtenances, lighting standard bracket and anchorage, railing anchorage and in- stallation of existing railing. All reinforced concrete portions of the end piers are excluded. ` The superstructure contains approximately the `ollowing quantities of materials: .d r y 07 r !� r i A v o , THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE. SO. PENTON.WASH,98055 H AVERY GARRETT,MAYOR 0 nURLIC WOR-.fi DEPANT"MENT + Warren C.Gonnason, Director August 23, 1973 Foss Construction Inc. P.U. Bo: 89305 Zenith, WA 98188 at: B.Y. 43rd Street. Project Gentlemen: The intent of this letter is to document and define the added s�,tivltier requested by the Contractor, :foss Construction Inc., to perform the Col- loving work on the reference project. The work dee^tiption Includes ertention of a 24 inch diameter water main beyond the end piers of the new S.Y. 43rd Street Bridge, 10 to 25 feet on each :de. This shall include !nstallatton of 1-22 1'20 bend on the seat side and 1-45' on the vest side, and all note eary shackle rods and block- Inge to a length where a future connsctiou can be accomplished without disrupting the new sidewslAs. The Contractor, Nose Construction, Inc., has agreed to accomplish the work with the following costs: Oft 1. Additional :ranching - ..usp Sum $50U.00 a` 2. $10.0:' per lineal foot fo plrcing the pipe, bedding, Soatallation of necessary connections, shackle rods at deemed necessary, mechanical - - tamping and backfill. 3. 50Z of toe cost for all coucrst� blocking required to anchor the pipe and 'bands to insure pressure tenting in accordance with the specifications. Very truly yours, Warren C. Gocnasr.a P.B. Public Yorks Department r hard C. - ioughto" UtLULL" engineer BLe 1 cc t � l r 1 .end 10. The required "PRESSURE TEST' has been taken by At a pressure of PSI , for minutes, on The test: Failed Passed Comments Y Y1tY L. 1 11 . The required "PURITY TEST" has been taken by On Date of Reply Failed — Passed commelts 12. I, there an Easement requi redT If so, give dates for: Submitted Recorded P relim'nary --�-'-- And Recorded Number F of Watermain 13. This Project include � And Gate valves Gate Valve. Gate Valves _ and Gate Valves, And all miscellaneous accessories fo: a total value of $ Make type Fire Hydrants for a Also, Ize _ total value of $ 14. The transfer or "RiII of Sale" is in; Preliminary -- Submitted ` ,,ecorded form.The recorded number. 15. This project information was sent to the Utility Debt for recording on a,. taken into "plant" on Ili. What drawings does the Water Snop have on File. Preliminary As-Built i 1 ,x Form Completed on City of Renton Utility Department Project Form 1 . Water Project # Lt1 ^ O I Date Project No. given i ^ 2. Project Description and locaticn 2— �Y 3. Developer's Name (If City check ~� ) Address Phone Engineer's Name _(If City check 4� Address Phone # Contractor's Name ry.l' - t (If City check ) - Address -_ Phone # 4. Is there an ACTIVE Late ,Comers Agreement in the project area? _ a If so, give Fi I Name Recordins Date And Number 5. The U c i I ty Department Work Order Numbers on this project are as '. IIONs: -2 G `I3 6. What plans have been submitted? Preliminary ,� As-Built 7, Has an Estimate been Prepared for Project If so, give Date Prepared _ _And Total Amount of Estimate 8. Is there to he a Late-Goners Agreement on this project _i V Ci If so, gl•e dates for; Preliminary Submitted Recorded y ) and Recorded Nv.nber J c� 9. Date of "Start of Construction" Date of "Completion" /1 3 i i Seotest,er !`., 1973 Moss Construction Inc. P.O. Box 89305 Zenith, MA 98158 RE: S.M. 03rd Streot Bridge vru)ect r,entie■en: This is written acceptance of the 24" water main end t e pressure test taken September 12, 1973 by the Cite of Renton. No purity test will be required on this installation. Thank ,you. Very truly yours, Marren C. Gonnason, P.F. Public Works Director Rona L. son RLO:uj utilities Office 8ejieeer i 1 1 September 19, 1973 Noss Construction Inc. P.O. Pox 89305 Zenith, MA 98188 RC: S.M. 43rd Street hridve Project GantleaMM: This is :ten acceptance of Via 24" rater wain and the pressure test tak, 3eytewber 12, 1973 by the City of Renton. No purity test will be required on this installation. ,hank you. very truly yours, Marren C. Gonneson, P.E. Public Works Director Rona�L, `6Tsen — — ulO:aj Utilities Office ieaginear i � ti �w BURNHAM CONSTRUCTION COMPANY GENERAL CONTRACTOR - BRIDGES - STRUCTURES 1507 W. VALLEY HIGHWAY N. AUBURN, WA. s8001 206 839-9395 1: -ep 73 Mr. Tom Touma UAB No. 8-11102(11) City of Renton Br.dpe 'A.,enbng Public Works Dept. 3outh7(:outhweat 43rd St 290 MIII Ave, Renton , Wash 98055 Deer Sir: We Ire proceeding today (1:00 P.m J with the testing of t'ne watedlme at S.'vt 43rd. vVe wish to point -;ut the following conditions which are neccaseary for us to complete this work. 01. The pressure will be Drought up to 20D# and held for fifteen minutes so that the Joints can be checked and to show that the blocking will hold. The pump will have to run almost continuously to order to hold pressure, since the pipe 'a obviously faulty and leaking. Also, '10 mesar•ement of water loss will be made since pipe is loaking under prasure. 02. We will ecc:ept no responsibility for damage Incurred if the pipe breaks. (the pipe is obviously pourus and weakened.) 03. If the blocking holds and the test is accepted as outlined In 01 above, we 11 remove the end blocks immedlatly. if we are not allowed to take out the blocks at this time, we will leave them in. proceed with the diversion of traffic and cnmpletlon f the bridge, and wil: not go back and remove them at a later date. Sincerely Yourb --� Burnhpb Coast n G dpanr r, i �! _ ' ;ask I. McDaniel, Prof. Man. .4,Equa'Opporiun,fy Employs' � 1 5 City of Renton, Utility Dept. PRESSURE TEST FORM 'Dater Project � — 401 ,. Name of Project SI.J $3GO 5T y.2%P(7c This test was tal.er by WIN CON 4. 01[.4 on Swr ;2 IS .� At a pressure of ] 195 PSI , for IS minutes. The test "Failed" on "Passed" _ ✓ on 56f'T Iz s� Comments: �: FSi. P2f555�tI1.6 IiOS�j f K R. Boughton SUBJECT: S. W. 43rd Bridge Page Three JO-TB-73 ^sty Au . 30 1) Redigging of trench Moss Const. to aceormodate changes of 24" bends k m. on east side. 8 hre. expended: Operator 0 ..110.67 $ 85.36 Labor R $7.:1 63.2E Equipment @ S-A.00 112.00 2) Buanhmn Construction poured blocks 8 C.Y. used based on .0$ of m,iteriaZ cost at estimated price of $25.00 per C.Y. 4 X $25.00 $ 100.00 Prepared By: Mounir A. Touma r R. Houghton SUBJECT: S. W. 43rd Bridge Page Two 10-18-73 The following schedule reflects the activities regarding the installation of the . wafer main on the bridge ae taken from the Inspector's Daily Diary: r Aug. 9 1) Excavation @ Pier #5 (part of lump sum bid) 2) Burnham encountered problem hanging 18 ft. pipe 8 hrs. expended: Supet•. @ $12.00 = $ 06.00 Fore,-= @ $10.00 - 80.00 'Y x- L (2) Lators @ $18.00 144.00 Y" 4ua. 10 1) Continued Exc. A Pier #1 (part of Zurrp sum) C 2) Burnham chipped diaphram - no cost to City ` ' +• . Aua. 28 Problem regarding size of berms to be used . 3 hrs. expended: Super. @ $12.00 $ 36.00 Forerrm @ $10.00 - 30.00 (2) Labo•s 0 $18.00 54.00 $ 120.00 August. 29 1) RediggZn2 of trench by Moss Const. to ocosmodate ohan0es of 24" bends on west side. 8 hre. expended: Operator 0 $10.67 = $ 85.36 Labor @ $7.91 = 63.28 Equipment @ $14.00 = 112.00 - $ 260.64 2) Removing section of pipe on east side to replzae bend. f' 8 hre. expended by foreman 8 labors, 3 hre. expended by super. k. Super @ $12.00 = $ 36.00 ' Forenm @ $10.00 30.00 (2)Laborc @ $18.00 144.00 $ 263.00 v . IN7BR9PPICE CO RR ES PO NDENCR Date October lb. 1973 r i; TO R. Houghton FROM Mounir H. Touma, P.E. SUBJECT S. W. 43rd Bridge - 24" Din. water m<r:n installation w i b I leave reviewed the Letter received from Moss Construction remising their coat f r and Burnivan's for insrtaLZation of the referenced water main beyond the scope of the contract. In co-paring the -anhour bro-akdoam submitted by Moos Construction with t}e Inspector's Daily Dia.+y, there exists substantial difference regarding the time expended to accompliah the work. We have defined the scope of the work to .Mr. H. Moos in a Letter dated August 23, 1973 and had agreed on the unit prices shown below. in view of the above, I submit the fo.lowing information for your review: A. Moss Construction 3 1. Necessary trenching 4 Backfill Lump SUM $600.00 2. Additional trenching .See separate breakdown, Aug. 29 6 30 $520.64 w" 15% overhead = 78.10 10% profit - 52.0 130.16 1 .,. .... '.i r { 3. Total cost for "4" $ 1,160.80 e. Burnham Construction - Sub-contractor 1. Installation of 24" dia. pipe complete, 800.00 60 ft. 0 $10.00/LP 2. Additional work - see separate breakdown, August 9, 28, 29 and 30. 800.00 15% overhead - $120,00 10% profit 80,00 200.00 3. Total cost for "B" $ 1,600.00 C. -ctaZ expenditures $ 2,750.80 1 1 Mo_ Construction Inc. 5 .. 0 s�.t ♦. l9aL� u,. .iHtvc;Tnr; ae.e9 p 50 1 �A41a1�� ., , M _.. *eft eau• ^t.-�r-.owe "'aa7 GAS``' Tom Traea, Fro,lact. %rineer $, Rents, i«miciral R-411 .i.ne , 100 Pill Ave. So. Renton, ofashinvton 10055 i i ip lei 3. W. wlyd Project Dear girt FY Refer,mce is Nude !e Tour Lett-Ir anA d!wvine rf ,%uc.I*t I 21, 1973. Please be advised that work ar•ocended as detailed. Due to circmwt,anees beyond our oon!rol, additional �•� week waft remuirei to install the waterline. nose itess of a . ,1 con.'li±t ircl�«teA4 relotati.on of +xay".rrv`:rn..a ':ttl'tirw', '.• � ; aii!'icatirr, o* rAterinls Artl de,nian. A detailM breakxiwn will be a•rn final a w�erl,ettor. nP ",- wnterli.nm. .:•' Vern truly Ttrm, MD93 C.O'"UCTION, MC. m"n, Vice Prnstdnn' oe: Burnham Gax:a*,ntation !IT7 Ww1t Vallw E4ivhwav so. Aitbxrn. Washiftwton +19Ch8 Tt Mak Rouwhten. DtiSities *fivinaer Renton, WsahiAatrmlie 4 1 7 1 Ru 10M -M 4M NOW rMIY r!^ •eeeY rfr,l „Ifrllli IAL 8 to URBAN ARTERIAL - 51 / /� 4" L-Series E letters Green On White �C /\ N ^ T R e , C T I O N 5.1 ■\VY) J V 4' f_ _____________ _ __- - _ -_- ___ __---I- I CITY OF RENTON i n 3 �- --- ---- -- —L 3. -------- r oo, 000, 4• 4' Series 0 Letters - ---- ---- -- ---, FORWARD THRUST ; GAS TAX _ 3' - ---------------- -------------- - -- - r - oot000 00,000! 4 , i • ' URBAN ARTERI4L BOARD - 4".-SeresCLetters — 21/2" ai Letters YYlple On Green 3"Spee Green On While f