Loading...
HomeMy WebLinkAboutWTR2700410(2) RENTON HILL WATER SYSTEM #3 - Contract ( ,� W-410#3 III. EMPLOYEE DEVELOPMENT The hiring of minorities and women on a fair and equitable basis is only the first step in affording equal employment opportunity. Skill development, promotions, and equal nondiscriminatory on-ths- job treatment are of equal importance to both the individual and to the City. The following actions shall be undertaken to achieve employee Job satisfaction and fair treatment and to more success- fully utilize women and minority persons _n our work force. A. Assure th' there shall be no discrimination for reason of race, color, creed sex, age, or onysical handicaps with regard to uogradlnq, promotions, transfer and demotion, lay off and termination of employees. Any action which might adversely affect minorities or women will be brought to the attention of f the Equal Opportunity Officer. Emoloyee grievances arisi• - from such action shall receive immediate attention in accvrdance with Section VI. B. Develop a $kill inventory for employees which can be used co identif-• sunervisory and managerial level position. Potential. This shall be accocolished by: 1. Obtaining from the employees a written statement as to their desires, skills, and interest in higher paid oositigns. 2. Periodic review and enil •a•.s of employee development progress and readiness to assume higher positions. 3. Identif•- cpecific pesiti.ins for which employee qualifies, and assure that requests for interdepartmental transfers and promotions are considered without dtscrimination. C. Actively encourage employees to increase their skills and job potential through training end educational 0000rtunities. Offer guidance and counseling in developing programs tailored to indiv+dual aptitude and desires, takinq full advantage of programs offered by the State Department of vnployment Security and Manpower Development Programs. IV. LIAISON AND COORDI`:AT1'N A. There exist man; orgm.•.zations vit lly concernea with enual opoortunit- and fair treats-nt of minorities, women, and the Physically handicapped, and thoce that are over 65, whose resources can be of valuable assistance to achieving the goals of this program. The Citv of Renton through 1' equal Opportunity Officer shall maintain constant contact and coo. 'inate various aspects of the Affirmative Action Program with these organizations. In addition to those already identified with respect to recruititp, hiring, end employee development, working relationships shall be maintained with the various civic, labor, and minority organizations in the greater Fenton area. S. The City also recognizes its responsibilities to comply with and assure that equal opportunity and nondiscrimination policies of State or Federal agencies with which it conducts business are carried out. Specifically, the City of Renton shall: 1. Be responsible for reporting to the appropriate agencies any complaints received from any employee of, or an applicant for employment with any City of Renton contractor or , subcontractor, subject to Executive Order 11246. 'f 2. Cooperate in snecial compliance revi we or in investi- gations is requested. 3. Carry out sanctions against a contra, r(s) and/or 'i subcontractor($) as required. 6. Assure itself and the agency as 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 other subcontractors. E. insure that all members of management within the City are fully aware of and in compliance with the intent of the Affirmative Action Policy pertaining to equal employment. opportunity. P. Provide continuing communication of the Affirmative Action Policy to management, employees, applicants for employment, and to ( outside organizations cerforming services for the City. II. EMPLOYMENT PRACTICES The overall employment practices proved the key to assuring equal employment and achieving an appropriate representa- tion in the City's wo force. The City of Renton shall undertake ' the following actions to achieve these objectives: A. Review all pc-ition qualifications and job descriotions to insure requirements ere relevant to the tasks to be performed. • Revise as necessary by deleting requirements not reasonably related to the tasks to be performed in order to facilitate hiring of minorities ani •.roman who otherwise might not be considered. ( B. Pay are, fringe henefits shall depend upon job res"nai- blil'.y and along with overtime work be administered on a nondiscriminatory basis. C. Inform and provide guidance to those staff and management personnel who make hiring decisions that applications for all positions, including those of minorities and women, are to to considered without discrimination. And that all applicants Shall ( be given equal onportunity regardless of race, creed, color, nL:ional origin, sea, physical handicaps, or age. Primary consideration shall be given minorities, women, art other definable groups at any time the Citr•'■ work 'force does not fairly reflect the membership of these groups residing within the Renton employment area. D. Provide periodic training for managers and supervisors in equal opportunity objectives, making use of such programs as currently offered by the Intergovernmental Personnel Program Division of the U. S. Civil Service Commission and other agencies. E. Provide orientation for all new emoloyea■ specifically emnhasizing how the City of Renton assures equal onportunity and the significance of the A:fi rmative Action Program. Encourage all employees and specifically minorities to avail themselves of services rendered. P. Recruiting shall be accomolisheu in such a manner as to inform the greatest number of minorities -,d women possible in the Renton area of employment opportunities and to make known that such applicants are sought. As regards minorities a des- cription of each position shall be: 1. Advartised in the various Renton area ethnic news media. ]. Circulated to current staff and encourage present employees to refer minority a,.olicants. 3. Forwarded to schools in the Renton area with minority students. 4. Distributed to minority and human relations organiza- tions in the Renton area requesting referral of qualified minority applicants. .M up-dc-date listing of these organize- tions and their spokesmen .•hall be maintained by the EEO Officer and the City Personnel Director. These organizations would be identified . , but not be limited to, the Urban League, Equal Opportun. ..y Center, Neida, Rinetachopi, Etc. All employment notification shall include the "Equal Opportunity Employer" statement and data o! publication shall be at least five days prior to cut-oft da-a for receiving applications. G. Programs such an apprentice, summer and part-time traineae, intern, and other supplementary hiring programs shall be considered in the same manner so Pull-time City positions and be subject to the provisions of the Equal Opportunity and Affirmative Action Programs. APPIRMATIVE ACTION PROGRAM City of Renton ' The Policy of the City Of Penton is to promote and afford equal treatment and service to all citizens and &*aura equal employment opportunity based cn ability and fitness, to all persons regardless of race, creed color, national origin, sex, phY—csl handicaps, or age. In re agnition of its obligation to prc de community leadership to overcome past cirenastanres which hav, either barred, not encouraged, or discouraged representative mincrity and female employment, the City of Renton has nicisted a program of affirmative action e'figned 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, thou identified as Blacks, , Spanish-Americans, Asians, and American Indiana. The spirit of the equai opportunity pollee includes such persons as the physically handicapped, and those over the age of 45, even though the emphasis is upon minorities and females. The purposes of the Affirmative Action Program are to: 1) establish employment practices that will lead to and maintain a minority composition of the City Of Renton work force that reflects that of the Greater Renton community; 2) achieves and maintain equitatle and full utilization of minority and female ' employees at all position levels; 3) promote an atmosphere of non-discrimination and fair treatment within city government; 4) provide compliance with Stet: and Pederal equal opportunity requirements and regulations. This policy shall be made known to all employees, contractors, subcontractors, and suppliers through distribution of handbooks, bulletins, letters, and personal contacts, conferences and orien- tation sessions. Signed ackno lodgments pledging cooperation shall be required -f all department heads and supervisory personnel in the City of Renton and, where appropriate, of all contractors, subcontractors, and suppliers engaged in City-administered projects. Such contractors, subcontractcrs, and suppliers to whom this policy shall apply to shall include those with an average annual employment level of 2i and/or thou who annually do business with the City of Renton in an amount exceeding $10,000. I. PROGRAM RESPONSIBILITY To assure that the equal opportunity policy and the provisions of the Affirmative Action program are carried out, an equal Opportunity officer shall be appointed or designated by the Mayor. The Officer shall be the focal point for the City's equal opportunity efforts �. and will advise and assist staff and management Personnel in all matters relating to implementation of and compliance with the Affirmative Action Plan, and be responsible for the successful execution of this program, utilizing the assistance of appropriate State and community agencies and organizations and maintain close liaison with the Mayor and Citv Cc mcil on the progress o' the program. The oqual Opportunity Officer will have the responsibility to: A. Initiate, coordinate, and eva'�utc the City'* p'Ans and programs which are designed to ensure that all current and p-os- pactive employes receive the benefits of equal employment opportunities. 8. Evaluate the Ec-ia'. Employment Opportunity Plans and Programs of the Ci .y tc ensure compliance with the Affirmative Action Po11_; , C. Coordinate the attention given to Equal Employs,nt 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. f k yo° R& 7� SUMMARY o♦ U 2 FAIR PRACTICES P'1LICr Or THE crrr or REmrox • Re R�� ADOPTED BY RESOLUrION NO. 1805 1 rho policy of the City of Renton is to promote and afford equal treatment and &,vIc. to all citizens and assuro equal employment opportunity based on ability and fitness to all persona regardless of race, creed, color, national origin, sex, physical handicaps or age. this policy shall apply to ovary aspect of employment practices, employee treatment and Public contract. In keeping with this principle the following quidelines are established and shall be the governing Policy for all departments of the City of Renton. 1. £MPLOYNENr - Recruiting, hiring and appointment practices shall be conducted solely on the basis oI ability and fitness without regard to �^ race, color, creed, national origin, set, physical handicap or ago. I. PROMOTION - Promotion, downgrmdi :.yoff, discharge and inter- departmental transfer shell be dopon m Individual perfore.ance and work force needs without regard to r• .-. ;olor, creed, national orlgIn, sex, physical handicap or age, and, whonove: applicable, in agreement with Washington State Council of County and City Employs*., end in com- pliant* with governing Civil Service Laws and Regulations. I. TRAINIMG - All on-the-job training and -Sty-suDportoo educational oppnrtunities shall be administered without discrimination to encourage the fullest development of Individual Interests and aptitude,. s. SERVICE AND EMPLOYEE CONDUCT - rho City shall deal fairly and -quit- ably with all citisans It serves and all persons it employs. City depart- ments shall maintain the policy that no city facility shall be used in the t' furtherance of any discriminatory practice. Each official and employs* shall be responsible to carry out the intent and provisions of this Policy- S. COOPERATION wiry .:UMAN RIGHTS OROANll A' ZOMS - The City shall Cooper- ate to the full*#. extent possible with all organisations and commissions concerned with fair practices and equal opportunity employment. Such orgmnitmtlons include, but are not limited to, the Scats Human Rights CO.- mission, the Seattle Human Rights Commission, Seattle Wgmena' Commission and the Seattle Technical Advisory Committee on Aging. 6. AFFIRMATIVE ACTION PROAM - To facilitate equitable representation within rho city work force aGRnd assure equal employment opportunity of minorities end women in City Govetnm*nt, an Affirmative Action Program shall be initiated and maintained by the City of A-nton. It shall be the responsibility and duty of all City Officials and Department Meads to 16* carry out the policies, guidelines Id corrective meAAuvs as set forth by this program. ✓. CONTRACTORS' OELIGArfON - Contractors, subcontractors and suppliers conducting business with the City of Fenton shall affirm and subscribe :o the Fair Practices And NOn-Disfriminstl On Poll Cie- set forth therein. V a. ►osrlma nF PoLrCY - Copies of thin policy shall be distributed to All city employees, shall appear in all operational documentations of the City. Including bid cAlle, and +hall be prominently displayed In all city facilities. CONCURRED IN by the City Council of the City of Renton, mashingtod this loth day of Jul, 2977. CITY or AENTOH RENTON CITY COUNCIL ry /r.... Mayor Earl Clymer moll Pras., 1 ATTEST: Pro rem Me . . 0 .1ann, fey CITY OF RENTON GENERAL INDEX AND TABLE OF CONTENTS TO CONTRACT DOCUMENTS q Call for Bids Vicinity Maps Instruction to Bidders Genera! Index and Table of Contents Summary of Fair Practices i Certirication by Proposed Contractor, Subcontractor, and Supplier 1 Regardin5 Equal Employment Opportunity 'Certification of Bidders Affirmative Action Plan 'Certification of Equal Employment Oppurtunity Report *Non-Collusion Affidavit *Minimum Wage Affidavit °bid Bond Form Special Provisions Table of Cortents Sperial Provisions Technical. Provisions Table of Contents Technical Provisions Standard Detail for 12" Gate Valve vault Standard Detail for 12" Date Vibe ByPa;s Standard Detail for 3/4" Service StanAsrd Detail for Hydroseeding Standard Detail for Conc. Blocking Standard Detail for Hydrant Assembly Bond to City of Renton *Proposal Form *Schedule of Prices .forms Agreement Constructipn Plans *Thesn Documents Must be Fxeruted Prior to Submittal of Bid y y INSTRUCTIONS TO BIDDERS I. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City hall, until 2;00 o'clock P.M. , July 24, 1975. ' At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals ;hall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are miderstood to be only approximate. Final payment will be based on field measurem ant of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Director' s Office. Bidders shall satisfy thcr.,selves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures wifl invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive Informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reserva- tion to the Director of Finance of City of Renton in an amount not lest than 5% of the total amount bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check snall be forfeited to the City of Renton as liquidated damage for such failure. B. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particu- lar points. 9. The bidder shall , upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work w it be made in Cash War ants. r T i \4 r• 29 t rl� Ir 1011 14 w „ r O � �j • r i ��- Iw • n , N • a n 44 III n H 1► f�; � ♦\\M Z 1 1 a 40 V "10 M N \\ ♦ 1I 2 1 10 to at Q. tT ♦♦ \ t, 46 f ♦ s Ir n 24 M I \ so 44 M U Zi all M N \ ♦\ wi loaf ST, ♦) `� xx jj - - - G I r V C F F E h 7 0 h •'` � '`~.A rt ■NQrw[[wlr9 D[��w'Y[MI ' RENTON HILL IWROVEMENTS CALL FOR BIDS > 'ealed bids will be received until 2:00 o'clock, July 24, 1975 at the office of the City Clerk and publicly read aloud at 2:00 o'clock p.m. , same day, in the Fourth Floor Conference Room located at the Renton Municipal f Building, 200 mill Avenue South, for the furnishing and Installation of approximately 580 I.f. of 12", 1)00 I.f, of 8" and 400 l.f. of 6" Ductile Iron water mein in the Penton Mill area on portions of Grant Ave. S., S. 5th Street, ` S. 9th St. , S. IDth St. , and S. lith St. Bid proposals delivered in person will be received only at the office of the I City Clark in the Penton Municipal Building. Bids received after the time fixed for opening will not be considered. Plans and specifications .may be obtained from the office of the Public Yorks Director upon receipt of a deposit of SIO.00 for each set. The deposit will be forfeited, unless Plans and Specifications are returned in good condition thirty (30) days after date of bid opening. A charge of $2.50 to cover postage, if mailed, will be required. The mailing charge will not be refunded. A certified check or bid bond in the amount of five (5) percent of the total amount of the bid must accompany each bid. Washington State Sales Tax shall be a separate bid item. i The City reserves the right to reject any and/or all bids and to waive any and/or all informalitles in bidding. The City of Renton Ir,reby notifies all bidders that minority business enter- prises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Bids will :je considerea Invalid if the required "Certification of Bidder's Affirmative Action Plan" has not been executed. The policy of no City of Renton is to promote and afford equal treatment and service to all citizens .,nd 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 shalt apply to every aspect of amploymant practices, employee treatment and public contact. i Delores A. Mee Ity rt v Date of 1st Publication: July 11 , 1975 Date of 2nd Publication: July 18, 1975 Published in the Daily Journal of Con ver ,.Juiy 18, 1975 CITY OF RENTON 1 BID PROPOSAL AND SPECIFICATIONS WATER PROJECT N410 , WATER MAINS FOR THE RENTON HILL WATER SYSTEM IMPROVEMENTS The furnishing and installing of 6", 6" and 12" Ductile Iron Water Mains in Grant Ave. S. , S. 5th Street, S. 9th Street, S. 10th Street and S. Ilth Street. Warren C. Gonnason, P.E. Public Works Director 1 • 7 7 .ontract No.4 ,AG Q 5 ^ S AWARDED o:, _ TO on/sTR � 43 43g 7l Y T v • UTILITY ENGINEERING I WATERMAIN INSTALLATION FOR RENTON HILL WATER SYSTEM W - 410 I� CITY Of Rf NION PUBLIC WORKS DEPARTMENT MUNIC1/Al BUILDING, 100 Mill AVE 5 RENTON, WASH 9SC33 12061233.2631 r�� v I •i FILE TITLE • ■ I i � WRPAC; Cw7�THU�r1W CO. 15( 29 Pacific *way :,0. eattle, dash. 90144 An i;qual Opportunity Employer Office 'Telephone Home Telephone 242-7919 242-2150 o) Through our contributions, we support a joint Labor Manngemont Training 'ciaol for laborers at Duv,:11, 'dashinZton. The in-resident training is a four week course. Training is conducted for up„rading ecillr, as well as, for new man enteri.yg the nonstruetion industry. p) Labor negotationu completed Ly the AGC with the (iperatinL Eaj;ineers and reematers included provisions for trainin,; programs, with ttsee j .at programs financed by the employers, wider a joint agreeseat. We support this program in full. q) A multi-employee training pro;,ram negotiated with Loc4l 302 of the Operating &k;inae,s provides on the job training for minority group personnel. D.is aLre®ent wan made a decree of the Federal District Court on FeLruary 17, 197U as an Affirmative Action Program in compliance wi,.h the Civil Rights Act of l9u4 and Presidental yeecutive Order Ho. 11246. { r) our KFO officer will contim all$ monitor all personnel activities to ensure that his L&O policy is being carried out. b) This company will require every subcontractor of jl0,oUU.00 or more to uve written affirmative action proj�ramm includin,; all the requiraaents herein or with such moaifications of ianguaL:e as is 1 necessary to obligate the subcontractor to a program of affirmative 1{ � action. Copies of much programs shall be Copt at their office. . q� i f V 1 I, r i i ' :.C1iF'ACE CG:i:,YRUiJ L1 w; C.:. 1,�029 Pacific lywuy :.c. ..euttle, , ••h. gelL, All Elual Opportunity Employer OftLca Telephone Houo Telo Loao 242-7719 242-21jo h) Ti,io campecty will use Ilia Lost affortt to locate, qualify and 1 iucrecce t;,a s:dll of ainority Lroup anplcyeus and applicants for euploymant. 1) Consistent with his manpower requiraaents and as permis:dblo under Federal and State r*L;ulationa th.s compare will :ace flAl u::e of trainin& programs:, i. as Frn_uppreaticaship, apprenticeship uid/or on-the-job traiai%; proyrsms for tine geoZraphical area of contract performanca. j) This company will m -e specific efforts to ar.coura;,e present mi:wr±ty employees to recruit their frioads and relatives. hr) This company shall particapate snd aesint i:_ c traininL program. 1) This campary shall continually irvesti„ate and eval•.ate all , inventory of minority personnel for promotion opportunities aad encourage minority employees t: eeac such opportunities. m) This company shall make sure that its seniority practices, job ' classificatroas, etc, do no_ have a dieerimineaory effect. n) All labor azreements wade and entered into for and in behalf of all members of the Mountain Pacific Chapter AGC coatuin a non dia- i crimatory clause wo Leartily support the development of joint app.,a&ticeship and training trustr which enhance EDD and increase minority group participation. 1 S � a ry oURFACE CA;. TRUCTI"; CO. 15029 Pacific lyway ;o. .oattle, Mach. !Y8,158 Ann Equal Opportunity Employer �. (LfCicc 'Tolephasws hone Teiwphono 24,7919 242-21,P0 a) r :)aoic personnel for this company imve beta recruited by (" rw e . .erral or thro4th particioart asking for work. In all requests for personnel this compagy will indicate its intercut m in hiriry; minority personnel. b) In the eveac that U•e form3r two aources fail to adequately supply sufficient minority personnel to meet required ,;mile, which to date ha.a not oecured, this compare• will contact those agencies set up to aid or counsel e:aplcyers in obtainire; waployment of minority personnel such as the huraaa Rights Department of tnu City of ::cattle, Unieenter, The United Constru:tion workers Aaoocictioa and/or the Central Contractors iu:ociation, Le, tle Occupational Industrialization Garter and ,)cattle Urbaa LeuZue. c) An active file will be kept on all minorities referred to this Cc;s>any for use In the future. 1) This co4susy will display stataaents o2 its participation in affirmative action programs at its offices and inform its personnel of its policies. e) This couparW shall keep its supervisors aware of its sffirmntive action program and the, necessity of participation in its impleuontation. f) The contractor will make cesta+n that all facilities and company activities are non-sog.-elated. g) This cccspagy ahell inform its sub-contractors of this affirmative action program in solicating bids and consider tl:sir response in awardin;; of the work. This comport/ will seek quotes from minority sub-contractors whenever possible- 4 ' :., Ego:.l pp,rort.ui ti `i.,ploycr Gfi ice Telepl.one ;:ace Pel apP:o, 242-TA 242-2i:)o ❑ociety as it attaupt� W establish such cquir.aLle zhurCa„ reepo.iaibilltiez and coal Lh t;at eacb individual ajit beco,.s .. t:,e si.:plc eliuinatio,: o: ;rc;,ulicc rnoy,;'- 'Phe o. poverished condition that such prejudice ha. created must also be eliminated. ..uch u cource !e:.nnds t:at each entity in our economic upectrwa wus' actively partieiputo in creating special avenues to strangthea those :o oppreo-od to e„ equal economic position. This company is committed to the support of such policieu, no better investment can be mach in the future of our society. ',L. -_A£FIHMAITVE AC�D.i G�pL.^ r° Surface Construction Co. has heoa in business over u year in King C..unty. lee now have 5 permanent amp)uyees and 1 semi- permanent employee. Over the past year, out of the 5 sasi- Per.ssnent omployeso hired, 20,' have been minority and OCf% have been trainees, of which 20;: have been minority trainees. Our cw,.tral goal is to find and develop n ployed mMorlty peruonnel as a permanent part of our woriciag force. If a breaxdown of v' manpower utilization is required, we will attach a timetable „honing job clussification and prcjocted wenhours. 4. SPECIFiO APPIRYATIVE ACTION -TSn As a epaeific progrsm fo- affirmative action to guarantee fiq'.+al Employment, Opportunity this company will follow the following practicesc WERTMEWIMMOW .4' 1'N2%i ;-..11'1c lyway :;o. Seattle, Jaah. 9618d An Equal Opportunity Eaployer Office Telephone home 'telephone 242-7919 242-21j0 L,Ekj !`;ATIYg AOTIUI PhW1RAP Surface Construction Co., hereafter anown as s'ihs contractor' or 'This Company• hereby agreeb to this plan for affirmative action in meeting its equal aaployment opportunity obli;;ation pursuant to Acecutive Order 11246 as =endsd, and Title VI and VIl of the Civil hiLhts Act of 1964. 1. g:,UnL POLICY It is the policy of this Company to assure that appllcanta 're e:aployed, sad that employees are treated during employment, without regard .o their race, religion, sex, color, or national origin. ouch action ahall include employment, upzraein,; demotion, or transfer; recruitment or recruitment advertiring; layoff or termination; rates of pay or other for.:.a of com- pensation; and selection for training, including; apprenticeship, perapprenticeship, and/or on-the-job training. 1 2 GLIDIAL •'TATWWT IN SUPPORT OF A APPIp.NATIYE AC11W P20GRAE 5uncce Construction Co. is in an active agreement with the tenents of an Affiraeti.ve Action Program is seeking the employment of minority 1 personnel among its ranks. This coupany recoC,�sizes as a national priority the neceaaity to mploy and develop each individual citizen to their best potential. It is our belief that the basic goals of this 4 society can never be realized if any single segment of our community is judged on any basis other than ability. Such biased selection prevents {.he full utilization of that segment of our society and in effect creates economic cripples which our society in turn must support and maintain. All part,= concerned ran only stand to 1010 in this sort of proceac. In rejestln;;, sac:. p c}^ -c' - coupany asers to be rcc,'un:ave to our 2 1 fo Y' �i'.ice lnl c.,6oe7o •` c.. : ici,�,l.onc . .r.er 1, lY1 .iiY1C L0f U- OuLlic •or4s � Gi ty O. lte..t.4a Ave:tue .,2,tth Keaton, on..hlnoton A4t), Re, AfY♦f.!G Li Ye A:.t..JI1 PrS'fa.r. Cit- u: lte.,Wn :rointc At�e.ttioa: Julep La Cotutt To .hoa1 It Wqy Concern: P lsal3e L•, advised that t,e h.'tvc 1'n.:iliurized ouraelve:: vitl: thr City of hostonra "Fair Practiceu Policy'. ' �:�lozed �. .o find a cuay of ow fliru: tivz Action Pr4;;rn.4. ..e have participated in 41uV Fed.:ral Aid :rJ,,ec to requiri.t_ :.inurity e¢ploy.jeat.as superinteade.tt or lorc.=i,s.id all requircleata Aave Lee:t fulfilled. No Lasics concepts apply .o our or_;wtizatioa: 1. :e activel; participate in ainority trairint pro,;ra..;; Ly trainin., 4n tn: jot employed willirq; to wort. e. All construction workers arc ;,irod throu,..l, local edvcrticin—,,Lr word of month of our unoritiou or 4 newapeperv. »e nre equal o;yortunity contractors a❑d eacoura,e anr' oo: e+aploy.ceat. Aa n contractor for KrV Lit; of 3,ya',ton Prajc„t we will comply witi, the ,aiuority Firm; and employment percenta,�ce a: :specified in ;our contract docuraeats. Ver; truly yours, ..Ut,FACE Cul�1'hUC'i1L.1 CO. Sur lsc u, lY+.ncr i } CERTIFICATION OF BIDDERS AFFIRMA11,L ACTION PLAN Bidder is to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: a) It is hereby certified that an approaeo Affirmative i Action Plan is on file with the City of Renton, and ' that said Plan specifies goals and timetitles which are valid for the carrent calenear year. , i Date: _-r_ umpany)l Tf'tl'e) OR b) It is hereby certitied that an Affirmative Action Plan is supplied w`th this Bid Package. Said Plan will be subject to review and approval by the City as a pre requisite to the contract award, and it includes: 1) Goals A Timetables of Minority Manpower Utilization and 2) Specific Affirmative Action Steps directed at in- creasing Minority Manpower Utilization. Date: By: --- -- M Lam--- - -- OR c) It is hereby certified that an Affirmative Action Plar, will be supplied to the City of Renton within five (5) working days of receipt of registered-mail notification of low-bidder %to*__. Said Plan will be subject to revie-i and approval by the City as a prerequisite to the contract award, and it will include: 1)) Goals and Timetables of Minority Manpower Litilizatiin and 2) Specific Affirmative Action steps directed at in- creasi,ig Minority Manpower Utilization. r jLompany t e _ �� cixTtrICATItMf NY 1'pt)l9f{,, CvKrkAGnlls, iuhCt PWMCTIM AND 011117 itif-AnR/tf, LOUAI, 1nru1YMCMT CAP"Ibsity w.• 1, Pt W- 'mtrwo for n,.rr 7K •rq,ert No. thta rep l float fan Lc repirrd tmrrunl t„ f•doral ["1 .1 iv,• ureter II. .,. The impi.vnwtfan n:1, .mil regula imi, ,,nt.t- flat ..oy i 1.lalar or pnngertive comirm1ty, or nny 4 th.lr I,rgi• iW ,rW stppl Lv s, shall :111r A. at ioitu&! I•,,% m tl., t d cr negotieflnM of the poises' wheth„r it 14, pirt111jb1,d :o any pr,v,.w, c.Mtraet Or Futf+Wtro t "',teal Io UM ete,al „;lmrlu. :uty elawae; and, If W. whethtr it has :71.v1 all nnaQl cnu. ngwrtu der mA.r «PPllrntlr lan:rn':ow, Th, city h+' here'Of.n- a,h,Ptad Wsolut LM No. 1pPr ur«I+r d..,. x( !•.l, 40, P)TT .tobli a,O,p a "fair Prier ieea 1%1 Ic,-. «. t.M•h•- enated W «,. "Affirmti•w Act foh Pn.AfN' tlrr,dn 1'0 Jbl l"hi n.: Jail lit r wear at far the lnlfey .if the :a : of pc•.ntOR to p).wwta "wit At(aid egosl t, vnt 'awl wTVlrr to all , o ffen. and t,, s:..un• .'+Peal ,vplor,m "fit. rxuity bs..d "n abtlsty and ttlwv. 1.• «11 parwar- rrgArul,.. „f rote!, creed, rnlor, pas tarot niiyin, h.s4kapa .ar ay.•. Thin prllry 'Mall like.ix apply to all f+•t'tfarrura. a.lOr+W6rart oY/ and wutry.11 'r e. anMWtt,+Y tanl,n'b/ watt, th. f.11Y Of pnm M. wh- in Ixm -h"I 46m YW %ab,ir,he t i to"ff practices n11J polivi e. The a+urlTnnt bNlhl pro,1Lfoll. ?hill Wo .pPl; la eonttolla or "A.Watarts for rlaudi T4 r.Wl.'r- r. rfaj. aulspliers or raw wtrr:als or ff.ra. or opoanfaattona wfin le.. Ihm 1, '"Loyets and/oe "aryactb of Leib flop µo,ow baeb•• nrsk I.r asrsr with On, city. Wolf the Contractor/Suhrm,traeWr/Supplier Ix �owa/roh by the C.ty of Ronan to n;telit An Afilr.:tivo Action flier the atni- nr accepta►le ptYoel.lagC of nlnority arpla) em will be tlwt pvrcwttJ a which 1ti currently IL•.Lwd in "Attarls i nst L" (City Of irstan Coal aTd TLrtablas) in tiff publioltad City of Manton Afflr"otive 1eta.0 Prostate. t , Tlw• undrrripra•d r"Ar/eorr tuar.-for,, aw.•rwnt r, et Llwln rs vml «ynwn •..., during the n.•r(on.ne.. of thl/ eont,aet IN. will off dlxrrlriiuto ✓Italnet any re•r/,m in hirleA, yr,moting, di"O.,retu• .✓ in eh, other Ire• or .•unditlnh of .,y,Ly- snot, by maven of shah perwa'b son, road, color, religion, am. •r. , „f hull„nil „r1alh u. 1'"pbw•nted by the 'Affim,tsw Action IretirN", It j eorrannr (urMWr agrees that Is, wi 11 take affix tiW end east ilfuu, wilt) to If"" full r,"ld ian✓ with sash palJty •ad rota. prM is all re pert*. at V I''a Ltria'tiy ,maY•11twd and wrr..d that failure el .'.ply with Jay of the terse of sold pr:.vlatana 61W11 be aid '.onatlt•nn a ratsriak hrtach of r' is cottr,rt. 1 ` gasp rattbr bholl open rotiolat and/nr 6v w 4, «s prs:bl•' II-'n xff er, fain.i.a ,mt 1, Ills CIly env «9.1 Ttl (oforrtil inn a4t r,',wia "med by the City to dt,v,.Irw• .1,tler•lull vor..11.,u, ha. 1.• ft only by tl.: „ntrart'ir .,tit .Jfd InAmy IoW pregrr++ aW .,m- flM'tir will prtnit afct" to his aw)ka, rW'Wdo IN e,c.Mtg W 1M City file It. p,dpnwl ill fmKatlaOt Wif t0 .L,'eftain wih ) sopsl lanc.�. camt f five 'etw+ (Pro" arkfwwl,Jpes tIW he has rn�t P.rd •a it., :.nd cmplr t. rapt of tlw City'o "fJ1r assort ter. Polity' and "Aff urn• - five 'et ion MogfN". WM ACT ILLM flUtli* wA_:? -Ll.�.t' CERTIFICATION :lY CONTMACTIat SVOODAIW,Rt1A'S CLNTWICATION i1:PPLI4'S Cldtrir LcATiox t.gplior'a Naar: ldarais: _— .gapreMNtsM1 ta+•a. _A_ _ ,. Conirktat;'Jubt•,mttartaNSupyl3et has pnrticln;eled to a Prlwiwu contract •.s wWonlrolI #.Heat to its [yual hypo•+:n ity Claims. Yea Nat .. wylianot nporra were xquiAd, ter to tilled is coarlectlon with wch a.nt rant or sutcantrw. Yet Q W, LrJ ftm rYtat/lubt'eM rector/Supplfar has ftltA , ,•oaplianrr reports dim '.tole, aM.1f.mmien .mE root inm. vs.= W = Nora Mequtmd Q a. 11 aewar to its n is "tin", piaaae explain In retail on ro.••r:.r aisle of th., cart a[tr sUvu. Certification - The tnforetst Hm &bcve is true and ,-,viel. U. ;,rat of ray kneledfr and wlfvc. � pair av a u' goneTfa.•a�u�,WT— ro ..c to Iwetaw,l 4 city Authority; t � ATTACHMENT III (CONT.) Page 2 agreement or other contract or understanding a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 13-246 of September 24, 1965 (as amended), and shall poet copies of the noti,�e in con- spicuous places available to employees and applicants for employ- ment. "(4) The contractor will comply with all provisions of Executk. Order No. 11246 of September 24, 1965 (as amended) and of the rules, regulations, and relevant orders of the Secretary of tabor and the Secretary of Housing and Urban Development. "(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965 (as amended) and by the rules, regulations, and orders of the Secretary of Labor and the Secretary of Housing and Urban Development pursuant thereto, and will permit access to his books, records, and accounts by the Local Public Agency, the �. Secretary of labor, or the Secretary of Housing and Urban De- velopment for purposes of investigation to ascertain,compiiance w-`*h such rules, regulations, and orders. 11(6) In the event of the contractors' noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, "terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965 (as amended), and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965 (as amended) or by rule, regulation, or order of the Secretary of Labor, the Secretary of Housing and Urban Development, the Local Public Agency, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor or the Secretary of Housing and Urban Development pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965 (as amended), so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the local Public Agency, or the Department of Housing and Urban Development may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, That in the event the contractor becomes mn vad n, or is threatened with litigation with a subcontr! ^tor or vendor as a result of such direction by the Local Pc' .lc Agency, or the Department of Housing and Urban Development, the contractor may request the United States to enter into such litigation to protect the interests of th, United States. tY I ATTAMENT III Contractor, Subcontractor, Supplier Phe City's Affirmative Action Program extends to all those doing business with the Citv regardless of sour:e of funds. Each supplier or contactor having 25 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 con.ply by completing the affidavit. The af"davit and a copy of the firm's Affirmative Action Program may be provided once each year or with a specific contract. A record is kept of each firm's response, 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 non-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. Compliance is determined by a check of previous performance and or,-the-,job inspection during the current contract. As part of the requirement that federally funded con,.racts for more than $10,000 are subject to the Executive Order 11241 of September 24, 1965, as amended by Executive Order 11375 of October la, 1968, the City of Renton shall include, in its contracts with general and sub- contractors, the following provisions: "During the performance of this contract, the contractor agrees as follows: "(1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, out not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or advertising; layoff or termination; rates of pay or other forms 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 LPA setting forth the p" )visions of this nondiscrimina- tion clause. "(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contiactor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. "(3) The contractor will send to each labor union or repre- sentative of workers with which he has a collective bargaining t ATTACFKYr I City of Renton Goals and Timetables The City oP Renton, under the established Affirmative Action Program, has set forth a goal of 3.5% minority employment over a timetable spar. of Sugust 1, 1972 through December 31, 1973. The 3.5% minority employment is based upon an average permanent payroll of approximately 315 employees. This percentage will be re-evaluated in July of each year. The percentage goal. is accomplished in the following manner: The residency of all permanent City employees is plotted on a regional map. The area containing 80% permanent force is analyzed using existing cnesus and Renton School District data to determine the number and categories of minorities living in this area. Initially all the total minority population was determined at 3''A. 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 with other municipali- 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 whien the City will correct the deficiency utilizing measures described in the City's Affirmative Action Program. ATTACHMENT 1I City's Programs for Achievement of Goals The City of Renton has set forth a policy that they will make the necessary notification regarding position openings on the permanent staff 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 Program, City of Seattle Personnel Office, and other municipalities as appropriate. All advertisements contain the words "The City of Rento• ^ an equal opportunity employer" and indi- cate that minority applicai. are sough' . In addition, ' te following agencies ttw' service a high eoncentrat.on of minority employment are notified of each position opportunity: Asian Employment, lneian Affairs, PRATT renter, S.O.I.C., Veteran's Administra-ion, The facts, and Active Mexicans Development Center. The City employment applica- tion form has also been revised to reflect the equal opportunity employment sentiment. 1.11 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 wi'L be revi_wed by the City's E.O. Office for possible abuse of the Gity's Fair Practices Policy and Affirmative Action Program. We have totally re., aluated our job descriptivns within the City to insure that qua.li`1ci,ior.s ar? reali-;IL--Litt position criteria reflects skill level and phyiical capabilities requ.red "or perforu-ncc of task and not a reflection of Prevailing labor market. Those positions for whAct physically handicapped are suited are identified and priority consideration will be given to those individuals. i � i 4. Availability of minorities and females having requisite skills and experience in the labor area. 5. The extent of unemployment among the minority and female unemployed --k force within the aria. 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 employees within the City's offices and divisions. 1. The number and job classification of employees, by department, who will be retiring within the next five years. This list is to include the tentative date of retirement for each employee. 4. The anti-ipated turnover of employees due to their inability to perform adequately, by lob classification per department, and possible date for action. C. Establ5.n coals and a timetable for the correction rf deficiencies identified. These goals and timetables are an essential part of the City's Affirmative A:tion Program and will be maintained and updated on at least an annual basis. Although the primary concern of these goals is overall minority and female employment, they shall also include minority and female under- utilization within specific lob levels: management, professional, technical, office and clerical, and skilled positions. The goals and timetables establishec as a result of the above analysis shall be reasonably attainable and shall appear as Attachment 1 within 60 dava after finalization of tlis document. The Equal Opportunity Officer shall be responsible for establish- ing these goals. Specific programs which the City of Renton proposes to vrv9ertake to facilitate the achievement of the set goals shall appear as Attachment 2 also within 60 days after approval hereof. Thee* programs shall also be established by the Equal Opportunity Officer. M 5. Furnish information as required, maintaining an affirmative action file detailing its efforts, with da,u, to meet its commitments under Executive Order 11246. All data and documentation generated as a result of this Affirmative Action Program shall be made available to any Federal or State agency for their review upon request. P. GR.F.VANCE PROCFDURES The success of the Affirmative Action Program depends largely on the ittitude of the community as well as the employee. Opinion as to what constitutes fair and equal opportunity and treatment may vary widely and grievances may result. The following steps shall be taken immediately for any grievance arising from the ( implementation of this program so as to maintain the beet possible employee-suoervisor and city-community relationships: A. The employee shall brino her/his grievance to the atten- tion of ner/hie immediate suoervisor or department head, who will investigate as necessary to determine the cause of the complaint and work with the employee to effect an equitable solution. Every effort shall be made to resolve the difficulty a, this level. B. At the option of either party, the services of the Equal Opoortunity Officer may be requested. The Equal Opportunity Officer shall inter"ie••, both parties, conduct adaitional investigation as necessary, and recommend aporopriste corrective action and settle- ment conditions. C. In the event that mutual agreement cannot be achieved and binding re�:,ution :s required by the city administration, signed statements detailing the grievance and specific investig- tive action shall be obtained by the Equal Opp>rtunity Officer from the employee and his supervisor. The Equal Opportunitv Officer may draw upon all resources at his disposAl both internally and those external to the City to arrive recommended corrective action and settlement conditions. The ' .al Opportunity Officer ( shall forward these statements along with his own investigation report and r.commendations to the Mayor's Office for resolution. ❑. The Mayor may elect as domed necessary and as circum- stances sc dictate to refer the grievance to a special arbitration committee. (This committee shall be selected from among City employees and cor•ist of an equal number of management and staff personnel.) The Equal Opportunity Officer and those directly i involved in the grievance shall not be voting members of this committee. Proceedings of the committee shall be documented a:,u their decision shall be final and binding subject tc review only by the State Human Rights Commission or through the judicial system. All reports, decisions, and other documentation generated by the grievance Procedure shall be maintained by the f ,al opportunity Officer as a matter of permanent record. 1 VI. GUIDELINES FOR MINORIT7 AND FEMALE FMPLOYMENT Fur Practices and equal opvo,• :unit}' within City government cannot be fully realized until an equitable representation of woman and ethnic minorities currently in the Renton area work force are reflected in the City's employ. To determine the area and City work Puce the City of i. Renton shall undertake the action outii, on A and B below. As inequities are identified, c isures will be initia td as estaLlished in Section C. A. Determine the minority and femaft. .1thin the Renton amplovment area in which the majorit, errant employees reside. I. Number of minorities per ethnic grc�o in this area. 2. sner-`ized location of each minority group (i.e. any significant concentration within the area) . 3. Percentage of minority and female work force as compared to total work force for the entire area. 1 F a RENTON HILL WATER SYSTEM - CONTRACT VA W-410#3 s f I I SPECIAL PROVISIONS TABLE OF CONTENTS t �P_a9_e__ SP-01 Description of Work S—- Sp-02 Date of Bid Opening SP-1 SP-03 Time of Completion SP-1 SP-04 Construction Direction SP-I SP-I SP-05 materials Insu rant.. SP-2 SP-06 Public Liability and Property Damage SP-01 Certification of Bidders Affirmative Action Plan SP-2 SP-08 Equal Employment opportunity Affidavit SP 2 SF-09 Fair Practices Policy SP-10 Affirmative Action Plan SP-3 Sp-il Mon-Collusion Affidavit SP-3 SP-12 Nondiscrimination in Employment SP-3 SP-13 Wage Schedule SP 3 SP-14 Standard Specifications Sr-4 "•'' SP-IS Field Changes SP-4 SP-16 Failure to Meet Specifications SP-5 SP-17 Protection of Public and Private Uti)lties SP-5 se-18 Scheduling of Work SP-5 y SP-6 SP-19 construction Conference a 'F SP-20 Disputes and Litigation SP-6 SP-21 Subcontractors SP 1 '� F"`'zt1"c f SP-7 r SP-22 Change Orders SP-7 SP-23 Surveys SP-24 Overtime Field Engineering SP-7 SP-25 Hours of Work SP- SP-26 Public Conv^nience and Safety SP-7 Sp-8 SP-27 Construction Signs SP-8 SP-28 Removing Traffic and Street Signs SP-8 SP-29 Construction Equipment SP-9 SP-30 Size, Weight, Load Restrictions for Motor Vehicles SP-9 SP-31 Delivery Tickets SP-9 SP-32 'caste Site SP-10 SP-33 Dust and Mud Control sP-lo SP-34 Payment to the Contractor SP-10 SP-35 Ligjtdated Damages SP-36 Awarding of Contract 1 Y i e� i.� e r • • SPECIAL PROVISIONS art true and L.wful allome)'lspm•lul. with lull pUWe, a1W Jutnov,: nortrby conlcrttu to its name,plug alit iteau, i. to syo,execute,acknowledge and deliver In its behall,and as it. act and dc:d,as follows: . Specifically steal only .at Minds rxeculed having u(yx tndemnakillgl of the Sniall Iltavnrat Admin .nbon in an imouiu not exceeding $4IAM nU.Op in any unyk mslance, Ga o,r.Mt hahalt of this Company,in its huanris and or w rdana, wish its charter,end to hind AMERICAN FIDF.l.1TY FIRF INSURANCE.COMPAN•/thereby,and ad of i( the acts of said Attomey-m Fact,pursuant to these piewnts,are hereby nhfied and confirmed. a rC' IN WITNESS WHEREOF, the American Fidelity Ene Insurance Compwty has saumd dsese presents to be stgited by its t Ismalda st ad(or Vke•Prnid-nt,and its Corporate Seal to be hereto afftxed. AMERICAN FIDELITY FIRE INSURANCE COMPANY Cleo Robes J.Kennedy,Vkt•President Sian of New Yo&1 County of Naaau On this ?nl;i day of March 11175. before the wbscraler.a Notary Public of die Slat of New Yolk in and for , the County of Nseuu duly comnnsouned and qualified. ,sine Robelt I,Kennedy of the American Fidelity Fuc Instal. axe Company, to one personally known to be list i dividua[ are n(ficet described fivrem,and who executed the pre- ceding instrument,and a kmsw: .dged d.e exerulum of the same,and being by me daly sworn,deposed and sad,that Iu is the officer of said Cmmapsely afortsavl, anu that the meal of fixed to the preceding hislitimnt is the Corporate Sea[ of and Company.and the lard Corpuralc Sam and signature' as an officer we,e duly affixed atnl wbu�ribed to the sud instrument by the aushoi.ty and direction of the said Corponihm,and that the resolution of said Company,refnrcd to to the preceding muminent,it now an force. IN TESTIMONY WHEREOF, I have hereunto set my hand.said affixed my official teal at Woodbury,New York the day and year above written. Notary PUNIC ,J ALINA ZAK R7.FWSK I NOTARY PUBUC,State of New York No_IO-o7S5728 Ouakfuld in Nara s County Curie meaun Expires Minh .RI, 1476 Stan of New York 1 County of Nassau J a' CERTIF'iCATE 1, tM ursdaslpwt,Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corpontrrm of the State of New York, DO HEREBY CERTIFY that the foregoing and atluhed Power of Attorney and Ceetafxate of Authority remains in full forue and It"rut been revoked:and furthermore,that the Rstoluuon of the&.ard of Drove- runs.as an its th in the Carttfkat of AetLonty,are now in lone Synod and Seined at the Hamm Offru of the Company,at Woodbury,New York,Dosed thi 241thday of JULY AJ).,19 73 M 4 } �t • Assustaat Secretary t; WA K/ IM) N/rl i r �� t Y YE', AICAN FIDELITY FIPF. INSURANCE COMPANY W000aury.aFw PORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Amtrocen F,delay Fire Insurance Compmy,a forpotalusn in be State of New York,Igvrn/ its principal oflke in Woodbury.Stall of New York,pursuml to the fallowing rcwtotm:, adopted by the Flood of rmfrcvfrs of the raid Company nit the INth Jay of Febfuary, 1964,fit wit "The President, or any Votchesidert, or other office deigoaled by the R oaJ Executiw Committee dill hew curb.^ny, severally, to nuke oxecutc and deliver a privet of attorney canstnuung as Attmney�m•Fxt such perwns, (trans or uorpuratkms as such officers may wir, lief t tune fit mine:' Joe% hettby make, conslifule ano, appoim J. T. KOItUl1T1.K anima J. (. IJAUbtARN of St AVII . WAS111MJI0T: Its tow and lawful attnrne!a}ItMfaci, with full power and author-,, hereby cu nfeired r its rime,place and stead, to ogre,execute,acknowlesip end deliver in its behalf,and as its act aaf,kcd,a fo0uw,,. Specifically and only on bonds executed having 90% m icirra lemon of the (null Bwiftem A tmtristreliori in an amount net exceeding S.VO,000.00 in any angle instance, lot or on hehadf of this Company,on its onsrMas and in i - aceordonox with its charter,ad to hind AMFRICAN FIrwi rry HRL 1N3UCANCE('UNPANY thereb), and all W r 41 the sin of rid Aftot:sey-'n-Fael,Pursuant to[heat presents,art herelq ralified And cwnirmed. IN WfTs`ESS WHEREOF, the American Fidelity Fite Insurance Company has auwJ tlwx presents to be ugned by it; Presidemh andfot Vice-Presidenf,cad its Corporate Seal to be hereto affued. AMERICAN FIDELITY FIRE IN.SURANCF.COMPANY i C5, s 7,W- -7 Robert J.kerinedy,Vivasresident Slats of New York I ` County of Nassau f a• On slut 26fh day of Match, 1075, before the subscriber. a Notary Public i,:the Stitt of New York in and(or dis County of Nome-,dilly oommiawmtJ and qualified,cause Robert J.Kesm3y W the American Fidelity Fite Iowa ate Company,to eve persnaily known to be the individual and officer desi•iibed hereon.ad who executed Ila pn- esdty ma,rrimm.and&.Abe wadvil the execuno,of the acme, and bring by one July worn,deposed and said,that he is ilia offer of xdd Company aforesaid, and than the t d affixed to thif prmJmg instrument is the Corputalt Seal of bed Ci mpaey,rd Ole said Corporate Scal art signature as an officer ware duly Af0xed and subs nbed to the said statruoamt be the Audi,.fly and J imlion of the mid Corpufawm,and th,t flit rcuJulaav of 64AJ(1Knpany,I.rferred lit it dit preuJIng mttrument.is now,a force. IN TESTIMONY WHEREOF. t have hereunto set my hand,And at lixtd my offstul Foal at Woodbury,New York tin; day and year dove wirtlen. ce � A ✓� Notary PuMi- 1 ALINA ZAKR71 WSKt NarARY PUBLIC,Stale of New York No.309765723 Qualified in Naaw County Commission Fxpores klar.h 30,1976 &eft of New York i (5xamy of Nwa, ( at' CERTIFICATE 1. eM ufderMpud.Sow lary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporations of der Now of New York, DO hEREBY CERTIFY tho the fotegobtg and afflicted Power of Anorrney tad Cahfiva of Awlva'ay moire In fpd fvr;d and has r:of been revuked,and furthermore,that ilic Rewiva,n of the bard of Dime- toff,Y iW�f9118 Y Ow Cernl salt of Authority,art now,,fume. Sywd and Sled at the Mime office of the Cmmpany,at Woodbury.New York.fated ling,24tN y of JULY '� 1 F� Herewith find deposit in the form of a certified check, cashiers check, cash or bit `rwrd in the amount of $ 2,500.00 which amount is not less than five perce of the total bij. Sign here DID BOND BOND NO. 04-638-1982562-A Know All Men by These Presents: That we___ SURFACE CONST. CO. —as Principal, and MERMU FIDELITY FIRE-INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Rentoe, as Obligee, in the penal sum of P1VE PER CUT OP THE TOTAL AMOUNT Of THE DO, NOT TO EXCEED IHE AMOUNT OF TWO TUMBAND FIVE HUNDRED ANfi NO/100the-----------Don ors, tur the payment of which the Principal and the Surety bind themstives, their heirs, executors, ad- ministrators, successors and assigns, jointly and severally, by those presents. The condition of this obligation is such that if the Obligee shall make any WATER PROJECT NO. 410 - RENTON HILL WATER MAIN award to the Principal for (580' of 12" Pipe; 1300' of 8" Pipe; 480' 6" Pipe) 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 accor- dance with the terms of said proposal or bid and award rnd shalt give bond for the fs: thful performance thereof, with Sureties approved*by the Obligees or if the Principal shall, in case of failure so to do, pay and forfeit to the Oblfgaa the penal amount of the deposit specified in the call for bits, then thl. obliga. lion shall b•t nail and void; otherwise it shall be and remain in full force and effect and the Surety shall fortfwith pay and forfaft to the Oblfqee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEAICO AM DATED THIS 24thDAY Of JVLY t9 75 SURIACE CORST CO. r BY: % .�. r . .. �.,...,�. P RI tic I P .01ERICM FIDE(J IR6 I111901AM 0""Y SURETY'JJ.C. DAUIWM - ATTORNEY-SN-PACT 19 Received return of doposIt It, the sum of S ,_ 4r MINIMUM WAGE AFr[DAViT FORM City of Renton Spa COUNTY OF 1, the undersigned, having beer. duly sworn, deposed, say and cartify } that in connection with the performance of the work of this project, 1 1 will pay each classification of taborer, workman, or mechanic employed in the performance of such work; not less than the prevail- ing rate of wage or not less than the minimum rate of wages as speci- fled in the principal contract, that 1 have read the above and fore- going statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. CON C OR Z Subscribed and sworn to before me on this <1 41 day of /�, 19�� T_ T .,�,,, • fell NUfi y euSlic in an !for the Sfiete of Washington Residing//at ,if rC i i F 4 r• k NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) SS COUNTY OF 1I11NG oeing duly sworn, deposes and says , that he is the identical pe son who submitted the foregoing proposal or bid, and that such bid is 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 pers.xt or corporation to refrain from bidding, and that deponent has not in any owner sought by collusion to securw to hinGelf or to any other person any advantage over other Bidder or Bidders. SIGN HERE` Subscribed and sworn before me this _ ,7�/ day of silo ry`VubTTc`tn"an"Tfor a e"5 1LJI�lc ,, rf.c residing at ac !� therein. POR TMa MORTm 0/ AFFIRMATIVE ACTION N t0 Cwmaw 4114160 .__ ....:...._»...._.»». ... .._..�.......»..._. f NTR"—TOR SUBCONTRACTOR MONTHLY MANPOWER UTILIZATION REPORT ►.fmt N.w. ......».....»...._ ._...,... »» ........ To be submittuo to the City's frolect Goals and Timetables is minority amploy- engineer durin.j the fourth week of each ment) as coamitteu in Contractor's month while contract is in progress. -,rime Affirmative Action flan................. ( contractor is responsible for obtaining and submitting all Subcontractor Neports. Contract starting Date.................. T.aa« rau MOMiNIY mM{MOMIIa W aMPLO�YMl N�T a aw<Mt a Toth le.T" a. ', s. moo. I,nwrtr N.,of rrwMv Tno Co Nwre of Cmtrst« a In wgwt C i Ibllww of ( Sutsantrw'tw tolaloonE taa rIp(1rl a�enr thn Gven w low sa"apjAmw 43,,M ,.nrrnolN fA,vaT Eaa fw ,Wa-rrna Alf1m tN .Mrwwra NaYA pl� pwrad Asmaaaoa nM.Y wnw.nt of you•C."Ut Tlelea _— T wN MwtM., IofN AMn.Wn.tr,. 1, �TaIN� -- T«N S r;Z77 Ntw f ran rn rnnvwV _ :awagslw _ HAW _ Aaawaf.aa � _._.. rrwwa .._____ _ f 7w<Mt of roar rqr,Co ,.,.a to cote, a f TfaMm Nomtw M how Nvw nn !nn wofe.:r Iry IN, r1pOr4,.� abaaf _ _ iwY _ ••-1nIN IUurMYmMi.'•,1 r ANION TmM Mrrrerrb« Aywwrou I I A,a rou adploa m Taw eoM.ott 'Tald'lfi.�i,. T'itiN lrin;t/onn.,. ...; _. "Tn:w _ -'TofoT" tpwrN pwnmx Iw promo pe n«nl.yr Prepared by: (Signature and Title of .:ate Contractors Reprasentative) of Tw paw awrf,sw.d Reviewed Syr (Signature and Title of wte City Official) Affirmative Action taken for pruposed) to incrur..0 minority repreauntatio:, .,n jermanent work forcer 1 } CITY OF RENTON 1 INSTRUCTIONS FOR E.E.O. CONTRACT COMPLIANCE REPORTING, (REF: Title VI Civil Rights Act; Executive Order 11:46, and City Resolution 1805) 1 1. This City 0, Renton Equal Employment Opportunity Reporting System will apply to all contracts in excess of $10,000 awarded by the City, except for those contracts which involve segarate State Highway Department or Federal E.E.O. Report _ requirements. (See attached Sample Report Form - City of Benton) 2. EEO Reports are to be submitted at the end of each month during which a contract is in progress. Separate Report Forms will be used by the Prime Contractor and by ev,li Subcontractor. The Prime Contractor is responsible for obtaining, verifying and submitting the reports relating to Subcontractor LEO performance. 4 All reports are to be delivered to the appropriate City Project Engineer, and will be considered a prerequisite to the processing of Monthly Progress Payments. 3. In the event that a contractor '.s involved with more than one City Contract at a given time, each contract is to be reported separately. Under no circumstances will EEO statistics for multiple projects be combined. /. Monitoring of EEO Compliance will be rrlated to the Coals and Timetables contained in the Affirmative Action Plan as proviJed by the Prime Contractor in connection with the bidding process. (The Prime Contractor should obtain an Affirmative Action Program from each of the Subcontractors.) When the City's Project Engineer is not satisfied with the EEO performance on a specific project, an attempt will first be made to resolve the p--oblcm by Jir,rct liaison with the Prime Contractor. If a satisfactory conclusion . is not negotiated, the matter will then be referred to the City's EEO Officer for further evaluation. A ten-day "show cause" will be sent to the Contractor before any further referral of a ' problem to the City Affirmative ..ctiou Steering Committee, and possible subsequent action by the City Attorney. i Revised I/8/7S J CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contrrcts subject to the Equ'1 Opportunity Clause and the filinK o! Required Reports. h The bidder c�proposed eutcontractor _, hereby certifies that he has has not �; participated in a previous contract or subcontract subject to the equal OWrtunity clause, as required by Emecurive Orders 10925. 11114 nr 11246. and that he hat , has not Y'� filed with the joint Reporting Committee the Director of •Se OPf ice of Federal Contract Compliance. A Federal Lovermsont r� contracting or sdminiatering agency, or the former Prrsident'd Committee on Equal. Employment Opportunity, all eports due under the applicable filing requ- lnmeata. r* t ( o®pant) Tritie)Data: 0 %�; ----- ' Note: The above certification Is required by the Equal Employment Opportunity Regulations of the Secretory of Labor (41 CFR 60-1.7 (b) G), and suet be submitted by bidders and proposed subcontractors only in connection vlrb cont- racts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts wFtch are exempt from the equal opportunity clans• are sot forth in 41 CFR 60-1.5. (Generally only contracts ur subcontracts of $10,000 or under are estop[.) Currently, Standard Yom 100 (EEO-1) Is the only report required by the Execut - ive Orders or their Implementing regulations. . Proposed prime contractors and subcontractors who have participated to a pre-vious contract or subcontract subject to the Lxecutive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevent* the award of ecmtraets and subcontracts unless much contractor submit■ a report covering the dellquent period or such other period speclfted by the Federal Highways Administration or by the Ulrector. Office of Federal Contract Compliance, U.S. Dsparcmanc of Labor. i v t 3p 1 4. ° n'•..vn..y drf+/,�•.� /' is /o/ice•'.,• ../. .. � •"iYi< �I. wry J i ._F•� � t / r n'Ir•M.dV � � • 1 i � $r.e,4 1 r � 9 l' aE" J» rN.rri � !'rn�J�/.i�.:I/ F': �•� 7•i:•.i i,^,y .,I"/y?"L Ddi a..'L � - =Inl1�yw•r�!`• /i�h.i.c (%(. <ll F,%io ,F .r ! yy /1'1N/r t r� ;lz[rr ;_._.���•,t�>_.-F r"�.G.%S' -r �i ��_�_� ' AGE j7.•.T/ j_.12:rh_ lrS � M1' !� nMI. 1�✓,i��.: � _../.., I. '�� I I �• r . s LURFACE CC41 TRUCriul CO. 15029 Pacific iyway ;v. beattle, Wash. 9d1U', An ,L(pal Opportunity Employer f "Ito* relophono home 'toiephone 242-7oig 242-2170 �. --UAL Z1S'I.G:N&41 OPPORTMAIT( OFFICD This contractor hereby designates Roy 0. .Iurf'ace, Omer, as its EEO Gfflcer with full authority to administer and promote an active program of Equal Employment Opportunity. Contractor Firm& LURFI.CE CQ44LTIIUCTIO.1 CO. b f�7e2t'; -- -rl---�— Roy 0. eurfitce, Owner Firm Address, 15029 slac:fic flywgy_ So. ::eattlg Yaah. )815ti _ I i 7 1 4 I 1' TECHNICAL PROVISIONS TS-01 GENERAL STATEMENT This section, Technical Provisions, is devoted to features of on-the-site conditions which are peculiar to the facilities tr. be constructed for W-410 Renton Hill Water System Improvements. Articles, materials, operations, or methods mentioned herein or Indicated on '• the drawings as being required for the project shall be provided by the con- tractor, and he shall provide each item mentioned or indicated and perform according to the conditions stated in each operation prescribed, and provide therefor all necessary labor, equipment and incidentals necessary to make a complete and operable installation. No attempt has been made in these specifications or plans to segregate work covered by any trade or subcontract under one specification. Such segregation and establishment of subcontract limits will be solely a matter of specific agreement between each contractor and his subcontractors, and shall not be based upon any incluslon, segregation or arrangement 1 or of, these specifi - cations. The contractor and subcontractor in each cr is warned that work included in a, , subcontract may be divided between s iI general speclflca- tlons, and that each general specification or sub-hea,. of the technical specifications may include work covered by two or more subcontracts or work in excess of any one subcortract. TS-02 STANDARD SPECIFICATIONS All work under this contract shall in general be performed in accordance with the applicable provisions of "Standard Specifications for Municipal Public Works Construction' .-epared by the Washington State Chapter, U&rican Public Works Association, and in accordance with the requirements of the City of Renton, except as otherwise amended, modified, or specified in these Special Technical Provisions. Items of work not specifically covered in these Special Technical Provisions shall be performed in accordance with the requirements specified in the A.P.W.A. Standard Specifications, and it accordance with the City of Renton requirements. TS-03 PIPING MATERIALS, VALVES, AND FITTINGS, ETC. a. General All pipe sizes as shown on the drawings, and as specified herein, are in refer- ence to "nominal" diameter, unless otherwise indicated. One type of pipe as indicated below will be considered for this project. All pipe shall to fabricated to fit the plan shown on the drawings. One type of pipe shall be used throughout the entire project except as necessary to match 'xis'•ing piping or as otherwise specified by the Engineer. Where relocation of or replacement of existing piping Is necessary during construction, materials 1 used shall match the existing, subject to the approval of the Engineer All pipe, valves, fittings, and specials shall he for water working pressrre as TS- 1 iF i I t i 1 f TECHNICAL PROVISIONS TABLE OF CONTENTS P Page TS-01 General Statement T5-1 (. TS-02 Standard Specifications TS-1 TS-03 Piping Materials, Valves, and Fittings, etc. r5-1 TS-04 Existing Utilities TS-4 TS-05 Clearing TS-4 TS-06 Srw Cutting TS-4 TS-07 Pavement Removal , Trench Excavation, Bedding and Backfill TS-4 TS-08 Pipe Installation TS-7 TS-Og Restoration of Surfaces TS-9 TS-10 Testing TS-10 TS-I1 Disinfection TS-11 TS-12 Cleanup TS-11 TS-13 Measurement and Payment TS-11 G j V 4 f 1 • TECHNICAL PROVISIONS • i • Y .1 SPECIAL PROVISIONS (CONT. ) SP-33 DUST AND MUO CONTROL The Contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for th!s section. Complaints on dust, mud or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action , in correcting will be required. Written notice of correction of complaint items will be called for should repetitive complaints be received by the City. SP-34 PAYMENT TO THE CONTRACTOR Payment to be made to the Contractor will be made In the manner outlined in Section 9 of the Standard Specifications. Payments shall be made in Cash Warrants. Partial payments on estimates amy be withheld unti work progress schedules as described in Section SP-18 of these Special provisions have been received and approved. SP-35 LIQUIDATED DAMAGES Liquidated damages for failure to execute the contract as specified and in accordance with Section 8.08 of the Standard Specifications will be assessed as follows: One Hundred Dollars ($100.00) per calendar day plus cost of inspection, supervision, legal expense and court costs incurred beyond said date. The cost of additional inspection and supervision shall be an amount equal to actual salary cost , plus one hundred percent (100%) for overhead and other indirect expenses. SP-36 AWARDING OF CONTRACT Awarding of contract will be based on total sum of the Schedule of Prices. No partial bids will be accepted. SP-10 i { SPECIAL PROVISIONS (CONT.) SP-30 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES All motor vehicles of the Contractor, Subcontractors, and %vopllers shall strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the St►te of Washington (1967 Edition and amendments thereof) in regard to size, weight, and loads of motor vehicles. Payment will not be made for any mated _: that Is delivered in excess of the legal weight for which the hauling vehicle is licensed. r Any gross violation of thesm regulations shall be reported to the affected law enforcement agent. The contractor is to furnish to the Engineer a listing of all haul vehicles used on this project, listing the vehicle numlar, license number, tare weight and licenssd load limits. SP-jl DELIVERY TICKETS All delivery tickets that are required for the purpose of calculating quantities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned In after date of delivery of 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. 1 Scale certification shall be submitted as early in the project as possible. Each weighing station shall maintain a record of the trucks weighed, date and time, tare and gross weight and type of material . In isolated cases where scale weight is not available, the inspector shall measure the truck volume and certify as to its full load delivery, Tickets that are not complete will not be accepted. SP-32 WASTE SITE The Contractor shall conform to Section 4.06 of Standard Specifications in regard to waste sites. i The Contractor shall ha. ne responsibility of obtaining his own waste site. All work included in this section shall be considered to be incidental to other items of work and no further compensation will be made. The route taken to the waste site shall be maintained solely by the Contrac- tor in a manner as described below t The Contractor shall be prepared to use water trucks, power sweepers, and related equipment as deemed necessary by the Engineer to alleviate the problem of lost spoils along the route. Prompt restorati=n „f the route is mandatory. SP-9 / t SPECIAL PROVISIONS (CONT. ) SP-26 PUBLIC CONVENIENCE AND SAFETY (cont.) I . There shall be at all times reasonable access to and egress from the business establishments and other properties adjacent to the project. 2. All road ar,proaches and street connections shal ! be opened to traffic at the c'ose of each work day. 3. Where hazardous conditions exist p•oper signing and barricading shall be provided as directed by the Engineer. Where designated by the fngineer, the signs and barricades shall be supplemented by lantern or flasher units during the hours of darkness. 4. The Contractor shall notify the local fire and police departments in writing before the beginning of his operations so that these agencies may reroute their emergency vehicles around the construction zone. 5. Any asphalt concrete pavement, crushed surfacing gravel base, or water required for maintaining traffic during the life of this contract shall be placed by the Contractor, immediately upon request by the Engineer in the amounts designated. All costs .nvuly<d in the above shall be considered incidental to other costs of work involved and no further compensation will be made. SP-27 CONSTRUCTION SIGNS The Contractor shall furnish and install construction signs which conform to current 1971 M.U.T.C.O. Sign No. W20-1 , "ROAD CONSTRUCTION AHEAD," 36" x 36" or larger diamond, black lettering on orange background. One (1) sign r' the type mentioned above will be posted at each street entering onto the p jtct site. All construction and detour signing shall conform to Part VI "Traffic Controls for highway Construction and Maintenance Operations" of the Manual of Uniform Traffic Control Devices. SP-28 REMOVING TRAFFIC AND STREET SIGNS The Contractor shall be responsible for maintaining all traffic and street signs. In the event 1t shall be necessary to remove a traffic or street sign, the Contractor shall notify the Director of Public Works, City Municipal Building, City of Renton, Washington, for all changes made. When the work has been completed, and prior to said area being open to traffic, the Contractor shall notify the Public Works Director, City Municipal Building, City of Renton, Washington, and obtain his approval of signing. ;iP-29 CONSTRUCTION EQUIPMENT Drivers of motor vehicles used in connection with the construction of repair work shall obey traffic rules posted for such location in the same manner sou under the ssme restrictions as provided for the drivers of private vehicles. S t SPECIAL PROVISIONS (CONT. ) SP-21 SUBCONTRACTORS A list of subcontractors and suppl ,-rs that will be involved with this pro- ject shall be given to the Engineer "or his review and approval Immediately after notification of low bidder status. This list must be received by the Engineer before the contracts may be signed. SP-22 CHANGE ORDERS �. All additional work that requires compensation to the Contractor for Items for which prices are not included in the contract or is not within the limits specified in APWA Standard Specifications, Sec. 4.03, shall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of his sub- contractors. SP-23 SURVEYS Section 5.06 of the Standard Specifications shall be amended by the addition of the following sentence: "The Contractor shall notify the engineer a minimum of 48 hours in advance of the need of surveys." SP-24 OVERTIME FIELD ENGINEERING When the Contractor performs construction work ever the accepted 8 hour< per day or 40 hours per week, or on any City holidy, and the work requires inspec- tion, then the Contractor -pail reimburse the City at the rate of $12.00 per s hour. The City shall he a sole authority in determining the necessity of having the overtime inspe,,..on, and shall notify the Contractor of intent and said costs will be deducted front monies due the Contractor on each monthly es.lmate. SP-25 HOURS OF WORK 1 The working hours for this project will be limited to week days during the period from 8:On a.m. to 4:00 o.m. , unless otherwise approved by the City. ' If- in the Engineers judgement should it become a safety hazard the hours of work may be restricted. 1 SP-26 PUBLIC CONVENIENCE AND SAFETY The Contractor shall , at his own expense, provide flagmen, shall furnish all signs, barricade;, guards, construction warnings, and night lights In order to protect the public at all times from injury as a result of his operations. If the Contractor should fall to maintair. sufficient lights and barricades in the opinion of the Engineer, the City shall have the right to provide these lights and barricades and deduct such costs from payments due the Contractor. A plan for traffic control must be submitted for the Engineer's approval before the beginning of construction. The Contractor shall maintain detour routes and other routes used by his equipment hauling materials to and from the area. n Appropriate Portions of Section 7. 15 (APIM) Standard Specificoriors shall apply to this contract. in addition the following Special Provisions shall apply: SP-'J , SPECIAL PROVISIONS (CONT. ) SP-19 CONSTRUCTION CONFERENCE t Prior to the start of construction the Engineer will call for a pre- construction conference. The Contractor and his subcontractors shall attend the pre-construction conference, the time, place and date to be determined after award of the contract. Subsequently areoresentative of the Contractor will attend a weekly conference with the Owner's representative to review t progress and discuss any problems that may be incurred. SP-20 DISPUTE' AND LITIGATION Any questions arising between the Inspector and the Contractor of his Super- intendent or Foreman as to the meaning and intent of any part of the plans and specifications shall be Imnedlately brought to the attention of the Engineer and will be adjusted by him. Failure on the part of the Engineer or his representatives to discover and condemn or reject bad or inferior work shall not be construed as an acceptance of any such work or the part of the improvement in which the same may have f. occurred. To reduce disputes and litigation, it is further agreed by the parties hereto that the Engineer shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall decide all questions relative to the execution of the work and the interpretation of the Plans and Specifications. In the event the Contractor is of the opinion he will be damaged by such interpretation, he shall, within three (3) days, notify the Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. In the event an agreement cannot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third. The decision of the majority of the arbitration board shall be binding upon both parties and shall be delivered before any work is performed ipon the feature in question. The arbitration shall be conducted in accordance with the statutues of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall Lz borne equally by the City and the Con- tractor unless it is the majority opinion that the Contractor's filing of the protest is capricious and without reasonable foundation. in the tatter case, all costs shall be borne by the Contractor. The venue of any suit shall be in King County, Washington, and if the Contrac- tor is a non-resident of the State of Washington, he shall designate an agent, upon whom process may be served, before commencing work under this contract. SP b F SPECIAL PROVISIONS (CONT.) SP-15 FIELD CHANGES (cont.) field to meet existing conditions shall be requested in writing and may not be instituted until approved by the Public Works Director of his representatives acting specifically upon his instructions. In the event of disagreement of the necessity for such changes, the Engineer's decision shall be f;nal . SP-16 FAILURE TO MEET SPECIFICATIONS In the event that any workmanship does not meet the requirements or specifi- cations, the City may have the option to accept such workmanship If the Engineer deems such acceptance to be in the best interest of the City, provided the City may negotiate payment of a lower unit price for said workmanship. SP-17 PROTLCTION OF PUBLIC AND PRIVATE UTILITIES The Contractor shall conform to Section 5.09 of Standard Specifications in regard to protection of public and private utilities. ( Location and dimensions shown on the plans for existing underground facilities are in accordance with the best available information without uncovering and measuring. The Owner does not guarantee the size and location of existing facilities. It shall be the Contractor's responsibility to contact the GAS COMPANY, CITY OF SEATTLE WATER DEPARTMENT, TELEPHONE COMPANY, POWER COMPANY, and the RENTON WATER DEPARTMENT, and RENTON ENGINEERING DEPARTMENT, or�exact locations o their respective utilities. Also, contact the CABLE TV COMPANY if necessary. SP-18 SCHEDULING OF WORK Section 8.01 of the Standard Specifications shall be deleted and the following inserted: Promptly after the award of the contract, the Contractor shall submit for approval to the Engineer a progress schedule. From this information a progress schedule diagram will be computed, plotted and a copy returned to the Contractor. Payment to the Contractor on any estimate may be withheld until such a schedule has been submitted and approved. Should it become evident at any time during construction that operations will or may fail behind the schedule of this first program, the Contractor shall , upon request, promptly submit revised schedules in the same form as specified herein; setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc. , by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at Any time any portion of the accepted schedule 7s found to conflict with the contract provisions, it shall , upon request, be revised by the Contractor and work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. SP-5 i SPECIAL PROVISIONS (CONT. ) SP-13 WAGE SCHEDULE (cont.) Ir the Industrial Statistician of the Department of Labor and Industries. If the wage rates are correct, the Industrial Statistician will issue an acknow- ledgement of approval to the Contractor and/or Subcontractor with a copy to the awarding agency (Owner) . If any incorrect wage rates are included, the Contractor and/or subcontractor will be notified of the correct rates by the r Industrial Statistician and approval will be withheld until a correct state- ment is received. Each voucher claim submitted by a Contractor for payment on a project estimate shall state that prevailing wages Have been paid in accordance with the pre- filed Statement or Statements of Intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. Affidavits of Wages Paid (SF 9843) are to be filed with the State Treasurer, or the Treasurer of the County or municipal corporation or other officer or person charged with the custody and disbursement of the State or corporate funds as the case may be and two (2) copies of ea,.h affidavit are to be filed with the Director of the Department of Labor and Industries, Attention: Industrial Relations Division, 1601 Second Avenue, Seattle. Whenever p-acti- cal , affidavits pertinent to a particular contract should be submitted as package. The Contractor shall also be required to read anJ execute the "Minimum Wage Affidavit Form" as incorporated in this docu ,ent. SP-14 STANDARD SPECIFICATIONS The Special Provisions hereinafter contained shall supersede any provisions of the Standard Specifications in conflict therewith. The Standard Specifications for Municipal Public Works Construct on prepared by the Washington State Chapter of the American Public Works Association, 1969 Edition, shall be hereinafter referred to as the "Standard Specifications" and said specifications together with the laws of the State of Washington and the Ordinances and Charter of the City of Renton, so far as applicable, are hereby included in these specifications as though quoted in their entirety and shall apply except as amended or superseded by these Special Provisions. A copy of these Standard Specifications is on file in the office of the Public Works Director, City Hall , Renton, Washington, where they may be examined and consulted by any interested party. Wherever reference is made in the Standard Specifications to the Owner, such reference shall be construed to mean the City of Renton, and where reference is made to the Engineer, such reference shall be construed to mean the Public Works Director, City of Renton, or his duly authorized assistant or assistants. SP-15 FIELD CHANGES Any alterations or variances from the plans, except minor adjustments in the SP-4 1 n SPECIAL PROVISIONS (CONT. ) SP-10 AFFIRMATIVE ACTION PROGRAM The Contractor shall be required to read and abide by the C'ty of Renton Affirmative Action Program as incorporated In this document. SP-11 NON-COLLUSION AFFIDAVIT The Contractor shall be required to execute a Non-Collusion Affidavit to satisfy the City that the bid offered is genuine, is not sham or collusive, • and in no respect or degree is made in the interest or on behalf of any person, firm, or corporation not named ;r, the proposal containing such a bid. SP-12 NONDISCRIMINATION IN EMPLOYMENT Contracts for work under this proposal will obligate the Contractors and sub- contractors not to discriminate in employment practices. SP-13 WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers or mechanics employed in the performance of any part of this contract shall be in accor- dance with the provisions of Chapter 39- 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule or prevailing wage rates for the locality or localities where this contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industry are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wage.., it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specificat'ons. In cave any dispute arises as to what are the nrevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State, and his decisions therein shall be final and conclu- sive and binding on all parties involved in the dispute as provided for by R.C.W. 39. 12.060 as amended. The Contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the Director of Labor and Industries certifying the rate of hourly wage paid and to be paid each classl- flcation of laborers, workmen, or mechanics em.picyed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental s[att--ments which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each and every subcontractor shall file a sworn Statement of Intent (SF 9882) with the Owner and with the Department of Labor and Industries as to the prevailing wage rate, Including fringe benefits, for each jot classification to be utilized. The wpe rates thus filed will be checked against the prevailing wage rates as determined by SP-3 t III } a SPECIAL PROVISIONS (CONT.) :r-Ob PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE f The Contractor shall obtain and keep in force during the term of the contract, public liability and property damage insurance in companies and in four to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing 4ork provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work anJ obligations performed under the contract are conce ned. The coverage as provided shall protect against claims for personal ir.,uries, including acciden- tal death, as well as claims for property damages which may arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. The mini murr policy limits of such insurance shall be as follows: Bodily injury liability coverage with limits of not less than $100,000 for bodily injury, including accidental death, to any one person. and subject to that limit for each person, in an amount not less than $300,000 for eatn accident; and property damage coverage in an amount of not less than $50,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City within a reasonable time after receiving notice of award of contract. PROOF OF CARRIAGE OF INSURANCE The contractor shall furnish the City with satisfactory proof of carriage of the insurance required. SP-07 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTIOS PLAN The contractor must execute the Bidders Affirmative Action Plan Certification. Failure to execute this certificate will invalidate the bid. SP-08 EQUAL EMPLOYMENT OPPDRTUNITY AFFIDAVIT The Contractor shall be required to execute the "Certification by Proposed Contractor, Subcontractor and Supplier Regarding Equal Employment Oppirtunity" form, as incorporated in this document. He shall also abide by all rules and regulations as required by the instructions of the aforementioned forts. SP-09 FAIR PRACTICES POLICY The Contractor shall be required to read and abide by "The Summary of Fair Practices Policy of the City of Rent)n" as incorporated in-this document. SP-2 SPECIAL PROVISIONS GENERAL - 5VISIONS SP-01 DESCRIPTION OF WORN The work to be performed under this contract consists of furnishing materials, equipment, toots, labor, and other work or items incidental thereto and per- forming all work as required by the contract in accordance with the plans and specifications and Standard Specifications, all of which are made a part hereof. This improvement consists of the furnishing and installation of approximately 5CO I.f. of 12", 1000 I .f. of 8" and 600 I.f. of 6" Ductile Iron water main in the Renton Hill area on portions of Grant Ave. S. . S. 5th St. , S. 9th St., S. 10th St. and S. Iith St. SP-02 DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, by f; iing with the City Clerk, City Hall , Renton, Washington, until 2:00 o'clock P.M. P.D.T. July 24, 1975, and will be opened and publicly read aloud in the Fourth Floor Conference Room. SP-03 TIME OF COMPLETION The Contractor is expected to diligently prosecute the work to completion in all parts and requirements. The project shall be completed withi sixty (60) calendar days from starting day of construction. Provided, however, that the City Council shall have the right upon request of the Utility Engineering Department, City of Renton, Washingtoi., to extend the time of completion of said work. No extension shall be valid unless the same be in writing and accompanied by the written consent to such extension by the surly on the bona of the Contractor. Time lost In replacing Improper work shall not furnish any grounds to the Contractor for claiming an extension of time for the completion of the work, and shal ! :iot release the Contractor from damages or liabilities for failure to complete the work within the time required. SP-04 CONSTRUCTION DIRECTION Construction direction and scheduling shall be as directed by the Engineer. Each segment of ine project shall be completed before progressing to the next portion. SP-05 MATERIALS The Contractor shall supply all water pipe, fittings, gate or butterfly valves, cast Iron valve boxes with their required accessories, concrete blocking, shackle rods where required, valve markers, and all other materials necessary to make a complete water main installation. Precast valve vaults will be " required for large rate valves. SP-1 1 I i I 1 ",LYMPIC FNORY CASTING +,'5Q2,4 WITH TYPE 0 LIP OR EQUAL f CONC RINGS BLOCKJZ _ a OR BRICKS (TVP) I Ix 91 MORTAR (TYP1 yr{. �•� i� TTT a (.� e I `' W N _Z IT o (./ \, r L • Yl .04: PRECAST JAUNT 3HALI 4E StANDARD 12' VALVE tiHAMBER ; _UNCOERG CONCRETE CC INC , TACOMA ; WI*H 12 " ADDITIONAL SECTION OR APPROVED EQUAL STEPS SHALL BE (NSTALLEU AT I' SPACING A 4D SHALL BE APPROVEC BY UTILITY ENG. STANDARD DETAIL NOTE FOR PRECAST EXPANSION JOINT MATT CONCRETE VALVE CHAMBER (STYROFOAM) AS RE0 0 FOR 12 GATE VALVE (TYP) f A( may• I I Sri y,irtr A A A A STANDARD DRAWINGS A Y Y r v Y ti l t TECHNICAL PROVISIONS (CONT. ) TS-13 MEASUREMENT AND PAYMENT (cont.) r C. Saw or Wheel Cutting Saw or wheel cutting shall be incidental to the contract. d. Furnishing and Installation of Gate Valve Assemblies The unit price per each for furnishi,g and installing gate assemblies, size, class, and quantity listed in the bid schedule, shall constitute full compensa- tion for the valve, valve box with extensions, if recessary, concrete valve marker, and for all other necessary accessories for a complete installation. e. Furnishing and installation of Fittings (Schedule A and Schedule CC Fitting installations shall be Incidental to the contract. f. Furnishing and Installation of Concrete Blocking Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard, payment of which shall constitute full compensation for furnishing the material in place, complete. g. Furnish and Installing 2' Blow Off Assemblies The furnishing and installing of 2" Blow off Assemblies for either permanent Installation or for temporary flushing shall be Incidental to the project. h. Partial Furnishing and Reinstallation of Existing Water Servi ,es The furnishing of the fittings and pipe meets•.a ry, and the reinstallation of the existing water services shall be paid for at the --p, licable unit price for each, in place, complete, which shall constitute full compensation for the individual water service is detailed on the improvement plans and in conformance with al; manufacturers installations. The Contractor shall supply all materials for the water services. The unit price bid shall include all costs to make the connection to the water main, furnish and install the water service, and connect to the existing water meter. The unit price bid also Includes all costs to adjust the existing water meter, as required. i . Furnishing and Inst lation of Concrete Blocking Select backfill shall be meesured and paid for at the applicable contract price, per ton payment of which shall constitute full compensation for furnishing anJ installing the material , in place, complete. j. Furnishing and Installation of MC Cold Mix Asphalt Cold Mix Asphalt shall be measured and paid for at the applicable contract price, per ton, payment of which shall constihu(e full compensation for furnishing and Installing the material in place complete. TS-12 1 � St TECHNICAL PROVISIONS (CONT. ) TS-10 TESTING (cont.) l b. Pressure Test (coot.) The contractor shall provide all necessary equipment and shall perform all work connected with the tests and conduct said tests in the presence of a Ut; llties D Department Inspector. Insofar as practical , tests shall be made with pipe ' joints, fittings and valves exp.,sed for inspection. C. Leakage Tests Leakage tests may be required after the pressure test has been satisfactorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage test shall be equal to 100 psi. TS-11 DISINFECTION Dis'nfection of the new water system shall be required prior to completion of the project and shall be in accordance with A.W.W.A. Specification C601-54 and Section 74 of the A.P.W.A. Standard Specifica.lons and shall meet the acceptance of the State of 1. '.Ingtor Department of Health. The initial corcentratlon of chlorine in the I:ne 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 distrubed under this contract, including pipe, pipe fittings, valves and appurtenances, is required to conform with the specificatic ' stated herein. TS-12 CLEANUP During the time that the work Is in progress, the contractor shall make every effort to maintain the site In a neat and orderly condition. All refuse, broken pipe, excess excavated material roken pavement, etc. , shall be removed as soon as practicable. Should the wor oot be maintained in a satisfactory condition, the engineer may cause the work to stop until the "clean-up" portion of the work has been done to the satisfaction of the owner and/or engineer. TS-13 MEASUREMENT AND PAYMENT a. General Unit or luny sum bid prices for all items shall include all cost for labor, equipment, material , testing, relocation and modifications to existing utilities. and all incidentals necessary to make the installation complete and operable. b. furnishing and Ins' ' lotion of Water Pipe The price per lineal foot for installing of the water pipe, size, class, and quantity listed in the bid schadui shall constitute full compansatic--n for the water line in place, complete, including: clearing, grubbing, stripping, all pavement removal , excavation, trenching„ backfilling, foundation preparation, compaction, pipe laying, jointing, fitting installations, sheeting, shoring, dewatering, but excluding saw cutting, temporary restoration, cement concrete and asphaltic concrete resurfacing or patching. TS_ 11 1 TECHNICAL PROVISIONS (CONT. ) TS-09 RESTORATION OF SURFACES (cons.) ( caved, settled or otherwise damaged due to installation of the improvements covered by thl- contract shall be repaired and resurfaced to match the existing pavement or landscaped area as set forth in Section 54, of the A.P.W.A. Speci- fications, except as modified herein, (' a. Temporary Cold Mix Asphalt The contractor shall place Cold Mix as directed by the Engineer The unit price bid per ton of cold mix shall be full compensaticn for all labor, equipment , materials, and all incidental costs necessary for furnishing and placing the cold mix, b. Roadway Patches A minimum of 6" of 1 1.*' minus crushed rock base will be used in all trenches prior to placement of any pavement restoration. All subsurfaces such as concrete under asphalt shall be replaced in like manner and thickness. All asphaltic patches shalt be Class B asphalt. c. Hydo-Seeding Hydro-seeding to control erosion will be required on this project. All disbur- bed areas, all embankments slopes and areas other than roadway surfaces shall be hydro-seeded. , The hydro-seeding shall be performed after all settlement has taken place and after the water mains have been Installed. The hyro-seeding t materials d instaliat;or practices shall conform with Washington State Highway Commission "Washington 1974 Standard Specifications" Section 8-01 and 9-14 Road- side Seeding. The Contractcr shall notify the Engineer not less than 24 hours in advance of any seeding operation and shall not begin the work until areas prepared for seeding have been approved. C.' TS-10 TESTING a. General Hydrostatic pressure and leakage tests on the new pipeline shall be made in accordance with applicatle provisions of A.W.W.A, f600-54T or C603-64T and Sec- tion 74 of the A.P.W.A. Standard Specifications, except as modified herein. All equipment necessary to make the tests shall be furnished by the contractor and the contractor shall conduct all tests under the supervision of the engineer. b. Pressure Test Prior to acceptance of the system, the installation shall be subjected to a hydro- static pressure test of 300 psi , and any leal � or imperfections developing under said pressure shall be remedied by the contractor before final acceptance of the system. TS- 10 } TECHNICAL PROVISIONS (CUNT.) TS-08 PIPE INSTALLATION (Coot. b. 2 ' 81ow-off Asses Water main blow off assemblies shall be constructed as shown on City of Renton "Standard Detail for 2" Blow Off Assembly" as bound In these specifications. Galvanized steel pipe and fittings shall conform to the requirements 1 to Section 71 of the A.P.W.A. Specifications. Temporary blow off assemblies will be installed where directed by the engineer. i . Waterer Services vises The ex� a[ing wat remain in service during construc- ter services shal til final acceptance of the tion of the new water main and un required tests on the new main• acceptance of the new Upon final main, ththe xmeter 9boxes l ces will be relocated reinstalled or tipped into the new thenErgineer. They shall be where necessary, or as directed by installed as per the City of Renton wate- service specifications as bound in this document. TS-0 RESTORATION OF SURFACES a. Balled and Bur la sd Stock Trees Along the S. 9th Street easement trees shall be installed. They sapplldbwirhlbur- and burlaPPe on plans and d with feet, asement bells of earth with root balls wra M e each and 9 gauge galy. wire with rubber hose lap end twine. The trees st,ell be placed on existing grade as shown staked with 2"x2 'x8 fir stakes, 2 year release, 21 gm size of 20-10-5 spect" protector. Fertilizers tablets, w rate of 4 taps per tree. fi cations shall be applied The trees shall be 7 - 8' Douglas Fir "Pseudotsugs Nenziessi" and western Red Cedar "Thrje f icsta". The engineer may reject any or all plants from the site. b. Restoration of Surfaces as llows: The basic requirements for surface restoration are removed, brokenads, streets- , driveways, shoulders and oil other surfaced areas, TS- 9 1 1� TS-08 PIPE INSTALLATION (curt.) d. Special Anchorage All free ends, bends, tees, laterals and any change in direction of Piping shall be adequately braced and blocked to prevent movement from thrust by use of con- crete thrust blocks, tie rods and joint harnesses. Concrete thrust blocks mist be poured against undistrubed ground. Thrust blocks shall be provided at all changes in direction of piping. In addition, all joints at bends or change In direction, to a point at least three joints beyond the tangent point on either side of the bend, shall be provided with a positive locking device to prevent _ separation of the joint under full test pressure. The locking may be accom- f PIished by use of tie rods and joint harness, subject to the prior approval of the engineer, After the pipe he-, been joined, aligned and permanently bedded the joints shall be drawn up to assure permanent water-tightness but not so tight as to prevent, flexibllity to allow for some movement caused by vibrations, expansion and contraction. e. Valves and Valve Chambers Valve installation shall be in accordance with Section 75 of the A.P.4.A. Stand- d>rd Specifications ex:ept as modified herein. All gate valves excluding those in pressure reducing vault shall include an 8" x 24" cast iron gate valve box and extensions and concrete valve marker if f required by the Engineer. All 12" or larger valves shall be installed in Standard Precast Valve Chambers (Lundberg Concrete Co. Inc.) . The vaults shall have excentric cones; knockouts shall be filled with non-shrinking grout and the pipe openings shall have a com- pressed I" Styrofoam layer rammed into the I" annular space between vault and pipe. Steps shall be 3/4" galvanized safety steps at 1 foot spacing, f. Connection to Existing Pipe and Structures Connections to existing piping and tie-ins are indicated on the drawings. The contractor mc:t verify all existing piping, dimensions and elevations to assure proper fit. The contractor shall be responsible for the protection of all existing piping and appurtenances during construction, and shall take care not to damage them or their protective coatings or impair the operation of the-existing system in any way. The contractor shall make all connections and tie-ins under the direction of for City of Renton Utilities Department. The contractor must also provide any specials required to make a satisfactory connection. g. Concrete Blocking General concrete thrust blocking shall be in accordance with Provision N2. 14 of Section 74, A.P.4.A. Standard Specifications. The City of Renton Standard Detail for general blocking is bound in these specifications. All free ends, bends, tees, laterals and any change in direction of piping shall be adequately braced, blocked or restrained to prevent movement from thrust by use of concrete thrust blocks where applicable and/or shackling (tie rods and joint harnesses) . Provide approved duck lugs at all installations - do not shackle through bolt holes. Each Installation consists of two rods on opposite sides of the pipe. Shackle rod material shall be 3/4" diameter carb on steel bar material. Furnish approved couplings where required. Bars shall be shop cleaned of all loose mill scale, dirt, rust, oil or other foreign material by flame cleaning or power btushing and shop primed with Koppers Bitumastic Mill Undercoat. Store roads under cover and protect shop coating from abrasion. After installation paid rods and accessories with Koppers Bitumastic No. 505 to minimum 15 mil film thickness. The number of bolts and tie rods required per joint, site of rods and bolts shall be determined by the contractor and reviewed by Engineering. TS 8 TECHNICAL PROVISIONS (CONT. ) TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKFILL (cont.) f. Select Trench Backfill (cont.) Any excavation In excess of the above requirements shall be replaced with the native material or select trench backfiil , as directed by the Engineer and at the Contractor's expense. The price per ton shall be full compensation for selecting the source, furnish- ing the placing the material as outlined in Section 26-2.01 of the Standard Specifications, TS 08 PIPE INSTALLATION a. General Pipe Installation shall be in accordance with Section 74 of the A.P,V.A. Standard Specifications, except as modified herein. All buried pipe shall be laid upon prepared foundation or bedding material so that the bottom quadrant is uniformly supported throughout its entire length, as specified in Section TRENCH EXCAVATION, BEDDING AND BACKFILL. The depth of cover for the 6" and 8" water mains shall be 3' and for the 12" water main 4 1/2' unless otherwise specified. The trench width shell be no greater than 36" unless soil condition requires wider widths. At the end of each working day, it shall be required that the and of the water main be plugges, the trench backfilled, compacted, and prepared for traffic with temporary cold mix asphalt. b. Laying and Jointing Ductile or cast iron pipe and accessories shall be handled In such a manner as to assure delivery to the trench in sound undamaged condition. Particular care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done In a neat, workmanlike manner with - approved type mechanical cutter without damage to the pipe. Jointinq shall be accomplished in accordance with manufacturer's re^ommendations. i C. Bends and Curves Deflection from straight line and grade, as required by vertical curves, hori- zontal curves and offset shall not exceed the maximum deflection per joint as recommended by the pipe manufacturer. If the alignment requires deflection In excess of the maximum recommended, special bends or a sufficient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth. TS-7 r � C" TECHNICAL PROVISIONS (CONT.) TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING Ano BACKiILL (cont.) d. Foundation Preparation and Bedding (cont.) req•-jired for Bank Run Gravel Borrow. _ e. Trench Backfill and Compaction f (I) General : Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 Inches in dimension, and other debris, shall be used for backfill except where otherwise required. (2) Initial backfill extending to a plane at least 12 inches along the crown of the pipe shai be hanc-placed, selected excavated material free from stones, hard lumps or other material harmful to the pipe. Initial backfill shall be placed around the pipe in layers not exceeding eight inches In depth and each foyer shall be thoroughly compacted by mechanical tampers to at least 95% of maximum dry density at optimum moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D. All works related to the testing of the compaction, including proctor tests and compaction density tests shall be by the Contractor at his expense. Four (4) compaction tests shall be taken on the water trench areas. The locations of the tests shall be selected by the Engineer. If one or more tests do not meet the specifications as stated above, additional tests will be taken as requested by the Engineer at the Con- tractor's expense. (3) Subse uent Backfill : All subsequent backfill understreet and shoulder areas shall be placed in ids not exceeding 8 inches in loose depth, and each Ilft compacted to at least 95 percent of maximum dry density at optimum moisture content as determined by ASTEM Designation D698-58T, Method D. In-place density determination shall be made in accordance with ASTM Designation D1556-58T, t except as otherwise approved by the engineer. Testing for compactiors In the improved areas shall be in accordance with the testing as stated in the section on initial backfill . (4) Payment: No separate or extra payment of any kind will be made for compaction, wetting, drying, water, or processing of materials, but shall be included in the applicable unit price paid for the waterline in place, complete. f. Select Trench Backfill Select trench backfill for the pipe shall corsist of crushed or naturally occurring granular material from sources >elected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer. Select trench backfill shall meet requirements for bank run gravel Class "B" as outlined in Section 26-2.01 of the Standard Specifications. The horizontal limits for measuring select trench backfill in place shall be the site of the excavation except no payment will be made for material replaced outside of vertical planes, 1 .0 feet outside of and parallel to the barrel of the pipe and not the bell or collar. Ts-6 1 } TECHNICAL PROVISIONS (CONT. ) TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BIDDING AND BACKFILt Cont. b. Pavement Removal (coot.) all types and thicknesses of pavement. The contract price per lineal foot for "installation of water main" shall include full compensation for cutting or line drilling, breaking and removing all types and thickness of pavement encountered in this project. Neither separate nor extra payment of any kind will be mode for storing, handling, hauling or manipulation of removed pavement. C. Excavation The contractor shall inform and satisfy himself as to the character, quantity and distribution of all material to be excavated. No payment shall be made for any excavated material which is used for purposes other than those designated. Should the contractor excavate below the designated lines and grades without prior approval , he shall replace such excavation with approved materials, in an approved manner and condition, at his own expense. The engineer shall have complete control over the excavating, moving, placing, and disposition of all material, and shall determine the suitability of material to be used as backfill. All unsuitable material shall be wasted as specified. Excavation of every description, classification and of whatever substances , encountered within the limits of the project shall be performed to the lines and grades necessary for pipe, bedding and structures, and as indicated on the draw- ings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated materials not meeting the requirements for backfill and all excess materials shall be wasted as specified. Erosion control shall be the responsi- bility of the contractor and controlled where directed by the Engineer. No separate or extra payment of any kind will be made for storing, handling, hauling or manipulation of excavated materials. d. Foundation Preparation and Bedding t Foundation preparation shall be in accordance with the applicable provisions of Section 73, A.P.V.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. t In case unstable or unsuitable existing material is encountered at the trench bottom, the engineer may direct the use of borrow wedding material in accor- dance with Section 73.2.05 of the A.P.V.A. Standard Specifications. Met trench conditions will not necessarily be considered as an indication of unstable con- ditions. The trench shell be de-watered and an inspection made by the Engineer to determine the suitability of the trench material. All costs for de-watering shall he the responsibility of the Contractor. Bedding material shall be as TS-5 t i i t TECHNICAL PROVIs nNS (CUNT.) TS-04 EYI ST I tIG U'i I L I T iES If, in the prosecution of the work, it becomes necessary to interrupt .t surface drainage, sewers, underdrains, conduit, util ties, or similar under- ground ground structures, or parts thereof, the contractor ihall be responsible for, and shall take all necessary precautions, to protect and provide temporary services for same. The contractor shall at his own expense: repair all damage to such facilities o, structures due to his construction operations, to the ' satisfaction of the engineer. City of Penton Utilities Division will repair or replace all damaged water services and meters at the contractor's expense. . : TS-OS CLEARINS AND GRUBBING P _ , Pavement, or other street and road surfaces shall be cut Only to the minimum width which will permit the proper excavation and bracing of the trench, and which will allow passage of vehicular and pedestrian traff c. All pavement cuts shall be meide smooth, straight lines or to nearest construction Joint, and shall be mace with clean vertical faces. Removal of bituminous and concrete pavements and uti ' Itles shall be conducted In accordance with Section 52, A.P.W.A. Standard Specifications, except as otherwise provided herein. Clearing and grubbing shall consist of removing logs and brwsh and cutting all standing trees at ground. All stumps shall be removed. Clearing and grubbing shall be accomplished in accordance with the applicable provisions of Section 12 -if the A.P.W.A. Standard Specifications. The limits of clearing and grubbing shall not go beyond the limits of the right-of-way or easements. TS-06 SAW CUTTING The Contractor shall saw or wheel cut existing asphalt concrete pavement and cement concrete pavement where shown on the plans or as directed by the Engineer. The depth of the saw cut shall be a minimum of 1 I/2 inches for asphalt and 3 inches for concrete. Wheel cutting shall be made to the satisfaction of the Engineer. The method of saw or wheel cutting shall be aoprove•l by the Engineer. TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATIUN, BEDDING AND BACKFILL a. General Pavement removal , trench excavation, backfill, foundation preparation aid bedding for waterline and appurtenances shall be in accordance with the applicable pro- visions of Section 73, A.P.W.A. Standard Siecifications, except as mod'fied herein. • t. Pavement Removal The contractor shall Inform and satisfy himself as to the character, quantlty and distribution of all pavemen removal. Removal of existing pavement :hall cover TS-4 ! M } , f TEC14NICAL PROVISIONS-CONT. r TS-03 PIPING KATERIALS. VALVES, AND FITTINGS, ETC, cont.1 e. Fire Hydrants s Fire Hydrants shall be Corey Type (opening with the pressure) conforming to A11MA C-504-64 with a 6" inlet and a minimum m.V.O. of 5", two 2 1/2" hose nozzles with National Standard 7 I/2 threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per Inch, 600 V. threads, O.D. thread-4.875 and root diameter-4.6263, 1 1/4" pentagon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechnlcal Joint connections unless otherwise specified in bid proposal description. Fire hvdrants shall be of Traffic Type and provision shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be such length as to bs suitable for installation with connections to piping In trenches 3' deep unless otherwise specified. Fire hydrants shelf be IOWA,Pociflc ;totes or approved equal. Approval must be obtained prior to bid opening. , G v TS-3 1 1► �r TECHNICAL PROVISIONS (CONT. ) , TS-03 PIPING MATERIALS, VALVES, AND FITTINGS, ETC. (cont.) a. General (cont.) described in the following specifications and plans and shall conform to the requirements of the applicable sections of the A.P.W.A. Standard Specifica-tions, as modified herein. b. Ductile Iron Pipe Ductile Iron Pipe shall conform to ANSI Specification A21.51-1965 (A,W.W.A. '- C151-65) Grade AO-42-ID. f Ductile Iron Pipe shall be cement lined and sealed in accordance with ANSI Specification A21.4-19 (AWA C104-71) , 4" through 12" pipe shall be 1/16" cement lined and 14" through 24" pipe shall le 3/32" cement lined. The pipe joints shall conform to ASA Specification A21. 11-1964 (AWWA CIII-64). Pipe joints shall be rubber gasketed Push-On and/or Mechanical as required by the bid proposal description, Pipe thickness class shall be as required by the bid proposal description. c. Pipe Fittings Cast iron pipe fittings 4" through 12" shall be Class 250, as per ANSI Specification A21. 10-1971 (AWA C110-71) . Cast iron pipe fittings 14" through 24" shall be Class 150 and Class 250, as per ANSI Specification A21 . 10-1971 (AWA CIIO-71). The class of fittings are described on the plan drawings. Ductile iron fittings may be used in lieu of cast iron Class 250 fittings. Mechanical Joint fittings shall be as per ANSI Specification A21. 11-1964 (AWA CIII-64). Flange joints shall be as per ANSI Specification A,; . 10-1971 (AWA C110-70 and shall ue in accordance with ANSI 916. 1 , with 125 Pound drilling pattern. d. Gate Valves Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of twv F,,,ndred (200) pounds per square inch and shall conform to AWA Specification C-500-61 and any subsequent modification thereof. Each valve shall be "0" ring type, provided with a standard square operating nut, ar,d shall open by turning counter clockwise (left). The valves shall be IOWA list 14. or Hue Ilar A-2380,or Kennedy. All valves shall have concrete valve markers. The markers shall be Lundberg concrete pipe Company right of way markers State Highway Design or Equal . . TS-2 4 ) l BONG N0. 04-638-1982639 BOND TO THE C,fY Of RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned SURFAC CONSTRUCTIONCOMPANY _ as principal, ar.d CZ`M) Y corporation—organized and existing under a aws o the Late o —jjkv .YottKi - as a surety corporation, aid qualified under the laws of the State u�Washington:o Eecnnie surety upon bo,,ds of contractors with municipal corporations, as su•:ty are j96R+4yTft"Esgii660A f,h1i and firmly bound to the City of Renton in thn penal sum of ETpgpD 1III psy the for the payment of which sum on demand we bird ourselves and our successors, eirs, administrators or personal representatives, as the Lase may be. This obligation �s entered into in pursuance of the statutes of the State of k,.,nington, the Ordinance of the City of Renton. ' Dated at SEAT= ,Washington, this _.2�th day of AUGUST 1975 Nevertheless, Lie' conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance ;or Resol,,tion) No. 2295 providing for WATERNAIN INSTALLATION FOA RENTON HILL WATER SYSTEM W-410 CITY OF RENTON, WASHINGTON. Tw-6 I ch contract s referred to erein and made a part hi—re—of—as-"though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said L ::tract, and undertake to perform the wort therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said StiRFACE CONSTRUCTION COMPANY shall faithfully perform all of the pro is ions of said co,tract in the manner and �� In the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material , men, and all persons who shall supply sikid principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damaage occasioned to any person or property by reason of any careless- ness or negligence an 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 failure of perfurmance as specified in said contract or from defects appearing or developing in the material or workmanship provided or per- formed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but other- wise it shall be dnd remain in full force and effect. • APPROVED as to ieg: :"Y. SURFACF CONSTRUCTION CWANT — Y _ Approved: _ AMER FIDEL7 FIRE INSURANCE COMPANY _ By: C �•_ �._ jifiAliy - ATTORNEY-IN-PACT 1 n. �7 Uf Nk NrtN - Lih L1i NA'y !Rr i.t ..' _`. '. •..' .. ,. ...I LIPAL ILM. - Iub MILL AYt. li. °•' JTUi, .A 44055 �y /ru:n.wul._- llWYlRTA11T1 L'j I V ji Lnl.. atwrr A{,pruv�l 2 4 j -CV/•/7J:1# fA+f: PhINT oh 'fYPt. ANL ILL SUhl: A-1. Ih:f.JMKIf lh buY{nYY. AddlusY /flJ / i- .��y.s _._.-- I tx.. .IW Sllcy[) � 1�II' � Jul e R.nd ct buY ula az an Wttxa t.�^cal rLt..l_ �tIK>Kx-a��-._-- '-- '—'-^—�- im ..wrw 1 Ii \.. Ib 1inxtu tl¢r Frt.11 a 1� l nuaF Wye tnrr lrrLlVit AL atlNthf__ ILJ. bLh..ni \J =r _ .N .Mll.+f: � a .:.. r , \es Way..'. .Jdn•.s xlJ `' 1..,... ..L ..•..\, kw e,ml., .,r ual:•.err TbIl ausaura:. .... YVreur lY u1•.rxtd b5'__._____. .-__. . '-.-""_ -. . .... L laV1Wb Ia.rb W.• ,• vnse Ii•. —" _ Neva Ycu Lvur Ilad x IWntdu Nub uwas La i u' -.-_- ._...-- - ul•unlr+1 Lrala •,t bu:.irw Y:r ur M+Yl�.0 IIW F'IA4U �4'j'Y 1.L _1r•- ���s .._ .. In dvturwu.l ny la.nn:.e tear L.13anYpa tLrel:: tu.J.wew: .14tul-lv the "ty .,[ . .urY PrrtuuD Vf tr,e\r .\ut les Nathin th,; •.RY. r , LrFt .J u..i ..1•.�. .11n.1.' xl 1.1le.tEl.• Yt:Y GXd: l.Ltar Lehi'.. anu:rr V,t.l 1 � ; cutLi 4�ifl.l u� l'i.:." IV, I!.. rry -.•rY•, .,r[:. f ia.enw tca. 1+•u'•tY. Any, .IW WLu1 la•. aw'. wwm uJ ,t' hALdd01:: L1:I'.,d I:i ur.... .: �A•.._7_.. Lr. A. - 1 V.r Vugn 5 earPluyveb N, 5 r n.ugt, Ur uy-1VYeuY • ih asr.prL [U MI'luyea•Y 44.1,. _ _ _ .^.�� _. ✓ - Ll ud"w :• 1'01 ..44oY'<ra PL1P. 57.50 PLR Ewl-yrkk lMN - 21 .L—H 4na 1:,,.uu R, lul through 1w . I-Yera r PLVS 51.15 PER LWLOYEE OYtR2vi It IUI L - wU. PLVi S I.UU PER LMPWYEE tAhN _--- 7U1 v y ruw_r: _r2[Atr.f_ aFluY txl:we W PYY .I than lU MYe ut Jw da w luy.eY rrany pre thin one tlnua.nd ata tur nuldrrrA L 4uU{ twurs 1•ei W'+R• ancl4dlb`l legal M1JdA� .urn • _ Se lo"'tlwl tine during the [.clue Ilil mr.nUi {.a . . . Ue 4h•luunt iu S.Yb .rt+[ Jw die l..e rhicL tJl. :IveYse tee aA c0NP4tud, •lull Lr wnai hVO- Oelamivant tU d.Yo Itul JJw data 1�'e JnNA,wnt .w L,Y..b; thlraa wrtang lean [fun oils t1,44 Lielil.I.At Ju "Y �-JtuU{ hours, a.IImllAq toga W W.YY . 1:%1 L'" .ax Ruldtad Il. wiLb u.nt llU CA" alai dur date. . . • . :Se yd Vxd.la4n q tl •hell w con.3wreJ NLd Qt sY WRxfVyruLLL er elrt.4u nt 1Su d %> ur w,\a IP delloyess y V,. l Comp t d D Adding ta>gether lna pE .el,lDYe.Y YnA11 LY Cl1ePY Y puptwr of Pe~.lt ee1•10yeeb A[W the nur•I,tr ul tey•,r xry employ..., tlw i.tter figure G wvL*d by dIVldlrrg tot.1 Mn hour. Itrleludlnq le"I Wildey ArW r.cxt ton tNel wrad by Ail ueyurA[Y cep luYeas, by ons thuuY.IW ILA QAMI[d I1.DUU1• fete tD tlw Lent of W I tsr.L Y certify Vut th. Yt.1.0ontb Eurni WlYJ DY ee uo duY Yk'pl ara ion are •rue xnJ a.ry I(/L' • Yrwal.dW:• [ _ H . ._ - a� -_. a\gnd C __ -_ LYJ IA/f b46\M'YY LICYDYe lAbYd. J YNLTE wtal Jy -� (i -- �J Title _QAe[_ IN TN1S r ?yly L.S !lM:li kNmrbe . IL-74 f.$ 1 1 mil. .s-�0'.hYf•M1 REG, CONTRACTOR-. NERA1 SURFP7E CONSTRUCTION CO 640 S• 136TH ST SEATTLE MA 96166 !_223: �,1. . 17320 . Cn. "2. 7.15. s .d t i y I PROPOSAL TO THE CITY OF RENTON RENTON, WASH(NGTON Gentlemen: i The undersigned hereby certiflr : ._ examined the site of the proposed work and ha_5 read and thoroughly understand - the clans, specifications ind contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can ba completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates an! prices: (Note: Unit prices for all ite ns, all extensions, and total amount of bid should be shown. Show unit prices both in wriVn/g and in figures.) Signature 4 Address > i 19, Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation — — -- Corporation n^ganized under the laws or With Main Office in State of Washington a. s , t l G J SHALL INCLUDE �2' MIN FINISHED GRADE HYDRANT EXTEN WHEN NEEDED { —_ . . OLYMPIC FNDRY —OR EQUAL CI VALVE BOX 6' C I SPOIL —6" GATE VALVE (FL MJ) CONC 3/4"SHACKLE RODS \ ' r CONC BLOCKING— BLOCKING I 1/2"WASHED GR4" X 6" TEE J•FL) 16' 4' CONC BLOt:K;NG f -HYDRANT il♦ HYDRANT GUARD POSTS SHALL N BE STATE OF WASHINGTON DEPT. OF HIGHWAYS DESIGN OF CIRCULAR 3 3' 3 3 PRECAST CONCRETE GUARD RAIL POSTS. O GUARD POST (Tim O 1 INSTALLATION NOTE: All fire hydrants and guard posts shall be painted as directed by the Engineer. % guard posts shall be supplied at each hydrant, except where directed by the Engineer. The hydrants and posts shall be set to meet the future grades along Cedar Ave. S. ' STANDARD DETAIL FOR HYDRANT ASSEMBLY a HYD. GUARD POSTS 1 tyqe A 13wkWq elocM ve s • 1. Rlr+l os to ■ Ap 'a yEyD x(b snau�r Auras--, rvb w --_- � s fG JI d 6i y vs it 0 Trreut 6-- iT t I 20 �� .1 3 e' 300 n ` 20 1 1 30 ° 16' 275 + It 10L: t 5 1 -0 flr�ff 3�11}1 CaK T7' 200 II .S30 t � 4 1 21 t Type 8 8btkrlp For aY lwtt[aI BMM Type B-Bkxkxg ✓wl of W $or.Y Wt xo een9s Slrrke Noss--- ve 5 I a I- \ �Y6•Y 4 Tort ckft- SSSB f 8 2 Al t23 5Q 2 ( / ' Is Y W 40 1 6 s 4 I . 1 57 � Gmf D0�27WrK �' 1 n STANDARD DETAIL ' FOR BLOCKING OF CONVEX VERTICAL BEND t TAP" I FIGURE I Thrust at Fittings in Fo_:ndr. T "94p 1 Thrust Block I cltions w• 1.11� VW er, 10w mN�' nw M.•ri.lw- r'-IW 1330 19x 11111 676 ; ._ b "I" IOU IC10 fif .)D If 10 __ fIx _II30 41! fee93sra-6 ( A -- 4 - IW IOU 37x 14x 0 79a0 t 1x 3030 346 ma late I00 30 late9 14 % ^ r-IW—3m Nx --2m Ia00 Ise 4106 No 310 um goo 471113 me xx 1400 r-IW "so 8310 -fD40 Y70 Ise txo sex 2340 xx >so 7419 11700 60f0 IOU - le'- Y *= IxW n o M]0 Ise 11309 16000 +ix 4400 - - I>0 I1300 17M six 41W xe 13M 194W N:e '_--4310 Ir-too IxW 19100 II'm 33aa no 146W 30f00 II,W 1100 Igo 13f00 33300 IIM 1310 - !00 117W f44W I7300 6730 -j------ 11 W -- I8600 21,300 143D0 Me 100 Ix00 311000 It= 7740 ISO 216W 30M 14500 "a 3W 23M 32900 I11100 seat 14 SO _- 24M 21900 11460 --a7f0 10o lilac m330 I97W 10000 �. IW 116W 29,00 3,300 loreI'.1--- 300 _ 32M 43600 2471IIIOJ If.- 10 basic 43400 33M 11700 CI iN 133u0 405W 396m 137W Ix 1x00 313W 3N00 117W 300 _ 39]00 Ulm I1700 149W sY•-too 39 00 SHOO 30300 —*500 IW 43M xIW x3W AND Ix 436W 47000 36100 moo - 3W oaa 67ax x3W moo x w W00"sic KM 600100 "Us 3a4aJ la0 x100 6a300 6x00 3530: �_ ••. 30 11700 81300 47300 xiW G x0 94300 _964 {0a 43 - -x600_ (4 _ 1r-- x 614W---- I 700 O1W IW 33300 -/--yILIF---- 100 0VC! 1330W 471W 34400 350 Ulm 111000 740W 37700 f, f00 !DW13 110000 __ s1100 41400 it-- x 110014 If70W x40a-- 46100 160 171000 17x00 %9W 4H00 in 13000 Is70W 101W 141W goo 113000 t1x00 1160W 1930 TABLE II "1 Sate Eearinc Loads in lb/,¢a. Ft. The safe bearing loads giver. in the following table are for horizontal ti,rests when the depth of cover over the, pips efccesds 2 feet. SAFE BEARING LLY,q � FOIL Lb. per SQ,Pt, ItluOk, peat, etc. 0 Soft Clay 1,000 - Sand 21000 Sand and gravel 3,000 Sand and gravel commented with clay, 4,000 Hard shale 10,000 J •In muck or peat all thrusts are restricted by piles 0+- tie rods to solid foundations or by removal of muck or peat and replacement with ballast of aufficitent statility to resist thrusts. Blocking Pago 3 1 51. f D. CA�O_�,4T7 600ATI_MI.a IWthsa operating pressure = 1.5 x normal operating pressure Area of concrete (A) m TAruat in pounds Safe Scaring load in 4POunds/eq. ft.) SAL Nazism height of thrust. block (Ilm) Oepth o[�;gicR In Feet 4 "�r.r 2 2 Y Depth of concrete thrunt block = (Width of trench in feat)(outside diameter 2 2 Maximm length of thrust block (1*) ' Area of Concrete P f-- "axiom ])eight It Required amount of concrete (cu. yd.) (],eight x depth x length)x0.03704•(16xlsxDc)xO.03704 f. ?z F, x F. 10"I'IF I. Prublev: Calculation of the asont of concrete required to block a 900 bend in an 8' C.I. watersainr the norm] operating pressure in the pipe will be 64 psi and the soil condition in the area indicates ut sand and gravel. ' i- Solution: - Maximum oleratinq pressure 1.5 x 65 - 97.5 psi Outside diameter of 8- pipe = 9.05 in. - 9.P5/12 ft. 6o to Table 1: The calculated maximum oµratinq pressure is 97.5 psi, the table does net list this figure no we take the first - figure in sequence being 100 psi Pnr an 8- waterpipe, having a saximus operating pressure of 100 psi, "4 we see that the thrust on a 910 bend is 5,420 pounds. -Go to Table I1: Table tI gives the safe ',wring loud for send and 4' gravel: 1,000 lbu/sq.ft. H -Go to Figure I: Figurr I indicates the pceitioo of the concrete •- for blocking the 900 bend -Co to the specifications of the project and firxl iepth of trench (h) 3 feet Width of trench (W) - 3 feet With the above assonhlc,: infozmatinn we proceed to the final calculations: -Area of concrete (A) : Thrust 54a0 - 1.80 sq. ft. >.. ,'. . Safe Posting Load 3000 -Maxisua height of thrust block (Ha) • begth of trench = h 1.5 ft. 2 a z -Depth of concrete thrust block (DC) Width of trench in foe& (Wf - [lots ae bi.aiogtar of Vipa (dl a J 9.U6/12 - 1.12 ft 2 -Maxim,= length of thrust Klock (I,) Afa_pf C.a�crete A }_yg.1.2 ft. Height of "'one. He 1.50 ,`" -Re Vd re<1 asont of concrete . (HeightxDepthxI&nyth) x 0.03704 - 4Ha x 1, x Dc) x 0.03704 - (1.5 x 1.2 x 1.1>1 x 0.03704 = 0.074 cu.yd. Floo*irq page 2 4 STANDARD DETAIL FOR GENERAL BLOCKING CCHCRMr RIACKINI. SIZING PROCEDURE A. GENERAL The amount, of concn•te required to anchor horizontal bends, tees, and derd ends deperds on the strength of the soil. The methods of placing concrete to keep the joint accessible is sham in Figure f. The area in square feet of concrete which must bear against the side of the trench is found by dividing the thrust in pounds shown in Table I by the safe bearing lead of the soil As sham in Table Ii. H. CRITERIA - The sizing procedure is for horizontal or downward thrust only. - Height of the thrust block must be equal to or less Gun 1/2 the depth from the ground surface to the block base. - The thrust block bearing phase is approximately rectangular. - The concrete blocking shall be as per AWA specification 74-2.14. C. SYMBOIS d. Outside Diameter of type in 'Feet T . Thrust in pounds at the fitting (Table I) SB2.• Safe Bearing 1"d in pounds/sq. ft. (Table II) h . Depth of trench in feet N . Width of trench in feet A • Area of concrete which must beat against the side of the trench in sq. ft. Pm• Maximum height of the thrust block in feet pc: Depth of the concrete thrust block to bearing surface in feet Im- Maximum length of the thrust block in feet �tw a �✓w wcL hl Slacking Page 1 T �t.d 1� FERTILIZER Section 9-14. 30) of the standard specifications is supplemented to include the following: A commercial fertilizer of the following formulation shall be furnished as specified: All fertilizer shall be pre-mixed prior to bringing on the job. The (' fertilizer shall be applied at the rate of 500 pounds per acre. Available Soluble Total Nitrogen Phosphoric acid Potash Lbs/Acre as N as P 2 0 5 as K 2 0 •18.4% •14% *14% 500 Not less than •60% of the total ritrogen shall be derived from ureaform or ureaformaldehvde. Final mix to contain not less than '7.8% water insoluble nitrogen. Label shall meet requirements of Washington Commercial Fertilizer Act. "Guaranteed on label . MULCH Section 9-14.4 of the standard specifications is supplemented to include the following: Wood cellulose fiber shall be applied at a rate of 2,000 pounds per acre, or straw mulch shall be applied at the rate of 3 tons per acre. STOCKPILE SEEDING All stockpile areas where the material is expected to remain in place during the inclement months shall be seeded, fertilized, anJ mulched. 7 4 CITY OF RENTON SPECIFICATIONS HYDPOSEEDING Hydroseeding materials and installation practices shall conform with the Washington State Highway Commission ''Washington 1974 Standard Specifications", Section 9-01 and 9-14 Roadside Seeding. The contractor shall notify the Engineer not less than 24 hours in advance :)f any seeding operation and shall not begin the work until areas prepared for seeding have been approved. APPLICATION OF SEED, FERTILIZER AND MULCH These materials shall be applied in two applications. The first application shall consist of seed and a non-toxic tracer. 'he second application shall consist of a homogenous mixture of fertilizer and wood cellulose fiber mulch. this mixture shall be uriformly applied over the seed. Tne second application of fertilizer of the same form,Jation and at the same rate as the initial application shall be applied 60 to 90 days after the initial application of fertilizer; however, the st .und application shall be applied only between March 1 and December 1 . MATERIAL Seed Section 9-14.2 of the standard specifications is supplemented to include the following: A seed mixture of the following composition, proportion, and quality shall be applied at the rate of 100 pounds per acre: Kind and Variety Percent by Minimum Percent Minimum Percent I of seed in Mixture Weight Pure Seed of Germination Colonial Bentgrass 10% 9_82 95% (Highland or Asto-ia) Red Fescue tIllahee 40° 39,20% 9m,, Rainier or Pennlawr` Perennial Rye 404 39.20% 90% White Dutch Clo,er 10% 9.90% 9D$ (pre-Innocula''ed) Percent Weed Seed .50% Maximum Inert and Other Crop 1 .4C% Maximum TOTAL 00.00 ,r �04 j:. I b•�t Fe.c xa.,.t [✓•: t..M rc. Ylt.+.M,.. t--}------,�—=.— ::. a�ets,e� ,•.. Reduced Priest ...a..' s-:• •._t«ew �ca._.T— ::n �.x .a.. �. DO Not scale r ��An4.0-[•IL 9iCA "-- a.E._Q n. .-]L~— "-,_-- '- cT . r or . wO• L .•+' w•. re^L l:.. d.+iAC .b•� — au¢•[: :•.:.•s ; Av ' I..`A 1• .:.cx-t of�e.nD. c_. WAtER k.r ES -- --_.�— Cn :J..Y.hb M�E..•i .. 5/// +-- -- -- � NfLa - LW O..fc1 r • •-•""" i. {. 1 i •yt. � If • ` E G I 3 r e Y.J Ira ELEVATION VIEW PLAN VIEW (Nni ,; SCALEI J MATERIAL L19T 1 ( 2) — N 10045 1" MUELER CORPORATION STOP 2 ( 2)— 1" COPPER NIPPLE , 3 " LONG, MALE 1 PT E MALE IPT ( 2) - 1 " M 15475 CORPORATION STOP 900 COUPLING 4 2 LINEAL FEET , TYPE 'K' COPPER PIPE STANDARD DETAIL FOP I " BYPASS ASSEMBLY FOR 12" GATE VALVE f J I i i glow M n �►. in ENDING OF FILE FILE TITU IA As aurM f '�eenena�■ ^RaarrR'�.�M_e�:r�111�1.��lUslwe. _ , + Contracts Other Than Federal-Aid 7 of 7 1 IN WITNESS WHEREOF, the City ha- caused these presents to be signed by its 'iayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR MY OF RENTON Roy 0. Surface, doing business as Surface Construction Company i"`�. 1 ATTEST: mayor Secretery tGtiyClerk boa 47 ��o on State of Washington License: 1223-01-17320 City of Renton License: n° 4 � . 1'' R Contracts Other Than Federal-Aid 6 of 7 obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. rW 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payro Is, reports, estimates, records and miscellaneous data pertaining to the Contract as may be reouested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project u. ier 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 . The surety or sureties on such bond or bonds must be ? duly licensed as a surety in the State of Washington. J 11) The total amount of this Contract is the sum of Forty-Three Thousand Four Hundred Thirty-Eight c 711100 (S43,438.71) which includes Washington State Sales Tax. Payments will be made to Contrar• r as specified in the J -neral conditions" cf this Contract. v + ���I♦91 1��/^"L II �riRM ! Contracts Other Than fe0eral-Aid 5 of / notice a; heretofore specified shall be given by personal delivery thereof or by depositing ,ame in the United States mail , postage prepa'd, ! certified or registered mail. ! 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract f'.ial execution, and shall complete the IN full performance of the Contract not later than 60 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delr, will be the sum of One Hundred Dollars ($100.00) as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the o .nal certificate of payment nor any provision in the Contract nor partial or -ntire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall Se under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one 11 ) year from the date of final acceptance of t',e work, unless a longer period is specified. The City will give notice f observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be V Vr w► } Contracts Other Than Federal-Aid J of 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and empluyees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connect?on with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, ' omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or un- patented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. , In the event the City shall , without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paiLi by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may b, incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. f1 6) Any notice from one party to the ot!:er party under the Contract shall r be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such 4 Contracts Other Than Federal-Aid 3 of 7 subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement 4 for the correction thereof oe made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety sha'1 have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15 days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving . notice, the City its( lf may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so ing, take possession of and utilize in ompleting said Contract i materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of t.ie project and useful therein. 4) The foregoing provisions )re in addition to and not in limitation of v any other rights or remedies available to the City. v f r 2of 7 Contracts Other Than Federal-Aid and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all require- ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the 'oliowing documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, as if hereto attached. a) This Agreement b) Instruction to B`.dders c) Bid Proposal d) General Conditions e) Specifications ' f) Maps and Plans g) Bid h) Advertisement for Bids i) Special Contract Provisions, if. any 3) If the Contractor refusr. , or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in riting thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he shoul� make a general assignment } for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his ,y I r r I of 7 CONTRACTS OTHER THAN FEDERAL-AID r M THIS AGREEMENT, made and entered into this day of AN s T 192r, by and between THE CITY OF RENTON, Washington, a municipal coryoration of the State of Washington, 'iereinditer referred to as 'CITY" and Roy 0. Surface, Ming business as Surface Construction Company hereinafter referred to as "CONTRACTOR." ' WIINESSETH: 1) The :ontractor shall within the time stipulated, (to-wit: within 6o working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and fu> ish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. W-410 for improvfinent by construction and installation of: 12", 8" and 6^ Water Hain in the Renton Hill Ave. , on portions of Granr Ave. S. , S. 5th St. , S. 9th St. , S. loth St. aid S. Iltr All the forego'.ng shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issue" by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labs, materials, appliances, machines, tools, equipment and services shall be furnished 1 ♦ tj Imo- APPROXIMATE UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE ^RICE 9 1100 TON Furnish and Install Select Backfill Material r $ rs Per Ton 10 50 TON Furnish and Install Temporary MC Cold Mix Asphalt Restura- Lion Per Ton 11 50 TON Furnish and Install Asphaltic Conc. Surface Restoration Per Ton 12 A FA Reinstallation of 3/4" Water Service 1!7 Per Each 3 Y, Sub-Total $ $y/2.LL,--' 5.3E Sales Tax $ .2 f fL .3I TOTAL THE UNDERSIGNEf BIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS PROJECT IF AWARDED HIM, WITHIN TEN (10) DAYS AND TO COMPLETE THE WORK WITHIN SIXTY 160) CONSECUTIVE CALENDAR DAYS FROM DATE OF EXECUTION. DATE .A r,i 7;i THIS �...-:J, DAY of Ju T I TL E_�rv�r ADDRE S /fi ?/ /,i..l,. /�ui� - c�:1.� Ls��• /:�i �wuawsl�inal�nrwnlo �twwwa�w�wainwilwwaaw SCHEDULE OF PRICES (W-410) RENTON HILL SYSTEM IMPROVEMENTS (� (Note: Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where con- flirt occurs the written or typed words shall prevail. ) • APPROXIMATE UNIT TOTAL �. ITEM QUANTITY DESCRIPTION PRICE PRICE I 578 L.F. Furnish and Install i2" D. I . Cl . N2 (TJ) Watef Pipe $ .;. J//.,sy . . T Per r L.F.L. 1 rds Figures 1 2 1205 LF Furnish and Install 8" D. I . CI. 82 (TJ) Water Fipe 5 An—e .a..r l.:"•. f-., c'..TJ 5 Per L.F. 3 382 LF Furnish and Install b" Ductile Iron Cl . 82 TJ Water Pipe c' �' r, 2 ' Sti ta— P , L.F. ^ 4 1 EA Furnish and Install 12" Gate Valve (MJxMJ) Assembly - Per Ea. 5 7 EA Furnish and Install 8" Gate valve r Assembly Per Ea 6 6 EA Furnish and Install 6" Gate Valve Assembly / /' Per Ea 7 5 EA rurnish and Install 5 1/4" MVO Fire Hydrant (MJ) Assembly or (FL) $ 1,� — ./.a„„/.mod �4,limos Ste_ 55'Tr4 Per Ea 1. 8 15 C.V. Furnish and Install Cont. Blocking Per C, . "� 1 ICHUBB/PACIFIC INDEMNITY GROUP 100 Witham Slrect 32o0 Wilshire f3culev110 New York.NY. 10038 Los Angeles.Cj090010 Nome and address of party to whom this car d¢ate-s resuod Certificate No� CITY OF PENTO" X FEDERAL INSURANCE CO. GREAT NORTHERN INSURANCE CO ENGINEERING DEPT. _ PACIFIC INDEMNITY CO. VIGILANT INSURANCE CO. CITY HALL SUN INSURANCE OFFICE LTD RENTON, WASH14GTON ATTN; RON OLSON Nome A Addres ineurad Name a Address P,,Jucer VOY 0. SURFACE DAN b. HAUFF & ASSOC. DBA; : -RFACE CONSTRUCTION COMPANY P.O.UOX 770 640 S.W. 136th RENTON, WASHINGTON 98055 SEATTLE, WASHINGTON Tbi3 is to certify that ttie Company indicated by X has issued to the Named Insured insurance affording such coverages as are in. N ocoted by a specific(X)entry in the Coverage column sublets to the terms. conditions.and e.cluarons of the policy6its)and that such nourance Is in force as of(date) TYM OF POLWY Cpey POLICY N1YK11 POIICTr PaN00 Uuf s of UABRM it—._.__ ti WerYwea9 CaxFewaYat Ex. tMYaary—In conformance wltn rM CompaM anwm"w WM IEs Ron Law of iM SIa4 ul IEwrd—°DD'LrINJURY — X 7775 70 34I 8/30/74 to Prembaa_Ops--"R""s 8/30/76 Escalators +f Each Parson Inal»,wam Conlraetors j (f 500,000. Each 0r:cunenoo Products-Comilwad Offairatkorat _ f 500,000. Curial per, ducfa. _1nclOMnl ConlracWal _ � � 11 ComM O{wr. Spoemed Contractual' I l f INCL.C . Each Person _ &anket Contractual Ex.$/30/14-75 Is INCL. Each Oc<wnnp 9 a W UsIOV—PROPERTY DAMAGE X SEQUOIA INS EaP / Pnmisoo-operatbM _ f 100,0011. Each occurrence _Escalslora GLA 100 OC f 300,000. Agg.-✓rmn.oper. �nwpnldantconerActors GLA 100 091 8/30/75 - 76 s Aggngs1s-Pro1WI _ Products-Complai Oparstbtr _ f Aggregate Products, Ircldamal fdntlactual i Comp) Opsr Specelod Contractual' f Each occurrence Bianpl Gentlaclual f Aggregate 4vMmobxa Umbfltf'--BOOtLY INJURY _ Owned Automobiles X 7775 70 341 u/30/74 to f 250,000. Each Person Hind ANornnbttp _ $/30/76 I Non-owMd Automoblye_ Ex. f 500,0C"'. Each Occu,rence ,f11FaMM.'N Llsailey—PROpERTY DAMAGE i E+p j r Owned Automobiles _ H_Ind_Aulom_oblles_--__ - f 100,000. Eacn Occurri —_Non.owMo AutcmobMs ,Covalago Is provided 101 Ilablllty plumed by the Named Asu:ad for ins contract banwen the Named Insured and dated so p,Ovlded In the COAI'Wtub. Liability co Ws age pad attached to the policy. Excess Property Damage Griffin & Co. , Insurance Policy xNAC 4SO $250,000/$500,000. Eff. 8/30/75 to 76 Excess Property Damage Market Ins. Co. NXEL 000655 $250,000/$500,000. Eff. 8/20/74 to 75 _ I THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AM'" 93. EXTF aDS OR ALTERS ME COVE UGE AFFORDEO SY ANY POLICY DESCRIBED HEREIN. he poiicy(ios) is cancelled or changed In such manse,as to affect this cnnlf, to, Me .Om,Any w L msl: 10 IM parry to whom mile a•.txkac, N sired,a1 IM address shown iibove, 10 days bouts of any such cnange o,can.if'Iahon //1��^n_ ,Is"rilhcc.e '.IOII rot be valid unless signed by on authorized representative of tha Company AW n AI..0 N•y.vsvn V e.v .41t{s r+•• s El,m d« ..m .aes ayw ... 11 � Ay . ��1 ''✓ . its true and lawful attornty(a),n-fact, wrath full power and author,: hereby Conferred in its name, place and stead, to sign,execute,acknowkdgt and deliver in its behalf,and as Its act and deed, as follows: Specifically and only •m (Kurds execuled laving Sty' udemnui:r.,.m of the Small Business Admimsumrnn o, ai amount not excced••jt i_'OO.OWAU in any smgic inst.nce. for or ten behalf,if this Compmy, in its business and in accordance with its charter,and to bind AMERICAN I IUELITY FIKF INSUILWL COMPANY thereby,and all of she acts of said Attomev-in-Fact,pursuant to these presents,ate hereby ratifwd ar,d coathowd. IN WITNLai; WHEREOF, die American Fidelity Fire 7nsurmwe Csmtpany has :auvC J first presents to be sypred by its Presdenl and/or Vice-President,and its Corporate Seal to be lierero affixed. AMFRICAN FIML 1'IY FIRE INSURANCE COMPANY s � J Robert J.Kennedy,trace-President Stare of New York} r,un:y of Naito F n• 1ht thn 7nih ,iay of Marc[,. 197+, !•cline the subscribet, a Notary Public of dic State of New York in and for the r'nunly of Nassau July corruns siorsed and qualified,canto kobeft 1.Kennedy of the American FWcliry Fire Incur MCC -'ompany, to wit personally known to be the individual will officer der rihtd hcrcm,and who CACCwleJ the pre- cedra•instrument,and acknowledkrd Ott execution of the unw.and being by we defy sworn,dcp,�w4 and said,ttrat I,e a the officer of said Company aforesaid.and that the teal affixed to fire preceding instrument is the Corporate Se.d of said Company, and the said Corporate Scal and signature as an udicer we•e duly allixed and subwnhed to the said instroment by the aurhmity and direction of the said Corporation,and that the resolution of sad Company,referred to in the pievedmg msivantnt,is now in force. IN TESTIMONY WHLREOF.I have hereunto act my hand,and afsued my official seal at Woodbury,New York else day avid year above written. Notary Public ALINA Z AK RZF.WSKI NOTAR t W!BLIC,State of New York hhr. J10.e785728 Qualified in Nassau County Commission Ex pots Marsh 30,19?6 State of New York County of Nassau } W CERTIFICATE 1, rise undersigned.Sec:tiary of AWRICAN FIDELITY FIRE INSURANCE COMPANY a stock corporatist of the State of New York, DO HEREBY C ERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and futtheirrwfe,flat the Resolution of the Board of 9irec- Wis,as set folh in Cie Certificalt of Au,honty, ire now in forte. Siftncd and Sealed at the Hasse OffAm of the Company,at aoodhury,New York,Dated rhis26th day of August A.D., 19 75 h Assistant SLesetary e0 _ WA KA 100 I4M �s r 1ERICAN vrir - x LfTY' FIRE INSURANCE COR ANY + WOOOBUn,,NEW VOnx ' POWER OF ATTORNEY KNOW 41.L MEN BY THESE PRESENTS: That t':e Amrruan Fidelity Fat Insurance Cr asparry,a Corporation in tie Stitt of New York,having its principal office in Woodbury,Stale of New York,pwsuant to the following ie"Ilution, adopted by Use&ufit of D-mcion of the said(bmp:.ny all the INth Jay of February. I W).ti,wit. "The President, at any Vice-Prinidtn:, or other officer designated by the Board 1'xecusive Committee shall have authority, severally, to maker execute and deliver a power of attorney � ifull using as Astait ty-m-Fact well persons, 1 firms Or corporations as w�h uffieva may select from time to tune," Joel hemby wake, constitute and appoint 1 T. KOfI011TEK af:J/w 1. C. BAUMANN of SI(ATIII WASHING ION its true and lawful altorney(s)-m-fact, with full power and authors, hereby coisftowd in its nam,r,place sod surd, to sign, ex ute,acknowledge and deliver in its behalf,and as m act and decJ,as follows: s Slwciflcally and only on bands ex,..vused hawig i1M,' indemnification Of else Small Rusmess Administration in an arnount not exeeedufg S200,000.p'i in any single insfame, for or f.n behalf of mu(omq,any,in its has,neu and in au:orJence with its chattel,and tc ocid AMURMAN FIDELITI FIRE INSURANCL C(AII'ANY thereby,and all of the wts,•f sak;Attorney-m-Fact,puisuaml to these presents,are Newby nm1-wd and ewiloomd. IN WITNESS WHEREOF, the Amemm FtJ&Itfy Fire Insurance Company Isis cauvcJ thcw priests to be signed by its Hesitant and/or Vice-President,and it:Corporate Seal to be hereto affmcd. OIs AMk.RICAN FIDELITY FIRE. INSURANCE COMPANY ,. - Robert J.Kennedy,Via-fYreider.l State of New York I County of Nassau ( a' On this '(,it, day of March. 1975, before the subscriber, a Notary Public of the State of New York to and for i dust Comfy of Namur duly commissioned and qu:Jified,cause Room J.Kennedy of the American Fnkhty fire Imm- iKC ,to me personally known to sac the mJfvtdad sod officer devcubrd Iwrvia.and who exeevled the pre- at, aid ae:tnnwltdged th, exccumou of the saint,and bring by role July vw,mn,J ywved and said,that of told Company aforeuiJ, and first the seal affixed to rise preceding instrument is the Corporate Seal * said Corporate Seal and signature as an officer wort duly aflomJ slid subscribed to the said and direction of file mil CorpOratkm,and that tin:resalutum Of said Cunpay,referred TO is maw in force. ' IN IaTIMONY WHEREOF, I have hereunto set my hand,anal affixed my i.fireia!seal at Woodbury,New York the day and you above written Notary Public •./ ALfNA ZAK R7.FWSss I NOTARY PUBLIC,State of New 1'-ir' No.A"78572B Quolifkd in Nassau Coanly Commission Expires March IQ 197b j. CF.RTTHCATF 1, the utidetsigned,Sieretary,of AMERICAN FIDFLITS 'IRF. SURAN('! r'OMPANY a stock corporaticn of the State of Now York, 00 HEREBY CERTIFY that the turego,ng and allMle Power.d Attorney and Certificate of A,Ucsidty stotasas In full fine and bass not been revoked:and tubfesrmune,th_ .tin Reualuuou of the 9iuid of Ihrce _ toM as aWforth In the Ca tiftcate of Authority,are n"in force. 4 Signed and J"!od at the Home Office of the Compasry,at Woodbury,New Yi Dated thie26th day of August i A X,19 73 +" I