HomeMy WebLinkAboutWTR2700410(4) RENTON HILL WATER SYSTEM - CEDAR -� �� � TA7-410#5
AVE SUB PRQJECT
E. Insure that all +.embers of management within the City are
fu'l/ awe. of and in compliance with the intent r the Affirmative
Action POI.Cy pertaining to equal employment opportunity.
F. Provide continuing coasiunication of the Affirmative Action
Policy to maaagement, emoloyees, applicants for employment, and ti
Is outside organizations ver.'o-minq ser--ice■ for the City.
II. EMPLOYMENT PRACTICES
The overall employment tractices provide the key to assuring equal
employmer• opportunities and achieving an appropriate representa-
p tion in the City's work force. The City of Renton shall undertake
the following actions to achieve these objectives:
A. Review all position nualifications and job descriptions
to insure requirements are relevant to the tasks to be performed.
Revise as necessary by deleting requirements not reasonably reated
to the tasks to be performs: if order to facilitate hiring of
minorities and women who otherwise might riot be considered.
B. Pay and fringe benefits shell depend upon )oh responsi-
bility and along with overtime work be administered on a
nondiscriminatory basis.
C. Inform and provide guidance to those staff and management
versounul who make hirino decisions that avrilications for all
Positions, including those of minorities and women, are to be
considered without discrimination. And that al) anplicants shall
be given equal OOPr .tunity regardless of race, creed, color, national
Origin, ask, ohysi,al Candioapf, or age. Primart• consideration shall
be given minorities, women, and other definable groups at any time the
City's work farce doe, not fairly reflect the membership of these
groups residing witnin the Rentor emplo?ment area.
D. Provide periodic training for managers and supervisor,
r in equal opportunity objectives, making use of such Programs
l as currently offered by the Intergovernmental Personnel Progrtm ev
Division of the U. S. Civil Service Commission and other seen-ies.
E. Provide orientation for all new employees specifically
emphasizing how the City of Renton assures equal onpor. -iity and the
significance of the Affirmative Action trogram. Encourage all
employees and specifically minorit to to avail themselves of
L: services rendered.
F. Recruitinq shall be accomplished in such a manner as to
int ,m the greatest number of minorities and women possible in
the Renton area of ompioyment opportunities and to make known
that such applicants are sought. As regards minorities a des-
7rzption of each position shall ..
L 1. Advertised .n the various ,.enton area ethnic news
media.
2. Circulated to current staff and encourage present
employees to refer minority apnlicants.
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 oualified
minority applicants. An up-do-date listing of these Organiza-
tions and their spokesman shall be maintained by the EEO
Officer and the City Per onnel Director. These organizations
would be identified as, but not be '.invited to, the Urban
League, Equal Opport .nity Center, f:eida, Rir.etachopi, Etc.
All emr .vvment notification shall include the "Equal
Opportunity Employer" statement and date of publication
shall be at least five days prior to cut-off data for
receiving applications.
G. Programs such as apprentice, summer and pert-time .fainets,
intern, and other supplementary hiring progress shall be considered
me in the sa manner is f-_.:-time City positions and be Subject to the
provisions of the Equal Opportunity and Affirmative Action :rograms.
r �
E �
f�
AFFIRMATIVE ACTION PROGRAM
City of Renton
�. The Policy of the City of Renton is to promote and afford
equal treatment and service to all citizens end assure equal
employment opportunity based on ability and litness, to all
persons regardless of race, creed, color, national origin, sex,
physical handicaps, or age. In recognition of its obli<ation to
rrovide community leadership to overcome past circumstances which
have either barred, not encouraged, or discouraged representati+e
minority and female employment, the City of Renton has initiated
r a program of affirmative action designed to assure that the spirit
end intent of th-s policy is realized.
a s The term minority as used herein atoll include. but not be
limited to, those identified " Blacks, Spanish-Americans, Asiai,s,
and American Indians. The spi it of the equal opportunity policy
includes such persons as the Physically handicapped, and those
a over the age of 45, even though the emphasis is upon mir.orltles
and females.
The purposes of the Affirmative Action Program are to:
1) establish employment practices that will lead to and maintain
a minority comrosition of the City of Renton work force that
reflects that of the Greater Renton community; 3) achieve and
maintain equitable and full utilization of mino ity and female
nmployeea at all position levels; 3) promote on atmosphere of
non-discrimination and fair treatment within city government;
1) provide compliarce with State and Federal equal opportunity
requirements and regulations.
This policy shall be made known to all employees, contractors,
subcontractors, and suppliers through distribution of handbooks,
bulletins, letters, and iersonal contacts, conferences and orien-
tation sessions. Signed acknowledgments pledging cooperation shall
be requited of all depart,ent heads and supervisory personnel in ,
the City of Renton and, where appropriate, of all contractors,
subcontractors, and suppliers engaged in City-administered projects.
Such contractors, subcontractors, and suppliers to whom this Policy
shall apply to shall include those with an average annual employment
level of 35 and 'ur those who annually do business with the City of
Renton in an amount exceeding $10,000.
I. PROGRAM RESPONSIBILITY t
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 nersonnel in all
matters relating to implementation rf and compliance with the
Affirmative Action Plan, and be responsible for the successful
execution of this program, utilizing the assirtance of appropriate
State and community agencies and organizations and maintain close
liaison with the Mayor and Citv Council on the progress of the
program. The Equal importunity Officer will have the resl.onsability
l to:
A. .tiate, coordinate, and evaluate the City's plane and
programs which are designed to ensure that all current and p,os-
?active employees receive the benefits of equal employment
opportunities.
B. Evaluate the Equal Employment Opportunity Plans and
Programs of the C.ty to ensure compliance with the Affirmative
Action Policy.
C. Coordinate the attention given to Equal Employment
Opportunity throughout the City.
D. Periodically audit the practices of the City and recommend
improvements in the Affirmative Action Policy to the Mayor's offlcs.
R yOf R@�T SURMAR.' Of
U �2
FAIR FRACT 'C£S POLICY
Of TNF CITY OF RLMIOM
a
ADOPTED BY RESOLUTION NO. 1005
R 'to ALr��
The policy of the City of Rentor is to promote and afford equal treatment
and service to All citizens and assure equal employment opportunity based
on ability and fitness to all persons regardless of race, creed, color,
national origin, sex, physical handicaps or age. This policy shall apply
to every aspect of employment practices, employee treatment and public
R .ontract.
In keeping with Cis principle the fallowing quideline, at* established
and shall be the governing Doltcy for all departments of the City of
Renton.
1, EMPLOYMENT - Recruiting, hiring and Appoi tment practices shall be
ell
conducted solely on the basis of ability and 'itnass without regard to
Fi race, color, creed, national origin, sex, physical hsrdicap or age.
1. PROMOTION - Promotion downgrading, layoff, discharge and inter-
departmental transfer shag. be dependent on Individual performance and
work force needs without regard to race, color, erred, national origin,
sex, physical h,adicap or ago, and, whenever apPlieable, in eg•eement
with w,shington State Council of County and City Employees, and In Cum-
f pli,nce with governing Clva Swr Vics Laws and Requlationx.
I. TRAINING - All on-the-Job training and city-sup➢Irted educational
opportunities shall be administered without discrimination to encourage
the fullest development of individual interasrs and aptitudes.
I. SERVICE AND EMPLOYEE Ct.gt DUCT - Th. City shall deal fairly and equit-
ably with all citizens it serves and all persons it emplr"s, City depart-
ments shall maintain the policy that no city facility shs: be used in the
C' furtherance of any diaeriminatory practice. Each official And employee
shall be responsible to carry out the intent and provisions of this policy.
5. COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City Shall COOPer-
ace to the fullest extent Possible with ill orgenixatlone and commissions
concerned with fair practices And equal opp'irtunitV em Plcymmnt. Such
oroanizations include, but are nct limited to, the State Human Rights Com-
misslon, the Seattle Human Right, Commission, Seattle woman" Commission
and the Seattle Technical Advisory .Committee ..n Aging.
A. AFFIRMATIVE ACTION PROGRAM - To facilitate equitable representation
within t,:e city work force and Assure equal employma:r2 opportunity of
minorities and women in City Government, an Affirmative Action Program
shall be initiated and maintained by the City of Renton. It shall be the
responsibility and duty of all City Officials and Department Heads to
carry out the pol,cies, guidelines and corrective measures as at forth
by this program.
T. CONTRACTORS' OBLZGATION - Contractors, subcontractors and suppliers
conducting bi,iness with the City of Renton shall affirm and subscribe to
the Fair Practices and non-Discrimination P0110iea set forth therein.
V 8. POSTING Of POLICY - Copies of this policy shall be distributed to
all city eMployees, Shall appear in all operational documentations of •he
City, rneludieg bid calls, and shall be prominently displayed In all city
facilities.
CONCURREg TN by the City Council of the City of Renton, Washington this
loth day of July • 1972•
CITY Of xzmrom ACNTOM CITY COVNCIL
y Garrs new
Earl Clymer ncil Prof.
ATTEST: Drn To
Maim a WmM aim 1so� ty -=*'JF
4
fi
W V
LEGAL AND BID DOC
UMENTS
i
n
CITY OF RENTON
r WASHINGTON
LID 293
r,
i.
index
Summary of Fair Practices, City of kenton
Scope of Work
Instructions to Bidder
Call for Bids
Certification by Proposed Contractor
Certification of EEO Report
Certification of Aifirmative Action Plan
Non-Collusion Affidavit
r� Minimum Wage Form
Bid Bond Form
Bond to City of Renton
Proposal
Schedule of Prices
Agreement
General Provisions
Standard Specifications
Special Provisions
Technical Provisions
Illumination
Detail Sheets/Standards
City of Rentun
Public Works Departmeit
Renton Municipal Building
3entun, Washington 98055
I
W6U,.�t. n..nnm i� I , T.S
'F'
_ =rein
mall
�1 111 nud utuY fnn
�IRlalt cs `• ',
7 '.1 AU:
LI
J i A
w 1� i a°°a o0
', ,.�
oQ �fl
mom
Dili aR
7
T'
i
i -
/ r
CERTIFICATION OF RECEIPT OF ADDENDUM
i�
NOTE: This certificat,on must be included
with the bid document in order for
the Proposal to be vali�
THE BIDDER HEREBY CERTIFIES THAT HE
HAS RECEIVED ADDENDUM NUMBER 1
Company
By
Titie —v
3Le:
Y �
CITY OF RENTON
Department of Engineering
Municipal Building
Renton, Washington 98055 •
June 30, 1975
ATTENTION: ALL BIDDERS AND PLANHOLDERS
City of Renton - L.I.D. 293
Addendum No. 1
You are hereby notified that Item No. 27 of the SCHEDULE OF PRICES
Schedule A, is revised to read: "Remove and replace Existing Fire Hydrants."
Reference to this e 'dendum shall be included with any bids submitted
for the above referenced project.
Mounir H. Touma, P.E.
Deign Engineer
Elmer Shaver
Construction Engineer
{
BIDDER'S SUBMIfTAL CHECK LIST
,a s
This list of ..oc:ments, to be Inc'uded in the bid proposal , Is for
the Bidder's convenience. The following Items are to be completed .r
furnished by the Bidder and submitted as part of the bid proposal.
I. Certification of Bidder's Affirmative Action Plan
2. Certification by Proposed Cont-actor, Subcontractor,
and Supplier Regarding Equal Employment Opportunity
3. Certification of Equal Employment Opportunity Report
4. Non-Collusion Affidavit
5. Minimum Wage Affidavit
6. Bid Bond form
7. Proposal
8. Schedule of Prices
The above documents must be executed by the Contractor, President and
Vice-P esldent or Secretary if corporation by-laws permit. All peges
must bL signed. In the .vent another person has been duly authorized to
execute contracts, a copy of the corporation minutes establishing this
authority must be attached to the bid document.
v
v
V
f
a
AWARDED
,fir
TO
s
LID 293
s �'NTO
ENGINEERING DIVISION
Wafer► Pro�tcr�- W - y/O
Bid Proposal , Specifications and Details
for
STREET IMPROVEMENTS
s F..
CEDAR AVENUE SOUTH h
From S. Third Street to S. Ninth Street
c:l y OF MENTON
Pv19LIC WOF.KS DEPARTI.IENT
NUNICIIAI 6UIloING, too tARL AVE S
I FN10N• WAS" 94055 • (706) 235 2631
� 1
BEGINNING
OF FILE
FILE TITLE LC -* 5
rgen6y-\ P ILL wd�cr J Ljs 'e►v - �k
Cedd+- Avt. ) A-?rOIeck
i
1 �
RENTON HILL WATER. SYSTEM - CEDAR ta-41 0#5
AVE SUB I PROJiC`T'
,
CERTIFICATION OF
BIDDERS AFFIRMATIVE 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 approved Affirmative r
a Action Plan is on file with the City of Rentod, and
that said Plan specifies goals and timetables which
are valid for the current calendar year.
M
Date: (company)
-- By:
rA b) It is het•eh) certified that an Affirmative Action Plan
= is supplied with 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:
i) Goals & Timetables of Minority Manpower Utilization
and 2 Specific Affirmative Action Steps directed at in-
creasing Minority Manpower Utilization.
RCompary
Date: — _. By;
(Title)
OR c) It is hereby certified that an Affirmative Action Plan
will be supplied to the City of Renton within five (5)
working days of receipt of registered-mail notification
of tow-bidder status. Said Plan will be subject to
review and approval by the City as a prerequisite to the
contract award, and it wilt include:
1) Goals and Timetables of Minority Manpower Utilization
and 2 ;pecific Affirmative Action steps directed at in-
creasing Minority Manpower Utilization.
(�impaa�y r—Data:
,a (Title) —
r
A CERTIIICATIOt' OP ESUAL PJTPLOyt�NT OPPORTI1NITx REPORT
Certification with regard to the Performance of Previous Contracts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
Reports.
's M The bidder proposed subcontractor
..�
has not . hereby cen he
111es that has ,
participated in a previous contract or subcontract subject to the
equal opportunity clause, as required by Executive Orders 10925. Jill& nr 11246,
end that be has , has out t filed with the Joint Reporting Committee
the Director of thi Office of Ptderal Contract Compliance, A •ederal Government
contracting or administering agency, or the former Psesident's Committee on
Equal dploymant Opportunity, all reports due under the applicable filing requ-
irmeate.
(Companyi
By:
(Title
Date:
Noce: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CPR 60-1.7 (b) (1), and must be
a emitted by bidders and proposed subcontractors only in connection with cont-
racts end subcontract• which are subject to the equal opportunity .lauas.
C.oatraets and subcontracts which are exempt froT the equal opportunity cle•-se
are set forth in 41 CPR 60-1.5. (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, Ptandard Form 100 (EE0-1) is the only report tequlred by the Execut-
ive Orders or their Implementing regulations.
Proposal prise contractors and subcontractors who have participated in a pre-
vious contract or subcontract subject to the Executive Orders and have not
filsd the required reports should note!hat 41 CPR 60-1.7 (b) (1) prevents the
award of contracts and eubcontrscts unless such contractor submit• a report cowering
the deliguamt period or such other period specified by the Federal NLghways
Adriaistrat'va or by the Director. Office of federal Contract Compliance, V.S.
Department c. Labor.
'k 1
CIATIPM4TU1R BY PROPOSED ffAIYWTIV, SURf1DRIAACTOR AM SUPPLILB ALp1RDIRC VAIAL EWVMAMf O►RRTOh ITY
sillil Of lam C.301176CIOr tntrxt seasProject go.
This certification to required pur osW to Pakral Eanvtive r1rhr 11246. fie ImpLoseatinc rules and regulations provide that any
bidder or prospective contractor, or any of t mar proposed utbc rwton and wppliors, %hall state as an Initial part of the bid
or Mgotletns of the rortract whether It has portfcipstod In any previous entroct or anbeontract fubJeet to the eWol opportu-
nity class; and, if an, whether it haw filed &11 compliance roparta due under applicable Instructions.
TMe City has hm a *fora adopted Meooluttoa No, 1. under data of July 10, 1172 to abllwhing a "pair Practices Policy", u Iple-
wanted by an "Affirmative Art Sea PrnBrw" therein establishing and prmattlgat tan the Inl ley at the City of Mention to promote and
afford equal treatoent otd service to all citizens and to saaure •rtwl employment appr tufty hawd In uDtllty M" fltnen to all
ps. not regardless of race, creed, color, otfoaral origin, wey, phye,cal handicaps or age. This policy shall likewise op
pply to
oil rantroetors, tutmvrursaoro mad supplier, coMuctinx buxlsuo with the City of AatGon who in torn shall off/M she mubwerihe
to aid praeticoa mead polities. The aforementioned provbtono dull not apyly to contracts or wbcormr.cla for wteadard commer-
vial wppllero or raw materials or firms or orgsnizatio,u with Lu then VS employeeo and/or contrast, of Loa then 110,046 buof.
nose par aiwta with the City.
When fha Cn+greater/f..bmatraavn/BupplLr is required k the City of Baton to wheat an Affinasttw `%tin plan, the slai-
•g u aCaaptAkla paroantAgs of aLarlty apLyamwt will to that percentage which Iw cdrnatly listed In "Attoelsm+irt 1" (City
of Reason Conk said TlmatabLe) in the pdbllshaA City of Rsotam Affilowtive Action Program.
The undersigned euegractor therefore eovannts, stipu iatpo and .agree. the1 during the performance of this contract be will
t► net iiscriuliste sgalamt any prevent In hiring, promot.ng, discharging, conpenottirg or In any other tern or ,und(tin of eploy-
mwnt, by moron of much peroan'o race, creed, color, r,ligiun, ancestry or national attain as Implemented by the "Affirmative
het/ow, pfad a '.
CMMractar fwrtil" ague that he will take affiramtive sad aasrtirouOus action to i sort full Capliance with such polic, and ptro-
gram in all respects; it I,Ing strictly underateod and sawed that eatlurc to comply with any of the tore, of "Id provs.mins
shall be was cotutllute a material breach of into coots wt.
Coatrutor shall, upon request similar at morn so po siblA thereafter, furnish unto the City say and all Information and re:.ort.
respired by the City to deto,nine .father fall eonplisnce hew been made by the contractor with Bald policy and program and cnn-
tratcor will parent aeee to his hooka, records and sceou.tts by the City far the purpose of investigation to safertaln much
c+iglisnco.
Contractor further aekawltdaos that he haw received a tri, she eamplotr ropy of the Clty's "roir Practices Policy" nni "Af.'irsa-
tiw Action program".
t CD/IMCT 1DrO2tf1CATIOAI 110.
t2]t71 1GTIA11 Of COMRACTpt _
SUWANMCrOR'A CERTINCATIU,
SUPPLIER'S CMIPICATIOX �—
` tluppl4r'a Mess:
r _
Address;
Meprasswtstirn: —_
title: Phan;
1. CNgnpsr/l,bcastrsstor/atpplLr has participated in o prevtuuo contract or wbeowrtat oubio,t to to Equal Opportunity
N M p I
Rea
2. liamcs "I man feu rd be filled In ronmectlon with such contort ar wbwontrsO
fop Yen t Ru I _j
3. f.te:rseKor�> for/ er ]pus fly+Ilul compliance rts dun under application Inatrictfonu.
to
w Lam_!!
d. if seem to item 2 to "b"r plum oxplaln in detail an revoree side of this Certification.
CertlfAcstiem • law WO Motlm above 16 tram end template to the beat of my hnwle4W and belief.
N� and Title or irsn" I plane, ypt
Sf4beturo pate
OvelatMd by City Awthwity, +_
1
f CALL FOR DID (Cont.)
R
u^ ability and fitness to all persons rogardless of race, creed, color,
national origin, say, physical handicap■ or age. This policy shall apply
to every aspect of employment practices, employee treatment and public
contact.
ores A. Mead, City Clerk
Dates of Publication:
July 20, 1975
' July 27, 1975
i
i
CITY Cz PENTON
CALL FOR BID
L.I.D. 293
Sealed bids will be received until 2:0G P.N. , July 8 1975 at the
office of the City Clerk and will be opened and publicly read aloud at 2:00 s
P.M. same day in the 4t:t floor conference room, City of Renton Municipal
Building, 200 Mill Avenue South, for STP£.ET IMPROVEMENTS - CEDAR AVZ. S.
Bid proposal delivered in person will be received only at the office of the
City Clerk in Renton Municipal Building.
Bits recei•-ed after 2:00 P.M. , July 8 1975 will not be considered.
The successful bidder will be required to adhere to the generel requirements
and covenants contained in the "Standard Specifications for Municipal Public
Works Construction," 1975 Edition, as prepared by the Washington State Chapter
of the Am*.-]can Public Works Association.
The work to be performed shall include furnishing all x.ecessary labor, materials
and equipment, and performing all work required for street improvements as shown
on plans and described in the specifications and such other work as may be
necessary to complete the project, all in accordance with the plans and specifi-
cations.
The City reserves the right to reject any and/or all bids and to waive any and/or
All informalities.
Approved plane and form of contract documents may be obtained at the office of
the Public Works Departrunt at the Municipal Building, Renton, Washington for
a deposit of $10.00 each set plus $2.50 to cover postage if railed. The
mailing charge will not be refunded. The deposit of $10.00 per each not of
plans and specifications will be refunded upon return of the plans and specifi-
cations in good condition within thirty days after bid opening.
A certified check or bid bond in the amount of five (5) percent of the total
amount of each bid must accompany each :ad.
Any bidder who withdraws his proposal after the hour set for the opening thereof,
and before the execution of contract unless said execution of contract is delayed
by City of Renton for a period exceeding ninety l90) days after the time fixed
y for bid opening, shall forfeit his check or Bid Bond to the City of Renton as
liquidated damages.
Each proposal shall be submitted only on the prescribed Proposal Form bound
in a complete set of Specifications and Contract Documents.
The policy of the City of Renton is to promote and afford equal treatment
�+ and service to all citixens and asaure eq al employment opportunity based
INSTRUCTIONS TO BIDDERS
I. Sealed bit, for Propsdl will be received by the City of Renton at the City
Clerk's office in City Hall until _2._#Lmi, To6,4
At this time the bids will be publicly opened and read after which the bids will
be considered and the award made as soon as practical.
No proposal may be changed or withdrawn after the time set for receiving bids.
Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to be only
approximate. final payment will be based on field measurement of actual quan-
tities and at the unit pri,;e bid. The City reserves the right to add to or elim-
inate portions of the work as deemed necessary.
3. Plans may be examined and copies obtainAd at the City Engineer's office. Bidders
shall satisfy themselves as to the iOCa, onditions by inspection of the site.
Work along highways must be in conformance with the applicable County or State
regulations.
4. The bid price for any item must include the performance of all work and the furnish-
ing of all material necessary for completion of that item ds described in the
specifications.
Where alternate material is bid, the bidder shall fully describe the material
proposed, either in the bid proposal or supplementary letter attached to the
proposal .
S. the bid price shall be stated in terms of the units indicated and as a total amount
In the event of errors, the unit price bid will govern,. illegible figures will in-
validate the bid.
6. The right is reserved to reject any or all bids and to wdive informalities if it is
deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reservations to the
TREASURER OF CITY Of RENTON in an amount not less than 5, of the total amount bid
shall accompany each bid proposal. Checks will be returned to unsuccessful bidders
imdediately following decision as to award of contract. The check of the successful
bidder will be returned provided he enters into a contract and furnishes a satis-
factory performance bond covering the full amount of the work within cen days after p
receipt of notice of intention to award contract. Should he fail , or fefuse to do
so, the check shall be forfeited to the City of Renton as liquidated damage for
such failure.
6. All bids must be self-explanatory. No opportunity will be offered for oral explana-
tion except as the City may request further information on particular points.
9, the bidder shall , on request, furnish information to the City as to his financial
and practical ability to satisfactorily perform the work.
iO. Payments for this work will be in !__ _ Cash Warrants
4
CITY OF REIiTCN
L. I.D. 293
SCOPE OF WORK
The work involved under the terms of this contract document shall be the
full and complete iratallation of the facilities required for the improve-
ment of Cedar avenue South from S. Third Street to S. Ninth Street, to
include, but not limited to, asphalt paving, curb and gutter, sidewalk,
storm drains, illumination, trenching for underground power, and complete
restoration of all surface material so as to not be a visible detraction.
All work shall be as set forth in the design drawing_ and specifications.
Any Contractor co..nnected with this project shall comply with all Federal,
State, County and City code■ or regulations applicable to such work.
A �
V
1
ATTAC'MNT 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' represen.ative of the• contractor's commf!ments
under Section 202 of Executive Order No. 11246 of September 24,
1965 (as amended), and hall poet copies of the notice in con-
spicuous places available to employees and applicants for employ-
ment.
11(4) The contractor will comply witL all provisions of Executive
Order No. 11246 of September 24, 19E5 (as amended) and of the
rules, regulations, and relevant or,'ers of the Secretary of Labor
and the Secretary of Housing and Urban Development.
"(5) The contractor will furnish all information and reports
required by Executive Order No. ll!46 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 t.ie Local Public Agency, the
Secretary of Labor, or the Secretary of Housing and Urban De-
velopment for purposes of investigation to ascertain,compliance
with such rules, regulations, and orders.
11(6) In the event of the contractors' noncompliance w::h the
nondiscrimination clauses of th:,.s contract or with any of such
rules, regulations, or orders, .his contract may be cancelled,
"terminated, or suspended in wbale or in p+rt and the contractor
may be declared ineligible for further Goverunent contracts
in accordance with procedures authorized in Executive Order
No. 11246 of September 24, 196ri (as amended), and such other
sanctions may be imposed and remedies invoked as provided in
Executive Order No. 11246 of September 24, 1965 (as amendeJ)
or by rule, regulation, or orler of the Secretary of Labor, tho
Secretary of Housing and Urban Development, the Local Public e
Agency, or as otherwise provided by law.
"(7) The contractor will inr_lude 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 provision: 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
V Development may direct as a means of enforcing such provisions
including sanctions for noncompliance: Provided, however,
That in the event the contractor becomes nvo ved n, or is
threatened with litigation with a subcontractor or vendor as
a result of such direction by the Local Public Agency, or the
Department of Housing and Urban Development, the contractor may
request the United States to enter into such litigation to
protect the interests of the United States.
V
1
� t
ATTACHMENT III
Contractor, Subcontractor, Supplier
The City's Affirmative Action Program extends to all those doing
business with the City regardless of soarce of fiords. Each supplier
or contractor having 25 or more employees and/,. »ntract in excess
of $10,000 is required to: (1) Become fan'.liar with the City's
Affirmative Action Program; (2) Certify that they have their own
Affirmative Action Program; (3) Provide a record of intent to
comply by completing the affidavit. The affidavit and a copy of the
firm's Affirmative Action Program may be provided once each year or
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
frcm 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
on-the-;job inspection during the current contract.
As part of the requirement that federally funded contracts for
more than $10,000 are subject to the Executive Order 11246 of September
24, 1965, as amended by Executive Order 11375 of October 13, 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, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or advertisii.,;
layoff or tenninatfon; 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 provisions of this nondiscrimina-
tion clause.
"(2) The contractor will, in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state
that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, or
national origin.
"(3) The contractor wall send to each labor union or repre-
sentative of workers with +hich lie has a collective bargaining
i
r ATTACFCENr I
City o^ Renton Coals and Timetables
The City of Renton, under the established Affirmative Action
Program, has set forth a goal of 3.5% minority employment over a
r timetable span 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 'ccomplished in the following manner: The s
r residency of rll permanent ".y employees Is plotted on a regional
map. The area containing 90% permanent force is analyzed using existing
enesus 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
�+ 3V�. 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 validr.ty 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
which the City will correct the deficiency utilizing measures described
in the City's Affirmative Action Program.
ATTACHMENT II
.� City's Programs for Achievement of Goal
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 cot.tain the
words "The City of Renton is an equal opportunity employer" and indi-
cate that minority applicants are sought. In addition, the following
i agencies that service a high concentration of minority employment are
notified of each position opportunity: Asian. Employment, Indian
Affairs, PRATT Center, S.O.I.C., Veteran's Administration, The Facts,
and Active hiexicanos Development Center. The City employment applica-
tion form has also been revised to reflect the equal opportunity '
employment sentiment.
r
All those in a position to hire, fire ur transfer City employees
have been instructed to use nondiscrimination in their ,judgment of
personnel. All decibions relating to management-employee relatio^ships
will be reviewed by the city's E.O. Office foa possible abuse of the
City's Fair Practices Policy and Affirmative Action Program.
We have totally re-evaluated our ,job descriptions within the City
to insure that qualifications are realistic--tbit position criteria
reflects skill level and physical capabilities required for perf-wrsance
of task and not s reflection of prevailing labor market. Those
positions for which physically handicapped are suited are identified
and priority consideration will be gi•en to those individuals.
1
r 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 work force within the area.
r B. Perform in 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 Iemployees by job classification for
each department it tie city.
2. The availability of promotable minority and temaie
�+ employees within the City's offices and divisions.
1. The number and job classification of employees, by
depart.,nnt, who will be retiring within the next five years.
Th.s list is to include the tentative date of retirement for
each employee.
4. The anticipated turnover of employees due to their
inability to perform adequately, by job classification per
department, and possible date for action.
C. Establish coals and a timetable for the correction of
deficiencies identified. These goals and timetables are an
essential part of the City's Affirmative Action Program and will
be maintained and updated on at least an annual basis. Although
the primary concern cf these goals is overall minority .nd female
employment, thev 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 established as a result of the above
analysis shall be reasonably attainable and shall appear as
Attachment 1 within 60 days after finalization of this document.
� . The Equal Opportunity Officer shall be responsible for establish-
ing these goals.
Specific programs which the City of Renton proposes to unde-take
to facilitate the achievement of the set goals shall appear as
Attachment 2 also within 60 days after approval hereof. These
croarams shall also be established by the Equal opportunity
V Officer.
is
E
s, Furnish information an required, maintaining an
{ affirmat Lye action file detailing its of forts, wit dotes,
to meet its commitments under Executive Order 112ah6.
All data and documentation generated as a result of this
hall
able
reds to any
el tOre Action State agencyProgram
for theirbreview uponde request'
GRIEVANCE PROCEDURES
The ...case of the AffLrmative Action Program depends largely
Opinion
on the attitude of the community as well as the amp: Y
al
asytva hat constitutwidely andgrievancees afait dmay result. T opportunity he following steps
shall to tat:en immediately for any grievance arising maintain the best possible s
implementation of this program so a.s
employee-supervisor and city-community relationships
'• A, The emplovee shall Orin❑ her/his grievance to theho will
Lion of ner/bls immediate supervisor or department head,
investigate as necesaary to determine the cause of the complaint.
level-
effort shall hbenmadePloy ion
re solve to fthetdifflcultyb at this[level.Evecy
s arty, the services of the Equal
R• At the option u. either p he Equal Opportunity officer
'i000rtunit,' Officer nav be requested. as
ahcll interview born Parties, conduct adOitip�.al investigation le
neeea"ry, and recommend apnroPriete correct,ve a=t ion and sett -
ment coeditions.
C, In the 'vent that in agreement re=ha city 'dminlstratioe
and bindinq re+�:oticn is required b}' Y
signed st,tem,,t6 detailinq the grievance and opp,teunfiY )f ficerga+
t ive action shall be obtained by the Equal Equal Oortunit
fi_m the employee and is supervisor. The Equal Op, internally
Y
0fj ,- y drawandithr ma. ex ternsupto the tetyuto err lveiatd recommendedhcorrective
sacti *no hall forwaruttheseostatenenta-a:on9Dwithuhis own'investigationtunitY s
report and rocormendatsons to the m:vor's Office for resolution.
C. The Mayor may elect as deemed ne:es wary and as circum-
stances so dictate to ,^ter the grievance to a special arbitration
committee. (This committee shall be selected .•om among
ocnloyets and consist of an *goal number of mansoe"' and staff
personnel J Thr Equal opportunity Officer and those directly
involved in the grievance shall rnt be voting members �' this
committee. Proceedings of the comn,'ttee stall be documented and
their decision snall be final and binding subject to review manly
by the Stste Human Rights Commission or •h rough the tion gel
system. All reports, decisions, and other documentation generald
d l
oppy the
ortunity grievance Pro asa matter of P sermanent rebord. dual
VI. GUIDELINES FOR MINORITY AND FEMALE EMPLOYMENT
Fur Practices and equal opportunity within City government cannot
e fully realized until an equitable representation of woman and
D
ethnic minorities currently in the Renton area work SO[Ce ere
reflected in the City's an^i ^y•
Of
+ To determine the area and City work for nod in ce prof Section A n the City 13
Renton shall undertake the action Outltive measures will be
below. As inequities art identified, carzec
initiated as established in Section C.
A, Determine the minority and female profile within the
Renton employment area in which the mayority of c, rrent "Ployees
w .aside.
1. Number of minorities per ethnic group in this are&.
ch
any 2. Generalized
locationo within theorit areelgroup (i.e.
ficant
r 1. Percentage of minority and female work force a&
compared to total work force for the entire area,
1
III. ExPLOYEE oevEWPNEN,r
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 in our work force.
A. Assure that there shall be nc discriminat-on for reason
of race, color, creed, sex, aqe, or physical handicaps with reqard
to upgrading, promotions, transfer and demotion, lay off and
icimination of employees. Any action which might adversely
affect minorities or women will be brought •o the attention of
Yw the Equal Opportunity Officer. Employee grievances arising from
such action shall receive im.nediate attention in accordance with
Section VI.
B. Develop a skill inventory for employees which can be
used to identify supervisory and managerial level position
potential. This shall be accomplished by:
1. Obtaining from the employees a written statement
as to their desires, skills, and interest in higher paid
positions.
2. Periodic review and anal,,s is of employee development
progress and readiness to assume higher positions.
3. Idertif^ specific positio.na for which employee
qualifies, and assure that requests for interdepartmental
transfers and promotions are considered without discrimination.
C. Actively encourage employees tc increase their skill,
and job potential through training and educational opportunities.
Offer guidance and counseling in developing programs tailored to
^ individual aptitude and desires, taking full advantage of programs
offered by the State Ceoartment of Employment Security and Manpower
Development Proqrams.
IV. LIAISON AND COORDINATION
A. There exist many oraanizations vitally concerned with
i, equal opportunity- and fair treatment of minorities, women, and
the physically handicapped, and those that are over 45, whose
resources can be of valuable assistance to achieving -he goals
of this program. The Citv of Renton through its Equal Opportunity
Officer shall maintain constant contact and coordinate various
aspects of the Afflrnative Action Program with these organizations.
In addition to those already identified with respect to recruiting,
hiring, and employee development, working relationships shall be
maintained with the various civic. labor, and minority organizations
I- the greater Renton area.
B. The City also recognizes its responsibilities to comply
with and ensure 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:
w
1. Be responsible for reporting to the appropriate
agencies any complaints received from any employee of, or an
Rpplicant for employment with any City of Renton contractor or
mbcontractor, subject to Executive Order 11246.
2. Cooperate in special compliance reviews or in investi-
gctione as requested.
3. Carry out sanztions aqainst a controctorls) and/or
subcontractor(s) as required.
6. Assure itself and the agency ae Part of tim grant
application process, that the general ar prime contractors will
not have submitted Pre-packaged I;ids that deny open biddinq to
minority or anf other ■ubcontrac.ore.
I
•
SCHEDULE OF PRICES
SCHEDULE B
(Note, Unit pzaces for all items, all extensions and total amount of
bid must be Shawn. Show unit. prices in both words and figures
and where conflict occurs the wr."tten or typed words shall prdvail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY rUnit Prices to be written to words DOLLARS CTS. DOLLARS CTS.
e • �
10. 5,500 LF Wire (3-conductor No 8) �,opper
1
f I
Ter Lin. Ft. r s) Figures
• 11. 160 LF Conduit 2" (galvanized steel)
Per Lin.
I
12. 5,600 LF Conduit 2" (epoxy duct
wound)
jP
Per Lin. Ft.
i 13. 5,6DU LF I Conduit 2" PVC (Schedule 40)
Alt. 1
er ln. rL.
14. 200 Ton Select Backfill
S'For Ton
F
IE. 1,410 LF Y,ench and Backfill (12" x 25") j
• s —
Per Lin, Ft.
16. 1,335 LF I Trench and Bscii k .11 (12" x 40")
der Lt�—
•
17. 2,348 LF Trench and Backfill (24" x 46')
seer Lin Fc.
TOTAL SCHEDULE "8"
(Less Item 13)
• ALTERNATF SCHEDULE "B"
(Less Itm 12)
f ` '
e
w
SCHEDULE OF PRICES
scitfuui.t B
unit prices for all items all ertensaoeur and total sexrunt of " �!
bid +wu: be s+wwn. Show unit prices in both voids and figures
et +
and where conflict occurs the written or typed words shall prevail.) �•+,
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY unit Prices to be written in wards DOLLARS CTS. DOLLARS CTS. "
1. 20 Each Light Standard (30' 141) Stress
Spun Concrete
t
Per Eac (Words) (Figures)
2. 20 Each Mast Ara (S ft.)
f Per _ate h
• ( 3. 20 Each Light Standard Foundation
(2 x S ft.)
f _
Per gecFi
4. 27 Each Junction Boxes J-2n
S -
• Par Each
S. 1 L.S. Street Light Control u,d Cabinet
(includes mounting hardware and
installation)
S
♦ ay . m
6. 1 Each Luminsire - 175 Matt Mercury
Vapor with external photo cell
er ac
•
7. 14 Each Luminaire - 1,.- watt Marcu,y
vapor - color corrected
esl� —
# S. Lump sum Quick disconnect fuses and splice
kits
i
ua�.'ta
B. ISO IF Wire (3-conductor No. 6) copper
• j _
cr Lin. Ft.
{I
• � I I
�. 1
SCHEDULE b PRICES
(Note: unit prices for all item, ell erteylo:
bid moat be shown. Shaw unit _ 4 totel +munt of
and wren conflict occur, the writtenin both words end figure.
ITZH typed wort' she11 pryveil.)
APPROX. ITEM UNZTPRICED D
*0• QUANTITY unit Prl aas UN��� a
be written in words DOLLAR PRICE
A9 C'TS. DOLAYOUNT
�• t0 Ee. - rrs.
1y f eeichalr RMV&
Per ac
35. 200 Tor s gures
S.Y. Thickened Edge Concrete f to S1drdalk
i Per q• ------_.__ ._
36' Beep Sup s:nish and CteanuP
i
Per um um j
t
TOTAL SC1IfMIZ A.
I
* I
� 1
• I �
y
.. :, 'i a ..• ,..-: C `����.��.�.���pM{.�� {yy{.. (y✓��.�}...,yy.wry.._`y��..`�...... .: .�.: .. ...
VCIILYY T VI 1 RIMS ;r
• (Note: unit prices for all item, all eitensims and total saow,t of
Did must be shown. Shaw unit prices in both words wW figures
and where conflict occurs the written or typed words shell prevail.)
ITEM APPRox. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
No. QUANTITY unit Prices to be written in words DOLLARS CTS. DOLLARS CTS.
u
23. 8 Ea, S just Existirg Manholes to Grade
Per a- E cTi l--ti7o s gures
24. 2 Ea. Adjust Existing Catch Basins to
Grade
Pcr ac
25. 13 Ea. Adjust Existing Valve Box to Grade I
Per ac
26. 2 Ea. Adjust
Existing
Monument Cess and
Cover t Grade
S
Per cac
27. 3 Ea. Rams
nand Relocate Existing Fire
S — -
ts
Der ac
28. 40 Ea. Remove wan Relocate Existing Water
Per a�
29. 426 L.F. Fence Relocation _
Per n.
30. 13 Ea. monument Case and Cover
Perer ate-
31. 75 Tons R;Mck Wall
Per on
t 32. 123 C.Y. Concrete Retaining Wall
Per U.
33, 50 C.Y. Top Soil
IPs�u.—Yd.
!!I i
1
d�
lr}
SCHEDULE OF PRICES
(Note. Unit prices for all itsas, all extensions and total aaount of
bid aunt be Shown. Show unit prices in both words and figures
and where conflict occurs the wr.tttan or typed words shall prevail.'
ITEM APPROX. ITEM WITH UNIT PRICED BIL UNIT PRICE AMOUNT
NO. QUANTITY unit prices to be written ii NordeJ DOLLARS CTS. DOLLARS CTS.
a 12. 313 S.Y. Cement Concrete Driveway I
�S _ I
Por (Words) Figures) f
r 13. 300 L.F. Is wcctting
Per Lin. Ft.
i 14. 171 L.F. S" Concrete Pipe, C-14X
Par Lin. Ft.
15. 848 L.F. 120 Concrete Pipe, C-14X
'Per Lin. Ft.
16. 1 Ea. Catch 3osin, Typo 1I-C
Per Each
17. 9 Ea. S'Catch Basin, Type I-C
I
Per Each
18. 5 Ea. Curb Inlet, Type IV-C
� Per ac
19. 75 C.Y. Gravel for Pipe Belding
Per u.
20. 340 C.Y. Select Trenct Backfill
Z - —
Per Cu. Yd.
21. 7 Ea. Connection to Existing Line, Catch
Basin or Manholt
Per Each.
22. 1 Ea. Relocate Existing Catch Basin or
Curb Inlet
tr Each
a
`• i
SCHEDULE OF PRICES ,
SCHEDULE A
(Noter Unit prices for all item, s11 extension& and total smunt of
bid must be slw.m. Shay unit prices in both words end figures
end wbere conflrct occurs the written or typed words she11 prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be written in Noxdaj DOLLARS CTS. DOLLARS CTS.
Sk _
m 1. Luny Sum Mobilization a
Par mp um s, 9ures
2. Lump Sun Clearing & Grubbinq
f
Per Lump Sm
3, 2500 CY Unclassified Excavation
a Pei' Gu.Yd�y
4. 100 CY Bank Run Gravel
f
Per u.
S. 10 (M)GAL Water
f
Per
6. 1656 Tons Crushed Surfacing Course(1-1/4") (-)
Per on
7. 1635 Tons Asphalt Concrete, Class "B"
f
Per Ton
S. 60 Tons incidental Asphalt
Per on
9. 50 Tons Cold Mix Asphalt Patching
f —
Per Ton
10. 4692 L.F. Cement Concrate Curb 6 Gutter
Per Lin. TF�
i 11. 2490 S.Y. Cement Concrete Sidewalk
f
Per
♦ 1
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
• Gentlemen: •
The undersigned hereby certif____that has examinea the site of
,Q the proposed work and ha read and thoroughly understand_ the plans,
specifications and 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 be completed with the money available, in accordance with the said plans,
specifications and contract and th± following schedule of rates and prices•
a,„a: Unit prices for all items, ail extensions,
and total amount of bid should be shown. Shaw
H unit prices both in writing and to figures.)
Signature
H Address --
Names of Members of Partnership:
nR
0
Name of President of Corporation
Name of Secretary of Corporation
OP Corporation Organized under the laws of
With Main Office in State of Washington at
•
,
_ ��0� FOR IMF MONTH Of .............._....................
A)'rlf`,,IATIV1; ACTInti
CONTRAC;OR SUBCONTRACTOR INV
MONTHLY MANIONER UTILIZATION REPORT 1 �" Nrrnr ...... . .. . ........................................... .....
T J be submittea to the City'b Project Goals and Timetables (t minori C. mploy-
ment) as committed in Contractoc's f9 t;nninewh le co• the fourth in week es each Affirmative Action Plan................. '
m�nlh while eonttaci L3 in pcngcess. Pt:me
e:)ntractor is responsible far obtaining and /
v�rt>sitting all Subcontractor Reports. Contract starting Date..................
7•rM YOrJ MONTHLY MAN HOURS OF EM/LOYMENT
I•nN unN r /.Me.ne /.fad 10.TaM
for r nwlwq. 4w+r nl C"'." all 144 dlw+cl C"'Ru�. w R e. d, t rrrlrrbwn N�.d 1 Nrrrlalw Al
R1nt,Irew tar•yrlRny Ol" ..ppl CwrM 1Z"' NM TOW ;..I Hw Mi1pf� EIM
TMR. e1 Mul Een k
i IlrtO11Nr/ AIJMI NO" 01W M •rrnbaur. parr N
Iwrnd
ApRreNea �
U+. nmwm of v,w•t1",v✓,J Tly� "r:+�'
TO{Y MMnrr. FMtl MM.MtlrI,IF, ♦ rnitl TOIN
HIIMr I 4.
•
AOM4HMr1 1 _ .. _
1. .rmaM cn.woemen Mw nr rrw•r.0•k LNrw Y
1 ....pr nml•rrC1I - t
rr 4.�_�nr.r Min MMM -'Id
TOW �IYTJf
1
ApepMT.cO
I i.enr n'YdV MVrY lOTplI1W 1a doe
T nIN MMUI\. 1n1Y Mru..�.tNM�M, --\- --To(M 1niH
II/MIrMY11W1�- II I
Tan»
NoTIY1 ^• 'JIw H"ft nn rON '.Rc,
- ar M.nnn iolai Mln,IG1nIVs. nbr ♦orn
i.-
r
InIN Mindnnl AyprMlrrl-+
TJtln» T t
l Al- yn, Itll-PMl rn rnu• TO^HRr To1M ia�nnr�. Tri11T M1ir�TllrlTri{. S _ — 'Int.1 �/T
IIY rN 1MOY.IgM IF Im••R.tpb RtlMrrEJ ...—
i'repdrn•d Ly: (Signature and Title of Date
i. Contractors kepreswntatrve)
v.. Ne ..
) Reviewed eyt f5lgnaU2a and Title of Data
j City Official)
All irmativr; Action takon for propobed) to increase minority representation on permanent
v!,tk frircet -
r
J
CITY OF RENTON
INSTRUCTIONS FOR E.E.O. CONTRACT COMPLIANCE REPORTING
(REF: Title VI Civil Rights Act; Executive Order 11246,
and City Resolution 1805)
1. This City of Renton Equal Employment Opportunity Reporting
System will apply tc all contracts in excess of $10,000
awarded by the City, except for those contracts which involve
separate State Highway Department or Federal E.E.O. Report
requirements. (See attached Sample Report Form - City of Renton)
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 each Subcontractor. The
Prime Contractor is responsible for obtaining, verifying and
submitting the reports relating to Subcontractor LEO performance.
All reports are to be delivered to the appropriate City Pr..lect
Engine^r, and will be considered a prerequisite to the processing
of Monthly Progress Payments.
3. In the event that a contractor is 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.
4. Monitoring of LEO Compliance will be related to the Goals and
Timetables contained in the Affirmative Action Plan as provided
by the Prime Contractor in :onnection 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 LEO performance on a specific project,
an attempt will first be made to resolve the problem by direct
liaison with the Prime Contractor. If a satisfactory conclusion
is not negotiated, the matter will than 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 Action Steering Committee, and
possible subsequent action by the City Attorney.
,
Revised 1/8/7S
4
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
M That we, the undersigned
as principal, an ----corporation organized
and existing under the laws o e State c as a surety corporation,
and qualified vier the laws of the State of as ng on to ecome surety upon bonds of
}s contractors w' di municipal corporations, as surety are ,jointly and severally held and
firmly hound to the Cit,Y of Renton in the penal sum of $
u
• for the payment of which sun on demand we bind ourselves and our successors, heirs,
administrators or personal representatives, as the case may be.
This obligation is entered into in pursuan,e cf the statutes c' *ie State of Washington,
f the Ordinance of the City of Renton.
Oated at Washington, this _ i day of 19
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for
(whichcontract s re erred o herein ands made a pantie—r:of as th6o a a e —
hereto), and
WHEREAS, the said principal has accepted, or is about to accent, the said contract, and
undertake to perform the work therein provided for in the manner and within the time
set forth;
NOW, THEREFORE, if the said
shall faithfully perform all of theons of said contract n the manner a�wW�i-—
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 said 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 damage occasioned to any person or property by reason of any careless-
ness or negligence on the part of said principal, or any sub-ontractor in the perfor-
ms ce of said work, and shall Indemnify and hold the City of Renton harmless from any
damage or expense by reason of failure of performance as specified in said contract or
from defects appearing or developing in the material or workmanship provided or per-
formed under said contract 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 and remain in full force and effect.
APPROVED as to legality:
Approved:
'+ 1
BID VIND FORM
t Herewith find deposit in the form of a certified check, cashier's check, cash, or
bid bond in the amount of f _which amount is not less than five percent
of the total bid.
■ Sign Here
BID BOND
Kjw All Men By These Presents: i
That we, as Principal,
and _ _, as Surety, are
'jeld and firmly bound unto the City of Renton, as Obligee, in the penal sun of TT
Dollars, for the payment
of which the Principal and the Surety bind themselves, the'r heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee sh :il make any award 1
to the Principal for
according to the terse of the proposal or bid made by the Principal therefor, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with
the terms of said proposal or bid and award and shall give bond for the faithful per-
formance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall, in case of failure to do so, pay and forfeit to the Oblige? the penal amount of
the deposit specified in the call for bids, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
N" amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF 19 _
~ Principal
�Y—
r _ 19.
Received return of deposit in the sum of f_
•
+• i
G �
9 � -
lo � A
4 Y VI
.I�
.w o. ... , ....:. x:... .
MINIMUM WAGE AFFIDAVIT FORM "
)4r
u r Cit.V of Renton
,
ss
COUNTY OF
I, the undersigned, having been duly sworn, deposed, say and certify
~ that in connection with the performance of the work of this project,
I wil' pay each classification of laborer, workman, or mechanic
employed in the performance rf such work; not lass than the prevail-
ing rate of wage or not less than the minimum rate of wages as speci-
fied in the principal contract; that I 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.
19
Subscribed and sworn to before me on this `T day of
19
ilo army Public 7-n and forate of
Washington
Residing at
1 i
r
NON-COLLUSION AFFIDAVIT
.{ n4
STATE OF WASHINGTON )
COUNTY OF
3 SS
being duly sworn, deposes and says, that he is the identical person
who submitted the foregoing proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest of on be-
half of any person not therein named, and further, that the deponent
has not directly induced or solicited any other Bidder on the fore-
going work or equipment to put in a sham bid, or any other person or
corporation to refrain from bidding, and that deponent has not in
- any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
SIGN HERE:
Subscribed and sworn before me this _ day of
19
Notary c in and for e73fa roof
._r^siding at
therein.
Y
*R 1
A
GENERAL PROVISIONS (Cont.)
^ FIELD CHANGES Cont_.)
-
tives acting specifically upon his instructions. in the event of disagreement
of the necessity of such changes, the Engineer's decision shall be final .
PROTECTION OF PUBLIC AND PRIVATF. UTiLITIFS AND FACILITIES
r The Contractor shall conform to Section 5.09 of Standard Specifications in
e 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 s ali be th? Contractor's responsibility to contact all public and private
companies h iing utilities and/or facilities in the vicinity of the construction
area.
PUBLIC CONVENIENCE AND SAFETY
The Contractor shall, at his own expense, provide all signs , barricades,
guards, construction warnings, and night lights in order to protect the public
at all times from {njury as a result of his operations. If the Contractor
should fail to maintain sufficient lights and barricades in the opinion of the
Engineer, the City shall have the right to provide these lights and barricades
and deduct such costs from payments due the Contractor.
PAYMENT TO TNL CONTRACTOR
Payments to be made to the Contractor will be made in the manner outlined in
Section 9 of the Standard Specifications. Payments shall be made in Cash
Warrants. Partial payments on estimates may be withheld un•ii a work progress
schedule as described in these General Provisions has been received and approved.
SCHEDULING OF 6,)RY.
Section 9.01 of the Standard Specifications shall be deleted and the following
inserted:
Imrt.ediately after execution and delivery of the contract and Lefore the first
partial payment is made, the Contractor shall deliver to the Engineer, an
estimated construction progress schedule in form satisfactory to the Engineer.
showing the proposed dates of commencement and comoletion of each of the various
pay items of work reluired under the Contract Documents and the anticipated
amount of each monthly payment thzt will become due to the Contactor in
accordance with the progress schedule. The Contractor shall also furnish
periodic itemized estimates of work done for the purpose of making partial
payments thereon. The costs employed in making up any of these schedules will
be used only for determining the basis of partial payments and will not be
considered as fixing a basis for additions to or deductions from the contract.
Should it become evident at any time during consfruction that operations will or
may fail behind the schedule of this first progr,-, she Contractor shall, upon
re"est, promptly submit revised schedules in the sans, form as specified herein;
1
ti
s -
CITY OF RENTON
A GCNERAL PROVISIONS
STANDARD SPECIFICATION
r The Standard Specifications for Municipal Public Works Construction 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 thougn quoted in their entirety
f 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
Director of Engineering, Municipal Building, Renton, Washington, where they
may be examined and consulted by any interested party.
Wherever reference is made in the Standard Specifications to the %m, r, such
reference shall he construed to mean the City of Renton, and where reference
is made to the Engineer, such reference shall he construed to mean the
Director of Engineering, City of Renton, or his duly authorized assistant
or assistants.
NOTE: The General Provisions hereinafter contained shall be .`Jdition or
shall supersede provisions of the Standard Specifications in conflict
therewith.
HEADINGS _
Headings to parts, sections, forms, articles and subarticles are inserted
for convenience of reference only and shall not affect the interpretation
of the contract, documents.
ORDER OF PRFCFDFNCF
Where conflicting information as to specifications is found in the "Standard
Specifications," Plans and Provisions, the plans shall hold over the "Standard
Specifications" and the Provisions shall hold over both the Plans and "Standard
Specifications".
FAILURE TO MEET_ SPECIFICATIONS
c
In the event that any material or workmanship does not meet the requirements
Or specifications, the City may have the option to accept such material or
workmanship if the Director of Engineering deers such acceptance to be in the
best interest of the City, provided, the City may negotiate payment of a e
lower unit price for said material or workmanship. -
FIELD CHANGES
Any alterations or variances from the plans, except minor adjustments in the
field to meet existing conditions shall he requested in writing and may not
be instituted until approved by the Public Works Director or his represents-
/
•
• GENERAL PROVISIONS
pMp
�i
1y,
Contracts Other Than Federal-Aid 7 of 7
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
Mayor and attested by it; City Clerk and the Contractor has hereunto set
his hand and seal the day and year first above written,
A
CONTRACTOR CITY OF RENTON
•
President ATTEST: —mayor
. --'— --secretary ty ier
Company/ orpor— anon
•
it
X
i.
t
ep
40
M,a
•
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.
• 9) The Contractor and each subcontractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, payrolls,
report„ estimates, records and miscellaneous data pertaining to the
Contract as may be requested by the City from time to time.
10) The Contractor shail 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 under
. this Contract or furnishing materials in connection with this Contract;
said bond to be in the full amount of the Contract price as specified
in Paragraph 11 . The surety or sureties on such bond or bonds must be
. duly licensed as a surety in the State of Washington.
r 11 ) The total amount of this Contract is the sum of
which includes Washington
State Sales Tax. Payments will be made to Contractor as specified in the
• '.general conditions" of this Contract.
r
•
5 of 7
Contracts Other Than Federal-Aid
notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail , postage prepaid,
certified or registered mail .
7) The Contractor shall commence performance of the Contract no later than
10 calendar days after Contract final execution, and shall complete the
full performance of the Contract not later than G1 0 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 delay will be
the sum of Orlg. 1�ut�r-4 CkQkkQe4
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 final certificate of payment nor any provision in the
Contract nor parti,.l or entire use of any installation provided .or by
this Contract shall relieve the Contractor of liability in respect to
any warranties or re )onsibility for faulty materials or workmanship.
The Contractor shall be 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 (1 ) year from the date of final
acceptance of the work, unless a longer period is specified. The City
will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, and Contractor shall be
•
F
•
Contracts Other Than Federal-Aid 4 of 1
5) Contractor agrees and covenants to hold and save the City, its officers,
• agents, representatives and employees 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 i
• by reason of any work arising under or in connection 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, 1
• 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- i
• 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 a .a hold the City harmless and he shall pay all costs,
•
expenses and reasonable attorney's fees incurred or paid by the City
in connection with such litigation. Furthermore. Contractor agrees to
• pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements hereunder. 0
•
6) Any notice from one party to the other party under the Contract shall e
• 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
•
e
n,
,
W
•
Contracts Other Than federal-Aid 3 of 7
subcontractors should violate any of the provisions of th s Contract,
the City may then serve written notice upon him and his surety of its
•
intention to terminate the Contract, and unless within ten (10) days
after the serving of such notice, such violation or non-compliance of
any provision of the Contract shall cease and satisfactory arrangement
•
for the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day 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 shall 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 comm_ ence performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take )
• f
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 doing, take possession of and utilize in completing
•
said Contract such materials, machinery, appliances, equipment, plants
and other properties belonging to the Contractor as may be on site of
the project and useful therein.
•
4) The foregoing provisions are in addition to and not 1n limitation of
•
any other rights or remedies available to the City.
1
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 following documents,
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full , and if not attached, as if
hereto attached.
•
a) This Agreement
b) Instruction to Bidders
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 refuses or fails to prosecute the work or any part
thereof, with such diligence as will insure its cpmpletion witl.in the
• time specified in this Contract, or any extension in writing thereof,
or fails to complete said work within such time, or if the Contractor
shall be adjudged a bankrupt, or if he should make a general assignment ,
• for the benefit of his creditors, or if a receiver shall be appointed
on account of the Contractor's insolvency, or if he or any of his
I of 7
CONTRACTS OTHER THAN FEDERAL-AID
•
THIS AGREEMENT, made and entered into this day of 19_
by and between THE CITY OF RENTON, Washington, a municipal corporation of
• the State of Washington, hereinafter referred to as "CITY" and _
hereinafter referred to as "CONTRACTOR."
• WITNESSETH:
1) The Contractor shall within the time stipula ed. (to-wit: within o_
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 furnish 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 (idertlfied as No. 10 7.J43
• for improvement by construction and installation of: S}re(OL
_ tc �rny4Mlat�[q ' cmail AVENUE SoucM �ccrr-,
S,. A, Ty,�rc1_ Skrg&. L J.c Sp,M%
•
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
i
other documents hereinafter enumerated, and to full compliance with ail
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 labor, materials,
appliances, machines, tools, equipment and services shall be furnished
•
i
I of 7
CONTRACTS OTHER THAN FEDERAL-AID
THIS AGREEMENT, made and entered into this __ day of 19,
by and between THE CITY OF RENTON, Washington, a municipal corporation of
• the State of Washington, hereinafter referred to as "CITY" and
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within go
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 furnish al of the
labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contrac., and shall
complete the construct%,n and installation work in a workmanlike manner,
in connection with the City's Project (identified as No. 1.1D 10,11� _
for improvement by construction and installation of: Sk reeA-
�fr.,ec' ra .r.er,Ts - I.EOga AVENUE SUUT'A ><cPr _
•
All the foregoing shall be timely Derformed, furnished, constructed,
installed and completed in s'.rict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
•
other documents hereinafter enwneratad, and in full compliance with all
applicable codes, ordinances and ^egulations of the City of Renton and
any other governmental authority having Jurisdiction thereover. it is
•
further agreed and stipulated that all Of said tabor, materials,
appliances, machines, tools, equipment and services shall be furnished
•
i
w
1rf7
CONTRACTS OTHER THAN FEDERAL-AID
• 1
THIS AGREEMENT, made and entered into this _ day of 19_
by and between THE CITY OF RENTON, Washington, a municipal corporation of
• the State of Washington, hereinafter referred to as "CITY" and
a hereinafter referred to as "CONTRACTOR."
w WITNESSETH: i
1) The Contractor shail within the time stipulated, (to-wit: within 3QL
working days from date of commencement hereof as required by the Contract,
am of which this agreement is a component part) perform all the work and
services required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and
,4 transportation services necessary to perform the Contract, and shall
complete the construction and installation wrrk in a workmanlike manner,
in connection with the City's project ( identified as No. W 1a]
.,a for improvement by construction and installation of: Sit r¢
I rnpra Vain q - CEOgR VENUE SouTN �corr�
S,hxm Tt,;rd Skrea.". k.Q Sz'Aln N n. 'n Akron
w
All the foregoing shall be timely performed, furnished, constructed,
instalied and completed in strict conformity with the plans and spec-
ifications, including any and all addenda issued by the City and all
r other documents nereinafter 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
to+ Lher agreed and stipulated that ail of said labor, materials.
appliances, machines, tools, equipment and services shall be furnished
nr
� 1
aw
i '
SUMMATION SHEET
Alternate
TOTAL SCHEDULE "A" —
w
TOTAL SCHEDULE "B" _— —_--- — u
w
TOTAL BID ALL SCHEDULLS
AWARDING OF CONTRACT WILL BE BAS") ON TOTAL SUM nF ALL ITEMS. NO
PARTIAL BIDS HILL BE ACCEPTED.
THE UNDERSIGNED ROJEFBAW HEREBY
WITHIN TCCNES To S(10) DAYSRT TAND7TON WORK COM'LETE
THIS PROJECT,
WITHIN SEYENTY (70) CONSECUTIVE :IORKIVG DAYS AFTER STAR71NG
CON-STRUCTION.
DATED AT _ THIS DAY OF 1972.
SIGNED
TITLE —
NAME OF COMPANY
ADDRESS
•
i
Rr
•
'� 4
SPECIAL PROVISIONS (Cont.)
STATE SALES TAX Conti
If this project is other than a public road construction, the Washington State
Sales Tax shall apoly and be a separate bid item.
SURVEYS
Section 5.06 of the Standard Specifications shall be amended by the addition
of the following sentence: "The Contractor shall notify the Engineer
minimum if 48 hours to advance of the need for surveys.
OVERTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted eight (8)
hours per day or forty (40) hours per week, or on any City holiday, and
the work requires inspection, then the Contractor shall reimburse the City
at the rate of $12.00 per hour. The City -,hall have the sole authority in
determining the necessity of having the overtime inspectior and shall notify
the Contractor of intent and said costs will be deducted from monies due the
Contractor on each monthly estimate.
DELIVERY OF TICKETS
All delivery tickets that are required for the purpose of calculating !
quantities for payment must be received by the Fngineer at the time of I
delivery. No payment will be made on tickets turned in after date of
delivery of rzterial .
a. By Truck
40 of
will not he made for d, ivery tickets which do not show type
of material , gross weight, tare weight, truck number, date, and in-
spector's initials.
Scale certification shall be submitted as early in the project as
possible.
40 Each weigh station shall maintain a record of the truck number, time,
date and weight of all trucks providing material to the project. The
weight list shall be maintained in duplicate with one signed copy trans-
miffed daily to the City by the scale attendant. In isolated cases
where scale weight is not available, the inspector shall measure ' '
truck volume and certify as t,; its full load delivery.
40
b. By 0thw
P4ethod for measurement and payment for material brought to the site by
any other means will be determined by Contractor - Owner agreement
before award of contract.
SIZE, WEIGHT AND LOAD RESTRICTIONS
All motor vehicles of the Contractor, Subcontractors, and suppliers shall
strictly adhere to Ck. 46.44 of the Motor Vehicle laws of the State of
it
„a
�M
of
I
1
SPECIAL PROVISIONS (font.;
HOURS OF WORK
The working hours for this project will be limited to wee: days during the
period from eqrr, a.m. to +n p.m. , unless otherwise approved by the City.
EXCAVATED MATERIAL SPOIL AREA/WASTE SIl_
The Contractor shall conform to Section 4.06 of Standard Specifications in
regard to waste site;
All material designated by the Engineer to be wasted shall be hauled, dumped
and spread at the locations selected by the Contractor.
• The Contractor ;hall have tine responsibility of obta-ning his own waste site.
All work 'ncluded in this section shall be considered to be incidental to other
items o. .ork and no further compenstaion will be made.
The route taken to the waste site shall be maintained solely by the Contractor
in a manner as described below?
to The Contractor shall be prepared to use water, trucks, power sweepers, and
related equipmant as deemed necessary by the City Engineer to alleviate the
problem of lost spoils along the route. Prompt restoration of the route is
mandatory.
w OUST AND MUD CONTROL
The 'ontractor shall be responsible for controlling dust and mud within the
project Ir its and on any street which is utilized by his equiprent for the
duration o+ the project. The Contractor sham be prepared to use watering
trucks, power sweepers and other pieces of equ., -mnt as deemed necessary by
w 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 this section.
Complaints on dust, mud or unsafe practices and/or property damage to private
« ownership will be transmitted to the Contractor and prompt ac`ijn in correcting
will be required. Written notice of correction of complaint items will be
called for should repetitive complaints be received by the City.
STATE SALES TAX
If all items in this contract are a part of the construction of a public road
improvement as defined in Rule 171 , issued by the Excise Tax Divis!on of the
State of Washington, the Owner is exempt from the payment of sales tax on
all items.
The Contractor shall include in his unit bid prices any compensating tax that
must be paid. See Section /.09 )f the Standard Specifications.
d
i 4�
CITY OF RENTON
,PFCIAL PROVISIONS
Special provisions hereinafter conta.ried supersede any conflicting provisions
of the standard specifications, and the foregoing amendments to the standard
specifications are hereby made a part of this contract.
Wherever reference is made to the Engineer, such reference shall be construed
to mean the Public Works Director, City of Renton or his duly authorized assi,-
tant or assistants.
DESCRIPTION OF WORK
The work to be performed under this contract consists of furnishing materials,
equipment, tools, labor and other work or items incidental thereto (excepting
any materials, equipiront, utilities or service, if any, specified herein to be
furnished by the City or Others), and performi,g all work as required by the
Contract in accordance with plans and specificaticns and Standard Specifica-
tions, all of which are made a part hereof.
DAiE OF BID OPENING
Sealed bids will be received by the City of Renton, 'Washington, by filing with
the City Clerk, Municipal Building, Renton, Washington, until 2:00 o'clock
P.M. , 1975, and will be opened and publicly read aloud.
TIME. OF COMPLM ON
The Contractor is expected to diligently prosecute the work tj completion in
all parts and requirements. The project shall be completed w'th
( ) working days.
Provided, however, that the City Council shall havp the right uoon request of
the Public Works Department, City of Renton, Washington, to extend the time
of completion of said work. No extension shall be valid unless the same be ir,
writing and accompanied by the written consent to such extension by the surety
on the bond of the Contractor. Time lost in reolacino improper work or
material shall not furnish any grounds to the Contractor for claiming an
extension of time for the completiun of the work, and shall not release the
Contractor from dAmages or liabilities for failure to complete the work within
the time required.
NONDISCRIMINATION IN EMPLOYMENT
Contracts for work under this proposal will obligate the Contractors and sub-
contractors not to discriminate in employment practices.
NOTIFICATION OF CONSTRUCTION
The Contractor shall notify all property owners along the construction area,
by mail , prior to construction. games and addresses will be furnished by the
Owner. The Contractor shall further notify each occupancy in person a minimum
of three days prior to construction in front of each property.
i
J
SPECIAL PROVVIONS
•
Special Provisions
Descripcion of Work
Date of Bid Opening
Time of Completion
Nondiscrimi,.ation it Employment
a Notification of Construction
Hours of Work
Excavated Material Spoil Area/Waste Site
• Dust and Mud Control
State Sales Tax
Surveys
Overtime Field Engioecring
Delivery of Tickets
Size, Weight and Load Restrictions
• Subcontractors and Suppliers
Change Orders
Preconstruction Conference
Field Office
Sanitation Facilities
Project Construction and Identification Signs (Roadway Projects Only)
• Line and Grade
Easement and Riaht-of-Nay
Land Provided by Owner
Land Provided by Contractor
Restoration of Structures and Surfaces
Side Sewer Policy
0 Traffic Control
Removing Traffic and Street Signs
soil Information
Salvage
Awarding of Contract
Liquidated Damages
• Authority of the Engineer
A
•
•
fly
p:
rI
k.,
A �t
•
A
y
1
99�
5
SPECIAL PROVISIONS
` k
1 �,
STANDARD SPECIFICATIONS
The Standard Specifications for Municipal Public Works Construction
prepared by the Washington State Chapter of the American Public
Works Association, 1469 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 the Special
Provisions.
Wherever reference is made in the Standard Specifications t , the
Amer, sich reference shall be construed to mean the City of Renton,
r and where reference is made to the Engineer, such reference shall be
construed to mean the Director of Eng9ineering, City of Rento. or
his duly authorized representative(sl.
4,
4+
V
♦ l
GENERAL PROVISIONS (Cont.)
CONTRACT COMPLIANCE REPORTS - EEO (Conte
For this purpose, certification forms may be obtained from the Project Engineer
assigned to this project.
r WORKING DAYS AND CONTRACT COMPLETION
The special provisions and contract agreement shall state the contract time
in working days. A working day is any day not otherwise defined herein as
a non-working day. A non-working day is defined as a Saturday, Sunday, a
recognized holiday, or a day on which the Contractor is specifically required
by the contract or the City to suspend construction. Recognized holidays shall
be as follows: New Year's Day, Lincoln's Birthday, George Washington's Birth-
day, Memorial Day, July 4, Labor Day, Columbus Day, General Election Day,
Veteran's Day, Thanksgiving Day, and Christmas Day. When any of the above
•ecognized holidays fall on a Sunday, the following Monday shall be counted
as a holiday.
At the beginning of any contract, a tentative date for completion of contract
work will be established , based on the date of award of the contract and the
number of working days specified. Such date will be adjusted as required from
time to time for non-working days and extensions of time allowed under the
contract and is recognized as not being a forecast of actual anticipated
completion date.
GENERAL PROVISIONS (Cont.)
DISPUTES AND LITIGATION Cont.)
The venue of any suit shall be in King County, Washington, and if the Contractor
is a non-resident of the State of Washington, he shall designate an agent, upon
whom process may be served, before commencing work under this contract.
ACCEPTANCE OF THE WORK
The Contractor shall notify the Engineer in writing of the completion of the
work whereupon the Engineer will promptly, by personal inspection, satisfy
himself as to the actual completion of the work in accordance with the
terms of the contract, and shall thereupon recommend to the Owner that the
work is acceptable. Final determination of the acceptability of the work e i
shall be made by the Owner.
CONTRACT COMPLIANCE REPORTS - EEO
The Contractor will be required to complete and submit the fcllowing document
before progress and/or final payments to the Contractor will be approved by
the Public Works Director:
City of Renton Affirmative Action Report for Contractor/
Subcontractor
(Monthly Manpower Utilization Report)
The owner will furnish these forms to the Prime Contractor during preconstruction
meeting.
An Equal Employment Opportunity Report Certificate shall be executed by the
bidder with his bid proposal on this project and which comes within the pro-
visions of the equal et.mloyment opportunity regulations of the Secretary of
Labor as revised May 21, 1968. The form of certificate will be furnished to
the Contractor with the proposal, stating as to v .ether he, his firm, association,
copartnership or corporation has participatFd in any previous contracts or sub-
contractors sj )tect to the equal opportunity clause and if so, whether or not
he has submitted all reports d;:a i—tor applicable filing requirements.
Failure on the part of the bidder to furnish the required certificate will be
due cause for rejection of the bid.
If a contractor to wham an award is about to be made, except fur lack of an
Equal Employment Opportunity Report Certificate, refuses or fails to promptly
execute and furnish the required certificate within 10 days after notice by t
the Director of Public Works that same is lacking from his proposal , the pro-
posal guaranty, 1n form of bond, check, or cash which accompanied the bid, will
be forfeited to the City.
Whenever a contractor requests Remission to sublet a part of any contract and
such contract comes within the provisions of the equal employment opportunity
regulations of the Secretary of Labor, revised May 21 , 1968, he shall obtain
this certification from his proposal subcontractor and forward it together with
such request. No subcontract will be approved before receipt of such certifi-
cation from the subcontractor.
f
r :
GENERAL PROVISIONS (Cont.)
UNFAVORABLE WEATHER AND OTHER CONDITIONS
During unfavorable weather and other conditions, the Contractor shall pursue
only such portions of the work as shall not be damaged thereby.
No portions of the work whose satisfactory quality or efficiency will be
affected by unfavorable conditions shall be constructed while these conditions
obtain, unless by special means or precautions acceptable to the Ercineer, the a
Contractor shall be able to overcome them.
CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS
The Contractor will be supplied by the Owner with 5 sets of plans and specifi-
cations. At least one complete set of contract documents including one full
size set of drawings shall be kept at the site of construction in good
condition and at all times available to the Owner and the Engineer. Additional
copies of the contract documents, if required, will be furnished by the Owner
at net cost of reproduction..
DISPUTES AND LITIGATION
Any questiors arising between the Inspector and the Contractor or his
Superintendent or Foreman as to the meaning and intent of any part of the
plans and specifications shall be immediately brought to the attention of
the Engineer and wili be adjusted by him.
Failure on the part of the City Engineer or his representative to discover
and c,ndemn or reject bad or inferior work or materials shall not be construed
as an acceptance of any such work or materials, or the part of the improvement
in which the same may have been used.
To prevent disputes and litigation, it is further agreed by the parties hereto
that the Director of Engineering 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 Contrac' - 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 :M rd.
The decision of the majority of the arbitration board shall be binding upon
both parties and shall he delivered before any work is performed upon the
feature in question.
The arbitration shall be conducted in accordance with the statutes of the
State of Washington and court decisions governing suc` crocedure.
The costs of such arbitration shall be borne equally by the City and the
Contractor unless it is the majority opinion that the Contractor's filing f
of the protest is capricious and without reasonable foundation. In the
latter case, all costs shall be borne by the Contractor.
f
�► 1
r
w
GENERAL PROVISIONS (Cont.)
04 DEVIATION FROM CONTRACT
The Contractor shall not make any alteration or variation in or addition to
or deviation. or omission from the terms of this contract without the written
consent of the Owner.
SUGGESTIONS TO CONTRACTOR
Any plan or method of work suggested by the Owner or the Engineer to the
Contractor but not specified or required, if adopted or followed by the
Contractor in whole or in part, shall be used at the risk and responsibility
of the Contractor; and the Owner arl the Engineer shall assume no responsibility
r, therefore.
ERRORS AND OMISSIONS
If the Contractor, in the course of the work, becomes aware of any errors or
omissions in the contract documents or in the laycut as given by s!::wey points
r and instructions, or if he becomes aware of any discrepancy between the contract
documents and the physical conditions of the locality, he shall immediately
inform the Engineer and the Engineer, if he deems it necessary, shall rectify
the matter and advise the Contractor accordingly. Any work done after such
discovery, until authorized, will be done at the Contractor's risk.
t INFORMATION TO BE FURNISHED BY CONTRACTOR
The Contractor shall furnish all drawings, specifications, descriptive data,
certificates, samples, tests, methods, schedules, and manufacturer's instruc-
,ions as specifically required in the contract documents, and all other
information as may reasonably be required to demonstrate fully that the
l materials and equipment to be furnished and the methods of work comply with
the provisions and intent of the snecifications and drawings. If the infor-
mation shows any deviation from the contract requirements, the Contractor
shall, by a statement in writing accompanying the information, advise the
Engineer of the deviation and state the reason therefore.
L DAMAGE TO WORK
The work, shall be under the Contractor's responsible case and large. The
Contractor ;hail bear all loss and damage whatsoever and from whatsoever cause,
except that caused solely by the act of the Owner which may occur on Or to the
work during the fulfillment of the contract. Ir any such loss or damace occurs,
v the Contractor shall immediately make good any such loss or damage, and in the
event of the Contractor refusing or neglecti.n.q to do so, the Owner may itself
or by the employment of some other person rnake good any such loss or damage,
and the cost and expense of so doing shall he charged to the Contractor.
PROTECTION OF CONTRACTOR'S WORK AND PROPERTY
r The Contractor alone snail at all times be responsible for the safety of his
and his subcontractor's employees, and for his and his subcontractor's plant
and equipment and the method of prosecuting the work.
i
V► k
GENERAL PROVISIONS (Cont. )
ACT OF GOD
r
"Act of God" means an earthquake, flood, cyclone or other cataclysmic
phenomenon of nature. A rain, windstorm, high water or other natural
phenomenon of unusual intensity for the specific locality of the work,
which might reasonably have been anticipated from historical records of the
^ general locality of the work, shall not be construed as an act of God.
5 SHOP CRAWINCS
The term "Shop Drawings' shall refer to the pictorial description of the
details of proposed materials, equipment, methods of installation, or other
construction prepared by the Contractor, a subcontractor or a manufacturer
and submitted for the approval of the Oemer.
OR EQUAL
Where the te.,m "Or Equal" is used herein, the Owner, or the Owner on
recormendetion of the Fngineer, shall be the s^le ,fudge of the quality
r and suita'Jility of the proposed substitution.
APPROVAL
The term "Approval" shall mean approval given hj or given properly on the
behalf of the Owner.
WRITIEN NOTICE
Written not`ce shall be deemed to have duly served if delivered in person
to the individual , or to a partner of the firm, or to an officer of
the corporation of the Contractor or Owner, or to an executive official if
the Owner is o governmental Cody, or if sent by Registered United States
Nail to the business address shown in the Contract Documents.
r,ONTRACTnR'S PLANT ANC EOUPMENT
The Contractor alone shall at all times be responsible for the adequacy,
efficiency and scfficiency of his and his subcontractor's plant and equip-
ment. The Owner shall have the right to make use of the Contractor's Dlant
and equipment in the performance of ary work nn the site of the work. The
use of such plant and equipment shall be considered as extra work and paid
for accordingly.
ATTENTION TO WORK
The Contractor shall live his personal attention to and shall supervise the
work to the end that it shall be prosecuted faithfully, and when he is not
personalty present on the work, he shall at all reasonable times be repre-
sented by a cw.icrtent superintendent who shall receive and obey all instruc-
tions or orders giver under tna contract, and who shall have fu l authority
to execute the same, and to supply materials, tools and labor without delay,
and who shall be the legal represertative of the Contractor. The Contractor
shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
M
1
•
GENERAL PROVISIONS (Cont.)
WAGE SCHEDULE (Cont.)
w
Statistician will issue an acknowledgment 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 andior subcontractor
will be notified of the correct rates by the Industrial St+�tistician and
approval will be withheld until a cor^ect shtement is received.
Copies of wage rate approvals will be furnished the awarding agency, and
the Contractor (and the prime Contractor in ' �- case of a subcontractor)
by the Industrial Statistician.
Each voucher claim submitted by a Contractor for payment on a project estimate
shall state that prevailing wages have been paid in accordanre with the pre-
filed Statement or Statements of intent on file with the Department of Labor
and Industries as approved by the Industrial ` tatistirian.
Affidavits of 'loges Paid (SF 9843) are to he filed with the State Treasurer,
or the Treasurer of the county or municipal corporation or other officer or
person charged with the custody and d:sburserrent of the state or corporate funds
as the ca a may be and two (2) copies of each affidavit are to be `iled with the
Direct^r of the Department of Labor and Industries, Attnetion: Industrial
Relation, D'vision, 1601 Second Av. nje, Seattle. Whenever practicable, affidavits
pertaining to a particular contract should be submitted as a package.
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
The Contractor ,hall obtain and keep in force during the term of the contract,
public liability and property damage insurance in companies and in form to be
approved by the City. Said insurance shall provide coverage to the Contractor,
any subcontractor performing work provided by this contract, and the City.
c , the City shall he named as an additional insured un said policy insofar as the
work and obligations performed under the contract are concerned. The coverage
so provided shall protect against claims for personal injuries, including
accidental death, as well as claims for property damages which may arise from
any act or omission of the Contractor, or the subcontractor, or by anyone
directly or indirectly employed by either cf them.
The minimum policy limits of such •Insurance shall he as follows:
Bodily injury liability coverage with lindts of not less than $100,030 for
bodily injury, including accidental death, to any one person, and subject
to that limit for each person, in an amount no: ess t'an $300,000 for each
410 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 ropy of the endorsement naming
the City as a, additional insured, shall be provided to the City within t
reasonable time after receiving notice of award of contract.
w
PROOF OF CARRIAGE OF INSURANCE
The Contractor shall furnish the City with satisfactory proof of carriage of
the insurance required.
r
1
� llF
GENERAL PROVISIONS (Copt.)
w SCHEDULING OF WORK Cont.
setting out operations, methods and equipment, added labor forces or working
shifts, night work, etc. , by wh i time lost will be made up, and confer with the
Engineer until an approved mods cation of the original schedule has been secured.
Further, if at any time any portion of the accepted schedule is found to conflict
with the contract provisions, +c shall , upon request, be revised by the Con-
tractor end the 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.
WAGF SCHEDULE
The prevailing rate of wages to be paid to all workmen, laborers or mechanics
employed in the performance of any part of this contract shall be in accordance
with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations
of the Department of Labor and Industries and the schedule of prevailing wage
rates f: the locality or localities where this contract will be performed Ps
determined by the Industrial Statist'cian of the Department of Labor and
Industries, are by reference made a part of this contract as though fully set
forth herein.
Ina:much as the Contractor will be held responsible for paying the prevailing
wages, it is imperative that all Contractors familiarize themselves with the
current wage rates before submitting bids based on these specifications.
In case any dispute arises as to what are the prevailing rates of wages for
w:,rk of a similar nature and such dispute cannot be adjusted by the parties
in interest, inglud ro labor a%' rarzrement representatives, the matter shall
be referred for arbitration to the [if rector of the Department of Labor and
Industries of the State, and his decisions therein shall be final and conclusive
and binding on all parties involved in the dispute as provided for by RCW
39.12.06n, as amended.
The Contractor, on or before the date of commencement of work, shall file a
statement under oath with the Owner and with the Director of Labor and
Industries certifying the rate of hourly wage paid and to be paid each
classification of laborers, workmen, cr mechanics employed upon the work
by the Contractor or subcontractor which shall be not less than the prevailing
rate of wage. Such statement and any supplemental statements which may be
necessary shall he filed in accordance with the practices and procedures by
the Department of Labor and Industries.
Prior to commencing work, each Contractor and each aid every subcontractor
shall file a sworn Statement of Intent (SF 9092) witn the Uwner and with
the Department of Labor and Industries as to the prevail nq wage rate,
including fringe benefits, for each job classification to be utilized.
The wage rates thus filed will be checked against tie prevailing wage
ates as determined by the Industrial Statittician of the Department of
Labor and Industries. If the wage rates are correct, the industrial
1
�y
i
I
r
J �r �y,
TECHNICAL Pk)VISIONS (Cont.)
GRAVEL FOR PIPE BEDDING - "CLASS B" (Cont.)
0-8% will pass the U.S. N 8 sieve and 95-100% will pass the U.S. StandarO
3/8 inch op..ning wi .h a minimum sand equivalent of 50.
Pipe bedding material shall be 6' deep.
The bid price for bedding gravel per cubic yard in place shall be full
a a„ compe.nsat,or, fur selecting, transporting, impla, _ment. :nd compacting
the beduiriy gravel. No further compensation 4W be made.
SELECT TRENCH BACKFILL
Select trench backfill for the pipe shall consist of crushed or naturally
N occurring granular material from sources selected 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
grave' 'lass "B" as outlined in Section 26-2.01 of the Standard Spacifica-
tions.
< The horizontal limits for measuring select trench ba kfill in place shall
be the side of the excavation except no payment will be made for material
replaced outside of vertical planes, 2.5 feet, outside of and parallel to
the barrel of the pipe and not the bell or collar.
The bid price for Select Trench Backfill per cubic yard shall be full
compensation for ;electing, transporting, implacenent and compacting the
backfill . No further compensation will be made.
i
TESTING OF MATERIALS
The Contractor she'll provide test samples and rP,ults from a testing
laboratory approved by the Director of Engineering of materials used on
this project as follows:
One (1) sample for each 10% of the estimated total quantity of each item,
as directed by the Engineer.
The cost inair-ed for test samples and laboratory analysis shall be con-
sidered as i -idental to the project and no further compensation will be
made.
CONNECTION TO EXISTING LINE. CATCH BASIN,,_ Cb,�B INLET OR_MANHOLE
Where shown on the plans, new drain pipes shall be connected to existing
line, catch basins, curb inlets and/or manholes The Contractor shall be
required to break into the structure, shape the . ew pipe to fit —d
r<grov the opening in a workmanlike manner. Where directed by the Owner
additional channelization will be required.
Connection to existing will be allowed at any connection to an existing
structure. No connection charces will be accepted at location of new
installatirr , relocation anu adjustments of line manholes, catch basins
or curb inl .ts.
I
✓�{1MA'1�RA�„Yll�Afm®� mf^A.1��6n,w�^w
TECHNICAL PROVISIONS (Cent.)
CONCRETE PIPE, FITTINGS
A Concre a pipe s,iall be furnished and installed in accordance with Sections
60, 61 and 65 o' the Standard Specifications except as modified herein.
Non-reinforced concrete pipe shall conform to A.S.T.M. designaticn C-14X,
Table II (extra strength) except as otherwise provided. Joints shall be
manufactured for use of Brant rubber gaskets or equal, e
e N
Reinforced concrete pipe shall conform to A.S.T.M. designation C-76, Class
II, except as otherwise provided. Joints shall be manufactured for use of
Brant rubber gaskets or equal .
Fittings shall be of the same material ana class as the ,ipe.
A
Six (6) inches of bedding material shall be required under all sewer pipe.
Bedding material :hall be Class "9" as described under "Gravel for Pipe
Bedding", these Technical Previsions.
Section 61-3.05 shall include the following: The hand-planed backfill
a.•ound the pipe and to a point six inches abov, the crown ahall be
foot-tamped until it is unyielding. the remaining backfill, whether
native material or select backfill , shall be mechanically tamped with
hand-operated mechanLal or pneumatic tampers.
All excavation, placirg of pipe, and backfilling ;hall be done in accordance
with State of Washington Safety Standards for Construction Work, Part C. of
the latest edition.
The uni ;, price bid per linear foot shall constitute complete compensation
for al' labor, material , fittings, tools, and equipment recessary f.r its
complete installation; including excavation, placing of pipe, ,...d tlechani-
c311y tamping the backfill material . No further compensation will be =Je. 3
CATCH 6ASINSINLEiS
Catch basins and inlets shall conform to Section 64 of the St idard Specifi•
cations and Standard Plans No. 48, 49, 52, 55, 56 and 59 wept as modified
herein.
Cast iron frame and covers shall conform to Standard "Ian No. 49 of the
Standard Specifications, or approved equal .
A minimum of one cours+ ; 3" wide brick shall be placed under the frame
for adjusting.
The unit price bid per each oas'in and inlet shall be full compensation for
ail labor, equipment, materials, including adju-tang to final grade, and
all incirantal costs necessary for furnishing and placing the Catch Basin
Type I, Catch Basin Type II, and inlets Type IV as specified.
GRAVEL FOR PIPE BEDDING - "CLASS B"
Gravel for pipe bedding (pea gravel) shall have 100% passing the U.S. Standard
3/4 inch opening and not more than 3% wil' pass the U.S. No. 200 (wet sieve) ,
i
ti ♦t
y Ru.
k
•
TECHNICAL PROVISIONS (COnt.)
CEMENT CONCRETE CURB AND GUTTER (Cont.
• Low curb poured in front of driveway and alley returns may be poured with
the curb. Payment shall be measured and paid for as cement concrete curb
and gutter.
The unit a per 1-near foot for cement concrete curb and gutter shall
be full cu,.,pensation for all labor, equipment, materials and incidental
• costs "R,cessary for the furnishing and placing cement concrete curb.
a
CEMENT CONCRETE SIDE'.IALK
Cement concrete sidewalk shall be type "B" and shall be constructed in
non strict compliance with
section of the Standard Specifications and
Ps shown
l .
The unit price per square yard for cement concrete sidewalk shall be
Full compensation for all labor, equipment, materials and incidental
costs necessary for the furnishing and placing of cement concrete
r
sidewalk.
CEMENT CONCRETE DRIVEWAY
Cement concrete driveway shall be constructed where an existing cement
concrete driveway is being replaced, at all drivewxy openings where a
new sidewalk is being constructed adjacent to the irb and where directed
by the Engineer.
The shall be 41 of
Specificationsc and onstasc shown ted 1oncStandard Plan No. 10cordance with n Alternate
e2Standard
Material shall be High-Early-Strength, Type ,, cement, Portland cement
concrete six (6) inches thick as per Section 37, Standard Specifications.
The unit price bid per square yard for cement concrete driveway shall be
full compensation for all labor, equipment, materials, and all incidental
costs necessary for furnishing and placing cement concrete driveway.
SAW CUTTING
The Contractor shall saw cut existing asphalt concrete pavement, cement
The Cote pavement, and rcement
rconcrete sidewalk where shown on the plans
cr as directed by the Engineer.
The depth f the hes
additionalo
odepth asw may tbehrequired toall be a neffectfaluniformcbreak. such
The method J saw cutting shall be approved by the Engineer.
be full
The for unitailllprice pert materialsr equipment andfoot for sawcincideinea ntatslnecessarycfo ethetion
completion of the work as specified.
Where other methods of sbreakin t other
than saw cutting are utilized, the
li
price
4
'tlr
h.
TECHNICAL PROVISIONS (Cont.)
CRJSHED SUeFACING COURSE (1-1/4") (-) (Cont.)
• If deemed necessary by the Engineer, (5/8") (-) will be substituted for
the (1-1/4") (-) at the same bid price.
The price per ton of crushed surfacinj shall be full rorl,ensation for
all incidental costs necessary for furnishing and placing crushed
surfacing, (1-1/4") (-).
w
ASPHAL. CONCRF'E CLASS "B"
e Asphalt concrete Cuss "B" shall be in accordance with Section 34 of the a
Standard Specifications except that joints between successive layers of
asphalt concrete shall be laterally offset a minimum of twelve (12) inches.
An asphalt tack coat (SS-1-) shall be placed in accordance with Section 34
of the Standard Specifications. The Tack coat shall be applied to all
existing pavement surfaces, asphalt or cement and between successive layers
of asphalt concrete pavement. The tack coat fall be considered is incidental
to the cost of the asphalt concrete.
Asphalt concrete pa-ement Class "B" shall be used in layers of 2 inches.
the unit price bid per ton for asphalt concrete Class "B" shall be full
compensation for all labor, equipment, materials, and all incidental
costs necessary for furnishing and placing the asphalt concrete.
TNf,TOENTAL ASPHALT
uldentai asphalt shall confuna to section 34 of the Standard Specifications
except that it shall be placed by hand and rolled with a roller weighing no
more than 5 cons. Incidental asphalt shall be placed as directed by the
c Engineer. The unit bid price per ton for incidental asphalt shall be full
compensation for furnishing all labor, materials, tools, and equipment to
place incidental asphalt complete.
COLD MIX ASPHALT PATCHING
Cold Mix Asphalt shall ue placed and compacted as directed by the Engineer.
The unit bid price for Cold Mix Asphalt Patching per ton will be full
compensation for furnishing all labor, materials, end equipment necessary
to place patches to the satisfaction of the Engineer and no other compen-
sation shall be made.
w.,
CEME'IT CCNCRETE CURB AND GUTTER
Cement concrete curb and gutter shall be constructed in accordance witn
Section 40 of the Standard Specifications and s.Tall conform in hape to
Standard Plan No. 1 except that it shall be constructed of 14 day C1 ss
5 (1-1/2) air-entrained Portland cement concrete, as per Section 37,
Standard Specifications.
E
TECHNICAL PROVISIONS (Cont.)
,
UNCLASSIFIED EXCAVATION (Cont.)
to be as specified in Section 1-18. Removal of cuncrete, asphalt concrete,
asphalt and cement concrete driveway, sidewalk and driveway excavations,
cement concrete curb and gutter, cement sidewalk, concrete retaining walls,
excavation for retaining wall, and removal of existing drainage shall be
considered as part of the roadway excavation and will be included in the
unit bid price for unclassified excaystfon.
a A a
Any excavation beyond the limits shown on the drawings, unless ordered by
the Owner shall not be paid for.
Payment quantities will be determined from cross sections made by the
Engineers before excavation. Records of the Engineers will be available
for inspection by the Contractor.
BANK RUN GRAVEL "CLASS B"
Bank Run Gravel "Class B" shall conform to Section 26-2 of the Standard
Specifications and shall be used where shown on the plans and where directed
by the Owner. Bank Run Gravel :.hall be compacted to 90% density.
The unit price bid per cubic yari for Bank Run Gravel "Class B" shall be
fell compensation for all labor, equipment, materials, including r:ompaction
and all incidental costs necessary for furnishing and placing Bank Run
Gravel "Class B".
MECHANICAL TAMPING
Mechanical tamping shall consist of hand-operated mechanical or pneumatic
tampers as outlined in Section 15-2.O1A of the Standard Specifications and
shall be required where called for in these specifications, on the plans,
and where directed by the Owner.
Mechanical tamping shall be considered as incidental -o the construction
and all cost thereof shall be included by the Contractor in other pay
items within this contract. No further compensation shell be made.
WATER
water shall be acquired and placed in strict � ,npliance with Section 16
of the Standard Specifications.
The unit price bid per thousand (N) gallons of water shall he full compen-
sation for furnishing all labor, materials, equipment and doing all the
work incidental to furnishing, hauling and applying water as specified
and/or called for by the Owner.
CRUSHED SURFACING COURSE (1-1/4") (-)
Crushed surfacing course, (1-1/4") (-) shall meet the requirements as
outlined in Section 23 of the Standard Speficiations. The Contractor
shall select the source, but the source and quality shall be approved
by the Owner.
e
t t
TECHNICAL PROVISIONS
SCHEDULE "A"
MOBILIZATION
This bid item shall provide compensation for costs incurred by the
Contractor for moving equipment to the job site, securing suitable
storage areas, providing a field office if desired, providing sanitary
facilities for the workmen, rotating equipment during the project, and
removing all equipment and facilities from the project area upon
completion.
The lump sum bid for mobilization shall be full compensation for all
labor and equipment, and all other costs necessary for the Contractor
to perform mobilization as specified. Partial payment for this item
will be paid only when the owner determines that sufficient progress
of the project warrants such payment.
CLEARING AND GRUBBING
The lump sum bid fn., this item shall constitute complete compensation
for all labor and equipment required to remove from the site all such
items as trees, brush and items of a similar nature which must be
removed in order to construct the new facilities to the design grade
and cross section as well as complete ompe •ation for all labor and
equipment required to remove from the site all brush, roots, stumps
aid debris. The disposal of all material shall be the complete respon-
sibility of the Contractor. Any salvageable material shall be tf.=-
property of the owner and shall , upon removal , be immediately loaded
and hauled to the owner's designated yard and there shall be carefully
unloaded and neatly stacked or stored in the area designated
T* spos:l of inflammable material such as trees, stumps, crush, etc.,
s be the responsibility of the Contractor. There shall be no
burning on the job site. The Contractor shall be responsltle for all
arrangements, maintenance, and clean up of all disposal sites required
for the disposal of all inflammable and other waste material .
There will be no payment for overhaul for any bid item or portion thel if
in these contracts. All bid items either dealing directly with, or implying
movement of, any material to or from the project area or in the project area
itself, are hereby understood to .elude full payment for all movement of
material .
The unit price bid for clearing and grubbing shall include all costs of
labor, equipment and all incidental costs in connection with riearir.g and
grubbing.
UNCLASSiFIEO EXCAVATION
The price per cubic yard shall constitute complete compensation for
materials excavated from the roadway and used for roadway ft.l or wasted,
whichever is determined by the owner. The location for any waste disposal
f
*,
s
4
TECHNICAL PROVISIONS
N
x
•
SPECIAL PROVISIONS (Cont.)
SALVAGE (Copt.)
faciliti shall , at the Engineer's discretion, he carefully salvaged and
delivered to the Citv Yard
y cost inwrred in salvaging and delivering such items shall be considered
incidental to the droject and no compensat'on will be r.ade.
w AWARDING OF CONTRACT
Awarding of contract will be baser on total su!!l of all schedules of prices.
No partial bids wit ' be accepted
LIQUIDATED DAMAGES
Section 8.08 is amended as follows-
Liquidated damaje, for failure to executz the contract as specified will
br assessed as per fallowing table:
Contract Price Liquidated Camages
0 - $ 50,000 $ 50.00/working day
$ 50,000 - $150,000 $100.00/working day
$150,00o - $250,000 $200.00/working day
t $250.000 ,..a wer $000.00/working day
The %! .ve figures do not include costs for inspection, supervision, legal
Apense and cv-rt costs incurred beyond contract completion date. The
cost of adds* al inspection and supervision shall be an amount equal to
actual salar .tost plus one hundred percent ;100%) for overhead.
AUTHORITY OF THE ENGINEER
The Engineer shall have sole authority to change and/or regulate work hours,
methods or location of work to acconm late ar.tual field conditions.
V
ti
1M
1.
SPECIAL PROVISIONS (Cont.)
SIDE SEWER POLICY (Cont.)
r
It is further understood and agreed that during the Contractor's guarantee
period if there are any indications of failure of the main pipe line or one
or more side sewers, the burden of proof as to whether the failure is within
the main line or the side sewer or sewers, shall rest with the Owner,
however, if investigation of such failure conducted by the Owner discloses
that such failure is on the main pipe line, the Contractor shall make repai,s
and promptly reimburse the Owner for actual cost of such investigation.
TRAFFIC CONTROL_
Section 7.16 of the Standard Specifications is supplemented by the following:
f
TIe Contractor shall maintain detour routes and other routes used by his equip-
Tout hauling materials to and from the area.
In addition, the following shall apply:
a. Two-way traffic and pedestrian access will be maintained as directed by
the Engineer.
b. Local police and fire departments shall be notified, in writing, prior to
construction.
c. Inaress and egress for local residents shall be maintained at all times.
REMOVING TRAFFIC AND STREET SIGNS
The Contractor shall be responsible for maintaining and preserving all traffic
and street signs. In the event it shall be necessary to remove or relocate
4 a traffic or street sign, the Contractor shall notify the Engineer of all
changes made. All signs removed shall be collected by the Contractor, who
shall then notify the Engineer to have the Traffic Division remove these signs
from the project site to the City yard.
When work has been completed and prior to said area being opened to traffic,
the Contractor shall notify the Engineer who shall have the Traffic Civision
replace all signs necessary.
The Contractor shall he responsible for the reolacement of all signs lest or
damaged due to his neglect.
�- SCIL INFORMATION
The bidder shall make his own deductions and conclusions as to the nature of
the materials to be excavated, the difficulties of mak ng and maintaining re-
quired excavations, the difficulties which may arise ' ,om subsurface conditions,
and of doing any other work affected by the subsurface conditions and shall
accept full responsibility.
SALVAGE
All salvage material as noted on the plans and taker, from any of the discardaC
1
s
•
SPECIAL PROVISIONS (Cont.)
RESTORATION OF STRUCTURES AND SURFACES Cont.
•
and replaced after the trenches have been backfilied. The lawn area shall
then be cleaned, by sweeping or other means, Of all earth and debris.
The Contractor shad use rubber wheel equipment similar to the small
tractor type backhoes used by side sewer Contractors for all work, includ-
e ing excavation and hackfill , on casements or rights-of-way which have lawn
areas. All fences, markers, mail boxes, or other temporary obstacles shall
be removed by the Contractor and immediately replaced after trench is back-
filled in their original position. The Contractor shall notify the Owner
and property owner at least 24 hours in advance of any work done on easements
or rights-of-way.
w
All construction work under the Contract on easements, right-of-way over
private property or franchise shall he confined to the limits of such
easements, right-of-way or franchise. All work shall be accomplished so
as to cause the least amount of disturbance and a minimwn amount of damage.
The Contractor shall schedule his work so that trenches across easements
shall not be left open durirg weekends or holidays, and trenches shall not
be left open for more than 48 hours.
Damage to existing structures outside of easement areas that may result
from dewatering and 'or other construction activity under this contract sha'i
be restored to its Original condition or better. The original condition
shall be established b; photographs taken and/or inspection made prior to
construction. All such work shall be done to the satisfaction of the
Property owners and the Owner at she expense of the Contractor.
d. Streets. The Contractor will assume all responsibility for restoration
of tNJ ,urTace of all streets (travelled ways) used by him and damaged.
4+
In the event the Contractor does not have labor or material immediately
available to make necessary repairs, the Contractor shall s0 inform the
Owner. The Owner will make the necessary repairs and the cost of such
repairs snall be paid by the Contractor.
SIDE SEWER POLICY
No side sewers will be installed u,jt:l sur' time as that section of the main
sewer pipe line to which the side sewers are to be connected has been tested
by the Contractor and a memorandum of approval for sich section has been
issued by the Owner.
The Contractor and the Owner understand and agree that following the ;ssuance
by the Owner of a memorandum, which memory^dum approves a specified section of
the main pipe line, the Owner may authorize any side sewer contractor, duly
licensed by the Owner, to install and connect and test one or more side
sewers to any such approved main pipe line. after the first side sewer is
actually connected to the main pipe line, the Contractor shall not be held
responsible for any foreign matter, debris, mud, and sewage which reaches
the main pipe line within a previously approved section. However, the Con-
tractor is in no way relieved from the responsibility and guarantee herein-
before and hereinafter set forth for materials, workmanship and r iir to
contractor-installed pipe line and appurtenances.
c
A
SPECIAL PROVISIONS (Cont.)
EASEMENT _AND RIGHTS-OF-WAY
w The Owner will obtain all easements and franchises required for the project.
'he Contractor shall limit his operation to the areas obtained and shall
not trespass on private property.
LAND PROVIDED BY OWNER
R
The Owner may provide certain lands, as indicated in connection with the
work under the contract together with the right of access to such lands.
The Contractor shall not unreasonably encumber the premises with his equipment
or materials.
LAND PROVIDED BY CONTRACTOR
The Contractor shall provide with no liability to the Owner any additional
land and access thereto not shown or described that may be required for
temporary construction facilities or storage of materials. He shall
construct all access roads, detour roads, or other teeporary works 3s re-
gvired by his operations. The Contractor shall confine his equipment, storage
of materials and operation of his workers to those areas shown and described
and such additional areas as he may provide.
RESTORATION OF STRUCTURES AND SU"FACES
a. General. All construction work under this Contract on easements, right-
of-way, over private property or franchise, shall be confined to the limits
of such easement, right-of-way or franchise. All work shall be -ccomplished
so as to cause the least amount of disturbance and a minimum amount of
damage. The Contractor shall schedule his work se that trenches across
easements shall not be left open duriny weekends or holidays and trenches
G shall not he left open for more ti!an 48 hours.
b. Structures. The Contractor shall remove such existing structures as may
oe necessary for the pertormance of the work and, if required, shall rebuild
the structures thus removed in as • l a condition as found with minimum
requirerents as herein specified. u,, ;hail also epair all existing
t structures which may " damaged as a result of th.e work under this contract. r
c. Easements - Cultivated Areas and Other Surface Improvement.. All culti-
vated areas, either agricultural or awns, an otter sue aprovements
which are damaged by actions of the C^ntractor shall be restored as neaoly
as pnssi61e to their original conditiun.
v
Prior to excava'ion on an easement or private right-of-way, the Contractor 4
shall strip top soil from the trench or construction area and stockpile it
in such a manner that it may be replaced by him, upon completion of con-
struction. Ornamental trees and shrubbery shall be carefully removed, with
the earth surrounding their roots wrapped it burlap and replanted in their
original positions within 48 hours. A'l strubber; or trees destroyed, or
damaged, shall be replaced by the ^tractor with material of ey:al quality
at no additional cost to the Owne I' th,? evert chat it is recessary to
trench through any lawn areas, the sod sha 1 be carefully cut and rolled
1
k
SPECIAL PROVISIONS (Cont.)
SANITATION FACILITIES
f
Sanitation facilities should be provided in the area of the field office
to conform with Section 7.22 of the Standard Specifications. All expenses
incurred in supplying access, parking and sanitation facilities shall be
considered incidental to the project and no compensation shall be made.
PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS (ROADWAY PROJECTS ONLY
The Contractor shall furnish and install prn.'ect identification signs on each
end of the project one (1) week in advance of construction. The signs shall
confirm to the specifications as per attached sheets. One sign of each type
shall be installed at each end of the project.
r
Construction Signs_
The Contractor shall furnish and install construction signs which conform
to Part 5 of 1971 Edition of Manual cf Uniform Traffic Control Devices for
Streets and Highways, United States Department of Transportation - Federal
Highway Administration.
The cost of furnishing ;nd placing all construction and identification signs
shall be incidental to the project and no compensation will be made.
LINES AND GRADES
The Engineer shall have the right to make reasonable cnanges in the grades as
they are shown on the drawings. Grades will be established in the form of off-
set stakes at distances not greater than EO feet, set in advance of the work.
Whenever work is in p,•oyeess, the Contractor shall have in his employ a worker
competent to set batter boards Or other construction auiies from the line and
grade stakes givan by the Engineer.
Such employees shall have the duty and responsibility of plarinq and main-
taining such construction guides. Batter boards set with an engineer's level
shall be used for all lines set on a grade of 0.50w or less, at least three
sets of batter boards shall remain in place during pipe laying operations. If,
through the Contractor's negligence, any stakes shall be destroyed and require
resettina, a sum shall be deducted fr.rm the Contractor's final payment equiva-
lent to the extra cost in engineering required for such replacement.
Tn2 user method of establishing grade may be used providing:
1. Request for use, equipment and method of operation are submitted for
City review and approval at least 5 days prior to use.
2. Grades are checked at least once every 5C feet and at least 3 times daily
by conventional methods.
3. Proper anchoring of pipe is performed in locations where a box is being
used for excavation.
The Contractor shall arrange his work to allow a reasonable time for the setting
of stakes for the next phase of his operation to prevent work delays while wait-
ing for construction guides.
•
SPECIAL PROVISIONS (Cont.)
SL_ZE, WEIGHT ANC LOAD RESTRICTIONS Cont.)
•
Washington (1167 Edition and amendments thereof) in regard to size, weight,
and loads of Motor vehicles.
Payment will not be made for any material that is delivered in excess of
the legal weight for which the vehicle is licensed.
i
Any gross violation of these regulations shall be. reported to the affected
law enforcement agent.
The Contractor is to furnish to the City Engineer a listing of all haul
vehicles used on this project, listing the vehicle number, license number,
tare weight and licensed load limits.
SUBCONTRACTORS AND SUPPLIERS
A list of subcontractors and suppliers that will be involved with this project
shall be given to the Engineer for his review and approval immediately after
the contract has been awarded. This list must be received by the Fngineer
befor- the contracts may be signed.
CHANGE DODERS
All additional work that requires compensation to the Contractor for items
that prices are not included in the contract shall reluire a written change
order before work may he done.
The Contractor shall be responsible for acquiring the necessary change orders
that are required by any rf his subcontractors.
a PP.F-CONSTRUCTION CONFFRENCE
Prior to the start of construction, the Contractor, Engineer, all subcon-
tractors, Utility Department, Telephone Company and other intorested
departments shall attend a preconstruction conference, time, _ 'ace and
date to be determined after awardance of the contract. Subsequently a
4s representative of the Contractor will attend a weekly conference to
review progress and discuss any problems that may he incurred. P•e time,
place acid date to be established at the preconstruction conference.
FIELD OFFICE
w The Contractor shall provide a field uffiLe wit? '.ights, telephone
and all weather automobile access and parking i 1 location on the
job site for the use of the Engineer. The fiz ould he of
sufficient size to accommodate the inspector as.. :mate additional 4
room for meetings of up to three (3; people.
r.
Y All expanses incurred in supplying the field office ,i . '1 he considered
incidental to the project.
w
I i
k
RENTQ N HILL WATER SYSTEM CEDAR 4 10
AVE SUR PRO JErT
pole. The poles are to be centrifugally cast for uniform compaction and
density.
• The round tubilar concrete shaft shall measure approximately 8 7/16 inches
at the butt and 5 1/8 inches at the top. The poles are to be free of such
defects as injurious scars, cracks and their surfaces shall be smooth.
,he proportions of water to cement shall produce a concrete after Ste"
• curing, having a minimum compressive strength of 3500 psi before transfer
of prestressing force. A minimum 28-day compressive strength of 7,000 psi
After atmospheric curing shall be required for concrete with natural
aggregate. For concrete with terrazzo aggregate the minimum 28-day compres-
sive strength shall be 5,000 psi.
Following the casting operation, the pole shall be cured with low pressure
steam (175'F maximum) for as long as needed to reach the necessary strength
to allow handling a,^.d release of prestressing wires. The poles shall not
be subjected to temperstu:" changes of more than 20sF per hour during the
first two (2) hours. Poles si:all remain in outside sto age for as long a
period as needed for the concrete to reach the requireu compressive strength.
The prestressing wire shall have a minimum ultimate strength of 234,700 psi
for 5 mm0. 220,500 psi for 7smp, 2n6,000 psi for 9mmo. initial prestressing
force shall be the smaller of 70% of iltimate tensile strength or 80% of
yield strength.
Base covers or nut covers shall be used to cover the base plates or anchor
bolt nuts.
See Figure 2 for flange bass.
Anchor bolts shall be hook type with the following dimension: 1" x 30" x 4"
They shall meet ASM-A-307 specifications and shall be fully hot dip gal-
vanized to meet ASM-A-153 specifications and shall be furnished with two
(2) nuts and two (2) washers each.
Surface texture and finish of the standard will be selected by the Traffic
Engineer prior to ordering from the supplier. Handling of standards shall
be in accordance with Sec. 8-20.3(13)A in Standard Specifications.
Grounding of Service
• Grounding at electrical services shall conform to requirements of the latest
edition of the National Electrical Code and all applicable state and local
regulatinns.
Foundation
Foundation for standards shall be as per details on Standard Plans and
Specification Sheet J-17.
•
1
i
composed of material capable of withstanding temperature involved and shall
be securely held in place, Glassware shall be of the refractor type with
prisms.
All luminaires shall have their components secured to the luminaire frame
with stainless steel mounting hardware (nuts, bolts, washers, hinges, etc. ) .
The stainless steel shall be AIS1, 300 series, chrome-nickel grade. The
housing, complete with integral ballast, shall be weather-tight.
If sand-cast, the aluminum will be left in its natural finish, or, if
die-cast, the aluminum shall receive a painted aluminum finish. All lumin-
aires shall be mounted level, both transverse and longitudinally, as measured
across points specified by the manufacturer. Leveling shall be accomplish,".
after pole plumbing. The slip-fitters shall be capable of adjusting .hrough
a Ss axis for the required leveling procedure.
•
Refractors shall be formed from heat resistance, high impact molded borosil-
icateJ glass.
Photo Llectric Controls
• _
The units shall consist of a light sensitive element connected to necessary
control relays. The light sensitive element .aali have a spectral response
such that it is especially sensitive to north sky illumination, and shall
have 'on" level , adjustable between minimum limits of one and five-foot
candles.
M
The unit shall -o designed that a failure of any electronic component
will energize lighting circuit.
The unit for this project shall be an external twist-lock control rated to
switch 1,000 watts incandescent "on."
•
The control shall be orientated to face the north sky aiid mounted on the
nearest liminsire to the contactor cabinet.
Remote I.untrol Relay
The relay shall have hermetically sealed mercury contactors. Fuses shall
a br the dual element type mounted in silver plated cliffs. The control
ctrcuit shall have lighting protection. Lighting arrestors shall be ratod
at 650 Volta, The control voltage shall be the same as the primary up to
277 Volts. lt.e relay shall have a cast aluminum, weatherproof case and I
hinged cover with one-piece gasket and plateu brass closure hardware and an
aluminum locking hasp. The manual switch shall provide on-off automatic
settings for system servicing. Photo Coll is to be remote.
Refer to Figure 3 at the end of Srecif!cations.
1
4
Li hg t Standa•d
lighting standard shall be a fabricated pre-stressed-spun, hollow concrete
1
V
1
Approval to install materials and equipment must be obtained from the
Engineer before installation.
before final acceptance, the Contractor shall field test the installation
for continuity and ground of each circuit, installation resistance (megger
test between each circuit and ground), and function, to insure operation
as specified or intended. Any faults in the system shall be corrected and
retested. The cost for performing these tests and correcting the faults
shall be paid by the Contractor.
• A megger test shall be performed in accompaniment with the Engineer.
Illumination_ System
The electrical service for the street lights shall be 240 Volts (3-wire)
60 cycle A.C. with combination control by photo cell and remote control
relays The photo electric control shall be rated at 12U Vults, 60 HZ.
The electrical conductor required will be THW grade, 600 Volt insulation,
stranded copper wire. Conductors are to be appropriately sized and color
coded. A OF 14/2 conductor may be used in the light standard from the base
fuse to Oe luminaire.
All connections shall be made in the street light base and shall employ an
approved field applied quick disconnect kit supplied by the Contractor,
wired into place and fused for every pole installed.
• The kit shall be capable of being disconnected without damage and shall be
equipped with an outer body which shall provide 600 Volt insulation.
Provisions for proper fuse shall be included.
The entire assembly shall be eoistructed such that a water tight connection
is formed to prevent moisture from reaching the fuse or the conductor
• connections.
All materials shall he compatible with copper conductor and its insulation.
No splicing of street light circuits shall be permitted, except in the pole
base or in adjacent J-2U junction boxes.
•
Luminaires
Luminaires for this project shall be 175 Watt, Mercury Vapor. Color corrected
lamps shall be employed.
•
Luminaires shall have a cast-aluminum housing providing for slip-fitter
end mounting. The luminaires shall attazh to 2-inch pipe tenons on most
arms. The reflector of all luminaires shall be a snap-on design manufactured
of polished aluminum or mold from prismatically formed borosilicate glass.
The refractor shall be mounted in a door frame assembly which shall be
• hinged to the luminaire and secured in the closed position to the luminaire
by means of an automatic type latch. The refractor and door frame
sassembly.
s
when closed, shall exert pressure against a gasket seat.
•
1
SCHEOULL b
TECHNICAL PROVISIONS
STREET LIGHTING
ticupe of Work - General
• The contemplated work to be performed from these flans and Specifications
for this project are intended to describe a complete operable street
lighting system including conductors, coaduits, excavation, junction boxes,
concrete foundations, conduit fittings, splicing, megger test, photo cells,
and material or equipment necessary for a complete and operable street
lighting system.
The street light trench will be used jointly by the electrical and commun-
ication utilities when they have the need f.-r these facilities. It will
be the contractors responsibility to coordinate with the utility companies
to schedule trenching activities.
Standard Specifications
The following special provisions are to be used in couiunction with the
Standard Specifications for Road _and bride Construction, 1972, hereinafter
called "Standard Speci ications.' Said Stan ar S—peci-cations and zhe
following Special Provisions are hereby made a part of this contract.
The Special Provisions hereinafter contained shall supersede any conflicting
provisions of the Standard Specifications.
Source and Quality of Materials
The Contractor shall submit a request for material approval at the earliest
possible date to the Traffic Engineer. Sources and all required technical
data should be submitted at this time.
' Material that is not approved will not be allowed on the job site.
Substitution of specified material must be approved by the Traffic Engineer
prior to ordering.
Inspection and Testing of Street Lighting System
The Engineer reserves the right to inspect the manufacturing process of the
light standards. All provisions for this inspection shall oe provided by
the Contractor.
hinal inspection and acceptance of installed material will not be given
until final installation and testing has been cc, -.leted on the system.
I ♦ ti
SCHEDULE B
1
. TABLE OF CONTENTS
Scope of Work - General . . . . . . . . . . . . • • .
Standard Specifications . . . . . . . . . . . . . . . .
Source and �1uality of Materials . . . . . . . . . . . . .
Inspection and fasting of Street Lighting System
Illumination System . . . . . . . . . . . . . . . . . . .
Lumin.^.ires . . . . . . . . . . . . . . . . . . . . . . .
* Fhcto Electric Controls . . . . . . . . . . . . . . . .
Reviote Control Relay . . . . . . . . . . . . . . . . . .
Lil;ht Standard . . . . . . . . . . . . . . . . . . . . .
Grounding of 'Trvice . . . . . . . . . . . . . . . . . 1
Foundation . . . . . . • . . . . . . . . . . . . . . . .
Junction Boxes . . . . . . . . . . . . . . . . . . . .
Mast Arm . . . . . . . . . . . . . . . . . . . . .
Conduit - Type and Construction . . . . . . . . . . . . . t
M . . . .
Bonding, Grounding
Trenching . . . . . . . . . . . . . . . . . . . . . .
Guarantee . . . . . . . . . . . . . . . . . . . . . . .
Figure I . . . . . . . . . . . . . . . . . .
b Figure 2 . . . . . . . . . . . . . . . . . . .
Figure 3 . . . . . . . . . . . . . . . . .
1d
w
V
Y
r
6
R
TECHNICAL PROVISIONS (Cont.)
CONCRETE RETAINING WALLS (Cont.�
Measurement will be determined from the theoretical design cross section.
In the case of minor field changes such as changing the length, height, etc. ,
payment shall oe based on the same unit price per cubic yard as bid. Measure-
ment shall be determined by the Engineer and Contractor prior to placing
concrete.
e1 The unit bid price per cubic yard for concrete retaining walls shall be full
compensation for furnishing all labor, tools, material and equipment neces-
sary to construct the concrete retaining walls as specified.
FENCE RELOCATION
44 The unit bid price per lineal foot for fence relocation shall be full compen-
sation for furnishing all labor, tools, material and equipment necessary to
remove and reconstruct existing fences as indicated on the plans or as
directed by the Engineer.
TOP SOIL
The unit bid price per cubic yard for too soil shall be full compensation for
all labor, materials and equipment necessary to place top soil as directed by
the Engineer.
T'he placing of top ;oil shad be done in strict compliance with Section 55 of
1U the Standard Specifications.
WHEELCHAIR RAMPS
Wheelchair ramps shill be installed per details these specifications and as
shown on drawings.
The unit price shall be full compensation for all labor, materials, and equip-
ment required for complete installation and no further compensation will be
made.
THICKENED EDGE C04CRETE SIDEWALK
The unit bid price for "Thickened Edge Concrete Sidewalk." per square yard
shall be full compensation for all labor, materials and equipment necessary
to construct the ;idewalk as shown on sheet 2 of the contract plans or as
directed by the Engineer.
V rINISHING AND CLEAN-UP
Finishing and clean-up shall be performed in strict comp.iance with Section
4.08, 57 and 68 of Standard Specifications. ,
The lump sum bid for Finish end Cleanup shall be full compensation for all
labor and equipment, and ail other costs necessary fur the Contractor to
perform Leh. 4o partial payments will oe paid on this iten .
1
TECHNICAL PkOVISIONS (Cont.)
CONCRETE RETAINING WALLS jtont.
At the surface of the wall , unless otherwise shown, the Joint shall end in
a "V" shaped groove, two (2) inches wide and one (1) inch deep. Unless
noted otherwise, all Joints will be truly horizontal or truly vertical .
Removal of Forms
Unless otherwise directed by the Engineer, forms may be removed fror struc-
tures and retainingQ walls, which a•,e not subject to supporting loads, after
a period of three (3) days. All other forms shall be removed upon approval
of the Engineer.
• Cur I
All exposed surfaces shall be covered by layers of absorptive burlap, mats
or other approved material to a thickness weighing not les_ than fourteen
(14) ounces per square yard, im :ately after finishing. The cover
material shall be kept saturated with clean water for a minimum initial
curing period of twenty-four (24) hours.
Following this initial curing, the concrete shall be completely covered
with days.a liquidtsprayrtypef memtrane, or eual , for an waterproof membrane will not be considered tional six 6)
considered a
satisfactory material for curing concrete used for retaining walls or
structures.
dater Proofing
The back side of retaining walls and backfilled surfaces of other structures
shall be painted with two (2) coats of a cold bituminot
uswateion. Application rproofoatin
M which shall be approved by the Engineer prior to app
shall be with a stiff masonry type brush, or as recommended by the manufacturer.
Backfilling
Backfilling the lower portion of structures and retaining ,+ails shall be
b completed within twelve (12) days after the waterproofing has baen applied.
but not less than fourteen (14) days after placement on 3.000 psi concrete.
Where drain holes or drain the are involved, or where the Fngineer may
direct, a six (6) inch layer of coarse gravel shall be spread and compacted
around the dral,is in such a manner that earth will not clog the voids in
the gravel . The remainder of the backfill shall be pit-run gravel placed
w in layers not exceeding one (1) foot in thickness. Each layer shall be
thoroughly rammed with a ramner not more than ten (10) inches in diameter
and weighing not less than forty (40) pounds, or with an approved mechani-
cal tamper. Unsuitable earth or vegetable matter shall not be used
g witasloose
backfill . Except by express permission of the --ngineer,
earth and puddling will not be allowed. Furnishing and installing of back-
fill material shall be considered incidental to concrete retaining walls and
no further compensation ;hall be made.
Measurement and _P".nt
Concrete shall be measured per cubic yard for structures and retaining walls.
1
•
TECHNICAL PROVISIONS (Cont.)
CONCRETE RETAINING WALLS(Conti
• more than three (3) feet. It shall be Draught up ;n approximately hori-
zontal layers. The concrete shall be placed continuously from one side or
end of the section to the other, using precaution to put the full load
upon any given area of form as rapidly as possible. The rate of delivery
of concrete to the wo-k shall be such as to insure continuity of placement.
No partially completed surface shall be a;'owed to stand more than forty-
five (45) minutes before continuing the placing of concrete thereon.
Com acting Concrete
All concrete shall be thoroughly spaded, especially along the forms, ,Vith
a thin metal perforated spade or fork, to prevent the formation of gravel
• pockets and to permit the escape of entrapped air. In addition to spading
the Contractor shall also provide suitable internal vibrating tampers of the
type designed to be placed directly in the concrete. Vibration shall be
such that the concrete becomes ur.if,rmly plastic. 'Vibrators shall be in-
serted to a depth sufficient to vibrate the bottom of each layer effectively,
but shall not be allowed to penetrate partially hardened concrete which will
• not become plastic under the vibratory action, nor shall the vibrator he
applied directly to steel which extends into partially hardened concrete.
Pouring of concrete shall not commence until the vibrator is on the job site
and the mechanical efficiency of the vibrator is proven in the presence of
the Engineer.
• H nishin�Concrete
All Irregularities on exposed surfaces such as gravel pockets, bolt holes,
etc. , shall be neatly painted with mortar of the same proportions as used
in the concrete. The surface film of all such pdcches shall be rubbed off
after initial setting has taken place.
M
Ail cxposed surfaces shall , after irregularities have been corrected, be
thoroughly wetted and brushed with a grc'lt composed of one (1) part fine
sand and one (1) part cement. It shall then be iept wet for forty-eight
(48) hours.
�+ All outside edges are to have three-quarter (3/4) iach by three-quarter (3/4)
inch chamfered corners, unless noted otherwise. They shall he obtained by
putting a triangular strip of wood in the corners of the forms.
JointsL Horizontal and Vertical
r Joints shall be made in walls or structures as indicated on the Plans or
where directed by the Engineer. Where joints are required, one-half (1/2)
inch precast expansion ,joint material conforming to the requirements of ASTM
Specification Designation D-994 shall be used. The wails shall be poured
one sectic , at a time. The ,joint material shall be accurately cut to fit
the bulkhead between sections, and nailed to the bulkhead with Gd nails.
tU These nails shall be driven into the lumber only enough to hold the material
in place, the heads being emoedded in the concrete. The bulkheads between
sections shall be removed not sooner than twelve (12) hours after the con-
crete has been placed and the nail points clinched into the ,joint material .
TECHNICAL PROVISIONS (Cont.)
CONCRETE RETAINING WALLS (Cont.)
Splicing bars at points not indicated on the Plans will not be permitted
except as an emergency measure and with the consent of the Engineer. Such
splices shall be at the points of minimum tensile stress and the lap shall
be not less than thirty-six (36) bar diameters.
Where bar lists and bending schedules do not appear on the ' lao>, order ',ists
0 and bending diagrams shall be furnished by the Contractor for approval of
the Engineer. No materials shall be ordered until such lists and bending
diagrams have been approved by the Engineer. The approval of order lists
.nd bending diagrams will in no way relieve the Contractor of responsibility
for the correctness of such lists and diagrams. Any expense incident to
the revision of material furnished in accordance with such lists and dia-
48 grams, to make it comply with the design drawings, shall be borne by the
Contractor.
Forms
Forms shall conform to the shape and dimensions shown on the Plans and
shall be accurately set to line and grade. All sheeting in contact with
concrete surfaces shall be matched or tongue and groove lumber, sized to
uniform thickness and free from wane, warp, splits, loose knots Or other
�efects which will prevent obtaining a smooth, tight form. Forms for ex-
0)sed surfaces hall be lined with plywod conforming to the requirements
for form plywood as specified by the American Plywood Association. All
0 plywood lining shall be used in as wide pieces as possible. Areas less
than four (4) feet in width shall be lined with a single width of plywood.
Joints in lining and backing shall not occur at the same place and the
aubtting edges of adjacent sheets shall be nailed to the same board.
Jcints in the lining shall be filled with cold water putty, patching plaster,
0 plastic ry to the
materialwmay be other reused plastic
i itiisfinler satisfactoryocondition,Engineer.well cleaned,
re-oiled, and if specific permission from the Engineer is obtained for each
separate operation.
All forms shall be securely tied with bolts or rods in such a manner that
« after tripping, such bolts or rods may be either entirely renoved or may
be removed for a distance at least one (1) inch below the concrete surface.
Such bolts or rods shall be threaded and provided with nuts to prevent
slipping and to provide adjustments. No wire ties nor clamping devices
shall be permitted.
r forms for walls, etc. , shall have large cleanout openings at their lowest
points, which shall not be closed until just before pouring concrete. All
forms shall be thoroughly cleaned and soaked with water immediately before
filling.
Weep drains shall be provided cy the Contractor and installed as shown on
r the plans.
Glacinj Concrete
Concrete shall be placee by means of a bottom dumping bucket, cart, concrete
chute, or elephant trunk. At no time shall concrete have a free fall of
1
TECHNICAL PROVISIONS (Cont.)
ROCK WALLS (Cont.)_
Rock used shall have a density of at least 155 pounds per cubic foot.
Each horizontal row of rocks shall be seated and bedded by tamping the
"Filter" material behind the rock to provide a stable condition for the
entire wall . In addition, each rock shall be keyed into adjacent rocks
by utilizing the natural irregular shapes of the rocks. Any large voids
shall be filled by wedging smaller rock of the same quality into the
voids. This work shall be performed during the construction of each c,.n•se
of rock as it is placed.
Filter material for rock walls shall be made from hard, sound and durable
crushed quarry rock and shall meet the following gradation eegcirements:
Passing 2-1/2 inch screen 90-100X
Passing 1-1/2 inch screen 50-80%
Passing 5/8 inch screen 0-20%
All percentages by weight
The cost of filter material for rock walls shall be considered incidental to
construction of the rock wall, and no further compensation shall be made.
The rock wall shall be constructed one course at a time. Rock selection and
placement shall be such that at least 80 percent of the exposed face of the
wall is rock.
tr A 6 inch tolerance will be allowed for the exterior slope plane and grade in
the finished surface of the wall.
The unit contract bid price for "Rock Wall" shall be per ton and shall be full
compensation for furnishing all labor, tools. materials and equipment necessary
U to construct the rock walls as specified.
CGNCRETE RETAINING WALLS
General
to Concrete retaining walls shall be constructed in accordance with State of
Washington Standard Plans for Road and Bridge Construction, 1974, Plan No.
D-4.1 (Reinf. Conc. Retaining Wall Type No. 2) unless otherwise specified.
Reinforcing Steel
a, Reinforcing bars shall be bent cold and shall conform accurately to the
shape and dimensions shown on the diagram. Bent-up bars, unless otherwise
specified, shall be bent up at an anqle of forty-five (45) degrees. In no
case shalt the radius of any bend be less than four (4) times the diameter
of the bar.
The reinforcement shall be positioned as indicated on the Plans or as herein-
after specified. It shall be rigidly blocked and wired in place, using metal
supports or concrete blocks and securelyy tied at each intersection with
annealed iron wire of at least twelve (12) gauge.
ry
TECHNICAL PROVISIONS (Cont.)
REMOVE 6 RELOCATE EXISTING WATER ►£TFR Cont._ -,
Where shown on the plans, or where directed by the Engineer, existing
water meters and boxes shall be relocated outside the traveled way.
1
The Ccntractor shall notify all customers affected and shall plan and
coordinate his work so that service will be resumed with the least possible
inconvenience to the consumers.
ADJUST EXISTING VALVE BOX TO GRADE
1
Adjustment of existing valve boxes to grade shall be accomplished by
methods conforming to Section 53-4.04 of APWI Standard Specifications.
The an': bid ,rice per each for "Adjusti•y Valve Box to Grade" shall be
• full compensation for all labor, equipment., materials and all i .cidentals
necessary to complete the work.
I
MONUMENT, CASE AND COVER
• The Contractor shall furnish, deliver to the project site, and install
concrete monuments complete with case and cover as outlined in Section
50 of Standard Details.
The casr and cover shall be State of Wash'.ngton Standard Pattern.
The bid price per each shall be f. 11 compensation for all labor, equipment,
materials, including adjusting case and cover to final grade, and all in-
cidental costs necessary for furnishing, delivering, and installing monument,
cast and cover.
ROCK WALL-
Where :hewn on the plans, or where directed by the Engineer, the Contractor
shall construct a rock wall in accordance with the derails shown on the
plans, as directed by the Engineer, and as herein specified. '
In constructing tho wall' , the Contractor shall excavate the roadway and
dirt bank retaining a 1-1/4:1 slope in front of the wall unless other
wise directed by the Engineer. The Contractor shall then construct the
rock wall to the required height in sections not to exceed 15 feet in
length, or as directed by the Engineer. The final height of the wall '
shall be determined by matching existing ground elevation, or as directed
by the Engineer.
• The rock wall shall be constructed of rock ranging in size from 400 pounds
to 2000 pounds and shall have a uniform range of size in between; shall be
Monroe Quarry quality or equal ; shall be approved by the Engineer. The '
minimum rock weight shall increase from top to bottom with the top three
feet consisting of rock having a minimum weight of 400 pounces and a maximum
weight of 800 pounds and with a minimum rock weight for each succeeding
three foot zone increasing by an additional 40U pounds over the zone above.
The rock shall he hard, sound and durable. It shall be free from segregation,
seams. cracks, and other defects tending to destroy its resistance to weather.
r
TECHNICAL PROVISIONS (Cont.)
FIRE HYDRANTS (Traditional or Modern Style) (Cont.)
shall be IOWA, Pacific States G.I. Pipe or approved equal . Approval must be
obtained prior co bid opening.
CAST IRON PIPE
Cast iron pipe 4" thru 12" shallconform to ASA Specification A21 .6-1970 4
• (AWWA C106-70) and/or A21.8-1970 (AWWA C108-1970) and shall be thickness
Class 22 designed to ASA Specification A21 .1 method of design using a
modulus of rupture of 45,000 PSI and a tensile strength of 21 ,000 PSI.
The cast iron pipe shall be designed for a working pressure 0 thru 300
PSI for laying condition B and 5 feet of cover.
• All cast iron pipe shall be cement lined and sealed in accordance with 4
ASA Specification A21 .4-1964 (AWWA C104-64), 4" thru 12" pipe shall be
1/16" cement lined and 14" thru 24" pipe shall be 3/32" cement lined.
The pipe joints shall conform to ASA Specification A21 .11-1964(A4WA
C111-64) . Pipe joints shall be Pusn-On and/or Mechanical as required by
the Bid Proposal description.
PIPE FITTINGS
Cast iron pipe fittings 4" thru 12" shall be Class 25C, and 14" thru 24"
shall be Class 150, as per ASA Specification A21 .10-1964 (AWWA C110-64) . 4
•
Joints for fittings shall be Mechanical Joint as per ASA Specification
A21.11-1964(AWWA C111-64).
GATE VALVES�3' thru :2'�
• Gate valves shall be cast iron body, non-rising stem, full bronze mounted 4
with double disc gates. All valves shall be designed for a minimum water
operating pressure of two hundred (200) pounds per square inch and shall
conform to AWWA Specification C-500-61 and any subsequent modification
thereof. Each valve shall be "0" ring type, provided with a standard
square operating nut, and shall open by turning counter clockwise (left). 4
• The valves shall be IOWA List 14. or Mueller A-2380.
The unit bid price for removing and replacing existing fire hydrants shall
include all costs to remove the existing fire hyr1rant assemblies, furnish
and install new fire hydrant assemblies complete. The unit bid price also
includes all costs to adjust the existing City main and to remove and repair 4
• the existing hydrant taps.
REMOVE 6 RELOCATE EXISTING 'WATER METER
The unit 7ontract price per each for "Remove and Relocate Existing Water
Meter" shall be full compensation for all labor, equipment, tools, additional
pipe of the size and type required, fittings, adapters, excavation, backfill ,
compaction, and any other materials required to relocate the water meters and
meter box complete in place, with the water service connections in service,
ail in accordance with applicable portions of the APWA Standard Specifications
and to the satisfaction of the Engineer.
r e
1
TECHNICAL PROVIS10115 (Cont.)
CONNECTION TO EXISTING LINE, CATCH BASIN,- CURB INLET OR MANHOLE_(Cont.)
• The unit price bid for each pipe connection to an existing catch basin,
curb inlet, line or manhole shall be full compensation for all labor ,
equipment, material , excavation, and all incidental costs necessary to
connect new drain pipes to existing structure.
RELOCATE EXISTING CATCH BASIN OR CURB INLET
Relocation shall be performed as for new installation except for utilizing
existing Basin and Grate.
The unit price bid per each relocation shall be full compensation for
all labor, equipment, materials, including connection to existing,
• adjusting to final grade, and all incidental costs necessary for placing
the Catch Basin.
ADJUST EXISTING MANHOLES CATCH BASINS, CURB INLETS, WATER VALVE CASES AND
KONU NT C SE ND COVER
AdjusLing to finish grade shall be accdmolished by methods that conform
to Section. 53 of the Standard Specifications.
The bid price per Bach shall be full compensation for all labor, materials,
equipment, and all incidental costs necessary to reconnect existing line
and adjust to final grade.
M
REMOVE AND REPLACE EXITING FIRE HYDRANTS
The existing fire hydrant assemblies shall be removed from the project area
and new fire hydrant assemblies shall be installed as directed by the Engineer.
er The existing fire hydrant assemblies shall be returned to the City. The new
fire hydrant assemblies shall be retapped into the City water main, set new b"
gate valves and boxes, and new 6" spools shall be installed. The assemblies
shall be according to the City of Renton specifications. The existing fire
hydrant tees shall be reproved and repaired using 1 or 2 solid sleeves, long
pattern (W) , and the necessary length of pipe, plain end (Dutchman) .
FIRE HYDkA1:TS ITr, ditional or Modern Style)-
Fire hydrants shall be Corey Type (opening with the pressure) conforming to
AWWA C-502-64 with a 6" inlet and a minimum M.V.O. of 5% two 2-112" hose
nozzles with National Standard 7-112 threads per inch and one 4' pumper
�► nozzle with the new Seattle Pattern 6 threads per inch. 60°V. threads,
0.� t :ad-4.875 and root diameter-4.6263, 1-1/4" pentagon operating
nut aw,4 opening by turning counter clockwise (left). Hydrants shall be
ronstructO with mechanical joint connections unless otherwise specified
in bid proposal descripticn.
�+ Fire hydrants shall uo of Traffic Type and provision shall be made for
drainage of barrel to pro`nct units from freezing. Fire hydrants shall
be such length as to be suite?le for installation with connections to
piping in trenches 3'6" weep un,ass otherwise specified. Fire hydrants
ar
k
i
• Standard Drmaings
I
i
I
• I
i
+C
R
I SeC Lon A -A x w '
i. -. Metal Fn1n1t d,a CYdlt
�%l y WC055,1 hry M aN-
e COS -vw $ee Soecs <" :•EIQ nvntho t inkl.
• I obit"5 Rlw-ae fra w4nboN f.4wu i 1.
5"Sid Pim o CS
See Std Pbn 7,
I
n " 2.o a
• i A
AeiOSI Malbglt Srt lwt.S .' f
'a+' `ir aS J�rNI
n
S ll 1
I I
f . .
�--outlet :,ce
ig-
Y Recall VAO c 8J5e Sectgn • g yI
V See Sec 65.209A ^1�
n
7
Oe Ner�AV
i
Type 0-C Catch Basin inlet
Precast
Jr Catch Basin
RevgWd 1974
StorKlord Plan No 55
Page VII-61
f
Standard Drawings
m
• _ Mo, overn,l heght of to cash
A 't� as r openings to be cast m pose set_
`,o provide IB mad f� pq, sizrr t, I o to
outlet Poe. depth pebw invert of
Pb.:e Cre 12" 5 x<t�on mmed,otely below
L top 'IV and barer subgrade A rrtessor
CDI to ersu.`e that openngs inter y
• 7-KI---- Course gravel uPt ease
•Plan �' Metal Frame and (•mote
'Im'mI (eastng may ae set flonge dr , un
_ ad)ustment blacks m kck M pretaslvg
' — mCollor-see -.secs
-) ,•
t CE-__
Top Unit
t 18D5 Hoop--\
�i
6"Un)t 5
t•t
_ -iti r8 n5f• I
12'Unit S I
r
.+let Roe itr --?Z'
y Cklrt Rpe
( t
lfi..
Sectan B-6
Sedon A.A P.ase Section
Ebr A
ran +e.aem >n bo•__.-_ ur'p n..e..s 0•ayam oa q.Sr+.e__ 1
eM z.er'wsN > W'1 � � •.1 �.t
' ""e "°" ' " • (.�i TYPe EC Catch Basin iniet
��> >
kn. ., Precast
rya air .n m 3r,«n rns:Ae•.
Rr Iwd t974
Page VII--0g Standard Plan Pb 52
1
11►
•
pews 2W Standard Drawings
» � c,,.►y__ cars
�':� - !�!.6 t.pon«en ���-,--•_ - !/�.6•hpawsMw
,_.jL 3e.nt � J•.M
v Ar•evoe .i "S7hw Je.nt
Jee{. w.corrmy - t The namber and
te.boN sVra d,ys.gn. loa•hm t• be I \.
•s matted. I
I I
♦� _ ..y 1. ln.J` rn.o Jean•, tf
and ar a!spawn Y �� ••
u eM Wep • DO cA s
aI �W1%Dee.ssy'
r,pl A Jr.w}e0 if CG I
Typ1•�• i
I I
!ye7.6 i•p•ns.en
N
� ni•er!tno.. •l m.o.taem { Jelnt
Oe F.ny.n ll r. �• / •'
wr
Is' i Tr/•n.h.c�.sn•d Eeya
5ect,o., A-A �e. % dowalh,
gec},en A-6 j
I
aeneral Note%
- Mote all atd,ty poles,wKter bees,
.,jp.nj�fhrti} dummy lomis spell be a! aho.•.n above. etc,in s,dewalh oral shall nave
fhra Jwnts*hail oh•b4 placed Thy 5,d6walk R ld'Jomt material l full eepth�
SecTian ut ar,vew0y � alley returns as placed around them bol
Shown on 5*•ndord Plnns Ns 7 To lS Au Jemts placing concrete.
Shall oe clean t edged w,t'n on ad�er nav,nq
a '/s"RGC,a% Joy nts shall eefws with
the F,n,shed surface
Gernni oholl be e,thar wool •,otoeland shall meet all
r equirements of these gpas,f,cot-one.
C•neretA "n-Al be class 5l ive) o. 5i ..
Vrocodure p,fo.farther reau remeMs For farms, oe,+o�sc..a
Form sertmit,piacun .Gn,sh,n9 { wr„iq __...
ishall be as outlined ," these Spla,; T dtlens.
pa4ment Cement ConCfete
Type A,Cement Concrete Sidowalk, per sasere yard, Sidewalk
Type O.Cemant Conc vale Side welK, per s 1quare yore I Type.A. a Typ#•B•
Type 79,1rhmkened Edge For s.dlwu'l e,' par l,n"O'rNt.
Standard Plan No.14
t
� y
1
Statdard Dretw1w Pie lot
*&`V Nf[t bS f .YLY M.MW." flWO,fto MM 1" !N NO•Is
tlwM! COx[Op[ C." I.M➢ %.4L So.$So Ou. "So IOSM:SY.L N 'fu[ rO.wl([YR
I..�Yrr. VW,,&L ORo✓•MMs •Mtoff C.aNplM .Mp SL[Vnf L. f'M.fO
IM M SO I. t O �«C�S.x,K+O CO„OI CFwN+<wr.xf V�
WM MO OVr'l4 rY -AaPVi n+u•llxlKf Bl C• o
�% iKf fOnM Ie YIDWIIOx o...l Kf '
IC[Ioft.
w CLM!cos, It •
t C,A,t fpr. /
T
TVMO/!L SOCT10" POR CURB tGUTTER TYPE A '
awxsaRs of»aA Iw..,wte aw+WI
sw.._k xpar+K.L ro rw Of".
...e.uL a•.1M w _ WnDf 11014T a
- 1 1 1 I NG IrN: t•
vawi.a r.3_V.11Z•L1 I41 � a..tMf+•' SI1 tU. ..eo
m\I uslo om. +Y.a ww .0\L Delp.1 �o M�xmoM•s »
Je.N•s wo ro if v..ceo,BRa: rAa w.r swKW.wrouao
O.xLI.IO I +uF lNL«l[0. n BUMr• 10•.[M �e 1n NCIk
f![NOr[MIOM i011.YtV JBw,{ a-[p .•INR�x!!R O•.�{�0Y Iaf+<f \ M•Nt, TO\t
bl1 NO,f LN VOW YdR pYMMY SIM•l wl at •qN• SxOVM�MN SMO
pIMF NSA^Nf Snw..fOl 10, R\
ANTt. NKt5fn0.. ..Ok NI
""11"L DATA TYPICAL SEC. TYPE A-1 e
NOTE
.y( DUNY. ION+.Y x0[ NSf !».x �'•.IxKMNfN
1 ^^f TI�.R .�•.a4 OL Os fuO OAMf O�w NMOYf N+»L t"
T TOMlf4
11� ti fact•+ I.., n I. IL I-,fxo Ox L1 ty1'•Y+.
)1=ant Mi M•W' , fi
.wH. •4r. '.r1 . �.:
'I a
1o,N•1 +D.'•M. :o.,••s»..,fa e..tv wI pro .1 c'c xoo atn> .xAN.e[J[ r"'•°Tao ��1
o. 1.«.\•w a,10 w . .• ro..,+s or . .xc.n.a,.As Is...Lt.
'+ .l...u. Ia. .a.•u.. ,aa.a If, [af.•. .xD �N ..uL oL•.{f
1..k• SxM• N kDOOp Aaa LOh1, 1n.
116, u
. \Y IYr-.VOMIILL 10 1
els• Da .»f cex•uc•
V e," S."SOW", Cement Concrete Curb d
wywwa r.0 ru+nparlwx+.w Iwafl Mlm..untws Gutter Type A
fqMg<-= .r.[af t{Mfx, <wc4[.r<al.ss fll'll of 11YA)
•,Oftlstl�fl •o4•vlrYl asfx l{Ma xls Poo le4Ml ww[runlMa"acne\. Type•A-I
I.MSMx.w.LWYNr IwfaL of MOu♦. WID WSYfM S!{GtKf+WNO
♦lrt fTt oA\{W+.II ,•q . eR+_.! w-. !14 4rfAl••s, 1 _-_�. J
wr Stondord Pic,' No. I
1
� J cicPAhtiON .+o1Nr (TT�)
w
J►w � Sfe u�
iT \
II lXPANSI OM JOINTRM)
fEMNEION JOINT
f aPANlION
n Janr
` AR _ I VAN
ALTERNATE I
I -- ioP O
PAV 1NG
SLCTtON A-• /ii
EXPANSION Jomr(rYP) SIP TIMS1,40
N �,\ TO 1 RAOIVS
4
� 1
+. ., ALTERNATE t
v
GENERAL NOTES
JOINTS t 1,0s-.rwl,m owctd W yn n .
au wlltl b+ nM Enl.nwr
MAIflIAf SI '.natl •%.t Lpe Gid4heM CITt OF RBNTON
Lh',rlblf"l-. Inr hfh�f b .
COeC!!T!t :11oN OP N day LIaN 511-t/2) t�. r�huuwn
P crtlanY cPlnmt <e..cnle
v STANDARO-
P/oCloVliLs' forma,Ploup,inn.L,.nq �nJw.nd,Per '.r,cd,.al ;r, CEMENTCONC. DRIVEWAY
ME A51Jl914bl7 t PIN cant ar,rwreyrlhat arm fW IV Mlhnd 1.n6149
PAyma NT• "ca~t eomt,*%yr,..I.uy tllrc snr•A , ia'A 1*Pat '+y Yo
1
ti
do
Se wr-iIN15NE0 GRADE
SMALL INCLUDE
HYDRANT EXTENSION - a�
WHEN NEEDED I
oLr�wlc FNORr.
—OR EQUAL C;.
VALVE BOX
C" C.I. SPOOL — 6••OAT E vALVE IFL MJ)
SHACKLE R0D3
LONG
�/ a'�: f GMC•
BLOCKING— 1, : • SLOCKW
••11/2"WASwEO GRAVEL � X• 6" TEE MJ•FL.)
16" 4'• CONC SLOCKWJG
—H YOR Wr
HYDRANT GUARD POSTS SMALL
BE STATE OF WASHINGTON DEPT.
OF HIGHWAYS DESIGN G R
PRECAST CONCRETE OUARtD RAIL RAtI � I
POSTS.
O GUARD POST(TYA► O
The existing fire hydrants shall be
r9mved and now S" KVO hydrants with
6" inlets together with 6" gate valves
and 6"x6" too's shall be installed. The
- fire hydrants and guard pasta shall be
painted as directed by Lim Lngineer.
Guard poets shall be Installed in U e
sidewalx areas as directed by the
Engineer.
STANDARD DETAIL
FOR
WWRANT ASSEMBLY E
NYD. GUARD POSTS
s
t
STANDARD DRAWINGS
•
•
•
FIGURE 3
•
CONTACTOR CABINET
I �
f
R
I
!
,M
1V.ep.UiW
S'p lOUiq• J i
• � * rN�1��Mi w..�IWopY1� i. �
wanawpy conux � I .S i. . t„.
®C
• cai .. 711�eW n RMgNip wren'•rsr `��}i' .or _._.�. wxiwa In nriow��CAN
co
MW
4fYLM - GAVIVAA
w11N
ti Rk( 0 TO no
f1r••1. �•> i •. flN� WIRco� R
.S cflqw
1! }
+•aw .4AW% 3 .
^� u
l
•
FIGURE 2
•
FLANGE BASE
• D --.{
11• I DQ .� fie —�
1- 1/8 • Hat
• /
11•Al l•S7/i'/LATE `
311
I —4-•4 A8'—"
• IN D
Ja/
• lSOLT Cl
HOLE FOR — --
PRESTRESSED
E
WIRE �_/ � � T �� L
- --� NOTE:
I. ALL STEEL ASTM A-36.
2.ALL REINFORCING STEEL
r ASTM A-613 GRADE 40.
•,I• 3.GALVANIZE AFTER
• �iiti ASSEMBLY ASTM A-123of
SECTION D-D
er w
Trl .A. •� e
— —
LENO
7.OM 7-II/16" 8-7/IB ' 6_-I/8'
7,5M 7-7/9 ' 6-5/6 • 6-I/4'
6.OM 8-1/6 • 8-13/16• 6-1/2'
__B.SM 8_-5/16' 7-I/16 ' 6-5/6' _
9Oli
Oli
.OM 8-1/2 ' 7-1/4 • 6-7/8' " -
- 1
1
t
FIGURE I
•
POLE TOP MOUNT ARMS
�2.aTs•e
5•
� � f
• i (NO TAPER
w TAM DIAMETER 0.13T3'/iT.t
-----/OlE IIIM-11 GA. STEEL
� / 1
POLE TOP
DIAMETER --
5-1/B'
REMOVABLE 18 GA ALUMINUM I-1/2.0 CABLE ACCESS__
POLE CAP WITH I" LIP \ MOLE AT EACH ARM 7
M
11 GAUGE STEEL
POLE TOP MOUNT 'f
I. (4)3/6•0 PLATED 1
M _ BOLTS (ASTM A-325)
• 1tu❑�, INSIDE DIAME
3 TER l/
I ) - T/16-'�y /
IY 0 I 0 • • I�HO�E� i I
, o
40 a — _
B•-V 1TYPICAL
1/4'PLATE -
U11/2•1 1•SLOTS
OCTAGON TYPE -I' ROUND TYPE N
Y I i 1 --EMBED 3/0'0
i BOLTS C-2�
11 i
ii L
ARM LEN6TM
3 4iE
•SINGLE ARM ONLY
r
t;
w'
acquired by him as a normal trade practice in connection with the purchase
of any materials or items used in the construction of the illumination
system.
The ::ontractor agrees to remove and replace any faulty luminaires during
the first six-month period following the closing of the Contract. The
Contractor further agrees that during the second six-month period following
the closing �f the Contract he will accept any faulty luminaires delivered
to him by the City and will return them to the manufacturer for repair or
replacement.
5`
y.
y€
PVC Schedule 40 is to be bid as an alternate to the Epoxy Duct described
above.
Rigid �..Ivanized steel conduit shal. be used at all street crossings. Each
length shall bear the label of Underwriters' Laboratories, Inc. Installation
shall conform to the appropriate articles of the National Electrical Code.
• Bonding, Groundit
Bonding and grounding shall be in accordance with Sectior 8-20.3(9) of the
Standard Specifications.
• Trenching
Cost of trenching and backfilling shall be paid for as shown in the Schedule ,
of Rates and Prices.
Trenching for conduit runs shall be done in a neat manner and the trench
• bottom shall be graded to provide a uniform grade, with a width and depth
as called out on the drawing or as directed by the Engineer.
It should be noted, the Contractor will be responsible for all necessary
coordination required to allow the installation of power and telephone
conduits in the trench provided for street lighting. All trench required
• for undergrourding will be a portion of this Contract.
No work shall be covered until it has been examined by the Engineer. The
earth which is filled around the cables and duct work to a depth of six ,
inches over it shall be free of rocks greater than two inches in diameter.
This material shall be hand tamped most meticulously so as to obtain the
• highest density possible. The remainder of the trench shall be backfilled
in uniform layers not to exceed 12" in depth, and it shall be compacted to
90% optimum using a vibratory compactor.
Excavation measurement shall be based on exact dimensions of the cross-
sections as shown on the drawings for the various types of trench to be
excavated. Field measurements shall be confined to lineal measurement of
the various types of trenches except where over excavation is required and
such over excavation has prior approval of the Engineer.
The Contractor should also note that the existing utilities such as the
side sewers are very shallow on this project. Installation of the new
electrical and communication facilities shall be installed underneath the
existing utilities.
Any damages or oreaks to the existing utilities will be the responsibility
of the Cor.,ra.tor and must be repaired immediately. All repairs must be
inspected before covering.
Guarantee
The Contractor shall surrender to the City any guarantee or warranty
r -
Y
A
•
Junction Boxes (Pull Boxes)
• The Contractor shall provide and install Junction boxes of the type and at
the location specified on the attached plans.
Junction boxes to be provided and installed for this project shall be
Design 8 as indicated on the plans and shall conform to all specifications
contained in Standard Plan J-20.
A
The inscription on the covers of the junction Y,Yes shall be as indicated
below:
"STREET LIGEUING" or "LIGHTING"
• Letters of the above shall not rise above the cover's top surface.
Bcttom of the junction boxes shall be lined with 6 ' of crushed rock. The
cost for this shall be considered incidental to the installation of the
box and no further compensation shall be made.
+fast Arm
Refer to figure I at the end of the Specifications.
Conduit - Type and Construction
Installation of the conduit shall conform to appropriate articles of the
National Llectric Code, the>e specifications, and appropriate sections of
the State of Washington "Standard Specifications for Road and Bridge
Construction," 1972 Edition, Section 8-20.3(5).
•
Minimum size of conduit supplied by the Contractor for this lighting system
is 1 1/2 inch, or as shown on the plans.
Type of conduit used shall be a filament wound, continuous glass reinforced,
Epoxy Duct (fiberglass reinforced Epoxy) . Bands of reinforcing fibers shall
be wrapped around the duct such that there is a slight overlar of the bands.
Reinforcing fibers shall be wrapped in a spiral and/or hoop wound pattern.
The inside surface of the duct shall have a surface roughness which is less �
than 125 micro inches. Wall thickness shall be an average of .063 inches.
Bell and spigot are to be watertight. Axial load at which duct fails shall
not be less than 1840 pounds.
•
Conduits terminating in standards or pedestals shall extend approximately
two (2) inches and shall he buried a minimum of 14 inches below finished
grade.
Conduits entering through the bottom of the junction bo:, shall be located
near the walls to leave the major portion of the box clear. The conduit
end shall extend 2 inches above bottom of J-box.
At all boxes, conduit shall enter from the direction of the run.
ti► k
II1. EMPLOYEE UEVbU)PMEMT
The hiring of minorities and women on a fair and equitnole basis
Is only the first step in affording equal employment opportunity.
Skill development, orpmotions, and equal nondiscriminatory on-the-
job treatment are of equal imrortance to both the individual and
to the City. The following actions shall be undertaken to achieve
�a employee job satisfaction and fair treatment and to more success-
fully utilize women and minority persons in our work force.
A. Assure that there shall be no diecrlmination for reason
of rice, color, creed, sex, age, or physical handicaps with regard
to upgradinq, promotions, transfer and demotion, lay off and
termination of employees. Any action which might adversely
ok affect minorities or t,omen will he brought to the attention of
the Equal Opportunity Officer. Emoloyee grievances arising from
such action shall receive immediate attention In accordance with
Section V1.
R. Develop a skill inventory for employees wnich can be
used to idontlf- ■uoervisory and managerial level position
potential. This shall be accomplished b_v:
Is
I. Obtaining frog the employees a written statement
as to their desires, skills, and in..erest in higher paid
:osittons.
2. Periodic review and anal six of employee development
progre s and readiness ^. assume higher positions.
IN 3. Identif- specific positions for which employee
qualifies, and assure that requests for interdepartmental
transfers and promotions are considered without discrimination.
C. Actively encourage employees to increase their skills
and job potential through training and educational opportunities.
Offer guidance and counseling in developing programs tailored to
individual aotitu, and desires, taking full advantage of programs
offered by the State Deo3rtment of Employment Security and Manpower
Development Programs.
IV. LIAISON AND COORDINATION
A. Tt,ere exist many ornanizations vitally concerned with
equal opoortunit , and fair treatment of minorities, women, and
the Physically handicaopad, and those that are over 64, whose
resources can be of valuable assistance to achieving the goals
of this program. The Citv of Renton through its Equal Opportunity
Officer %hall maintain constant contact and coordinate various
aspects of the Affirmative Action Program with these organizations.
In addition to those already SCentified with respect to recruiting,
hiring, and employee dw,slopment, working relationships shall be
maintained with the various civ.c, labor, and minority organizations
in the greater Renton area.
R. The City also recognise* its resoonsiailities to comply
with and assure that equal opportunity and nondiscrimination policies
of &tat& or Federal agencies with which it conducts bu*iness are
• carried out. Specifically, the City of Renton shall,
1. be responsible for reporting to the appropriate
agencies any complaints received from any employes of, or an
applicant for employment with any City of Renton contractor or
aubeontractor, subject to Executive Order 11246.
2. Cooperate in sneclal comnliance revi- ws or in investi-
gations as requested.
3. Carry out sanctions against a contractor(a) and/or
subcontractor(si Am required.
6. Assure iteelf and the agency as part of the grant
application process, that the general or price contractors will
not have submitted pre-packaged bids that der., %oen bidding to
minority or any other subcontractors.
1
L. Insure that all members of manageseni within the City are,
fuily aware of and in compliance with the intent of the Affirmative
Action Policy pertaining to equal employment opportunity.
P. Provide continuing rommunicatlon of the Affirmative Action
Policy to msnagasent, employees, applicants for employment, and to
outside organizations performing services for the City.
II. EMPLOYPRNT PRACTICES
The overall employment practices provide the key to assuring equal
employment opportunities and achieving an appropriate reprer,nta-
tion in the City's work force. The City of Renton shell undertake
r the following actions to schieve thus objectives:
A. Review all position qualifications and job descriptions
to insure requirements are relevant to the tasks to be performed.
navies an necessary by deleting requirements not reasonably related
to the tasks to be performed it order to facilitate hiring of
minorities and women who otherwise might not be considered.
E. Pay and fringe benefits shail depend upon job resocnsi-
bility and along with overtime work be administered on a
nondiscriminatory basis.
C. Inform and provide guidance to those staff and management
personnel who make hirtrg decisions that applications for all
positions, including those of minorities and women, are to be
considered without discrimination. And that all applicants shall
be given equal opportunity regardless of race, creed, color, national
origin, sex, Physical handicaps, or age. Primary consideration shell
be given minorities, women, and other definable groups at any time the
City's work force doe. net fairly reflect t,'ie membership of these
groups residing within the Renton emplo "ent 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 Prog.-
Division of the U. S. Civil Service Commission and other agencies.
r. Provide orientation for all new employees specifically
emphasizing how the City of Penton assures equal opportunity and -he
significance of the Affimstive Action Program. Encourage all
employees and specifically minorities to avail themselves of
services rendered.
P. Recruiting shall be accomplished in such a manner as to
Inform the greatest number of minorities and woman possible in
the Renton area of employment opportunities and to make known
that such anplieants are sought. As regards mi,:orit Ls a des-
cription of each position shall be:
1. Advertised in the various Renton area ethnic news
media.
2. Circulated to current staff and encourage present
employees to refer minority applicants.
3. forwarded to schools in the Renton area with
minority students.
1. Distributed to minority and human relations orgsniza-
tions in the Renton area requesting referral of qualified
minority applicants. An up-do-date listing of these organiza-
tions and their spokesmen shall be maintained by the EEO
Officer and the City Personnel Director. These organisations
would be identified as, but not be limited to, the Urban
League, Equal Opportunity Center, Nelda, Rinetachopi, Etc.
All employment notification shall include the 'Equal
opportunity Employer` statement and data of publication
shall be at least five days prior to cut-off date for
receiving applications.
0. Programs such as apprentlw, summer and part-time trainees,
intern, and other supplementary hiring programs shall be considered
In the same manner as lull-t Lee City positions and be subject to the
provisions of the Equal Opportunity and Affirmative Action Programs.
1
� 4
b,,
AFFIRMATIVE ACTION PROGRAM
¢ City of Renton
A The Policy of the City of Renton 1• to Promote and afford
equal treatment and •ervlca to all citizens and amour* equal
esyloymont opportunity based on ability and fitness, to all
Persons regardless of race, creed, color, national origin, •*a,
Physical handicaps,de community Or ago• In recognition of its obligation to
leadeip to overcome
have Provieitherr barred. not rencouraged, or dioccaragodamr*prepntativa
minority and female employment, the City of Renton has initiated
A a program of affirmative action dos lgnod to Reston that the spirit
and lnt*nt of this policy is reallzed.
The torn minority as used herein •hall include, but not be
limited to, those ld*ntified as blacks, Spaiish-Americans, Asians,
and American Indians. The spirit of the equal opportunity policy
uthe such Persons as the
Over
physically handicapped, and those
and famalu.
A the age of I5, •von though thw emphasis is upon minorities
The Purposes of the Affi omative Action Program are to:
1) establish *mployment practices that will lead to and maintain
a minority composition of the City of Renton work re Corte that
flects that of the Craeter Renton community- ]) achiovo and
maintain equitable and full utilization of minority and female
looemployes at all Position levels; I) Drceo to an atmosPh*r* of
non-d 4) incrimination and fair treatesnt within city govornmont;
provide compliance with State and Federal *goal opportunity
requirements and regulations.
This Policy shall be made known to ell employes, contractor.,
•ubcontractors, and supollore through distribution of handbooks,
• bulletins, letters, and personal contacts, conferences and orlon-
tatiun sessions. Signed acknowledgments pledging cooperation shall
be required of all department heads and supervisory personnel in
the City Of Renton and, where appropriate, of all contractor*,
subeon, ractora, and suppliers engaq*d in City-administered projects.
Such contractors, subcontractors, and suppliers to whom this policy
shall o to
level of ]S and/or lthose include
annually t10 business with u the h an average Annsl *City ooffnt
Renton in an amount esceedinq $10,000.
1. PROGRAM RESPONSIEI1,ITy
To assure that the equal opportunity policy and the provisions of
till cariehsllvbe�tlo.; Program are carried out, an Equal Opportunity
atoll be the focal ff appointed
ocaa point ppointed or designated by the Mayor. The Officer
r o
and will advise and assist staff and ymanagement Oatreonnel infoi alls
matters relating to implementation of and compliance with the
Affirmativ* Action Plan, and be responsible for the successful
es*""On of this program utilizing the Resistants of appropriate
Stars and community ag*ncieq and organlzscions and maintoln close
liaison with the Mayor and City Council on the progress of the
program. The equal Opportunity Off l car rill A
toe w responsibility
* the apoesiDl llty
A. Initiate, coordinate, and evaluate the City's plans and
programs which are designed to el.sure that All current and pros-
Pectiw mMgloyess coceive the benefit* of equal employment
opportunities.
S. Evaluate the Equal Employment Opportunity Plana and
Prograsu of the City to ensure compliance with the Affirmativo
Action Policy.
C. Coordinate the attention given to Equal Employment
Opportunity throughout the City.
D. Periodically audit the practices of the City and recommend
improvsmenta in the Affirmative Action Policy to the Mayor's office.
� 1
I► ;p9 RIPV SYNMANr Of
(,R �O'j, FAIR PPAC?ZCid POLICE
Or rME cirr Of REMrom
v
ADOPTED BY RsaocurloM NO. leas
rho policy of the City of Renton le to promote End afford equal treatment
and service to all citizens and assure equal employment opportunity based
on ability and fltnssa to all persons regardless of race, creed, color,
national origin, ear, physical handicaps or ago. This policy shall apply
to ovary aspect of employment practleos, employee treatment and public
"ntract.
In keeping with this principle Cho following guidelines are established
and shall be the governing policy for all departments of Cho City Of
Renton.
1. EMPLOYm EMT - Recruiting, hiring and Appointment practicer she:- be
conducted solely cn the buts of ability And fltnesa without regard to
A race, color, creed, national origin, sew, phya cal handicap or Age.
I. PRONOrION - Promotion, dnwngradAng, layoff, discharge and inter-
departmental transfer shall be dependent on Individual performance and
work force needs without regard to race, color, creed, national origin,
ems, phys. •vl handicap or ago, and, whenever sppllcablos In agreement
with washington State Council Of County And City Employmess And in coa-
w plianc• with gevorning Civil Service Lars and Regulations.
1. TRAINIMG - All on-the-Job training And city-supported educational
opportunities shall be Administered without discrimination to encourage
the fullest dowodopnenC Of Individual int*remt* and aptitudes.
s. SERVICE AND EMPLOYE( CONDUCT - The City shall deal fairly and equit-
ab/y with all citizens It serves and All persons it employs_ City depart-
none# shall maintain the policy that no city facility shall o used in the
furtherance of any dlacriminAt--y practice. Each official and employed
shall be r&&poedlble to carry uu- the Intent and provisions of this Policy.
S. COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City snail Cooper-
ate to the fullest extent possible with all organizations And commissions
concerned with fair practices And equal opportunity employment. Such
oroanizations include, but are not limited to, the State MUNAr, Rights COX'
w mission, the Seattle Human Rights Commission, Seattle women*' Commission
and rho Seattle Technical Advisory Committed on Aging.
6. ArrIRMATIVE ACTION EROGRAN - To faCi/itMts equitable repro rotation
within the city ro rk force and &&Aura equal employment opportunity of
ainorities and women In Clty Govefnm*nt, an Affirmative Action PregtOn
shall be Initiated and maintained by the Clry of ion' It shall be the
responsibility and duty Of all City Oft+a ale and D*p. rent Moada to
Carry out the policies, guidelines and correctly* mems,.iss am met forth
by this progress.
7. COMTAACTORS' ORLIGATiom - Contractors, subcontractors and suppliers
conducting business w to the City Of Nonton shall Affirm And subscribe to
the Fair Practices and Noir Discrimlmetion policies set forth therein.
e. POSrIMG of POLIO - Copies of this policy shall be distributed to
all city employees, shall Appear In all operational documintatlone of the
City, including bid calls, and shall be prominently disPIOV*d !n all city
facilities.
CONCURRED IM by the City Council cf the city Of Ronton, Washington this
loth day of 1yJY , I071.
CITY Of NEWTON RemroN Clfy COUNcri,
my Go r rett " Nayor awl Cl Voor ncll Pree.
AfTldf; Pro Top
We a 0 se son, C Cy o
d CIT' OF RENTON
GENERAL INDEX AND TABLE OF CONTENTS
TO
CONTRACT DOCUMENTS
iA Call for Bids
Vicinity Maps
Instruction to Bidders
General Index and Table of Contents
Summary of Fair Practices
*Certification by Proposed Contractor, Subcontractor, and Supplier
>! Regarding Equal Employment Opportunity
*Certification of Bidders Affirmative Action Plan
*Certification of Equal Employment Opportunity Report
*Non-Collusion Affidavit
*Minimum Wage Affidavit
*Bid Bond Form
:• Special Provisions Table of Contents
y Special Provisions
Technical Provisions Table of Contents
Technical Provisions
Standard Detail for 12" Gate Valve Vault
Standard Detail for 12" Gate Valve ByPass
• Standard Detail for 3/4" Service
Standard Detail for Nydroseeding
Standard Detail for Conc. Blocking
Standard Detail for Hydrant Assembly
Bond to City of Renton
*Proposal Form
.• *Schedule of Prices Forms
Agreement
Construction Plans
Ir
I
*These Documents Must be Executed Prior to Submittal of Bid
'M
�. 1
INSTRUCTIONS TO BIDDERS
f
I. Sealed bids for this proposal will oe received by the City of Renton at
the office of the Renton City Clerk, Renton City hall , until 2:00 o'clock
P N. . July 24, 1975•
A' this time the bids will be publicly opened and read, after which the
b ds will be considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving
bids. Proposals shall be submitted on the forms attached hereto.
2. The work to be done is shown on the plans. Quantities are understood to
be only approximate. Final payment will be based on field measurement
of actual quantities and at the unit price bid. The City reserves the
right to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Director's
Office. Bidders shall satisfy themselves 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.
S. The bid price shall be stated in terms of the units indicated and as to a
total amount. In the event of errors, the unit price bid will govern.
Illegible figures will Invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive
Informalitles if it is deemed advantageous to the City to do so.
7. A certified check or satisfactory bid bond made payable without reserve-
tlon to the Director of Finance of City of Renton in an amount not less
than 52 of the totalamount bid shallaccompany 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 ontract. Should he fail, or refuse to do so.
the check shall be forfeited to the City of Renton as liquidated damage
for such failure.
8. All bids most 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 will be made in Cash Warrants.
f
T. �4 29
s < ii •'
Yf I
I1 W • �ii � tM
� r
Iy '••r tw � \
a ;I %
• j • m �'. N r . \
IT
as 44
z T � q n u r •T \`\\\
\ r
• 4• 17 a� M M •f
• `� �.; � c rr or RENTON
�• ~\ �� INOiM[f MrbR OI I�YtYY M♦
RENTON HILL IMPROVEMENTS
ri! l�1IaMM 1 r
4p
k , I
CALL FOR [tl.]
A
Sealed bids wlII be received untl1 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,,
safe day, in the Fourth Floor Conference Room located at the Renton Municipal
Building, 200 Mill Avenue South, for the furnishing and installation of
approximately 580 I.f, of 12", 1300 If, of 8" and 400 I.f, of p[.' Ductile Iron
water main In the Aenten Hill area on portions of Grant Ave. S., S. 5th Street,
S. 9th St. , S. ler , St. , and S. lith St.
Bid proposals delivered in person will be received only at the office of the
City Clerk in the Renton Municipal Building.
Bids received after the time fixed for opening will not be considered.
Plans and specifications may be obtained from the office of the Public Works
Director upon receipt of a dePosit of $10.00 for each set. The deposit will
be forfeited, unless Plans and Specifications are returned Ir, good condition
thirty (30) days after date of bid opening. A charge of $2.50 to cover
Postage, if malted, will be requireo. The nailing charge will not be refunded.
A certified check or bid bond in the amount of five (5) pe,-cent of the total
amount of the bid must acccrpamy each bid.
•
Washington State Sales Tax shall be a separate bid item,
The City reserves the right to reject any and/or all bids and to waive any
and/or all informalitles in bidding.
The City of Renton hereby 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 or. award.
Bids will be considered Invalid if the required "Certification of Bidder's
Affirmative Action Plan" has not been executed.
The policy of the City of Renton is to promote and afford equal treatment and '
service to all citizens and assure equal employment opportunity based on abili
and fitness to all persons regardless of race, creed, color, national origin''
sue. Physical handicaps or age. This policy shell apply to every aspect of
employment practices, employee treatment and Public contact.
�,l/iL u
• Delores A. Neal,'City
i
Date of lot Publication: July 11 , 1975
Date of 2nd Publication: July 18., 1975
Published In the Daily Journal of Commerce: ,luly 1#, 1975
h
w
CITY OF RENTON
810 PROPOSAL AND SPECIFICATIONS
WATER PROJECT N410
WATER MAINS FOR THE RENTON MILL WATER SYSTEM IMPROVEMENTS
The furnishing and Installing of 6", 8" and 12"
Ductile Iron Water Mains in Grant Ave. S. ,
S. 5th Street, S. 9th Street, S. IOth Street and
S. Ilth Street.
Warren C. Gonnason, P.E.
Public Works Director
j
1
r
• Y � "� �
AWARDED - 7 Contract Nll.(.A(;L �.ip�..�
TO
1� Y
UTILITY ENGINEERING
• WATERMAIN INSTALLATION
FOR
RENTON HILL
WATER SYSTEM
W - 410
CITY OF RFNTON
PUBLIC WORKS DEPARTMENT
MUNICI►Al SUILDING, MO MIll AYE 3
EFNTON, WASH 98033 • (7061233 7631
a
I
Ar. ti
M
D-AI r ;; fe ii �jf DJI `
( i a . a • tlx�a !.l YI Ik k k. E ! �Y r1 {�t7'rTSC"jfi�(���'�
Ik�t� ,� � it Y�� 1•�S � 1'
xlilt
It
� pe . a ',aP ��1 t .i• k k : . rl)3 �' • ^ ;=�i`litli e.
• '} x�iY • i
a*t t t • ': � ie i i
3 _ tad=.t 3 . . . a _ .. •
} r
t - `
t
� i
t l3 .e
� E/P.,(D/N75 gEiViA/D
.B�R4/P G1o�ONgL
� 11*4 D�v.�.vos oN c!r
i
i
i
i
X, /
A
M � �
_ Y
%QANs.�TioNilG GvBH SAIW L BC '
LcwsTeirc TED NoNv11;w1z-Az4Y 4�
S,4#AlD ;e BlI.VD A117 EXisTiA/G
-6
OAP- .✓Ew Gdedt d GA1TTF.e . r
t
�_ _. ---- -sue+>c-.v ,vorEi>a.✓T
30'� � iI`� tNNEEL CNA/R ,ei4NG
if '� .✓Twu97
w SErTic�N .4
•
e
1 �
J� Standard Dra•uinye
2' B'
A A
o 1
_ o
iV N
n �
Plan
I
i
I
I
-C.MN unn frees► F. Grate
atQ stamiard Man Na.AO)
Ia Do Omkt P-pe
Section A•A
Tipe IV-C Curb Inlet
Precast
pevsed i974
Standard Plan No 59
Page VII--65
f
y
�UhbACB CC.
15029 pacii.c ayway ta.
:,eattic, wash. 9cil66
an s•qual Opuortu:ity Haploysr
w
Office Telephone Ease Telephone
242-7)19 242-2150
o) Throui;h our contributions, we support a joint Labor Nanagemont
A
Training; School for laborers at Duvall, Washington. The in-rbsiden,
traiainZ is a four weer course. Truining iu conduct-id for up„ruding
w skills, as well as, 1'or new men entering the construction industry.
p) Labor negotations completed by the A:;C with the 6peratin;; Engineers
and Teamster.. included provisions for training progra s, with tines.,
joint programs finar.ed by the employers, under a joint agreeceat.
We support this program in full.
q) A -ulti-employse training pro,,ram negotiated with Local 302 of
the Operating S@;ineers provides on the job training for minority
grou, personnel. T;.is aZreement wac wde u decree of the Federal
District Court on February 17, 1970 as an AffirsAtive Action Pro--rau
in compliance with tt,e Civil RigLts Act of 1AA and Presidentai
Executive Order do. 11240.
r) Our EEO officer will continualllt monitor u:l perso•uzel setivities
to ensure -,.hat h_• ie0 policy is being carried out.
s) This compaq/ will require every subcontractor of' fj10,000.00 or
more to have written utTi native action proLra:ms includin,; all the
r'.
requirements her, ; . a such modifications of lar.;;ua;;e as is
necessary to obiiZate tine subcontractor to a pro ram of affirmative
lotion. copies of such pro,:reme shall be kept at their ofi'lce.
r
• G
t
t:UHFACE CUISTRUCT161 CO.
15029 pacific ft way So.
..Cattle, MLLah. 981M
• An Equal C,iportunity Employer
Office Telephone Home Telephone
242-7919 242-2150
hi) -his eofapegy will use Lis best efforts to locate, qualify and
A
increase the skill of minority group aaployeud and applicants for
euploymeut.
i) Consistent with his mcnpower requiremaita and a� permis>ible
w
under Fedej-. and State re,;ulations this comps y will n:;ce full
use of traininZ programs, I. c. pre-uY2renticeal.1p, ap,pra.ticCuhip
and/or on-the-job training programs for the ;oogrephical area of
contract performance.
J) This eompar.., will make specific efforts to aicoura -e present
minority employees to recruit their friends and relatives.
k) Thie _ompany shall particapate and assist in a training
proL;ra .
1) This company shall ccntinuaily investigate and evaluate all
inventory of minority personnel for promotion opportunities and
aaeouraoe minority employee? to so" such opportunities.
m) This compagy shall mace dare that its seniority practices, ,joy
• 1
classifications, etc. do not lave a discriminatory effect.
a) A:1 labor agreements made and entered Into for and in behalf oi'
all members of the Novntain pacific Chapter AGC contain a non dig-
• �
crimatory clause we heartily support the development of joint
apprenticeship and trainin„ trusts which enhance EEO and incroaee
minority group participation.
•
1
•
S �
b 1
.OFACE CW: THUCT11Q; ^.U.
15029 pacific pyway ::o.
.:cattle, Lath. 981!4
An Equal Opportwcity Employer
Of: ,<c Telephone ha-.e Tologhone
e4a-7919 242-215p
a) The basic peroonnel for this coaparW i,av, Gaon recruited by
tuo a referral or throLk;h participant aa,ci iL for work. In all
requests for personnel this cmparw will, indicate Ito interoat
in hiring minority peroo,anal.
b) In the event that the f, rmer two oources fail to adequately
supply suffic,,.ent minority personnel to meet required ;,oala, which
to date has not occured, this compaM will contact those agencies
eat up to aid and counael esployers in obtaining oaployment of
minority personnel such as the human hiel,ts Department of the City
of Seattle, Unicenter, The United Construction Lorkers Asaociation
ax:d/or the Central Contractors L,,Ociationp Seattle Occupati.,rml
Industrialization Center and Seattle Urban League.
c) Art active file will be kept on all minorities roferreu to this
Compact' for use Is the future.
d) This conpany will display stataaonto of its participation in
affirmative action programs at its officee and inform Ito personnel
of its policies.
e) This cwapany shall keep its supervisors aware of its affirmative
action program and the necessity of par:.iclpatien in Ito i=plamantation.
f) The contractor t "I make certain that all facilities and company
activities are non-segregated.
g) This campagy shall inform its sub-contractors of ti,'a affirmative
action program in solicating bids and consider their response in
awarding of the work. Tc,is coupogy will seek quotes from Minority
sub-contractors whenever possible.
4
so y
etr F;ytu.l yPi,ort-.ciit�.� :.`.;!oycr
yftico Telep;rone :.ur-, ieleol:oro _
242-7Ii� _4::_el,o
aaoioty as it attaupts to e.."bllsi, such equitaLlo r::r
« rospoasibilities and wealth tint each individual "t Lt beco,.a
elf-suffioiant aontributor _ 1"
i
6
oaou, h. Theo;roverijhed condition that suci, prejudice has
created must also be eliminated. Luch a course !emmnds that
oac'; entity in our economic spectrum must actively participate
in oreating special avenues to strengthen those so oppressed
to an equal economic position. This company is committed to
the support of such policies, no better investment can be , :.do
in the future of our society.
�. AFF1RHArl.� YF►Cl N.1 14"
,;urface Construction Co. has be,.n in busineos over a year in
Kinee County. We now have j peraanant employees and 1 s&ni-
permanent employee. Over the past year, out of the 5 semi-
Permanent omployes, hired, 20;d have bean anority and bPp
have been trainees, ,i which 2P,b have been minority trainees.
Our central goal is to find and develop employed minority personnel
as a permanent part of our working force. if a bres.<4ovn of
manpower utilization is required, we will attach a timetable
showirM, job classification and projected msidiours.
4.`.:PF:CIFIC AFFIRL'UIVE ACMN :.TF.P:;
An n specific program for affirmative action to guarantee Equal
Uploymeat Opportunity this company will follow the, fol.owinr
pt. '!cost
1
l
f
' 1702Y Pactf'se lywgy :.o.
;cattle, 'dash. AIW
An Equal Opportunity Eaployar
Ofiice Telephone P.o:ae Telephone
242-7919 242-210
APFIRKXZIVE ACTICII PRWRAR
Surface Construction Co., hereafter known as OThe Contractor' or sThia
�. CompaYys hereby agreed t,, tUs plan for affirmative action in meeting
its equal employment opportunity obliZetion pursuant to Executive
Order 11246 as amended, and Title VI end VII of the Civil Rihts Act
r• of 1964.
1. EriUAL Et'33A VZiT POLICY
It is the policy of this Company to assure that app: -.v are e: ployed,
and that employees are treated during employment, without re.,ard to their
race, religion, sex, color, or national origin. Such action shall include
employment., U&EEdinb, demotion, or transfer; recruitment or recruitment
advertising; layoff or teraination; rates of pay or other ions of eom-
ponsation; and selection for training, includini; apprenticeship,
perapprenticeship, and/or on-the-job training.
2 GE'IERAL :;TAMMHVjr IN SUPPORT OF l"Fr APPTPA'ATIyE ACnW VpwRAb'
11
Surface Construction Co. is in an active agroament with the tenents of
an Affirmtive Action Program in se*ing the employment of minority
personnel among its ranks. This company recognizes ab a national
priority the necessity to employ, a d .!"a'op each individual citizen
to their beat potential. It is our belief that the basic goals of this
40 society can never be realized if ary single eegmant a, our community
is judged on any banjo other than atility- Such biased selection
prevents the full utilization of that segment of our society and in
effect creates economic cripples which our society in turn must support
and maintain. All parties ^-ncerned can only stand to loLo in this
sort of process.
In reject,n, prcy �. .:.1> ec; a.y Leaks to be r,L.,un. ive to our
2
t
4
«
JirxLJl' O: PLL4ilc xo]'.:+
t ilv 01
PvC trill Aveaue „ontll
ha1L0,1, wfln}Iin; LOrl JC:V��
ne: .. . .rmtive Actin Pro;;ra.:
At:.eatiwu Julvo La Coast
To .hoa It Hay Co,tcer❑:
Phase be adviuec that he have :n :iliari ed ourselves witJ: u,e cit/ o:'
Yoao,lrs "Fair tr'ictiees
jtclozea please find a copy cl our AlTirwAiva fiction 'ro';M..
xe have participated in .nanj Federal Aid Prorecta requ.r..t,_ -inorit.
anploy:aalt,us superintcadeat of tore::wlya.td all roquirvsc.rtc l.uve t.eca
fulfilled.
No basins concepts apply to our or,;aaizstionn
1. «e actively participate J i alacrity trui.nin;, pro,_ru:: ty trdi11-nL;
on Lne job aaployeca ail liry; W war.:.
.. All construction workers are Sired throuji local edvertizinzL,by
word of mouth of our minorities or by newspaper,.. .e are equal
opportunity contractora uA cacouru,;e ant' ,;aod wsp:oJ�ent.
As a contractor for ar{y Citj of Haatoa Project we will congly with the
minority hirin, and a.pleyWent percenta„cs a.; �p-r,if'r J W , our contract
doc:aleata.
Vert; truly ,your^.,
i
.1:44CF. CO.
w:.nor
3 ,+
� f
9
CERTIFICATION OF
BIDDERS AFFIRMATIIE ACTION PLAN
A
Bidder is to indicate by check-mark which of the following statements pertains to
this bid package, and is to sign thn certification for tht specific statement:
. _ a) It is hereby certified tnatRan approved Affirmative
M Action Plan is on file with the City of Renton, and
that said Plan specifies goals and timetables which
are valid for the current calendar year.
46 Date:
a
Date
-h.
1T-i-tle)
OR h) It is hereby certified that an affirmative Action Flan
-- is supplied with this Bid Pacrage. Said Plan will be
subject to review and approval by the City as a pre-
requisite to the contact award, arW it includes:
1) Goals b Timetables of Minority Manpower Utilization
and 2 Specific Affirmative Action ;tees jirected at in-
creasing Minority Manpower Utilization.
�Con�pany .-`----------._.—_-•_--
Date: _ By:
to
to OR c) It is hereby certified that an Affirmative Action Plan
will be supplied to the City of Renton within five (5)
working days of receipt of registered-mail n::tificat,011
of low-bidder status. Said Plan will be subject to
review and approval by the City as a prerequisite to the
contract award, and it will includM:
1) Goals and Timetables of Minority Manpuwer Utilization
and 2) Specific Affirmative Action steps directed at in-
creasing Minority Manpower Utilization.
Date:
i
fiR'r If ICATIM BY FPAAI*IVD OIhTBR?(M, aUloClAI AC70M AND SVI'I'WIR Al ra^Olhn UQUAL IMPUM1llT OYWRTU93iY
Name o le[ cwitfoclor In.r rwrt i.,nn vmj.,i `
Talt et rtflS.Ntfon to v4roWd pursuwnt to federal 1covotive Order 11241, Tito ieyla+a•otihR root.,+ eltd resalatlonv prwfoe #hat soy
balder or pro.poetlw contractor, ur any of their Lrotoru•d holM••tneraetors ..uf omppliers, *hall slut# an an Call,hi tart "t IN bid
o wmot laden, of the colltrart abetter it has panic ip.te,i In any tr,v,ou,. awnlra,'t or subr,W tart »ubJ.^t to tam oquol App.rtuw
laity rimasaf red. if W, Whether it Nam filed oil eoVIfora•« repurts dw ,order apidleahle instruction,:.
itr City ha. hesotofor, s6npied ReanLetion b. loon medar .tn* of July 10. i*u r.t.bliatiar a "fair Practice[ pwiry", as teldr-
atdNN by on "Af'fi,smtive Mhos Proarano thenio establfah Ssµ arul p,,w.rlpal SM_ Ito- paltry at th# Cfty At Remtan to I•r.. Iic as.d
afford ripol anvt sent aW wrote. to all ru laces aW to araurr ""I .splo omt ,•ppurianit, taasso am ability and tum•u ", all
morass, redwrdlos. of rote, rrwd, cola,. es taoal *-lei-, o#*. PMY sir sl le,Wla spa ur see. Thf, policy shall Illuufoo apply to
W aorAtaetars, uabrarur.rtars aid wppllprr. ekauha t h c lea O,uss wfib the tfty ut Betrta wha in turn droll offir. a,ai *- •rf b•
to a.ld prlrthea.: wW tmllric*. Th. aro.amantinrod prvn f,.f.ra wWJ not apply Ia rnort,ocl, or "uin ont earl. fro aawrwLrd ,•eewr-
,,iol sq,plivre ,I rw saterlau or firms or arµastutions; with lees than i• avployaes aW/ar contracts of lea* than $10,000 bu.l.
u•sa pr obtain with the city.
Minn tie WMtMtar/'suOMrlraotor/Wpplter to nglltred by the City of Nut" to submit an Afelputive wit" Pun, tM erni.
man axrptabla parvot"ge of mlrgrity omploymest will no that poreoMage Also Ic currently listed in "Attaehmrnt 1" ell
of AeA goals aW itesubiaa) in the published ao City of Rtan Afflnwtivw .Xtian Program, Jelly
mt
Tkr utderbiteWi nanttact,.r Iha,wf.rr eovcwot., of 1pulol.:s -WI suer:, Mot darfoc tl:e perforsa.,o n° this contract Jn .11.
last dfaerlolnot# .µafoot o0y pianos lr hiring, pramutiog, d:*eb.¢y.u;, .usy.a"at lry or O, aft, other ten, or runJftia. of .spl q•-
eeet, by Yes— of wack fr,een's roes, rr,•rd, cnlots re Count orµ"Pry or miliotaiJ ar.�,.a a, fy lamed by tha "Aff iros,N taw
s
Coeatortos fuathof altreao that tm wilt takr offinativ., am <am(w*w, act hob to Insure full .n»q4 f.w•r alto such pnll:y ad lm•s�
r;a As ail respect.: It bring arfrtly •.raMr.taud and .creed that failure• to comply with .,tv or ebt• toms e( said mravlriuna
:hail to' rill aanatitute a matorial brooch a( this cuntratt.
Ca.ntratar stall, "an reaavdi had/tor as wet as pu**Ibl. Ik.•,a:.1':..•r, turn Ah ont. if. Ct:y o.,y aml .11 isferaurin"I eyed.
' required by the City tc 4-trrmifm wlwthoir tell tmmflfan., I:., barn er•d" by Itw 1 mtraetor slth said policy •'end program oQ run,.
i.arlir will I'Mtmit arr*sa tO his htmkt, nYr rdt Nid -rro,Mts by Its, City for IM• purpo., of inWHtirnl lan Ia n.rcrt ale .nth
a..rplianrr-,
Wltt,,b,ti ut felthar ach.a,wlodla., that he ha* r••.•aived ., In:, trot caayl.•f.• cup, .f the City'. "fafr Praet It,, Policy" awl "Afr,ns•-
ttar Actions frogram".
f]IM.AatT 1RteT11.1CtT:tn Jai .223^nl"/JJlt,
CCRTIfiCATttMI BY WV MACi14t
59WOMTRAMIttS WTlriCnT'•14 '-
sBPPbICR'S C6J1TIr M1TION
tWpplfer's Most .
Address:
Repramsat.t twpY. ---_
1 Cane tortarlafiha.mtrKtar/Stippllee has Dart lcipat wi ❑, a prar•Juas ew.Inct ar w►ran+rare tubivtt to the Cgwl opyortunf.vY—
Clowns.
yam ha t_7
I. Conpltaarm rypor s ow" requf eI o he filled 1n aatna,tlan ..if, on ouch ctt.,rt or vubrontrtrt.
Yes = Mo 11
i. Cslat,'sCNr/Bu0.wttraeter/Bapp f r has fit" all rompliam, x repto due order appiieatlon bna[rmct teas.
Yam= Bo i Moms Baqutnd
d. If alaaq'r to it T is "Ba", please osnlain In Oetall on rvloroc aid. of -hi, rvtrfic.flw.
C.nfftt+,tan - Tf,A Sstormotim show' Is tom aW compl#te to On, lore .f wy knaw),Zge anal ballot.
i
I +• o paw 1raa. yp
t'��--.I.r.�1CjE••.,�...ry-m fe tu
hrwf,wad 'ry city Awthw t"ytt�
I
AETACHMENE III (CONE.)
Page 2
r
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. U246 of September 24,
1965 (as amended), and shall post copies of the notice in con-
spicuous places available to employees and applicants for employ-
ment.
"(4) The contractor will comply with all provisions of Executive
Order No. U246 of September 24, 1965 (as amended) and of the
rules, regulations, and relevant orders of the Secretary of Labor
and the Secretary of Housing and 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 Urbau
Development pursuant thereto, and will permit access to his
books, records, and accounts by the Local Public Agency, the
Secretary of Labor, or the Secretary of Housing and Urban De-
velopment for purposes of investigation to ascertain compliance
with such rules, regulations, and orders.
"(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 oth.:rwise provided by law.
"(7) The contractor will include the provisions of Paragraphs
(1) through (7) in every subcontract or purchase order unless
exempted by ruler, regulations, or orders of the Secretary of
labor or the Secret.._y of Lousing and Urban Development pursuant
to Section 204 of Executive Order No. 11246 of September 24,
1965 (as au-ended), so that such provision 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 P'.ohlic Agency, or the Department of Housing and Urbu.
Development may direct as a means of enforcing such provisions
including sanctions for noncompliance: Provided, however,
That in the event the contractor becomes rry n, or is o ved
threatened with litigation with a subcontractor or vendor as
a result of such direction by the Local Public Agen- or the
Department of lousing and Urban Development, the c .actor may
requ,ist the United States to enter into such litigation to
protect the interests of the United States.
.ATTACHMFNI III
Contractor, Subcontractor, Supplier
I+
'.he City's Affirmative Action Program extends to all those doing
business with the City regardless of source of funds. Each supplier
or contractor having 25 or more employees and/or contract in excess
of $10,000 is required to: (1) Become fam;liar with the City's
Affirmative Action Program, (2) Certify that they have their own
Affirmative Action Program; (3) Provide a record of intent to
comply by completing the affidavit. The affidavit and a copy of the
firm's Affirmative Action Program may be provided once each year or
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
on-the-job inspection during the current contract.
As part of the requirement that federally funded contracts for
more than $10,000 are subject to the Executive Order 11246 of September
24, 1965, as amended by Executive Order 11375 of October 13, 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, but 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 provisions of this nondiscrimina-
tion clause.
"(2) The contractor will, in all solicitations or advertisements
for employees placed by or on behalf of the contractor, state
that all qualified applicants will receive consideration 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
r
�., ATTACHMENT I
City of Renton Goals and 'Timetables
The City of Renton, under the established Affirmative Action
Program, has set forth a goal of 3.5% minority empluymet.t over a
timetable span 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
r 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. Thib 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
which the City will correct the deficiency utilizing measures described
in the City's Affirmative Action Program.
ATTACHHENf .1
p City's Programs for Achievement of Goals
The City of Renton has set forth licy that they will make
the necessary notification regarding position openings on the permanem
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 Renton is an equal opportunity employer' and indi-
cate that minority applicants are sought. In addition, the following
M agencies that service a high conccatration of minority employment are
notified of each position opportunity: Asian Employment, Indian
Affairs, PRATT Center, S.O.I.C., Veteran's Administration, The Facts,
and Active Mexicans Development Center. The City employment applica-
tion form has also been revised to reflect the equal opportunity
employment sentiment.
All those in a ,:.isition to hire, fire or transfer City employees
have been instruct•i to use nondiscrimination in their fudg.ocnt of
personnel. All de :isions relating to management-employee relationships
will be reviewed by the City's E.O. Office for possible abuse of the
City's Fair Pr. tices Policy and Affirmative Action Program.
M
WE have totally re-evaluated our fob descriptions •:ith£n the City
to insure that qualifications are realistic—that position criteria
reflects skill level and physical capabilities required for performance
of task and not a reflection of prevailing labor market. Those
positions for which physically handicapped are suited are identified
and priority consideration will be given to those individuals.
1 �
WN
1. Availability of minorities and females having requisite
skills and experience in the labor area.
5. The extent of unemployment among the mincrity and
female unemployed work force within the area.
B. Perform. an analysis of the City's labor force by job
category to determine the placement of minorities and females at
all levels of responsibility.
1. The number of employees by jc'. classification for
each department in the city.
2. The availability of promotable minority and female .
employees within the City's offices a... divisions.
1. The number and job classification of employees, by
department, who will be retiring within she next five years.
This list is to include the tentative date of retirement for
each employee.
a. The anticipated turnover of employees due to their
inability to perform adequately, by job classification per
department, and possib:e date for action.
C. Establish coals and a timetable for the correction of
deficiencies identified. These goals and timetables are an °
essential part of the City's Affirmative Action Program and will
be main.ained and updated on at least an annual basis. Although
the primary concern of these goals is overall minority at,d female
employment, they shall also include minority and female under-
utilization within specific lob levels: management, professional, _
technical, office and clerical, and skilled Pof'tions. h'1
The goals and timetables established as a result of ..he above
analysis shall be rea.onably attainable and shall appear as t
Attachment 1 within 60 days after finalization of this document.
The Equal Ooportuntty Officer shall be responsible for establish-
ing these goals.
Specific programs which the City of Renton proposes to undertake '
to facilitate the achievement of the set goals shall appear as
Attachment 2 also within 60 days after approval hereof. These
programs shall also be established by the Equal Orportunity +" +
Officer. �f'N
2!'
t y.G
+p
yr+X`
X
e
5. Furnish information as required, maintaitinq an
of firmstivs action file detailing its efforts, with dates,
to meet it■ Commitments _nder Executive Order 11246.
All data and documentation generated as a result of this
Affirmative Action Program shall be made available to any
Federal or State agency for their review upon request.
V. GRIEVANCE PROCEDURES
The success of the Affirmative Action Prcgrae depenes largely
on the attitude of the community as well as the employee. Opinion
As to what constitutes fair and equal opportunity and treatment
may vary Widely and grievances may result. The following steps
shall be taken immediately for any grievance arising from the
P implementation of this program so as to maintain the heat possible
employee-supervisor and city-community relationships:
A. The wiplovee shall bring her/his grievance to the atten-
tion of nee/his immediate supervisor 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 at this level.
B. At the option of either party, the servicc-s of the Equal
Opportunity Officer may be requested. The Equal Gpportunity Officer
shall intervie- both parties, conduct additional investigation as
necessary, and recommend appropriate corrective action and settle-
Mont conditions.
C. In the event that mutual agreement cannot be achieved
and binding re-elution ]b required oy the city administration,
signed statements detailing the grievance and specific inveat.iga-
tive action shall be obtained by the Equal Opportunity Officer
from the employee and his supervisor. The Equal Opportunity
Officer may draw upon all resources at his disposal both internally
and those external to the City to arrive at recommended corrective
action and settlement conditions. The Equal Opportunity Officer
shall forward these statements along with his own investigetion
retort and recommendations to the Mayor's Office for resolution.
D. The Mayor may elect as deemed necessary and as circum-
stances so dictate to refer the grievance to a special arbitration
COM, ittee. (This committee shall be selected from among City
emoloyeeI and consist of an equal number of management and staff
personnel.) The Equal Ooportunity Officer and those directly
involved in the grievance shall not be voting members of this
committee. Proceedings of. the committee shall be documented and
their decision shall be final and binding subject to review only
by the State Human Rignts Commission or through the judicial
system. All reports, decisions and other documentation generated
by the grievance procedure shall be maintained by the Equal
Opportunity Officer as a matter of permanent record.
VI. GUIDELINES FOR MINORITY AND BEMA-E EMPLOYMENT
Fair Practices and equal opportunity within City government cannot
be fully realized until can equitable representation of women and
ethnic minorities currently in the Renton area work force are
reflected in the City's employ.
To determine the area and City work force profile, the City of
Renton shall undertake the action outlined in Section A and B
below. As inequities are identified, corrective measure■ will be
initiated as established it Section C.
A. Determine the minority and female profile within the
m
Renton emplovent area in which the majority of current employees
reside.
1. NIMber of minorities net ethnic group in this area.
7. Generalized location of sack minority group (i.a.
any significant eor:centration within the area) .
1. Percentage of minority and female work force as
compared to total work force for the entire area.
1
SPECIAL PROVISIONS
TABLE OF CONTENTS
r
Ya(E-
SP-C` Descr'ption of WorksP-
SP-OG Date of Bid Opening SP-:
SP-03 Time of Completion Sis'•
SP-04 Construction Direction SP
;P-05 Materials SP
4p•09. ?uolic Liability and Property Dam-ge ;nsuram::.: Sf-:
B9-07 Certification of Bidders Affirmu,o ve Action P : SP-::
SP-08 Equal Employment Opportun,;y Affidavi` SP-t
SP-09 lair Practices Policy SP-2
n SP-10 Affirmative Action Plan SP-3
. , SP- I Non-Collusion .ffidavit SP-3
SP-I2 Nondiscrimination in Employment SP-3
SP-13 Wage Schedule SP-3
SP-14 Standard Specifications SP-4
SP-15 Field Changes SP-4
SP -16 Failure to Meet Specifications SP-5 ..e'
SP-17 Protection of Public and Private Utiliti- SP-5
SP-18 Scheduling of Work SP-5
Sp-19 Construction Conference SP-6
SP-20 Disputes and Ll :igation Sp-6
SP-21 Subcontractors SP-7
t
SP-22 Change Orders SP-7
SP-23 Surveys SP-7
SP-24 Overtime Field Engineering SP-7
SP-25 Hours of Work Sp-7
SP-26 Public Convenience and Safety SP-7
SP-27 Constr,jctlon Signs SP-8
SP-28 Removing Traffic and Street Signs SP-6
SP-29 Construction Equipment SP-8
SP-30 Size, Weigh; , Load Restrictions for Motor Vehicles $P-9
SP-31 Delivery Tickets SP-9
SP-32 Waste Site SP-9
SP-33 Oust and Mud Control SP-10
SP-34 Payment to the Contractor SP-10
,v SP-35 Liquidated Damages SP-10
SP-36 Awarding of Contract SP-IC
I
f
I
SPECIAL •
t�
f
•
r
Its true and tawiul alWntei1sfoi-fall. with lull "Cl auu au more., ocichy cdolericu in it.namns,p4ec Ltd tread,
r, to&W,execute,acknowledge and deliver M its!aohall,and a its act and deal,as follows.
SprnfrCally and only on Minds executed having 'K„. Indenunli«auon .if the Srudl Business AdmrmsU awns in an
antouml not exceeding $20U,000.00 in ally single ioslance, for sit rm hrhalt of this Company,in Its husweu and in
accumusce with has Charter, and to bind AM6RICA's FIDELITY FIRE INSURANCE COMPANY thereby,and all of
a11. the acts o:sad Attorney-in-Fact,pursuant to these presents,we hereby ratified and confirmed.
tl' IN WITNESS WHEREOF, die American Fidelity Fire Insurance Company has caused they:patents to be signed by its
r s President and/or Vice-President,and-it Corporate Seal to be hereto affixed. I
(\/ a AMERICAN FIDELITY FIRE INSURANCE COMPANY
f°yUr�
Robed 1.Kennedy,Vice-President
State of New York
County of Nassau ss'
ry Chi this 261h d.Iy (if Marsh. 11M� before life subscriber, a Nolm) Puhhc of We State of New York in and for t
the County of Nassau duly commmiuned and qualifu:l. :a ne Robert J.Kennedy of:he A,:erscan Fidelity File Insur-
ance Company,to me personaPy known to be the mdrridual and officer described hcrnn, and who executed the pre-
ceding instrument,and acknowledged the execution of the same, and being by me duly sworn,deposed and said,th..
he is ds.: officer of said Company aforesaid, and that the seal affixed to tit:preceding instrument is the Corpoare Sea
of said Company, and the sad r rporate SeJ and signature as an of t"r were duly 4ixed and subscrihed to a sL.
instrument the authority and drrecilcvs of the said Corporation,aid that the resole,wn of said Company,sett rred to
t in the preceding mstrunienl,is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand,and affixed my official seal at Woodtury,New York the
day;utd year above written.
,\ wr Notary Public
ALINA ZAK RZEWSKI
N07 Al Y PUBLIC,State of New York
Nu_sU-97fi57211
00 Ouahfird in Nassau County
Continuation Expuas Much 30, 1976
Slate of New York
County of Nassau U.
CERTIFICATE
yg 1,the undetutg red,Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a.lock corpontlon of the
State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Altomuv and Certificate of
Aulhmity, remains in full force mid loss not been revoked.and furthermore,that the Resolution of the Boar)et Direc-
tors.as at forth in the Certificate of Authority,are now in toter.
Signed and Sealed at the Hornet Office of the Company,at Wocdbary,New York,Dated this 24thday of JULY
A.D.,19 75
Assistant Secretary
.i
r
... WA Its zm 4rsi I
M
MOP
r
s
AMERICAN FIDELITY FINE INSURANCsr COM°ANY
WOODWA'r,NEW VUAK
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fire Inmra re Compvsy,a Corporafon do the
State of New Y, A.having its principal office in Woodbury, State of New York,p otYNn as the followu.6 resod wt,
N adopted S, the Bond of Duecion of the said Company on the 1 Kth day of Februa „ 1969,to vvt:
"The President, o my Vice-President, or other offwrr designated by the Board Executive (ommittee shall have
auttonty, severally, to mom execute and deliver a power of attorney conailnting as Attorney-in-Fur such persons,
firms or corporations as rich officers may select from time to tmte.• does hereby make, constitute and appoint
J. T. KOHOUTLK and/or J. C. NotAtANN Of S*EAT7I F_ WASIIINt;ION
r
its true and lawful anomey(s)en•(u<, with 4r!I power suit authony hereby conferred in its name, place and Dead,
to sign,ea ute,acknowledge and deliver in its behalf,aid as its act and deed,as follows:
s Speed-ally and o:.a on bon.:s executed having 90% indemnifscatwn of the Small Business Administranon in an
amount not exceeding S20C,000.00 in any single insta^ce, for ..r on bdulf of this Cmmpany, in its business and in
accordance with its charter,and to bend AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby and aU of
fie acu of said Ailumeyin-Fact,punuant to these presents,are I:ereby rafified and confirmed.
rs 'r IN WITNESS WHEREOF, den American Fidelity Fire Inwrance Company Tsai catx,-d tlew prr nu to be signed by its
i President and/or Vice-President,and its Corporate Seal to be hereto affixed.
AMERICA* FIDELITY FIrF INSURANCE COMPANY
Ou, _
j
Robert J.Kennedy,Vice-President
r- Sure of New York
County of Nassau ) as.
(Jet this 26th day of March, 1975, before the subscribes,a Notary Public of the State of New York in Air for
County of Nassau duly commissioned and qua!d-ed,carat Rutrrt J.Kennedy of the Amzrw n Fidelity rue huia-
t Company, to me personally known to be the individual and oirwer dcu-lifted herein, and who executed the pre•
r c.ding inurement, and acknowledged the excc, feu n of die same,and be mg by me dul v sworn,dep:tsnd and said,that
he is the officer o ;aid Company Aorcuid, and that the seal:fsixed to the,preuding mslitiownt is the Corporate Seal
of said Company, and the mid Corpora✓. Seal and signature as an oficer were duly affixed and subscribed to the said
instrurient by the utthoit,and direction of the said Corporition.and that the rewtunon of said Company.refern.d to
in the prereding instrument,is now in fora.
IN TESTIMONY WHEREOF. I have hereunw set Any hand.Aral afford my o04ei.1 seal at W':nxdbury.New York the
day acid year above written. ((��
C�,Y,lttyI�c
Notary Public •.,i
.,.• AI.INAZAKRZEWSKI
41. NOTARY PUBLIC.State of New York
No.30H785728
Gualifud to Nasuvu County
C omouss,. a Expires March 30.1976
State of New York
County of Nassau u.
CERTIFICATE
I, the undersigned Secretary •f AMERICAN FIDELITY FIRE.. INSURANCE(OMPANY a stock corporation of the
Stare of New York, DO HEREBY CERTIFY Thal the foregoing and attached Power of Attorney and Certificate of
Authority remains in fylt futee and has not been revoked:and tunhermure,that the Resodun•m sal Abe Board of Doti-
tors,as set loth in the Certificate of Authority,are now in force.
m
Sfgi ed and Sealed at the Home Offwe of the Company,at Woodbury.Ncw York,Dated this 24Chyy cf JULY
A.U„19 75
1
�w
010 DO,40 FORM
Herewith find deposit in the form of a certified check, cashiers check, cush
or bid Land in the amount of $ 2,500.00 which amount is not less than five
w percent of the total bid.
r
Sign here
DID OONO BOND NO. 04-638-1982562-A
Know All Men by These Presents: ,
That we SURFACE CONST. CO.� as Principal,
and AMERICAN FIDELITY FTRE'IYSOKANCE C0Faerf as S-irety, are
es
held and firmly bound unto the City of Renton, as Ohligee, in the penal sum of
FIVE PER CENT OF THE TOTAL AMOUNT U: THE BID, NOT TO F.;;CEED THE AW)UNT OF
TWO THOUSAND FIVE HUNDRED AND NO/100tba---------Oulla rz, for the payment of
which the Principal and the Surety bind themselves„ their heirs, executors, ad-
ra
ministrators, successors and assigns, jointly and severally, by these 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 (5301 of 12" Pipe; 1300' of 8" Pipe; 480' 6" Pipe)
M
according to the terms of the proposal or bid mode by the Principal therefor, and
the Principal shall duty make and entr_r into a contract with the Obligee in accur-
dance with the terms of said proposal or bid and award and shalt give bond for tltr
as
fefthful performance therroti with Sureties approved by the Obligee; or if the
Principal shall, in case of failure so to do, pay and forfeit to the Obligee
the penal amount of the deposit specified in the call for bids, then this obllga-
♦
tion shall he null and void; otherwise it shall be and remain in full force and
effect one the Surety shall forthwith pay and forfeit to the Obligee, as penolty
and liquidated damages, the amount of this bo. d.
SIGNED, SEALED AND OATED THIS 24thDAY OF JULY i9 75
SURFACE CONST!. C.O.
BY: /Y
• 'tW—RlGlltl FID4IT-,7Y IRE INSURANCE CWAUY
SURETY J. C. BAUMANN - ATTO:diEY-IN-FACT
In
Received return of deposit fro the sum of
•
EL
L �
Mtt fi F 1'if I 'FOIX
City of Re ton`
ss
BOUNTY Of iy _
' 1, the undersigned, having been daly swcrc, deposed, say and certify
that in c, . :tirn with the performance of the work of this proJett.
1
i will pay Bch classification of laborer, workman, or mechanfc
eoployed in the performance of s4.h work; not less than the prevail-
ing rate of wage or not less thin thv minimum rate of wages as speci-
fied in the principal contract; that 1 have read the above and fore-
going statement and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
Subscribed any swcrn to before me on Lois day of
19
ffCttary-6ubTic in an / or the State of
Washington
Residing//at /
r
M
N(Xi-COLLUSION AFFIDAVIT
M
STATE OF WASHINGTON )
SS
r' COUNTY OF h 1A,
j CA nGj> �Arr �n•
being duly worn, deposes and says, that he is tLe identical person
who submitted the foregoinS proposal or bid, and that such bid is
genuine and not sham or collusive or made in the interest or on t -
ha:f of any person not therein named, and further, that the deponent
has not directly induce,! or solicited any other 6`dder on the fore•-
+ going work or equipment to put in a sham bid, or any other person or
corporation to refrain from bidding, and that deponent has not in
any ,Wanner sought by collusion to secure to himself or to any other
person any advantage over other Cidder or Bidders.
SIGN HERE:
J
Subscribed and sworn before ne this 1 day of
�1
to<a—ry-I3TIc in or the State o
I
dplc ifNY-f_ residing at
T1•c1 therein.
1
m'
P ti'<Y p
FOR THE MONTH O/ ........................_..
A F F I RMAT I VE ACTION
�. CONTRACTOR SUBC04TRACTOR
MONTHLY MANPOWER UTILIZATION REPORT Prn,et Herr' ......... ..._ ............. ............._
To W submitted to the City's Project coals and Timetables (a minority anpicy-
Fnginesr during the fourth week of each ment) as committed in Contractor's
month while contract is in progress. Prime Affirmative Action Flan........... . . ....
(' contractor is responsible for obtaining and
submitting all Subcontractor Reports. contract starting Date......... .... .....
I
Tredr Yrar MONTNLYMAN4/rRnla O/aM►LOYMiNT a PwcNtt a Tom 10. TWO
11ore OMd on - NYwbw d The Ce"aM'tY Nrlw M CptlrKtp r tha WOW, I. ►. e. a. O. mrnoritY Me.o/
Clmrpea mrrMourt k►dow"
lhee[anee:Nr co None
of fea ad,d,sporlod, denrp me rice TMr yen. ram. or:OW Errs 1V
f' rlpor:ina Araw W rrrtw.rrN /teY'aa
Oefi� mMOY
. ............................................................ APPMH O _
Dnar voWo tt o/YONr coovow? TNMW
iai MNMNt. tolIl llMn.NNxtw. ♦ `iMY TNeI
Now —
Appred
hwrtwtW crmgmpn dOo or vour won T.elree f
( On mn caRrorp
—Toth —_
reOnwYeHO a
TIM11N __.
Pwcw l Of Ydrrr~k compNOd to doW —
fW MrrbL fzfa Mrw.rdemtn. 'K T.ia TOW
Atwrrpert
/fi7
Tr
(.. 1—doWr Of New MnY On orq wow,
'ofN MNMr4 To1N Min,MSMvy. �— TOW TOtM
JOYwleYrrleO
Twat MXrarrlrw Aa/rerrttce
V
Are Ya.r dOq~ it roar corllratt Tula-TrriwOr� T'ntd lnn,L/.nna. ...—.%'. ._ TWO._
"WON a10YM1gNforMOre job--a.mT1 Pre k'
pared by: (Signature and Title of l Gte
Contractors Representative)
rM No
it r.t rr,,..„u„r N.W Reviewed By: (Signature and Title of Date
City Official)
Affirmative Action taken (or proposed) to increase minority representation on permanent
work force:
I i
1:
1
CITY OF RENTON
' INSTRUCTIONS FOR E.E.O. CONTRACT COMPLIANCE REPORTING
(REF: Title V1 Civil Rights Act; Executive Order 11246.
and City Resolution 1805)
1. This City of Renton Equal Employment Opportunity Reporting
System will apply to all contracts in excess of S10,D00
awarded by the City, except for those contracts which invnlvu
separate State highway Department or Federal E.E.O. keport
requirements. (See attached Sample Report Form - City of Renton)
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 Contracto; and by each Subcontractor The
Prime Contractor is responsible for obtaining, verifying and
submitting the reports relating to Subcontractor LEO performance.
All reports are to be delivered to the appropriate City Proje:.t
Engineer, and will be cunsidered a prerequisite to the processing
of Monthly Progress Payme.its.
3. In the event that a contractor is 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 combineJ.
4. Monitoring of EEO Compliance will be related to the Goals and
Timetables contai-ed in the Affirmative Action Plan as provided
by the Prime Contractor in connection with the bidding process.
�• (The Prime Cuntractor 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 problem by direct
liaison with 1'je 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 Acton Steering Committee, and
possible subsequent action by the City Attorney.
Revised 1/8/75
1 1
6.
r
r
CERTIFICATION OF EQUAL ENPLOYNk:hl UPPORTUNIIY REPORT
Certification with regard to the Performance of Previous COntrocts or Sub-
contracts subject to the Equal Opportunity Clause and the filing of Required
f. Reports.
T1s bidder 4/,,proposed subcontractor _ , hereby certifies that he has
has not �ii participated in a previous contract or subcontract subject to the
equal opportunity clause, as require' by Executive Ordsrr 10925. 11114 nr 11246.
and that he has , has not i, filed with the Joint Reporting Committee
the Director of the Office of Federa: Contract Compliance, A Federal Government
t' contracting or adminiaterlog • enc g y, or the former President's Conmrittee on
Lqudl Employment Opportunity, all reports due under the applicable ftltng requ-
irwass.
( any) --
(Title)
Pate:
ss Note: The aaa•.e certification is required by the Equal Employment 0 pportaa t[y
Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be s
submitted by bidders and proposed subcontractors only in connection with cont-
racts sad subcontracts which are subject to the eoual opportunity clause.
Contra_ts and subcontracts which are exempt rrom the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
410 910,000 or under are esempt.)
Currently, Standard Form IN (EEO-1) 1s the only report required by the Execut-
Iva Orders or 'heir implementing regulations. .
vProposed print contractor& and subcontractors who have participated in a are-
vlous contract or subcontract sub;tct to the Executive Orders and have not
filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the
award of contracts and subcontracts unless such contractor submits a report cove-ing
th- deliquene period or such other pariod specif'ed by the Federal highways
Adminiatration or by the Utrector, Office of Federal Contract Compliance, U.S.
Department of Irbor.
1
A
r / �
Z
'•v-.road a; j i f ;' � °-- ___ � / C'
w
b
V
V i
Y'
,1
r�.:i G:'•.�L p(' I�i .,,R..v. � it inf:R��ir e".✓� i.i 7� Ti:-.✓ i/.;y .,. 'J>'%G
r MA/r r .'/ l�.r `� ! if �?�r_1`'�"'�✓s•Y__ �l� �. � a � r..:._
+n<R:�l'+Xa.. �T"a � �. �..L.-•4 _I?Y � -i b�;�»I a /7. ��1� I 1 � (�..,n; '�I �' -%;
' .N •I y jN�ogn�/, � Kr f.�,. Ry w.-rr .R.:•:H:,-... �- � -�
.1 H• l•, i I r ! ,
VM R%
aLR
W ,
1
F
W
S
f ,
f
iURFACE COd::TRUCMQ: CO.
15029 Pacific lyway �.
wattle, Wash. 9e3188
f An Equal Opportunity Employer
Office Telephone lime Telephone
242-7A 9 242-21y9
f`
r
j. LO:JAL EMPLOYMB.:T OPPORTUAlIY OFFICEP
This contractor hereby designates Roy 0. Surface, Omer, as its
EEO Ofiicer with flail authority to administer and promote an ac Live
proera:m of Equal Dp,loymant Oppertunity.
Contractor Firma 1,URFACE CQ6�17RUCT1o.f CO. _
i
LY
Roy 0. Surface, Owner
Firm Address: 15029 Pacific ll/wey bo.
Seattle, dash. A188
M
V
r
7
l
� 1
RENTON HILL WATER SYSTEM - CEDAR ,,.. T^1-410#5
I T
AVE BPROJECT
S
4
'ro
TECHNICAL PROVISIONS
A TS-01 GENERAL STATEMENT
This section, Technical Provislons, is devoted to features of on-the-site
conditions which are peculiar to the facilities to be constructed for W-410
Renton Hill Water Syste- Improvements.
r Articles, materials, operatiuns, or methods mentioned hereln 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.
t4
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 establishmert of subcontract limits will be sale a matter of specific
agreement between each contractor and his subcontractors, and shall not be
based upon any inclusion, segregation or arrangement in, or of, these specifi-
cations. The contractor and subcontractor in each case is warned that work
included in any subcontract may be divided between several general specifics-
tie-s, and that each general specification or sub-head of the technical
specifications may Include work covered by two at more subcontracts or work in
excess of any one subcontract.
TS-02 STANDARD SPECIFICATIONS
All work under this contract shall in general be performed in accordance with
the applicable provisions of ' ,tandard Specifications for Municipal Public
Works Construction" prepared by the Washington State Chapter, American Public
works Association, an,t !n accordance with the requirements of the City of
w+ Renton, except as otherwise amended, modified, or specified in those Special
Technical Provisions. Items of work not specifically covered in these Special
Technical Provisions shall be performed in accordance with the requirements
specified in the A.P.W.A. Standard Specifications, and in accordance with the
City of Renton requirements.
4 TS-03 PIPING MATERIALS, VALVES, AND FITTINGS, ETC.
a. General
All pipe sires as shown on the drawings, and as specified herein, are in refer-
enca to "nominal" diameter, unless otherwise indicated.
L
One type of pipe as indicated below w' II he considered for this project. All
pipe shall be fabricated to fit the plan ,norm on the drawings. one type of
pipe shall be used throughout the entire project ex apt as necessary to match
existing piping or as otherwise specified by the Engineer. Where -!location of -"
or replacement of existing piping is necessary during construct' materials
L used shall match the existing, subject to the approval of the . ter
All pipe, valves, fittings, and specials shall be for water wor,. ,q pressure as
Sa TS-1
1
r1a ti
I ,
A
R TECHNICAL PROVISIONS
TABLE OF CONTENTS
Page
TS-01 General Statement TS-1
TS-02 Standard Specifications TS-1
TS-03 piping Materials, Wits, and
Fittings, etc. TS-1
TS-04 Existing Utilities TS-4
TS-05 Clearing TS-4
TS-06 Saw Cutting TS-4
Cl TS-07 pavement Removal , Trench Excavation,
BedAiag and Backfili TS-4
TS-08 Pipe Installation Ts-7
TS-09 Restoration of Surfaces TS-9
TS-10 Testing TS-10
TS-11 Disinfection TS-11
TS-12 Cleanup TS-11
TS-13 Measurement and Payment TS-11
i
y�
t
Y�
b Fi
•
r
•
b
•
TECHNICAL PROVISIONS
•
•
•
p
SPECIAL PROVISIONS (CONT. )
SP-33 DUST AND MUD CONTROL
The Contractor -hall be responsible for controlling dust and mud within the
project limits and on carry street which is utilized by his equipment for the
duration of the project. The Contractor shall be prepared to use we tering
trucks, paver 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 this section.
Complaints on dust, mud or unsafe practices and/or property damage to
private ownership will be transmitted to the Contractor and prompt action
in 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 t be made to the Contractor will be made In the manner outlined in
Sectior 9 of the Standard Specifications. Payments shall be made In*Cash
Warrants. Partial payments •.n estimates amy be withheld untl wor.__
progress schedules as descr.bed in Section SP-18 of these Special provisions
have been received and approved.
i
SP-35 LIQUICVED DAMAGES
Liquidated damages for failure to execute the contract as specified and in
accordance with Section 8.08 of the Standard Specifications v111 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 additicnal 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 AWAROINC. OF CONTRACT
Awarding of contract will be based on total sum of the Schedule of Prices.
No partial bids will be accepted.
sP-In
h 't
t
SPECIAL PROVISIONS (CONT. )
SP-30 SIZE, WEIGHT, LOAD RESTRICTIONS FOR MOTOR VEHICLES
All motor vehicles of the Contractor, Subcontractors, and suppliers shall
strictly adhere to Ch. 46.44 of the Motor Vehicle laws of the State of
Washington t1967 Edition and amendments thereof) in regard to size, weight,
and loads of motor vehicles.
°ayment will not be made for any material that is delivered in excess of the
legal weight for which the hauling vehicle is licensed.
Any gross violation of these regulations shall be reported to the affected law
enforcement agent.
The contractor i- o furnish to the Fnglneer a listing of all haul vehicles
used on this project, listing the vehicle number, license number, tare weight
r and licensed load limits.
t
SP-31 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 rot be made for delivery tickets which do not show type of
material , gross weight, tare weight, truck number, date and inspector's
Initials.
Scale certification shall be submitted as early In the project as possible.
Each weighing station shall maintain a record of the trucks weighed, date
and time, tare and gross weight and type of material. In 1sol.ted cases
where scale weight is not available, the inspector shall measure the truck
volume and certify as to its full load del ;verv.
Tickets that are not complete will not be accepted.
SP-32 WASTE S17E
The Contractor shall conform to Section 4.06 of Standard Specifications in
regard to waste sites.
The Cuntractor shall have the responsibility of obtaining his own waste site.
All work included ;n this section shall be considered to be incidental to
other ;tens of work and no further compensation will be made.
The route t kon to the waste site shall be maintained solely by the Contrac-
tor in a men fr as described below:
The Contractor shall be prepared to use water trucks, power sweepers, and
related equipment as deemed necessary bf the Engineer to alleviate the
Problem of lost spoils alonq the route. Prompt restoration of the route is
mandatory.
SP-9
1
a+
SPECIAL PROVISIONS (CONT. )
SP-26 PUBLIC CONVENIENCE AND SAFETY cont.)
n
tt t. There shall be at all clmrs reasonable access to and egress from the
business establishments and other properties adjacent to the project.
2. All road approaches and street connections shall be opened to traffic
at the close of each .ork day.
fs
tt 3. where ha2ardous conditions exist p,oper signing and barricading shall
be provided as directed by the Engineer. Where designated by ,he
Engineer, the signs and barricades shall be supplemented by lanters or
flasher units during the hours of c'2rkness.
r., 4. The Contractor shall notify the local fire and police departments in
t : 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 ;hall
�. be placed by the Contractor, immediately upon request by the Engineer
in the amounts designated.
All costs involved in the above shall be considered incidental to other costs
of work involved and no further compensation will be made.
SP-27 CONSTRUCTION SIGNS
The Contractor shall furnish and install construction signs which conform to
current 1971 M.U.T.C.D. Sign No. W20-1, "ROAD CONSTRUCTION AHEAD," 36" x 36"
or larger diamond, black Ietter'ig on orange background. One (1) sign of the
type mentioned above will be p -ed at each street e,.t,ring onto the project
site.
All construct-ton and detour signing shall conform to Part V' "Traffic Controls
for Highway Construction and Maintenance Operations' of the Manual of u„1Fsrm
Traffic Control Devices.
SP-28 REMOVING TRAFFIC AND STREET SIGNS
The Contractor shalt be responsible for maintaining all traffic and street
sign;. In the event It shall be necessary to remove a traffic or street sign,
the Contractor shall notify the Director of Public Works, City Municipal
Building, City of Renton. Washington, for all cb,.nges made. When the work has
been completed, and prior to said area being open to traffic, the Contractor
4 shall notify the Public Works Director, City Municipal Building, City of ' e
Renton, Washington, and obtain his approval of sign,ng.
SP-29 CONSTRUCTION EQUIPMENT
Drivers of motor vehicles used In connection with the construction of repair
work shall obey traralc rules Posted for such location In the same manner and
under the same restrict -ons as provided for the drivers of private .—hicles.
sP•e
4
ti ly
3
t SPECIAL PROVISIONS (CONT. )
SP-21 SUBCONTRACTORS
A list of subcontractors and suppliers that will be invoked with this pro-
ject shall be given to the Engineer for his review and approval Immediately
t after notification of low bidder status. This list must be received by the
Engineer before the contracts may be signed.
SP-22 CHANGE ORDERS
n-. All additional work that requires compensation to the Contractor for items for
1 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.
t SP-23 SURVEYS
Section 5.06 of the Standard `�ecIfications shall be amended by the addition
of he following sentence: "The Contractor shall notify the engineer a
mi,...num of 48 hours in advance of the need of surveys."
SP-24 OVERTIME FIELD ENGINEERING
When the Contractor performs construction work over the accepted 8 hours per
day or 40 hours per week, or on any City holidy, and the work requires Inspec-
tion, then the Contractor shall reimburse the City at the rate of $12.00 per
hour. The City shall have the sole authority in determining the necessity of
having the overtime inspection, and shall notify the Contractor of intent and
said costs will be deducted from monies due the Contractor on each monthly
estimate.
SP-25 HOURS OF WORK
n-- The working hours for this project will be limited to week days during the
period from 8:00 a.m. to 4:00 p.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.
SP-26 PUBLIC CONVENIENCF AND SAFETY
The Contractor shall , at his own expense, provide flagmen, shall furnish all
signs, barricades, guards, construction warnings, and night lights in order to
protect the public at all times from injury as a result of his operations. If
the Contractor should fall to maintain sufficient lights and barricades in the
r opinion of the Engineer, the City shall have the right to provide these lights
V and barricades and deduct such costs from payments due the Con•.rac tor.
A plan for traffic control must be submitted for the Engineer' s approval before
the beginning of construction. The Contractor shall maintain detour routes
and other routes used by his equipment hauling materials to and from the area.
Appropriate portions of Section 7. 15 IAPWA) Standard Specifications Shall apply
to this contract. In addition the full owing Special Provisions shall apply:
t
SPECIAL PROVISIONS (CONT. )
SP-19 CONSTP .CTION CONFERENCE
n
et 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 arepresentative of the Contractor
will attend a weekly conference with the Owner's representative to review
I? progress or,! discuss any problems that may be incurred.
t
SP-20 DISPUTES AND LITIGATION
Any questions aris;ng between the Inspector and the Contractor of his Super-
intendent or Foreman as to the meaning and intent of any part cf the plans
Po and specifications shall be immediately brought to the attention of the
a Engineer and will be adjusted by him.
Failure on the part of the Engineer or his representatives to discove 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 some may have
occurred.
To reduce disputes and litigation, it is further agreed by the parties hereto
that the Engineer shay 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
0 Specifications.
In the event the Contractor is or the opinion he will be dwililed by such
interpretation, he shall, within three (3) days, notify the Engineer and the
City Clerk in writing of the anticipated nature and aotount 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
s" 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 upon the
feature in question.
r ,
A" 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 of borne equally by the City and the .on-
tractor unless It Is the majority opinion that the CuntraLtOr'a filing of the
* protest is capricious and without reasonable foundation. In the latter case,
V 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 ♦ non-resident of the State of Washington. he shall designate an
agent, upon whom process may be served, before commencing work under this
contract.
kI
410 SP-6
1
A
r �
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 :,is inst,,ctions. In the event of disagreement of the
necessity for such changes, 'he t neer's decision shall be final.
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, provi,ded
the City may negotiate payment of a lower unit price for said workmanship.
SP-I) PROTECTION OF PUBLIC AND PRIVATE UTILITIES
The Contractor shall conform to Section E.09 of Standard Specifications In regard
to protection of public and private utilities.
Location and dimensions shown on the plans for existing underground facil ties
are In accordance with the best available information without uncovering and
measuring. The Owner does not guarantee the size and location of existirg
facilities.
It shall be the Contractor's responsibility to contact the GAS COMPANY, CITY OF
SEATTLE WATER DEPARTMENT, TELEPHONE COMPANY, POWER COMPANY, and this REN'�ON MA ER
DEPARTMENT, and RENTON ENGINEERING DEPARTMENT, or-- t to cations o7—theEr—
respective utilities. Also, contact the CABLE TV COMPANY if necet.sary.
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
approNal 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 beer submitted and approved.
Should It become evident at any time d-jring construction that operations will or
may fell behind tht schedule of this first program, the Contractor shall, upon
request, promptly submit revised schedules in the some form as specified herein;
setting out operations, methods, and equipment, added la`or forces or working
shifts, night work, etc. , by which time lost will be made up , and :onf*r 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 is found
to conflict with the contrao. provisions, it shall , upon request, be revised by
the Contractor and work shall be performed to compliance with the contract
provisions. Payments of any further estimates to the Contactor after such ,
request Is ,wade and until an approved modified schedule has been Provided by the
Contractor may be withheld. Execution of the work according to tt.e accepted
schedule of construction, or approved modifications thereof, is M.reby made an
obligation of the contract.
S►-5
r
4t �
a
a :
SPECIAL PROVISIONS (CONT. )
SP-13 WAGE SCHEDULE (cont.)
r.
the Industrial Statistician of the Department of Labor and Industries. If
the wage 'ates are correct, the industrial Statistician. will issue an acknow-
ledgement of aoprivai 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 subcontrpctor vA ll be notified of the correct rates by the
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 wi-h the pre-
flied 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 each affidavit are to be filed
i with the Director of the Department of Labor and Industries, Attention:
Industrial Relations Division, 16C1 Second Avenue, Seattle. Whenever precti-
Lal , affidavits pertinent to a particular contract should be submitted as
package.
The Contractor shall also be required to read and execute the "Minimum Wage
Affidavit Form" as incorporated in this document.
SP-14 STANDARD SPECIFICATIONS
The Special Provisions hereinafter contained shal , supersede any provisions of
the Standard Specifications in conflict therewith.
The Standard Specifications for Municipal Public Works Construction prepared by
the Washington State Chapter of the American Public Works Association, 1969
Edition, shall be hereinafter referred to as the "Standard Specifications"
and said specifications together with the laws o: she State of Washington and
the Ordinances and Charter of the City of Renton, so far as ap'viicable, are
hereby included in these spec if Ica bons as though quoted in their anti rety 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 , Rer;on, 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
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
a
� r
t SPECIAL. PROVISIONS (CONT. )
SP-10 AFFIRMATIVE ACTION PROGRAM
The Contractor shell be required to read and abide by the City of Renton
Affirmative Action Program as incorporated In this document.
SP-11 NON-COLLU'ION AFFIDAVIT
The Contractor shall be required to execute a Non-Collusion Affidavit to
r, satisry the City that the bid offered Is genuine, is not sham or collusive,
t and in no respect or degree is made in the Interest or on behalf of any
person, firm, or corporation not named in the proposal containing such a bid.
SP-12 NONDISCRIMINATION IN EMPLOYMENT
r, Contrac for work under this proposal will obligate the Contractors and sub- '
t contractors not to discrimina•e 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 wil !
be performed as determined by the Industrial Statistician of the Department
of Labor And Industry are by •eference made a part of this contract as though
fully set forth herein.
Inasmuch as the Contractor will be held responsible for paying the prevailing
wages, it Is imperative that all Cont actors familiarize themselves with the
current wage rates before submitting bids based on these specifications.
r. In case any dispute ar'ses as to what are the prevailing rates of wages for
wr work of a similar nature and such dispute cannot be adjusted by the parties
ir, Interest, includ'ng 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.
w
The Contractor, on or before the date of commencement of work, shall file a
statement under cath with the Owner and with the Director of Labor and
Industries certifying the rate or hourly wage paid and to be paid each classi-
fication of laborers, workmen, or mechanics employed upon the work by the
r. Contractor or subcontractor which shall be not less Lhan the prevailing rate
w of wage. Such statement and any suppleeentel statements which may be
necessary shall he 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 iubcontractor
shall file a sworn Statement of Intent (SF 9882) with the Owner and with the
Department of Labor and Industries as to the prevailing wage rate, including
fringe benefits, for each job classification to be utilized. The wage rates
thus filed will be checked against the prevailing wage rates as determined by
sP-3
1
1
SPECIAL PROVISIONS (CONT. )
1
f P-u6 PLBLIC LIABI:ITY AND PROPERTY DAMAGE INSURANCE
1 The Contractor steal : obtain and keep in force during the term of the contract,
public liability and property damage insurance in companies and in form to be
approved by the City. Said insurance shall provide coverage to the Contractor,
any subcontractor performing work provided by this contract, and the City. The
City shalt be named as an additional insured ^n said policy insofar as the wo •1,
f and obligations performed under the contract are concerned. The coverage as
l provided shall protect against claims for personal injuries, including acc'den-
tal death, as well as claims for property damages which may arise from an; act
or omission of the Contractor, or the subcontractor, or by anyone directly or
indirectly employed by either of than.
The minimum policy limits of such insurance_ shall be as follows:
Bodily injury liability coverage with limits of not less than $100,000 for
bodily Injury, including accidental death, to any one person, and subject to
that limit for each person, in an amount not less than S300,000 for each
accident; and property damage coverage in an amount of not less than $50,000
�., for each accident.
a*
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.
f.. PROOF OF CAPRIAGE OF INSURANCE
M
The contractor shall furnish the City with satisfactory proof of carriage of
the Insurance required.
SP-07 CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN
Ad The contractor must execute the Bidders Affirmative Action Plan Cert-ificatio,,.
Failure to execute this certificate will Invalidate the bid.
SP•08 EQUAL EMPLOYMENT OPPORTUNITY AFFIDAVIT
t
The Contractor shall be required to execute the "Certification by Proposed
4� Contractor, Sub..ontractor and Supplier Regarding Equal Employment Opportunity"
form, as incorporated in this document. He shall also abide by all rules and
regulations as required b•; the instructions of the aforementioned form.
•
SP-09 FAIR PRACTICES POLICY s
t+ The Contractor shall be required to read and abide by "The Summary of Fair
Practices Policy of the City of Renton' as incorporated in-this document.
1
a
sP-7
t
a t
I
SPECIAL PROVISIONS
GENERAL PROVISIONS
SP-01 DESCRIPTION OF 'WORK
The work to be performed under this contract consists of furnishing materials,
equipment, tools, labor, and other work or items incidental thereto and per-
t. forn.ir,g ali work as required by the contract in accordance with the plans and
t specifications and Standard Specifications, all of whien are made a part
hereof.
This improvement consists of the furnishing and installation of approximate;,
500 I.f. of 12", 1000 I .f. of 9" and 600 i.f. of 6" Ductile iron water main in
f., the Renton Hill area on portions of Grant Ave. S. , S. 5th St. , S. 9th St.,
t . S. IOth St. and S. lith St.
SP-02 DATE OF BID OPENING
Sealed bids will be received by the City of Renton, Washington, by filing wit'
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 diligenriy prosecute the work to completion in
all parts and require^ents. The project shali be completed within 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, Washington, to extend the
timme of completion of said work. No extension shall be valid unless the same
ty be in writing and accompanied by the written consent to such extension by the
surety on .he bond of the Contractor.
i
Time lost In replacing improper work shall not furn!sh any grounds to the
Contractor for claiming an extension of time for the completion of the work,
and shall not release the Contractor from damages or liabilities for failure
>✓ to complete the work within the time required.
SP-04 CONSTRUCTION DIRECTION 1
Construction direction and scheduling shali be as directed by the Engiraer.
r Each segment of the project shall be completed before progressing to the next
r portion.
SP-05 MATERIALS
The Contractor shall supply all %ater 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 ma!n installation. Precast valve vaults will be '
required for large gate valves.
t
k
r
(LYMPIC FNDRY
CASTING "5924 _
WITH TYPE D
LID OR EQUAL
CONC RINGS BLOCK
OR BRICKS (TYP) •_12
MORTAR ( rYP )
I �I
� I
en
f
i . ON
41 to
I !I
to
f
� I, � I ! Mr„� �• j N
I "ATM �tir�;
_ _I.4 _.
PRECAST VAULT SHAL' BE STANDARD
12' VALVE CHAMBER tLUNCBERG
CONCRETE CC INC , TACOMA ; WITH
12 " ADDITIONAL. SECTION OR
APPROVED tQUAL.
STEPS SHALL BE INSTALLED AT I' SPACING
AND SHALL BE APPROVEC BY UTILITY ENG,
kw STANDARD DETAIL
NcT t FOR PRECAST
(7:EXPANSt0N .JOAT MAYL CONCRETE VALVE CHAMBER
(STYROFOAM) AS REQ C FOR 12 GATE VALVE
(TVP)
1r
I
}
r
}
t
STANDARD DRAWINGS
Y
A
ly
x
t
y
l
TECHNICAL PROVISIONS (CONT.)
k. Furnishing and Installation of Asphaltic Conc. Surface Restoration
The unit bid price per ton for asphaltic concrete .urface re,'�ration shall
constitute full compensation for the following:
Roadway patching: Aspha!tic concrete patching shall be measured
and paid for as per Section 54 of the Standard Specifications,
payment of which shall constitute full compensation for the re-
surfacing complete, including subgrade preparation, the required
crushed rock base material , preparation of and connection to
existing pavement, base course, tack coat, finishing, and all
necessary incidental work.
1 . Furnishing and Installing of Hydroseeding
Hydroseeding shall be Incidental to the contract.
M. Furnishing and Installing Fire Hydrant Assemblies
Fire hydrant assemblies shall be measured and paid for at the applicable unit
price per each, in place, complete, which shall constitute full compensation
for tee, valve, valve box, spool , fire hydrant, shackling, blocking, drains,
fittings, and all other necessary items or a complete installation.
n. Furnishing and Installing balled and bur lapped stock trees
The trees shall be incidental to the contract.
TS- 13
1 �
r+r
TECHNICAL FROVISIONS (CONT. )
TS-13 MEASUREMENT AND PAYMENT (cunt.)
C. Saw or Wheel Cutting
Saw or wheel cutting shall be incidental to the contract.
d. Furnishing and Installation of Gate Valve Assemblies
r
The unit price per each for furnishing and installing gate assemblies, size,
class, and quantity listed in the bid schedule, shall constitute full compensa-
tijn for the valve, valve box with extensions, if necessary, concrete valve
marker, and for all other necessary accessories for a complete Installation.
e. Furnishing and Installation of Fittings (Schedule A and Schedule C)
Fitting installations shall be incidental to the contract.
f. Furnishing and Installation of Co.icrete Blocking
e) Concrete blockir.g 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.
9. 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 Services
The furnishing of the fittings and pipe necessary, and the reinstallation of the
is existing water services shall be paid for at the applicable unit price for each,
in place, complete, which shall constitute full compensation for the individual
water service as detailed on the improvement plans and in conformance with all
manufacturers installations. The Contractor shall supply all materials for the
water services.
4 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 Installation of Concrete Blocking
V Select backfill shall be measured and paid for at the applicable contract price,
per ton payment of which shall constitute full compensation for furnishing and
installing the material , in place, complete.
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 constitute full compensation for furnishing and
installing the material in plate complete.
TS- 12
1
1
TECHNICAL PROVISIONS (CONT. )
TS-10 TESTING (cont.)
b. Pressure Test (cons. )
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 Utl titles
D Department Inspector. Insofar as practical , tests shall be made with pipe
joints, fittings and valves exposed for inspection.
C. Leakage Tests
Leakage tests may be required after the pressure test has been satisfactorily
completed on the new pipeline or concurrently with the pressure test. The
hydrostatic pressure for the leakaga test shall be equal to 100 psi.
TS-11 DISINFECTION
Disinfection of the new water system shall be required prior to completion of
the project and shall be in accordance with A.W.W.A. Specification C601-54 and
Section 74 of the A.P,W,A. Standard Specifications and shall meet the acceptance
of the State of Washington Department of Health. The initial concentration of
chlorine in th.: line shall be 50 parts per million and this solution shall be
held for a period of 24 hours. Disinfection of the entire water system installed
or distrubed under this contract, including plot, pipe fittings, valves and
appurtenances, is required to conform with the specifications 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 , broken pavement, etc. , shall be removed
os soon as practicable. Should the work not be maintained in a satisfactory
condition, the engineer may cause the work to stop until the "clean-up" portion
of the work has been done to t,.e catlsfaction of the owner and/or engineer.
TS-13 MEASUREMENT AND PAYMENT
a- General
Unit or lump 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 Installation of Water Pipe
The price per lineal foot for installing of the water pipe, size, class, and
quantity listed in the bid schedule, shall constitute full compens. 'on for the
water line in place, complete, including: clearing, grubbing, str4,pin9, all
e
pavement removal, excavation, trenching, backfllling, foundation preparation,
compaction, pipe laying, jointing, fitting installations, sheeting,ts concretedewatering, but excluding saw cutting, temporary restoration,
and asphaltic concrete resurfacing or patching.
TS- 11
1
TECHNICAL PROVISIONS (CONT. )
TS-09 RESTORATION OF SURFACES (cont.)
caved, settled or otherwise damaged due to installation of the improvements
covered by this 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 compensation for all labor, _
equipment , materials, and all incidental costs necessary for furnishing and
,1.., placing the cold mix.
b. Roadway Patches
A minimum of 6" of 1 1/4'' 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 shall be Class 8 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
materials and installation practices shall conform with Washington State Highway
Commission "Washington 1974 Standard Specifications" Section 8-01 and 9-14 Road-
side Seeding. The Contractor .shall notify the Engineer not less than 24 hours
in advance of any seeding operation and shall rat begin the work until areas
prepared for seeding have been approved.
TS-10 TESTING
a. General
Hydrostatic pressure and leakage tests on the new pipeline shall be made in
accordance with applicable provisions of A.W.W.A. C6UO-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 leaky or imperfections developing under
sair pressure s�all be remedied by the contractor before final acceptance of the
system.
�+ TS. 10
1
TECHNICAL PROVISIONS (CONT.)
Ts-08 PIPE INSTALLATION (Cont.)
h. 2" Blow-Off Assemblies
Water main blow off assembl ;es shall be constructed as shown on
City of Renton "Standard Detail for 2" Slow Off Assembly" as bound
in these specifications.
Galvanized steel pipe and fittings shall conform to the requirements
t in Section 72 of the A.P.W.A. Specifications.
Temporary blow off assemblies will be installed where directed by
the engineer.
i. Water Services
The existing water services shall remain in service during construc-
tion of the new water main and until final acceptance of the
required tests on the new main.
Upon final acceptance of the new main, the existing services will be
reinstalled or tapped into the new main, the meter bores relocated
where necessary, or as directed by t~- Engineer. They shall be
installed as per the City of Rentc er service specifications as
bound in this document.
TS-09 RESTORATION OF SURFACES
a. Balled and Burlapped Stock Trees
Along the S. 9th Street easement trees shall be installed. They shall be balled
and burlapped with firm, natural balls of earth with root balls wrapped with bur-
lap and twine. The trees shall be placed on existing grade as shown on plans and
staked with 2"x2"x8' fir stakes, 2 each and 9 gauge gals. wire with rubber hose
protector. Fertilizer tablets, with 2 year release, 21 9m size of 20-10-5 specl-
fications shall be applied at the rate of 4 tabs per tree.
The trees shall he 7' - 8' Douglas Fir "Pseudotsuga Menzlessi" and western Red
Cedar "Thrja Plicata".
L, The engineer may reject any or all plants from the site.
b. Restoration of Surfaces
The basic requirements for surface restoration are as follows: roads, streets,
driveways, shoulders and all other surfaced areas, removed, broken,
V
v
s TS- 9
% L
TS-08 PIPE INSTALLATION (coat.)
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 [Must by use of con-
crete thrust blocks, tie rods and joint harnesses. Concrete thrust blocks must
be poured against undistrubed ground. Thrust blocks shall be provided at all
changes in direction of piping. In addition, all joints at berds or change in
direction, to a point at least three joints beyond the tangent point on either
side of the bend, shall he provided with a positive loci,ing device to prevent
separation of the joint under full test pressure. The locking may be accom-
plished by use of tie rods and joint harness, subject to the prior approval of
the engineer. After the pipe has been joined, aligned and permanently bedded
the joints shall be drawn up to assure permanent water-tightness but not so
tight as to prevent, f lexibi l ity to allow for some movement caused by vibrations,
expansion and contraction.
e. Valves and Valve Chambers
Vaive instaliation shall be in accordance with Section 75 of the A.P.W.A. Stand-
dard Specifications except 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
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 I foot spacing.
f. Connection to Existing Pipe and Structures
Corrections to existing piping and tie-ins are indicated on the drawings. The
contractor must verify all existing piping, dimensions and elevations to assure
proper fit.
The contractor shall 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 operatics of the existing system in any
way.
The contractor shall make all connections and tie-ins under the direction of the
City of Renton Utilities Department. The contra-,tor must also provide any
specials required to make a satisfactory connection.
g. Concrete Blocking
General concret- thrust blocking shall be in accordance with Provision X2. 14 of {
Section 74, A.P.W,;. Standard Specifications. The City of Renton Standard
Detail for general blo,,k',r 's bound in these specifications.
All free ends, bents, teua, 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 Jigs at all installations - do not shackle
through bolt holes. Each installar;on consists of two rods on opposite sides of
the pipe. Shackle rod material shall be 3/4" diameter Garb 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 bushing and shop primed with Koppers Bitumastic Mill Undercoat. Store
roads under cover and protect shop coat'•,y from abrasion. After installation t
pald rods and accessories with Koppers Situmastic No. 505 to minimum 15 mil film
thickness. The number of bolts and tie rods required per joint. size of rods
and bolts shell be determined by the contractor and reviewed by Engineering.
T5 8
1
TECHNICAL PROVISIONS (CONT.)
TS-91 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKFILL (cont.)
r f. Select Trench Backfill (cont.)
Any excavation in excess of the above requirements shall be replaced with the
native material or select trench backfill , as directed by the Engineer and at
the Contractor's expense.
1
The price per [on 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
1
a. General
Pipe installation shall be in accordance with Section 74 of the A.P.11.A.
Standard Specification-;, except as modified herein.
1 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 c%CAVATION, BEDDING AND BACKFILL.
The depth of cover for the 6" and 8" water mains shall Ue 3' and for the 12"
,ater main 4 1/2' unless otherwise specified. The trench width "i l be no
greater than 36" unless soil condition reauires wider w;dthS.
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 mSx 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 , workmpnlike manner with an approved
_ type mechanical cutter without damage to the pipe.
Jointing shall be accomplished in accordance with manufacturer's recommendations.
i
c. Bends and Curves
'- Deflection from strright 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 numbe, of
shorter lengths of pipe shall be used to provide angular deflections within the
limits set forth.
TS-7
t
+► 1
TECHNICAL. PROVISIONS (CONT. )
TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION BEDDING AND BACKFILL (cone.)
t b. Pavement Removal (cons.)
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 made for storing,
handling, hauling or manipulation of removed pavement.
C. Excavation
t The contractor shall inform and satisfy himself as to the character, quantity
anJ 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 a—roval , he shall replace such excavation with approved materials, in an
i. approve- 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 deterriii.e the suitability of material
to be used as backfill . All unsuitable material shall be wasted as specified.
Excavation of every description, classification and of w .a er substances
encountered within the limits of the project shall be perfo .red 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 respon<i-
bility of the contractor and controlled where directed by the Fngineer.
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
Foundation preparation shall be in accordance with the appl cable provisions or
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.
In case unstable or unsuitable existing material is encountered at the trench
bottom, the engineer may direct the use of borrow bedding material in accor-
dance with Section 73.2.05 of the A.P.N.A. Standard Specifications. Met trench
conditions will not necessarily be considered as an indication of unstable con-
ditions. The trench shall be de-watered and an inspection made by the Engineer
to determine the suitability of the trench material . All costs for de-watering
shall be the responsibility of the Contractor. Bedding material shall be as
TS-5
i
1 ti
`W
TECHNICAL PROVISIONS (CONT. )
TS__04 EXISTING UTILITIES
If, in the prosecution of the work, it becomes necessary to interrupt existing
surface drainage, sewers, underdrains, conduit, utilities, or similar under-
ground structu-es, .r parts thereof, the contractor shall be responsibly 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 or structures due to his construction operations, to the
satisfaction of the engineer.
City of Renton Utilities Division will repair or replace all damaged water services
and meters at the contractor's expense.
TS-05 CLEARING AND GRUBBING
Pavement, or other street a•,d 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 traffic. All pavement
cuts shall be made smooth, straight lines or to nearest construction Joint,
and shall be made with clean vertical faces.
Removal of bituminous and concrete pavements and utilities shah be conducted
in accordance with Section 52, A.P.W.A. Standard Specificatiors, except as
otherwise provided here n.
Clearing and grubbing shall consist of removing logs and brush and cutting all
standing trees at ground. All stumps shall be removed.
Clearing and grubbing !,hall be accomplished in accordance with the applicable
provisiGns of Section 12 of the A.P.W.A. Standard Specifications. The limits
of clearing and grubbing shalt not go beyond the limits of the right-of-way
or easements.
TS-06 SAW CUTTING
The Contractor shalt saw or wheel sut existing asphalt concrete pavement and
cement concrete pavement where shown on the plans or as directed by the
Engineer.
The depth rf the saw cut shall be a minimum of 1 1/2 inches for asphalt and
3 inches for concrete.
Wheel cutting shall be male to the satisfaction o, the Engineer.
The method of saw or wheel cutting shall be approved by the Engineer.
TS-07 PAVEMENT REMOVAL, TRENCH EXCAVATION, BEDDING AND BACKFILL
a. G,:neral
Pavement removal , trench excavation, backfill , foundation preparation and bedding
for waterline and appurtenances shall be in accordance with the applicable pro-
visions of Section 73, A.P.W.A. Standard STecifications, except as modified herein.
D. Pavement Removal
The contractor shall inform and satisfy himself as to the character, quantity and
distribution of ill pavement removal . Removal of existing pavement shall cover
TS-4
r,
4
f Ii
11
646 y
I
I day
R.
d<
TECHNICAL PROVISIONS-CONT.
rS-03 PIPING MATERIALS VALVES AND FITTINGS ETC.(cont )
C. Fire Hydrants
�1
Fire Hydrants shall be Corey Type (opening with the pressure) conforming
to AWA C-504-64 with a 6" inlet and a minimum M.V.O. of 5", two 2 1/2"
hose nozzles with 4ational Standard 7 1/2 threads per inch rnd one 4" pumper
nozzle with the new Seattle Pattern 6 threads per inch, 60` V. threads. O.D.
thread-4.875 and root diameter-4.6263, 1 1/4" pentagon ope acing nut and
opening by turning counter clockwise (left) . Hydrants sh-ll be constructed
with mechnical joint connections unless otherwise specified in bid proposal
description.
Fire hydrants shall be of Traffic Type and provision shall be made for
drainage of barrel Lo protect units from, freezing. Fire hydrants shall be
scch length as to be suitable for installation with connections to piping
i^. trenches 3' deep unless otherwise specified. Fire hydrants shall be
IOVA,Pacific hates or approved equal. Approval must be obtained prior to
bid opening.
TS-3
TECHNICAL PROVISIONS (CONT. )
TS-03 PIPING MATERIALS VALVES AND FITTINGS ETC (cont.)
a. General (cont.)
described in the foil owing specifications and plans and shall conform to the
requirements of the applicable sections of the A.P.W.A. Standard Specifica-
dons, 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 60-42-10.
Ductile Iron Pipe shall be cement lined and sealed in accordance with ANSI
Siecif ic.vion A21.4-I9 (AWA C104-70 , 4" through 12" pipe shall be 1/16"
cement lined and 14" through 24" pipe shall be 3/32" cement lined.
The pipe joints shall conform to ASA Specification A21. I1-1964 (AWA Clll-64).
P.pe joints shall be rubber gasketed Push-On and/or Mechanical as required by
the bid proposal description.
Pipe thickness class -:hall be as required by the bid proposal description.
C. Pipe Fittings
Ca-.t ',on pipe fittings 4" through 11" shall be Gass 250, as per ANSI
Specification A21. 10-1971 (AWA C110-/' ) .
Cast iron pipe fittings 14" through 24'' shall be Class 150 and Class 250, as
per ANSI Specification A21 . 10-1971 (AWA C110-71). The class of fittings are
;r
described on the plan drawings.
Ductile iron fittings may be used in lief of cast iron Class 250 fittings.
Mechanical Joint fittings shall be as per ANSI Specification A21. 11-1964
(AWA C111-64).
Flange joints shal ! be as per ANSI Specification A21. 10-1971 (AWA CI10-70 and
shall be in accordance ✓;th ANSI 816. 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 two hundred (200) pounds per square inch and shall conform to
AWA Specification C-500-61 and any subsequent modification thereof. EacN valve
shall be "0" ring type, provided with a standard square operating nut, and
shall open by turning counter clockwise (left). The valves shall be IOWA List
14. or Mueller A•2380sor Kennedy.
All valves shall have -:oncrete valve markers. The
markers shall be Lundberg concrete pipe Company right of way markers State
Highway Design or Equal.
TS-2
1
BOND NO. 04-638-1982639
b T_
BOND 1O THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS;
That we, the undersigned SURFACE CC.iSTRUCT1UN COMPANY
as r nC Da I. an CAuf-DY$DLYTf�I'IlTN(SLitAN7CE ._.
D � Wrpora on organ{zcd
and existing tnderina�aws o�thn�{a e of v���ia_ Yapac as a surety cCrporation,
and qualified under the laws of the State ofifash nil _to 6econW'surety upon bonds of
contractors with municipal corporations, as surety are SgbRyTPslII66 )S,hWnd
firmly bound to the City of Renton in the penal sum of STp rnlRly PIatl^ r
• for the payment of which sum on demand wo bind ourselves and our successor; ,
administrators or personal representatives, as the case may be.
rr This obligation is entered into in pursuance of the statutes of the State of Washington,
the Ordinance of the City of Renton.
Dated at SEATT _ ,Washington, this 26th day of AUGUST 7975
Nevertheless, the conditions of the above obligation are such that,
WHEitEAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for
WFTERMAIN LNS',AILATION F'OY REN'i6N HILL WATER SYSTEM W-410
CITY 0? RENTON, WASNINGTON.
w. cOn roc is"�errEi t0 herein and is made a part he"eof as though a.ta e
hertto). and
WHEREAS. the said principal has accepted, or is abcut to accept, the said contract, and
undertake t0 perform the work therein provided for in the manner and within the time
set forth;
NCW, THEREFORE. if th,.. said SURFACE CONSTRUCTION COMPANY
+, ;hall faithfully perform all owe provisions of s`a dcontrac�e maimer andwith-
in the time therein set forth, or wiOAr, 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 said principal or subcontractors with pruvisions and
supplies for thr• carrying on of said work, and shall hold said City of Renton harmless
from any loss or damage occasioned to any person or property by reason of any careless-
,, nets or negligence an t'.e 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 performance as specified in said contract or
from defects appearing or developing in the material ,r workmanship provided or per-
formed under said contract within a period of one year after its acceptance there ` by
the City of Renton, then and in that event this obligation shall be vo,d; but Other-
wise it shall be and remain in full force and effect.
APPROVED a5 Lo legality: SURFACE CONSTRUCTION COIFANY
_ 8� /�T--
Approved: AMERMAN FIDELITY FIRE INSUAANCE CO4'AIr1
J. C. BAUMANN - ATTO1Jff1-1N-YAC1
'� 1
1ft.Y IN: MENUN - itrr ILLYt'� I'l l..t
110PAL hLLAr. - 1U. VAR. AVt-
QLyer IW Yb05s ... .: L.. .r. . . . .•I,
111YVMTANTI 1'•.[:. r tu,rr. ,.rac of •Ir 1 It .. .ILL IY L.LI, ..•
'k Cklrryflr In rMWfYhrl.)-�� ..Lol .. .t.t'.•./1,_. a JI 11.. .f r f nr ld bl ....o .+war lol r1 ri. .t I.
.� CC✓TiYr:c L rir.� e
'bF u.iat..u�A11-1cwal .2A •U�./7f%(r. i/'`�i
�LR MY Iu'f :YI 'PTr.f^Ayt+w 4L CUkI. n.`. INr_iYM'I.1:_N ly_,. drv.f.:r.
no....Y.. N.FY_.,/.ac-�i2sc.d._Lj.uTJ�c1 a':•..T%/1 _�.__.
fv_-GisId
(:Y.. YrW SLllytf �� IIrY.I •.l{L.Y/ _il ..•J.I�
p11 i lIW Adat.LY •. t1J _...�/.__..._ .,..__. .�...�
"od I.t h•.wf 4a1... In lXrLell.._ .i�.i[tL11_.G/-�r-rflti'i' --- ..•._._.� «_r_....... .. __•.--"---_....� .. .._._..
Iwr,�n ful a .X _, 4L.. ..n.r 4.•e4ii. YYw1Y.Yi1., .,a1.1 ^
rr
f,LauF VYM LIrFt 1tiW V1LLAL WYLX ICJ � Rd 1Lni1 �� -. •, nn"3rA. L� ..rt gJV.Vr +ll... [o r.hL.Y .LYites4 .nJ
vt 1 r ut •r+Lt lu[L.L .. ..f vrttf u .
�$�a •tic._.11Cs�.L__.2ZL_.GL-_---______ � %! ._'1_.i'�� ._. ___T.«__ __. .__.
Ms. N4.ure.4 b.. Yu[rf:rty 'J�I.ttla al,._
I'", W. RYY, 1t..' . Mtlhtro
I.1,4h1n'1 Wt. ut 04: loll,. In nuher,1. ll4ar rX rANIr /�.�T'x ]
In •lotr:fYlf 4YiX1 ll.tlp:rtl Lu.'r 14.114'4.. 11[F r I..:4rr.•1 i,..t'.r.4: Lfw ,L� '/t n•Irl... .r 41: ..r .niv' 4f r , , Yf 1 r1:::rY..
Aby 1•.r n.n. W to." d4t lev rrtnul 4wr .ILY.
.11r, lr .4111.40IY YLt (:'IW: " tut b.•Lur. IJr
.�••..• _ , . 1
il.„uv. f.n, Ie1.eLt Y, At Illy,, 41,4 tow, t aw:. 41l
A.
uH'luylc.
C. - 11 woo".". 14 rL 4.y.'•'< Ill.
b. 's V✓.... 1. lvu MDioyc-, 1:,, r.
PLUS w.5N Ptll LWILOVtf W u
L. • lot t v.p aw
Mlth 5l./l Pt.k tMKUYtI pttt.k
Io1 i' _._ _;'
OLLYI $1.00 Ytk t'YWttt kfak
Vol
lJ Crl/ VRt Altti n't1_!
luyYY. YYt F+nq d!Y tn+h VM tlY)VYYI'.t Y4+ trVeid.Y 1 Lt�ltl, tJt L.LaYr4 t.r y Yt l:.ln fJ OAy. ut J4Y dot;
•wNl IYrut. lwr 'MuP, ar4:iwtalrl toga! Ar:1.LY. uJ "��_ �'• w
VAr.tlw, to o d.rlf., Lho [r.lve 11(1 Ir a!G. l4n tat Wm JAY. . . . •r.
yhlcn VI. ILlnnYn [r lY •rA11{Wt+u, Lfull tY cunYa.l4L Yd Wlte.luuu[ Y. doy. Yttvl I'. d+tu . l.n
tf.r.r .F.[lan lY•n eMn ..w LNf.u- W1irvlYvna Ml dddy. +Al+a 'f,Y J441
ay(�lrwnt ,,wd.d (i, 'i NY1LIr Ixna •✓J JFYY .LLvt d4F •tllY
(F�-"'• •Lp r.YlldtYd ll.t+Wl hrnuv. Ld:1 VaC' IY,IAt nVI joy.. lyynt "U d"- At' Aw d+tc :•Y i
'm ....I 14K. t%mm, YAYll LK lYNllld.rnd tYA�4rAty •ni luYvrle. O.11-j .
to d.ttgal,"y UN licrnw to. w W fwiJ, urt t..a+1 4.IM<[ wIL.Wwht I�u .LA%Y er w,ln
pf Ianglwy.•• Wuil be comi.t.d by 4"1110 tugetMt thl
(rl/Lq( '.t MLYLW I;t 14 luyr.. AIW tl'.tl nYW.I"V ld lrNlY OIA�Y
.wyluY•.., tiN /+tt.r tlyur. <4rtnat.d by
yp h+ut, lane'ludl nq 1.yF1 rrJl/WY• INY1 vAc.twn tla+l
rV[AYd by .I1 t.gw+ury aty/uYtl.+4, by ulw Uw41..r1d .Lx
AWYir•d II.6091
1 to alw boot ut ry
"..by <e[t11y Uut thY .a.+rmwlt. toe r.wt+rJ by 4 w. tN a. y'W a:awb ae+ to u. Ar41 +(!eta
AnrW rave. /r 'j ^ ,{J �
YLNd
`Klic
hilt b.t. � L —/-�-
Monody
11-Ta
ti
i�
REG� CONTa�C�OR.G[N[At�
i
SI.RFACE CONSIRLIVION CC
640 $• 136TH ST
�`. $CATTLE MA 98166
f L2 31 0 17329 i,C8...12. 79,
1
4
1
* y
r
4'
V r C 2
TO 7W Clti1' fJM 11CN
RENTON. WASHINGTON
Gentlemen:
The undersigned hereby certii"I that _,A < has examined the site of
the proposed virk and ha_1_read and thoroughly understand. the plans,
specifications and contract governing the work eebraced in this improvemetnt, and
the methou by which payment will be made for said work, and hereby propose •o
undertake and complete the work embraced in this improoement, or as much thereof as
call be completed with the money available, in accordance with the said plans,
eifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all itmas, all extenatons,
and total amount of bid shoald be shown. Show
un`t prices both in writing and in figures.)
Signature elp --- . _
Address '�s�,�3/
i. Names of members of Partnership:
OR
Name of President of Corporation i
Name of Secretary of Corporation _
Corporation Organized under the laws of _ ---
Mith Main Office in State of wasnington at
'� 1
O
�2' MI-FH4ISHED GRADE
SHALL INCLUDE
HYDRANT EXTEN _
WHEN NEEDED
OLYMPIC FNDRY
-OR EOUAL Ci
WLVE BOX
( 6' C I SPDX -6" GATE VALVE(Ir • J)
CONC 3/4"SHACKLE RODS r _
NC
BLOCKING- : 1: BLOCKING
t 11/2"'.WASHED GRAVEL X• 6' TEE J•FL)
16' 4' CONC BLOCKING
HYDRANT
HYDRANT GUARD POSTS SHALL rl\
BE STATE OF WASHINGTON DEPT
OF HIGHWAYS DESIGN OF CIRCULAR 3 3 3
PRECAST CONCRETE GUARD RAIL
POSTS
--O GUARD POST(TYP) 0-
-INSTALLATION NOTE: All fire
hydrants and guard posts shall
be painted as directed by the
Engineer. Z 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.
STANDARD DETAIL
FLA
HYDRANT ASSEMBLY 81
HYD GUARD POSTS
ti )
1
7yy�ptt A' vly TyW'A'
tar tlye•-J2Yf 30 M+!Bbck(4 sons b II/Z 2I-!O=Bwo
v B s a 1 t.
Nfnl ee kw
1 r [S ! r y !511
Snar,ue ka t' F V6.y
v
+ 20 TW&W 6
20
6 300 0
.+ 01 36 70
' 0 L'
1 s M
16 2'25 H 41 `l
1 1 40 (�COM lnfj7 fllK
2C 206 11
r 5
11. 200 H t +
IN AY MII�`hM 1't
Type"g'Bbck+q __.____ va11 ns H
for IY M,M1tai Bent SnxkY 11007.-,.—...
vB S 0 l ` V6.y
S � �' F °'
Hb 41
1 1
to 40 W
N S 4
4 IL
Q
C.w7bltkj7L>I1c ? 1
STANDARD DETAIL
FOR
BLOCKING CF CONVEX
VERTICAL BEND
'� t
1'APll: I I'ICUA6 I
Tnru*t at Yictings. in Voo,n t:, Typigal ThruatYlxk Iocat qn
' W rll a 1w1lnn pM1 YM� n� .i.'3�l>
r'-104 1130 17" 031 n1
'5
0 p10 Idea tam 01e --
.N Islo SSIO 12W fie gT1itT. `
♦ --IW Isw -.. I1f0 lIN_. -- 1A_
Iw 305E SWO ina III
1MI _ S150 rim_ I1w fir
UK MN 31W No
IW 4100 1f00 31w ISN
300 1730 $710 So" Is
0'- an MM w10 IS"to
IW am11N 6310 nm ..
IW Is10 ISW
le'- A---- I f0m ISs00 131E —OW
Iw I21 Ia1W 1f3Y bm IW 1110E IIfN MN 1w0
IN ImW Pw0 am one
/3 W 11400 If300 I120 '100 yaal/WlYaals
IW ism m3W IISW nW
!W /sfW yw0 I23N 0
310
IISN SMOG 1n
)I— nm
11 so -. _ Is100 Am IINO 0
Iw I211W MIND13SW tf10
IW lIwo SOSW Ifm NM
700 3330E 13w0 IfsM ww
11 -- N 34M 33M lsm _..-6370
1 130 SnW AMInW IMM 1
IN 31f00 3N00 311W 10900 -`1��---
IN _ 3M "no 3f3W IIwO
If - w W/10 13100 S3000 1190E
IOU Sam 4s SnM ISs00
IN 3SN0 N100 ISM 14W
MNMI NIOo SlNo 11fo0 _
.f0._ l0-- _ %rN $1 s00 Sllw 1130E !J Uf
IN 3sIW 64100 saw Ism
I iw .NN 1WW 23000 Iowa '
IW nlon s10W Ism Is1W
34 SOSIf00 f.OM 40W0._ 2010E
IN Ss1W ado 1330E 733N —.
in shoo n= 11300 SUN -
foo ISM Dave umo 3uN
W ...nlw --'111W0 _ 4110E — .dl=M
IN "I'm In I W 17f000 'M 1100 W?
IN 000 .OW 3170
30o IOwfa 13000E 111W .11N .+
IW :117M I1f000 am 1NN
IN
'MM InOW 197E SAGE
no Is10W It"m 113000 som
1.91E 11
I Safe Dearing in Il+/Sg. 1't.
TIM Safe baar Lnq loads given in the following table are for
horirontal tl.n:str, when the depth of cover *,!Or the pipe exco,is
1 feet..
5AP1: JILAkIb: LOAD
:�ofL I.b, osr sg.ec.
i
•Muck, pest, etc. 0
Fort :lav 1,G00
Send 2,000
Sand and gravel 31000
Sand and gravel rameated with clay 41000
Yard shale 101000
-In muck or peat all thrusts are restricted by piles or tie rids to +,gE
solid foundations or by removal of muck or past and replacement with
ballast of sufficient stalility to resist thrusts.
Blacking Page ?
c
D. G�[�U1hT1oN R,Qr_T3QMJ
Maximum operating pressure IA x normal Operating presmuse
' Area of concrete (A) 7tFqa in onenda
safe Roaring load in (Pnunds/q. ft.) S:R1,
Maximus hmight of thrust- bloll Oepth of trench_Lp,-j-g£; b
2 2
Depth of cmcrete thrust block I (Width of trench in feet)loutaide diameter
--q-fJ)ipe in .feet)
2
tCil
2
Maximum length of thrust black (EW) 11re�a�t,�,gncrete '
Maximum Height no
Reeluired amwx(nt of concrete (cu. yd.) -
( ff«,ight x depth a langth)xO.03704^(14xtbxUc)xu.03704
rf(M
* I1'
I. prob": Calculation Of the fount Of concrete required to bloc[ a
t 900 bend in an 8' C.I. watermainl the notmai Operating pteatore in
the pipe will be 65 psi and the Boil condition in the area indicates '
Sand and gravel.
2. Sulu C gn:
- Maximus, operatinq pressure 1.5 x 65 = 97.5 pai
- Outaide diameter of R" pipe 9.05 in. = 9.C5/12 ft.
' - Go to Table I: The calculated maximum Operating pressure is
97.5 psi, the tables does not lint this figure so we take the first
figure in sequence being 100 psi
Far an 8" waterpipe, having a maximum Operating pressure of 100 psi,
we see that the thrust m a 90'' bend is 5,420 pounds.
-Go to Table If: Table II gives the safe bearing lead for &and and
gravel: 1,000 lbs/aq.tt.
-Go to Figure I• Figure I Indicates the position of the concrete
for blocking the 90o bend
-00 to the specifications of the protect and find lePth of tcaneh (h) '
3 feet
Width of trench (W) " 3 feot
With the above asseebled infom&tirm we pe„ceed to the final
calculations r
-Aran of cmczata (A) r t 5420 - 1.R0 q. ft.
safe searinq load 3000
-Maximum height of thrust block (He) ggpth of tFmek Li 2 1.5 ft.
2 2 2
-Depth of cmcrete thnist block (o„)
W��h Of tra�,ly-,}n f¢gt (MI - c>utgldy.p�almgter of plea (d1.
2
^' .i ft
2
-Max)me= length of thrust black (tv,) Arcs nt j,�g,,e A ft.
Height of f'netc. IL 1.50
-"uircd amount of eancretu + O/eight,n8pthxlaegth) x 0.03704 -
IF� x 1, x Oa) x 0.03704 - fl.5 x 1.2 x 1.17) x 0.03704 • 0.074 cu.yd.
blc,-*Inq I+pa 2
J
(
ti
r
STANDARD DETAIL FOR GENERAL BLOCKING
t
CCV.'RFTF: ';I'LING PPOCEDVHE
A. GFMEPAL
The amount of concrete required to anchor horizontal tends, tees,
and deed ends depends on the strength of the soil. The methods of
placing concrete to keep the joint accessible i■ shown in Figure 1.
The area in square feet of concrete which must bear against the
side of the trench is found by dividinq the thrust in pounds shown
in fable i by the safe bearing lead of the soil as shown in Table 11.
P. ZPJ TER IA
- The-eizinq procedure is for horirnntal or dawnwara tl,,rust only.
- Height of the thrust block must be equal to or lees than 1,'I the
depth from the ground surface to the block base.
- The thrust block hearing phase is approximately rectangular.
- The concrete blocking shall be as per ALMA specification 74-2.14.
I
c. SYMB014
d• Outside Diameter of Fip� in Feet
T Thrust in pounds at the fitting (Table 1)
SBL- Safe Bearing read in pnunds/sq. ft. (Table II)
h • Depth of trench in feet
M • Width of trench in feet
A • Area of concrete which must tear against the side of the trench
in sq. ft.
ifs• Maximum heignt of the thrust block in feet
Cc: rR:pth of the concrete thrust block to hearing surface in feet
1s• Maximus length of the thrust block in feet
h
�d' ._
h
•• Nit
Blocking Page I
FERTILIZER
Section 9-14.30) cf 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 premixed 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 P205 as K 2 0
�. *18.4% *14% *14% 500
Not less than •60% of the total nitrogen shall be derived from ureaform or
ureaformaldehyde. Final mix to contain not less than A7.8% 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 ms terial is expected to remain in place during the
inclement months shall be seeded, fertilized, and mulched.
fall
L
1
p' n
CITY 0 PENTON SPECIFICATIONS
HYDROSEEDING
Hydruseeding material, and Installation practices shall conform with the
Washington State Highway Commission "Washington 1974 Standard Specifications",
Section B-01 and 9-I4 Roadside Seeding. The contractor shall notify the
Engineer rot less than 24 hours in advance of any seeding operation and shall not
begin the work until areas prepared for seeding have been approved.
APPLICATION OF ;EEO, FERTILIZER AND MULCH
These materials shall be applied in two applications.
The first application shall consist of seed and a non-toxic tracer.
The second application shall consist of a homogenous mixture of fertilizer and
wood cellulose fiber mulch. This mixture shall be uniformly applied over the
seed.
The second application of fertilizer of the same formulation and at the same rate
as the initial application shall De applied 60 to 90 days after the initial
rnplicatlon of fertilizer; however, the second application shall he applied only
between March I and December 1 .
MATERIAL
Seed
Section 9- 14.2 of the standard specifications is supplemented to include
the following:
A geed 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
of seed in Mixture Weight Pure Seed of Germination
Colonial Bentgrass lot 9•8% 95Z
(Highland or Astoria)
Red Fescue (Illahee 401! 39.208 90%
Rainier or Pennlawn)
Perennial Rye 40% 39.20t 90%
White Dutch Clover IV,, 9.90t 902
(Pre-Innoculated)
Percent Weed Seed .5D'b Maximum
Inert and Other Crop 1.40% Maximum
TOTAL 100.00%
y 1
T� ;
/ !
� � I
i
1 S'41 SfPY SlL C C .W ..l CII •_._...-. _
" "`b"' Reduced Print
Do Not scale {
f'N / DK • Pt 1 •i.�
Yaf t6 ML t"-M --••� y f ♦'VD•"•CD Ptl :/ i ,,"�
I [•!c K,a .we t. Weror JM
._r"T�. v • flee ___ __ .. _�.� —_.....— -
�/�NMP�In ny RM WAu•�_�Yw�... i • O.•ecf 1I -..-.� -_ •1 .. _ —�
r
kl,
1 •
f.
s .
1 �
1.
I • I ;
ELEVATION VIEW
PLAN VIEW
'NOT L, t
MATERIAL LIST
I ( 2 ) - H 10045 1" MUELER CCRPORATION STOP
Y ( 2) - I" COPPER NIPPLE , 3 " LON9, MALE I PT ■ MALE IPT
( Y) - I " HIS475 CORPORATION STOP 900 COUPLING
2 LINEAL FEET , TYPE 'K' COPPER PIPE
STANDARD DETAIL
FOP
I " BYPASS ASSEMBLY
FOR 12" GATE VALVE
MI';'., OF PRECONSTRUC'rION CONFERJ.NG
CEDAR AVE. S. PROJECT
JULY 21, 1975
Those attending the preconstruction conference are listed as follows:
Name Organization Phone No.
Elmer Shaver City of Renton Pub%c works 235-2631
i Martin Lundy City of Renton ::olio Works 235-2631
H. P. Moss Moss Construction, Inc. 678-7126
Howard E. Hill Moss Construction, Inc. UL 2-6484
Bernie Guthmiller Signal Electric, Inc. 852-7334
Clint Morgan Traffic Engineering 235-2620
R. O. Atkins Pacific N.W. Bell 228-0272
Tom Trim Puget Sound Power G Light AL 5-2464
Fred Arnold Puget Sound Power s Light AL 5-2464
Les Phillips City of Renton Public works 235-2631
Vic TeGantvoort City of Renton Street Dept. 235-2641
Bob BareLstrom City of Renton water Dept. 235-2631
Jim Hanson City of Renton Building Div. 235-2540
Vince Lee City of Renton Public Works 235-2620
Tom Touma opened the meeting by reviewing the scope of the project. Tom
emphasized this project is funded by L.I.D. and accessibility must ne main-
tarred at all times for the property owners. Also, it is vital that good
communication is maintained at all times with the property owners.
Tom Touma reported -hat most of the property owners that need retaining wall
r,,lacement felt the cost of the wall, as bid, is too high. only one property
owner has agreed to have their wall constructed as part of the project. The
other owners are talking of hiring other contracting firms to construct their
walls.
Tom Touma stated that a stipulation will be made that any contractor can work
on the walls for the individual property owners with Moss's permission and
appropriate scheduling of work.
Tom stated that all activities will be coordinated through Martin Lundy, the
City Inspector. Martin will then be responsible to coordinate with anyone
else necessary.
Vic TeGantvoort stressed barricading; problems are anticipated during any heavy
rain. Proper barricading ih I.'- contractor's responsibility.
Les Phillips stressed that .wrdination for survey work should be handled
through Martin Lundy. _
Fred Arnold stated Puget Power will be setting vaults early so they will be in
before needed. lie also questioned the location of the water line going through
Cedar Ave. Puget wanted to stipulate that if they have to go under the water
services, the City will bear the expense of going so deep. Clint Morgan said
that arrangements will have to be mace in tha'. case. Also, there should be a
thin concrete encasement around the ^ables mere they cross Seattle water mains.
i
r
7of7
Contracts Other Than Federal-Aid
k
r
IN WITNESS WHEREOF, the City has caused these presents to be signed by its
u Mayor and attested by its City Clerk and the Contractor has hereunt: set
his hand and seal the day and year first above written.
M
CONTRACTOR CITY OF RENTON
Roy 0. Surface, doing business as
Surface Construction company �.-
A �
7<v i
A 5-� s'Yor
!
y _..Gy e u
ompany/Corporaeon
i F '
State of Washington License: N223-01-17320 -
City of Renton License: d
r;}t.
k;
s
n
Contracts Other Than Federai-Rid 6 of 7
obligated to take imro,•diate steps to correct and remedy any such defect,
%^ fault or breach at the s �le cost and expense of C-tractor.
f` 9) The fontractor and each subcontractor, if any, shall submit to the
City such schedules of quantities and costs, progress schedules, payrolls,
reports, estimates, records and miscellaneous data pertaining to the
t' Contract as may be requested by the City from time to time.
I' 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 under
this Contract or furnishing materials in connectior 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.
11 ) The total amount of this Contract is the sum of Forty-Three Thous?nd Four
Hunered Thirty-Eight L 711100 ($43,438.71) which includes Washin_;On
State Sales Tax. Payments will be made to Contractor as specified in the
"general conditions" of this Contract.
J
Y ,
5 of 7
Contracts Other Than federal-Aid
notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail , postage prepaid,
certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than
lU calendar days after Contract final execution, and shall complete the
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 t. e established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will he
the Sum of One Hundred Dollars ($100.00) -t..
as liquidated damages (and not as a penalty) for each such day, which
shall be paid by the Contractor to the City.
8) Neitner the final certificate of payment nor any provision in the
Contract nor partial or entire use of any installation provided fcr Dy
this Contract shall relieve the Contractor of liability in respect to
any warranties or resoonsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the
R:
work and pay for any damage to other work resulting therefrom which
5nall appear within the period of one (ll year from the date of final
acceptance of the work, unless a longer period is specified. the City {
will give notice of observed defects as heretofore specified with
reasonable promptness after discovery thereof, rod Contractor shall be
e
Y
J
k
r
Contracts Other Than Federal-Aid 4 of 7
S) Contractor agrees and covenants to hold and save the City, its officers,
agents, representatives and employees 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 connection 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 anv i .+d or un-
patented invention, process, article or appliance manufactured for use
ir. the performance of the Contract, including its use by the City, unless
otharwise 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 paid by ;he City
in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcc..rt cf any of the covenants,
provisions and agreements hereunder.
6) Any notice from one party to the other party under the Contract shall
be in writing and shall be dated and signed by the party giving such
notice or by its duly authorized representative of such party. Any such
1
Contracts Other Than Federal-Aio
3 of 7
subcontractors should violate any of the provis:ons of this Contract,
the City may then serve written notice upon him and his suretv of its
f
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 tease and satisfactory arrangement
n
for the correction thereof be 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 immed'.ately
r
serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within 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 such notice, the City itself may take
C
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
G
liable to the City for any excess cost or other damages occasioned the
City thereby. In such event, the City, if it so elects, may, without
liability for so doing, take possession of and utilize in completing
said Contract such materials, machinery, appliances, equipment, plants
and other prnpertie� belonging to the Contractor as may be on site of
the project and useful therein.
4) The foregoing provisions are i. addition to and not in limitation of
ply otnrr rights or remedies available to the City.
y
f
•
Contracts Other Than Federal-Aid 2 of 7
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.
• 1
.a
2) The aforesaid Contract, entered into by the acceptance of the Contractor's
• bid and signing of this agreement, consists of the following documents,
all of which are component parts of said Contract and as fully a part
thereof as if herein set out in full, and if not attached, as if
• hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
• d) General Conditions
e) Specifications
f) Maps and Plans
9) Bid
• h) Advertisement for Bids
i) Special Contract Provisions, if any
•
3) If the Contractor refuses or fails to prosecute the work or any part
thereof, with such diligence as will insure its completion within the
• time specified in this Contract, or any extension ir, writing thereof,
or fails to complete said work within such time, or if the Contractor
shall be adjudged a bankrupt, or if he should make a general assignment
for the benefit of hi!, creditors, or if a receiver shall be appointed
on account of the Contractor's insolvency, or if he or any of his
I o t 7
CONTRACTS OTHER THAN FEDERAL-AID
THIS AGREEMENT, made and entered into this .2(./A_ day of 44 lg.�E,
by and between THE CITY OF RENTON, Washington, a municipal co oration of
the State of Washington, hereinafter referred to as "CITY" and koy 0. surface, 4)iny
business as
Surface Construction Campany hereinafter referred to as "CONTRACTOR. "
;a
WITNESSETH:
1) The Contractor shall within the time stipulated, (co-wit: within 60
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 furnish 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 (identi;ied as No. w-410
far improvement by construction and installation of: 1 8" and 6" Water Hain
in the Renton Hill Ave. , on portions r,r Grant Ave. S. , S. 5th St. , S. 9th :it.,
S. 10:h St. and S. Ilth St.
All the foregoing shall be timely performed, furnished, constructed,
installed and completed in strict conformity with the plans and spec-
ifications, including any and all arld,da issued 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 urisdiction thereover. It is
further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished
a ti
r•
APPROXIMATE UNIT TOTAL
ITEM QUANTITY DESCRIPTION PRICE PRICE
9 1100 TON Furnish and Install Select
Backfill Material
$ F, _ 10., $ 5V s 'L.In
Per Ton
{" 10 50 TON Furnish and Install Temporary
MC Cold Mix Asphalt Restora-
tion ./
Per Ton
(' 11 50 TON Furnish and Install Asphaltic
Conc. Surface Restoration
Per3
12 R FA Reinstallation of 3/4"
Water Service
Sor: -2 .Go,L1.2�
Per Each
i
' Sub-Total S Sy/25�'T-!
5.3t Sales Tax $
0
TOTAL $ ''�, %i1T. X✓!
THE UNDERSIGNED UIDDER HEREBY AGREES TO START CONSTRUCTION WORK ON THIS
L. PROJECT IF AWARDED HIM, WITHIN TEN (10) DAYS AND 70 COMPLETE THE WORK
WITHIN SIXTY (60) CONSECUTIVE CALEYDAR DAYS FROM DATE OF EXECUTION.
DATE .J�s<i i TH I S — - DAY OF ju 1975
SIGNED
TITLE �J' !• v.� ( -
ADORE 5
t
SCHEDULE OF PRICES
t
(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 born words and figures and where con-
flict occurs the written or typed words shall prevail. )
APPROXIMATE UNIT TOTAL
ITEM QUAATITY DESCRIPTION PRICE PRICE
1 j18 L.F. Furnish and Install 12" D. I .
Cl . R2 (TJ) Water Pipe
)
Per r L.F.L / ' rds figures
2 1295 LF furnish and Install 8" D. I .
Cl . N2 (TJ) Water Pipe
Per L.F.
3 382 LF Furnish and Install 6" Ductile
Iron CI . N2 TJ Water Pipe
P L.F. �—
4 1 EA Furnish and Install 12" Gate
Valve (MJxMJ) Assembly .
5 z;� /._-. '4e/ Y"Z.r'-G//.cam 5/910 '
Per Ea.
5 1 EA Furnish and Install 8" Gate Valve
Assembly
$-7: ,a..s �.�r.
Per Ea
6 6 EA Furnish and Install 6" Gate Valve
Assembly
Per Ea
1 5 EA Furnish and Install 5 1/4" MVO
Fire Hydrant (MJ) Assembly or (FL)
S .... _ !..%,id. d '�,I.�s S�'r2� Syf�ot
Per Ea
8 15 C.Y. Furnish and Install Conc. Blocking S
t
CHU9B/PACIFIC INDEMNITY GROUP
I Do Witham Street 3200 yV.ate„•6,,,.i.",.a
New York,N.Y 10038 Lcs Anyeles Cabf '4oujb
Name and address of party to venom this cerldr.alo s issued Certificate No.
CITY OF RENTON X FEDERAL INSURANCE CO GREAT NORTHERN INSURANCE CO
ENGINEERING DEPT. PACIFIC INDEMNITY Co VIGILANT INSURANCE CO
CITY HALL SUN INSURANCk OFFICE LTD
RENTON, WASHINGTON
ATTN; RON OLSON
Name i Addrea Insd NmT,e a Address Producer
Sure
OY 0. SURFACE DAN 8. HAUFF 8 ASSOC.
OSA: SURFACE CONSTRUCTION COMPANY P.O.BOX 770
640 S.W. 136th RENTON. WASHINGTON 98055
1 SEATTLE, WASHINGTON
This is to certify that the Company indicated by X nas issued to the Named Insured maurance affording such coverages as are m-
olested by a specific(X)entry m the Coverage column subject to the terms,conditions,and eanlue,ons of the polrcyda)and that
such meurenee e in force as of(date)
TYPE Of POLICY -- CAess p'DLFCY POLICYKRIOD ` LIMITS OF LjAB1UT'
ht�i wedw ss's co mmms a -.. Eh. R1Mu1gy'-In conforma"wlm ttfe Coal
EaP non Law of in*Slate of
u.bwy- 8wILyhIAMY X 7775 70 341 8/30/74 to
PA ftw „WN 8/30/76
...__. I ,f Ea_,Pa eon
_Inaspergent Convt� (f 500,000. Each Occurence
'
Praau:ts4'AmpYW arWbfr f 500 'y00. Aggrefe gs -P. s
„duo
Incidental Contractual ( 1 compl Over
_Specified Cfmtnchiel' --- --- i I if INCL.
Blanlot Contractual —! ER 8 30 74-75 Each Person
/ f f INCL Each Occurnmea
StR a al UWMKI—PAOPEftTY DAMME Esp.
_Premise-operations X SEQUOIA INS I i 100,000. Each Occurrence,
Esc__It _ GLA 100 049 ' { 300,000. Agg-P.am.op.r.
^_Indepierwant Contactors GLA 100 091 6/30/75 - i Aggregate PTofectl
Prodlrcla-CampMtad opens—two— i AegayateProducts-
Incloenlal Contractual 1 connPI raper.
^_ SpeciFNd Contractual u- j Each Occrencer
_
Ban_l so rohl,wI" j Aggregate
4lrlolaebEa UaeENf--BODILY IN�WM
Owned4ukwAobNm 7775 70 34 8/30/74 to 's Z50,000. Ewa Portion
Fired/unonoW.as }- 8/30/76
Non-orrrd Automobiles .. En )i 500,000, Eli Occurrence
Av srauaaa DAMAGE Eap
Owns. Auta W npbs_
HlmdAummobRes �i 100,000. Each Occurrence
Non-owned APMPWWI03
I covehage is plow Wad to,liability assumed by the Named Insured for the conlral between the Named Insured and
aced as provided to Ins confrawal Meanly cir erase part attached:o IRA Pobcy.
Excess Property Darnage Griffin Co. , Insurance Policy aNAC 450
E250,000/$500,000. Eff. 8/30/, - to /f,
Excess Property Damage Marks' Ins. Co. PXEL 000655
$250,000/8500,000. Eff. 8/2C 74 to 75
THIS CERTIFICATE OF INSURANCE NEITHER AFFI.MATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE
*FFOROED BY ANY POLICY DESCRIBED HEREIN,
Lhe poeeyu s e5l , canceilad or Chahge0 In suLh manner es to affect this cend,cals ak:. IRA company will mail to one party to whq IN$ eer eM is.eed,at the sadists Nho.n above. 10 dap notice of dray such change of cancellation /
t I 1
is cMBKala atoll n01 be vtlW unfess signed by an aulnontad representative of IRA Company s
" umunsN a.,Y,.ra�,�Hr�•w
lie ~
tl,el(Ma sill Liets'TaN, a
Y,
its true aw iawtur aUomevisPm-tact, with lull paver and author,,, hereby cadetred in its name, place and stead,
to sign,execute, acknowledge and deliver in its behalf,and as it act and deed,as toilows:
s Specifically and only cm bonds executed haven 1"; rule.Pe' Y Y g uh.l is alas u( the Small Cuuness Adnum,lnhun sir an
amount not exceeding S200,0W.00 in any tan& Instance. Isla of on behalf of this Company,In its business and in
acc .rdance with its charter,and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and •dl of
the acts of said Attorney m-Fait,purswnl 10 Ihew present.,ere hereby ratified end confirmed.
IN WITNESS WHFREOF, 01c American I'Idriny F11e lnsUrarwc Company has Caused thew Prewnts to be signed by its
President and/ut Vice-President,and its Corporate Seal to be hereto affixed.
AMERICAN FIDELITY TIRE INSURA14CLE rOMPAW.
S e
sa Robert J.Kennedy,Vtcs*raktR
State of New York t ....:.......:........
County of Nassau sa'
Ott du: 2hd, day of .Marl,. I074, before the sobscu6er,a Notary Public of the State of New Ydd-fe And for
Um County of Nassau duly commissioned and rlualified,came Robert J.Kem,edy of th•American fidelity Fire Imur.
arscl Company, to me penoually known to be the individual and officer described neresn,and who executed the pre-
ceding mlmment,and acknowledged the execution of the same, and being by me duly shorn,dciwsed and said,that
he a ',e ofTker of sail Company aforesard, and that she sed affixed Io the preceding ontr::meni Is the Corporate Seal
of said Company, and the said Corporate Seal id signaturr as an oftieer were duly affixed and SoWnhed to the suit
imanamcni by (kit.rdborrty and direction of th, laid Gxpoeatw,i,and that the resolution of said Company.referred to
in the preceding instrument,Is now in force.
IN TESTIMONY WHEREOF,I have hereunto set my hand,and affucd my offptal seal at Woodbury,New York the
day and you above written.
GLUea sc..l, -e,
Notary Public .—/,
M�
AIJJyA 2AKRZF.WSK1
NOTARY PUBLIC.State o1 New York
No..W 971457:..
Quallfwd in Nns to County
Commission Expires March 30, 1976
Stare of New York 1
County of Nowu 1 U.
CERTIFICATE
1, the undersigned.Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stack corporation of the
State of New York, DO HF.Ri:BY CERTIFY that the foregoing and alached Power of Attorney and Cemf7cate of
Authority remains infull force and has not been revoked,.rid turthermor.,ihai the Resolution of the Board of Duec-
Idra,as set forth in the Certificate of Authonty,arc now In spree.
Signed and Sallied At the Home Office of the Company,at Woodbury,New York,Dated th,s26th day of August 1
A.D., !9 75
ON
As
Assistant Secretary
~ WA xh 700 (aA)
t
Its i
AMERICAN FIDELITY FIRE INSURANCE COMPANY
w WOODS"r,NEW YOAK
POWER OF ATTORNEY
KNOW ALL MEN BY THESE,PRESENTS: That tilt Amencan Futehly Fur Insuntee C„nwilly,a Curpoutwn if,tle
Slate of New York,having its print trial office inW,Kaibury,Stale of New York,pursuing I.,tile following resolutum,
d
r adopted by Ole Bud of IArtoors ut the slid Cornpar.y un the Digit day of hrhroaty, I94,11.to wit.
"The President, or any Vice President, or other officer destgnstcd by the Bsxad I•xetutne Cotmmitter shall hale
surhontyr, s+wera0y, to make execute and del ver a power of attuney cogrAllulmil as Auorne) to Fitt wch persons,
firms o: cmporattons as such officers may wLct from came to tulle;" Jon leuhy, make, cunststule and appoutr
I. T. KCNRTUTEK aud,'ur J. C. BAUMANN .J SI ATI'I F ION
In true and lawful itiomeyls Fin-fact, with full power and authors: busby caderred to its natte, place and steal,
u to Mgn,cxeeule, acknowledge and deliver in its behalf, and as its act and deed,as follows s/
Specifically and only on bonds executed having 94(y% indemnlfwalm of the Small Riturivss Administration in an
amount not exceeding S200,W0.00 in any single rreitaro:e, for u can behalf of tho Company,in its business slid in
accordance with its charter.Aid lu hold AM[WAN FIDELITY FIRE INSURANCE COMPANY thcnel.i iod all of
the uls of said Attorney-m-Fact,pursuant lu these prewiti are hereby nufieJ anti colonel.
IN WITNESS WHEREOF, de Anersc.ia Fidelity Fire hiwrancc Csnnpaiy has uux:!tltrw presents to be sigm:d by - s
President andror Vice-President,and its Corporate Seal to be hoetu affixed.
,.W
AMLRR'AN FIOLLITY FIRE fNSURANCE COMPANY
. r
Robes J.KtnnrdY.Yi.t lkesutent
State of New Yowl
Coumy of Naaalr
On Ihm 2hth da_! of Match. I975, before Il t subscriber,a Notary Public of the Stilt of New Yolk in and for
the County of Nassau duty cmmmssso.,ed and yuilified, cane Robcn J.Kcri of it,.Attmricaf I sJvbty Fire Inca•
wet Company, to saw Ismaili known to be Ills individual and sdf0./r described iemM,and who executed the prt-
ce"I instrument,and admowl.dged the exe.:ulion of the came,and bruit,by rue,tul, swum.depu,wJ and sat,that
he a the offices or said Company afumsaid,and the We seat affixed to llur pnecediug Isn4u gel 1 is the Corporate Seal
of said Company, and the all Corporate Said and .sgnature as an of fact wet•duty Affixed ant lbs.ribed to the said
instrdtMN by the audiorty and direction of the UIL CorpoiaGsm,and that me rnolutam of Saki otnpmy,refarted to
in the preceding instrument,is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand,and iffixed my oiliii.l seal at Wtodbary,New York the
day and year above written.
i\ '•• ' /, Notary Pubh. •.i
\/ AIdNAZAKFUEWSKI
NOTARY PUbUC,Slate of New York
No.30-97XS 7 28
Ouxhfiwd in Nassau County
Cornmisuua Fxpues March 10.197h
State of New York I
County of Nausau f sa•
CERTIFIrATF
i.,the undusigaed,Secretary of AMERICAN FIDELITY FIRE INSt RANC'E COMPANY a uuck col"talan of the
State of New York, DO HEREfY CERTIFY that tit• furogowil and aIluhcd Power of Ailomily,a, C'ertilrcate of
Authority small, n fug force and he."I been rev.Avd;anti nntbennote,that the Ifewlunon of the lksatd of Ouec
tors,r Iehfortn '.a Cerufreate of Authority.are now in tutu.
fteled and Sated at Ore Home Office of Ou Company,at Woodbury,New Yolk,Dorf thii26th day o f August
AD.,It 75 _ L n
ENDING
OF FILE
g
FILE TITU VNJ 1410
. .
AV
4
hOTg : cPS^ SEOvfr/'f or EvE11Ts F'd4 g1ra"- 5fDF
SEcotiD sE9f r ,_E Or ElEfu?S FcQ LFFr S,De. ,
1
io
1 .•
High-r.V7 CF6aw^ AuC—!jau-F--O — Contract C I—v or
Projoct Title L.T0. L93
Show Cate Contract Zxecatcd
_ \/ t't:r oar. f�•y�^_
0 i 1C :> 2: 25 ;3 ; C >G 5; e0
1L—C Cti6
=DRP NasE ------ --- _ --
. ) VIuCLR��iF ED Y'XCPvNTiY1__ -_�,�_ .�. ' ..-•-�---�__... — -'�
�LEG'K�CPI UtiCEg G'r••gD•U -- �
7 t a v s»e D Pack
11 r
1 9 ON
�;
D C fJ+ f CLEP11;;Pi _-
--- - --- .:cte: Cca sheet No. PJif necesszry for
cf Contra- ?x;c.:tion ;are working caya.
2. :` L-1 p.rLL:cr.t 1 ,73 for tho contract such as; cle:riag f<
cm '+C I. .' -".:ain4n sarfaciag, C:3, pc. b L^ or Ccnt.actor
cLL.a,, brfe;c <xccv-,'ion, bridge subst:• _Lure, bridge
— �4!15rGutTON— --
::re:.Lr:etu:a, i:c,ala:.us ita*s. j � ylyl )
3. Chew 'aj prrcil or color the ::z::. -r +..'. 6:C'Jenca of varldnS
dva yl.atcd to each item ohnvn, fat- JutY 17 141cr
'• 1
r .1.
MINUTES OF PRIXONSTRUC. JN CONFERENCI'
Page 3
--------------------
Vince Lee reported that the new monthly EEO report is being pri-ited and will
be furi.ished to MC shortly. Vince also requested an estimated dollar demand
on the progress pa so the City can provide adequate cash flow. Herb Moss
stated that .t was , .Mad that 504 of the money should ba available during the
first 35 days and 504k available during the next 35 days.
Meeting adjourned 11;50 a.m.
4-1
I L
6
k is
A t2_. sMiy
�b
Illj t
Y �TF'da
r'1"'
MINUTES OF PRHCONSTRUc. JN CONFeXF_NCIi
Page 2
----------------..-----------------_--_----_-----_---------------------------------
Dick Atkins said that coordinating sidewalks an walls will be tricky. The power
will have to be in before sidewalks. Herb Moss recommended that the final adjust-
ment of vaults and hand holes should be made just before the sidewalks are poured
because of the p• oblam of determining proper grades on a hill as steep as this one.
Herb Moss suggested that a provision be made to let the power back of the walls s
4 or 5 feet so that walls can be constructed without disturbing power. tied
Arnold stated that Puget Powe , plar.s to terminate the power at the junction
boxes.
Tom Touma asked Clint Morgan if the City could supply the conduit behind the
walls and have the power stubbed off tnare. Clint said ie- would be justified.
Clint suggested that a preliminary notice Le sent to the property owners notify-
ing them of the problems that will be encountered trying to gat the power under
the walls. The notice should specify also that the property owner supply the
3" conduit and it can be laid at the time of the work.
Herb !foss gave a quick description of the schedule of work. They will concen-
trate on getting as much done before the rain starts as possible. Drainage
work will be done first. Also, one-way traffic will be routed downhill, and
uphill traffic will be completely rerouted around the coi4truction .tea. Ex-
cavatio� work will be started on the west side of the street, and vaults can be
starts about 2-1/2 weeks. Adu,4uate notice will two given property owners on
areas o- k and they will be requested to park their cards elsewhere while
work is being done in front of their property. Work on the east side of the
street should start in .bout 35 working days from July 22. Herb Moss stated
that a provision will have to be made for Puget Power to take care of the poles
after job is completed since the poles will not Ls removed Immu•li.tuly.
Elms: Stiaver stated that responsibility should be set for the poles after the
construc'.ion work is accepted by the City. Tom Touma stated that the Cite/ will
be responsible for barricading the pole.* after Moss's wur- has Leen accepted.
Clint Morgan requested a list of material .upplierS and their specifications
on the equipment to be used.
Bob Bergetrom of the Water Utilities Division reported that a water maia contract
will be issued for work on S. Sth Street across Cedar. Their contractor will be
coordinating work with Herb Moss. hie also noted that the sanitary sewer in Cedar
Avenue is very sallow. Extreme care should be taken so the line is not damaged.
Herb Moss said their contract has a bid item for relocating and adjusting water
services. fie suggested that they get with the City and arrar,eia for a reduction
in this item and allow the City to handle relocation and adjustment of the meters
in the area of the new water main contract.
Fred Arnold wanted assurance that the City would provide Puget with the ditch
on S. Sth ,;treat for the power line. Assurance given by Tom ','Ouma.
� 1